Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
T E N D E R D O C U M E N T (NATIONAL)
FOR THE PROCUREMENT OF WORKS
NAME OF WORK: CONSTRUCTION OF BOUNDARY
WALL IN KALIAKOIR HI-TECH PARK.
Issued on:
..
Date of issue :.
329998472.doc
Table of Contents
Section 1. Instructions to Tenderers.....................................................................
A.
1.
2.
3.
4.
5.
6.
7.
B.
General...........................................................................................................
Scope of Tender.................................................................................................4
Interpretation......................................................................................................4
Source of Funds.................................................................................................4
Corrupt, Fraudulent, Collusive, Coercive or Obstructive Practices...........................5
Eligible Tenderers..............................................................................................6
Eligible Materials, Equipment and Associated Services...........................................7
Site Visit........................................................................................................... 8
Tender Document............................................................................................
8. Tender Document: General..................................................................................8
9. Clarification of Tender Document..........................................................................8
10.Pre-Tender Meeting............................................................................................9
11. Addendum to Tender Document...........................................................................9
C. Qualification Criteria............................................................................................
12. General Criteria...............................................................................................10
13. Litigation History.............................................................................................10
14. Experience Criteria...........................................................................................10
15. Financial Criteria.............................................................................................10
16. Personnel Capacity...........................................................................................10
17. Equipment Capacity.........................................................................................11
18. Joint Venture, Consortium or Association (JVCA)................................................11
19. Subcontractor(s)...............................................................................................11
D.
Tender Preparation........................................................................................
20. Only one Tender..............................................................................................12
21.Cost of Tendering..............................................................................................12
22. Issuance and Sale of Tender Document...............................................................12
23. Language of Tender.........................................................................................12
24. Contents of Tender..........................................................................................12
25. Tender Submission Letter and Bill of Quantities..................................................13
26. Alternatives....................................................................................................13
27. Tender Prices, Discounts and Price Adjustment....................................................13
28. Tender Currency..............................................................................................14
29.Documents Establishing Eligibility of the Tenderer...............................................14
30. Documents Establishing the Eligibility and Conformity of Materials, Equipment and
Services........................................................................................................15
31. Documents Establishing Technical Proposal........................................................15
32. Documents Establishing the Tenderers Qualification...........................................15
33. Validity Period of Tender..................................................................................16
34. Extension of Tender Validity and Tender Security.............................................16
35. Tender Security................................................................................................16
36. Form of Tender Security...................................................................................16
37. Authenticity of Tender Security..........................................................................16
38. Return of Tender Security.................................................................................17
39. Forfeiture of Tender Security.............................................................................17
40. Format and Signing of Tender............................................................................17
E.
Tender Submission.........................................................................................
41. Sealing, Marking and Submission of Tender....................................................18
42. Deadline for Submission of Tender.....................................................................18
43. Late Tender.....................................................................................................18
329998472.doc
ii
G.
Contract Award.............................................................................................
62. Award Criteria.................................................................................................25
63. Notification of Award.......................................................................................26
64. Performance Security.......................................................................................26
65. Form and Time
Limit for Furnishing of Performance Security.......................26
66. Validity of Performance Security........................................................................26
67. Authenticity of Performance Security.................................................................26
68. Adjudicator......................................................................................................27
69. Contract Signing...........................................................................................27
70. Publication of Notification of Award of Contract.................................................27
71. Debriefing of Tenderers...................................................................................27
72. Right to Complain...........................................................................................27
Section 2.
A.
General.........................................................................................................
B.
Tender Document..........................................................................................
C.
Qualification Criteria....................................................................................
D.
Tender Preparation........................................................................................
E.
Tender Submission.........................................................................................
F.
G.
Contract Award...............................................................................................
Section 3.
A.
329998472.doc
iii
12. JVCA.............................................................................................................................. 39
13. Possession of the Site........................................................................................................39
14. Access to the Site..............................................................................................................39
15. Procuring Entitys Responsibilities...................................................................................39
16. Approval of the Contractors Temporary Works..............................................................39
17. Contractors Responsibilities...........................................................................................40
18. Taxes and Duties..............................................................................................................40
19. Contractors Personnel....................................................................................................40
20. Subcontracting................................................................................................................ 40
21. Nominated Subcontractor................................................................................................40
22. Other Contractors...........................................................................................................41
23. Project Managers Decisions............................................................................................41
24. Delegation........................................................................................................................ 41
25. Instructions,.................................................................................................................... 41
26. Queries about the Contract conditions.............................................................................41
27. Safety, Security and Protection of the Environment..........................................................41
28. Working Hours................................................................................................................41
29. Welfare of Labourers.......................................................................................................41
30. Child Labour................................................................................................................... 42
31. Discoveries...................................................................................................................... 42
32. Procuring Entitys and Contractors Risks.......................................................................42
33. Procuring Entitys Risks..................................................................................................42
34. Contractors Risks...........................................................................................................43
35. Copyright........................................................................................................................ 43
36. Limitation of Liability......................................................................................................43
37. Insurance........................................................................................................................ 43
38. Management and Progress Meetings................................................................................44
39. Corrupt, Fraudulent, Collusive, Coercive, or Obstructive Practices.................................44
B.
Time Control.................................................................................................
40. Commencement of Works.....................................................................................................46
41. Completion of Works......................................................................................................46
42. Programme of Works......................................................................................................46
43. Pro Rata Progress...........................................................................................................47
44. Early Warning................................................................................................................. 47
45. Extension of Intended Completion Date...........................................................................47
46. Delays Caused by Authorities...........................................................................................48
47. Acceleration..................................................................................................................... 48
48. Delays Ordered by the Project Manager..........................................................................48
49. Suspension of Work.........................................................................................................48
50. Consequences of Suspension............................................................................................48
C.
Quality Control.............................................................................................
51. Execution of Works..........................................................................................................49
52. Examination of Works before covering up........................................................................49
53. Identifying Defects...........................................................................................................49
54. Testing............................................................................................................................. 49
55. Rejection of Works..........................................................................................................49
56. Remedial Work...............................................................................................................49
57. Correction of Defects.......................................................................................................50
58. Uncorrected Defects.........................................................................................................50
D.
Cost Control..................................................................................................
59. Contract Price................................................................................................................. 50
60. Bill of Quantities..............................................................................................................50
61. Changes in the Quantities and Unit Rate or Price.............................................................50
62. Variations........................................................................................................................ 51
63. Costing of Variations or Extra Orders..............................................................................51
64. Cash Flow Forecasts........................................................................................................51
65. Payment Certificates........................................................................................................51
66. Payments to the Contractor.............................................................................................52
67. Delayed Payment.............................................................................................................52
68. Payments to Nominated Subcontractor(s)........................................................................52
69. Compensation Events......................................................................................................52
70. Adjustments for Changes in Legislation...........................................................................54
71. Price Adjustment.............................................................................................................54
72. Retention Money.............................................................................................................54
73. Liquidated Damages........................................................................................................55
329998472.doc
iv
74. Bonus.............................................................................................................................. 55
75. Advance Payment............................................................................................................55
76. Performance Security......................................................................................................56
77. Provisional Sums.............................................................................................................56
78. Dayworks........................................................................................................................ 56
79. Cost of Repairs to Loss or Damages................................................................................57
80. Completion..................................................................................................................... 57
81. Taking Over.................................................................................................................... 57
82. Amendment to Contract...................................................................................................57
83. Final Account..................................................................................................................57
84. As-built Drawings and Manuals.......................................................................................58
85. Force Majeure................................................................................................................. 58
86. Notice of Force Majeure...................................................................................................58
87. Consequences of Force Majeure.......................................................................................58
88. Release from Performance...............................................................................................59
89. Termination..................................................................................................................... 59
89.3 Termination for Convenience.........................................................................................60
90. Payment upon Termination..............................................................................................61
91. Property.......................................................................................................................... 61
92. Frustration...................................................................................................................... 62
93. Contractors Claims.......................................................................................................62
94. Settlement of Disputes......................................................................................................62
Section 5.
Section 6.
Bill of Quantities..............................................................................
Section 7.
General Specifications....................................................................
Section 8.
Particular Specifications................................................................
Section 9.
Drawings.......................................................................................
329998472.doc
www.htpbd.org.bd
Ministry/Division:
Agency:
Procuring Entity Name:
4
Procuring Entity District:
6
Invitation For:
7
Invitation Ref No.:
8
Date:
KEY INFORMATION
9
Procurement Method:
FUNDING INFORMATION
10
Budget and Source of Funds:
PARTICULAR INFORMATION
11
Project Name:
12
Tender Package Name:
13
Tender Publication Date:
14
Tender Last Selling Date:
15
Tender Closing Date and Time:
16
Tender Opening Date and Time:
17
Name & Addresses of the Offices :
56.02.0000.009.34.133.15-107
24-February-2015
Open Tendering Method (OTM)
PA
19
20
21
22
This invitation for Tender is open to all eligible Tenderers as mentioned in tender document and should meet the
following pre-conditions.
(1) Reputed Constructors/Construction Firms who have minimum 5 years of general experience of construction
work.
(2) Having experience in successful completion of at least 1 (one) number of similar work amounting BDT 5.50
(Five point five zero) crore in a single Work order in Government/ Semi-Government/Autonomous
Organization of Bangladesh during last 5 (Five) years.
(3) Certificate of authentication in respect of the work should have to be furnished by the bidder along with tender
document in the work done under any Government / Semi-Government / Autonomous Bodies/ Organization the
certifying authority shall be an officer of the organization (not below the rank of Executive Engineer).
(4) The required average annual construction turnover during the last 5 years shall be minimum BDT 8.50 (Eight
point five zero) Crore
(5) The minimum amount of liquid asset or working capital or credit facilities of the tenderer shall be BDT 2.12
(Two point one two) Crore
(6) To attach: Tender purchasing money receipt (original), up to date Trade license, income Tax Clearance
Certificate and VAT Registration Certificate from the NBR/Concern office tec.
Other required eligibility, criteria & conditions as mentioned in tender document (section-2 & section-4).
Brief Description of Works:
The Works consist of earth works in box cutting, earth filling, brick works, RCC work, MS rod, barbed wire, MS
angle, CC, cement Plaster, sand filling and site development etc.
Price of Tender Document:
Tk. 6000.00 ( Six Thousand) in cash (Non-Refundable)
Pre-bid meeting date, time and place 15-03-2015, at 11-00 AM, in the conference room of BHTPA, BCC Bhavan (3rd floor), Agargaon, Dhaka-1207.
Lot No.
1
Identification
Construction of Boundary wall in Kaliakoir Hi-Tech
Park (WD-6.1)
Location
25,00,000.00
Completion Time
12 Months.
329998472.doc
Instructions to Tenderers
329998472.doc
Section 1.
Instructions to Tenderers
A.
1. Scope of Tender
2. Interpretation
3. Source of Funds
329998472.doc
General
1.1
The Procuring Entity, as indicated in the Tender Data Sheet (TDS) issues
this Tender Document for the procurement of Works and associated
Services incidental thereto as specified in the TDS and as detailed in
Section 6: Bill of Quantities. The name of the Tender and the number
and identification of its constituent lot(s) are stated in the TDS.
1.2
2.1
(b)
(c)
(d)
(e)
(f)
(g)
3.1
3.2
For the purpose of this provision, public funds means any monetary
resources appropriated to Procuring Entities under Government
budget, or loan, grants and credits placed at the disposal of Procuring
Entities through the Government by the Bank or foreign states or
organisations.
3.3
4. Corrupt, Fraudulent,
Collusive, Coercive or
Obstructive Practices
329998472.doc
4.1
The Government and the Bank require that Procuring Entities, as well as
Tenderers and Contractors (including their suppliers, sub-contractors,
agents, personnel, consultants, and service providers) shall observe the
highest standard of ethics during implementation of procurement
proceedings and the execution of Contracts under public funds.
4.2
For the purposes of ITT Sub Clause 4.3, the terms set forth below as
follows:
(a) corrupt practice means offering, giving or promising to give,
receiving, or soliciting either directly or indirectly, to any
officer or employee of a Procuring Entity or other public or
private authority or individual, a gratuity in any form;
employment or any other thing or service of value as an
inducement with respect to an act or decision or method followed
by a Procuring Entity in connection with a Procurement
proceeding or Contract execution;
(b) fraudulent practice means the misrepresentation or omission of
facts in order to influence a decision to be taken in a Procurement
proceeding or Contract execution;
(c) collusive practice means a scheme or arrangement between two
(2) or more Persons, with or without the knowledge of the
Procuring Entity, that is designed to arbitrarily reduce the number
of Tenders submitted or fix Tender prices at artificial, noncompetitive levels, thereby denying a Procuring Entity the
benefits of competitive price arising from genuine and open
competition; or
(d) coercive practice means harming or threatening to harm,
directly or indirectly, Persons or their property to influence a
decision to be taken in the Procurement proceeding or the
execution of a Contract, and this will include creating
obstructions in the normal submission process used for Tenders.
(e) obstructive practice means deliberately destroying, falsifying,
altering or concealing of evidence material to the investigation
or making false statements to investigators in order to
materially impede an investigation into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or threatening,
harassing or intimidating any party to prevent it from disclosing
its knowledge of matters relevant to the investigation or from
pursuing the investigation.
4.3
4.4
(b)
5. Eligible Tenderers
4.5
4.6
5.1
A Tenderer, and all partners constituting the Terderer, may have the
nationalities of any country except the nationalities specified in the
TDS.
5.2
5.3
5.4
The Tenderer shall have the legal capacity to enter into the Contract.
5.5
329998472.doc
any of them; or
(c) they have the same legal representative for purposes of this Tender;
or
(d) they have a relationship with each other, directly or through
common third parties, that puts them in a position to have access to
information about or influence on the Tender of another Tenderer,
or influence the decisions of the Procuring Entity regarding this
tendering process; or
(e) a Tenderer or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of the contract
that is the subject of the Tender; or
(f) a Tenderer, or any of its affiliates has been hired (or is proposed to
be hired) by the Procuring Entity as Engineer for the contract.
(g) The Tenderer in its own name or its other names or also in the
case of its Persons in different names, shall not be under a
declaration of ineligibility for corrupt, fraudulent, collusive,
coercive, or obstructive practices as stated under ITT Clause
4.
5.6
5.7
5.9
The Tenderer shall have fulfilled its obligations to pay taxes and
social security contributions under the provisions of laws and
regulations of the country of its origin.
5.10
5.11
5.12
6.1
329998472.doc
6. Eligible Materials,
Equipment and Associated
Services
6.2
6.3
7. Site Visit
For the purposes of this Clause, origin means the place where the
Materials and Equipments are mined, grown, cultivated, produced or
manufactured or processed, or through manufacturing, processing, or
assembly, another commercially recognized new product results that
differs substantially in its basic characteristics from its components or the
place from which the associated services are supplied.
The origin of materials and equipment and associated services is distinct
from the nationality of the Tenderer.
7.1
The Tenderer is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Tender and
entering into a contract for construction of the Works.
7.2
7.3
7.4
The costs of visiting the Site shall be at the Tenderers own expense.
B.
8. Tender Document:
General
9. Clarification of Tender
Document
329998472.doc
Tender Document
8.1
The Sections comprising the Tender Document are listed below, and
should be read in conjunction with any Addendum issued under ITT
Clause 11.
Section 1 Instructions to Tenderers (ITT)
Section 2 Tender Data Sheet (TDS)
Section 3 General Conditions of Contract (GCC)
Section 4 Particular Conditions of Contract (PCC)
Section 5 Tender and Contract Forms
Section 6 Bill of Quantities (BOQ)
Section 7 General Specifications
Section 8 Particular Specifications
Section 9 Drawings
8.2
The Procuring Entity is not responsible for the completeness of the Tender
Document and their addenda, if these were not purchased directly from the
Procuring Entity, or through its agent(s) as stated in the TDS.
8.3
9.1
10.Pre-Tender Meeting
9.2
9.3
The Procuring Entity shall respond in writing within five (5) working
days of receipt of any such request for clarification received under ITT
Sub Clause 9.1.
9.4
The Procuring Entity shall forward copies of its response to all those who
have purchased the Tender Document, including a description of the enquiry
but without identifying its source.
9.5
Should the Procuring Entity deem it necessary to revise the Tender Document
as a result of a clarification, it will do so following the procedure under ITT
Clause 11 and ITT Sub Clause 42.2.
10.1 To clarify issues and to answer questions on any matter arising in the Tender
Document, the Procuring Entity may, if stated in the TDS, hold a pre-Tender
Meeting at the place, date and time as specified in the TDS. All potential
Tenderers are encouraged and invited to attend the meeting, if it is held.
10.2 The Tenderer is requested to submit any questions in writing so as to reach
the Procuring Entity no later than one day prior to the date of the meeting.
10.3 Minutes of the pre-Tender meeting, including the text of the questions
raised and the responses given, together with any responses prepared after
the meeting, will be transmitted within five (5) working days after
holding the meeting to all those who purchased the Tender document and
to even those who did not attend the meeting. Any revision to the Tender
document listed in ITT Sub-Clause 8.1 that may become necessary as a
result of the pre-Tender meeting will be made by the Procuring Entity
exclusively through the issue of an Addendum pursuant to ITT Sub
Clause 11 and not through the minutes of the Pre-Tender meeting.
10.4 Non-attendance at the Pre-Tender meeting will not be a cause for
disqualification of a Tenderer.
11.1 At any time prior to the deadline for submission of Tenders, the Procuring
Entity, on its own initiative or in response to an inquiry in writing from a
Tenderer, having purchased the Tender Document, or as a result of a PreTender meeting may revise the Tender Document by issuing an Addendum.
11.2 The Addendum issued under ITT Sub Clause 11.1 shall become an integral
part of the Tender Document and shall have a date and an issue number and
must be circulated by fax, mail or e-mail, to Tenderers who have purchased
the Tender Documents, within five ( 5) working days.
11.3 The Tenderers will acknowledge receipt of an Addendum within three (3)
working days.
11.4 Procuring Entities shall also ensure posting of the relevant addenda with the
reference number and date on their websites including notice boards, where
the Procuring Entities had originally posted the IFTs.
11.5 To give a prospective Tenderer reasonable time in which to take an
addendum into account in preparing its Tender, the Procuring Entity may, at
its discretion, extend the deadline for the submission of Tenders, pursuant to
ITT Sub Clause 42.2.
329998472.doc
11.6 If an addendum is issued when time remaining is less than one-third of the
time allowed for the preparation of Tenders, a Procuring Entity at its
discretion shall extend the deadline by an appropriate number of days for the
submission of Tenders, depending upon the nature of the Procurement
requirement and the addendum. In any case, the minimum time for such
extension shall not be less than three (3) working days.
C. Qualification Criteria
12. General Criteria
12.1
12.2
13.1 Litigation history shall comply with the requirement as specified in ITT
15.1(c).
14.1
(b)
15.1 The Tenderer shall have the following minimum level of financial
capacity to qualify for the performance of the Works under the Contract.
16.1
(b)
(c)
(a)
329998472.doc
10
17.1
The Tenderer shall own suitable equipment and other physical facilities
or have proven access through contractual arrangement to hire or lease
such equipment or facilities for the desired period, where necessary or
have assured access through lease, hire, or other such method, of the
essential equipment, in full working order, as specified in the TDS.
18.1
18.2
The figures for each of the partners of a JVCA shall be added together to
determine the Tenderers compliance with the minimum qualifying criteria;
however, for a JVCA to qualify, lead partner and its other partners must
meet the criteria stated in the TDS. Failure to comply with these
requirements will result in rejection of the JVCA Tender. Subcontractors
experience and resources will not be taken into account in determining the
Tenderers compliance with the qualifying criteria.
18.3
Each partner of the JVCA shall be jointly and severally liable for the
execution of the Contract, all liabilities and ethical and legal obligations in
accordance with the Contract terms.
18.4
18.5
19.1
19.2
19.3
19.4
19.5
19. Subcontractor(s)
329998472.doc
11
Information
D.
Tender Preparation
20.1 A Tenderer shall submit only one (1) Tender for each lot, either individually
21.Cost of Tendering
21.1 The Tenderer shall bear all costs associated with the preparation and
329998472.doc
23.1
23.2
The Tenderer shall bear all costs of translation to the governing language
and all risks of the accuracy of such translation.
24.1
Contract; and
(l) any other document as specified in the TDS.
24.2
In addition to the requirements stated under ITT Sub Clause 24.1, Tenders
submitted by a JVCA or proposing a Subcontractor shall include:
(a) a Joint Venture Agreement entered into by all partners, executed on a
non-judicial stamp of value or equivalent as stated under ITT Sub
Clause 18.1; or
(b) a Letter of Intent along with the proposed agreement duly signed by all
partners of the intended JVCA with the declaration that it will execute
the Joint Venture agreement in the event the Tenderer is successful;
(c) the JVCA Partner Information (Form PW3-3);
(d) the Subcontractor Information (Form PW3-4).
25.1
The Tenderer shall submit the Tender Submission Letter (Form PW3-1),
which shall be completed without any alterations to its format, filling in all
blank spaces with the information requested, failing which the Tender may
be rejected as being incomplete.
25.2 The Tenderer shall submit the priced Bill of Quantities using the form(s)
furnished in Section 6: Bill of Quantities.
25.3 If in preparing its Tender, the Tenderer has made errors in the unit rate or
price or the total price, and wishes to correct such errors prior to submission
of its Tender, it may do so, but shall ensure that each correction is initialled
by the authorised person of the Tenderer.
26. Alternatives
329998472.doc
26.1
26.2
26.3
Except as provided under ITT Sub Clause 26.4, Tenderers wishing to offer
technical alternatives to the requirements of the Tender Documents must
first price the Procuring Entitys design as described in the Tender
Documents and shall further provide all information necessary for a
complete evaluation of the alternative by the Procuring Entity, including
drawings, designs, design calculations, technical specifications, breakdown
of prices, and proposed construction methodology and other relevant
details.
26.4
26.5
27.1
The prices and discounts quoted by the Tenderer in the Tender Submission
Letter (Form PW3-1) and in the Bill of Quantities (BOQ) shall conform to
the requirements specified below.
27.2
The Tenderer shall fill in unit rates or prices for all items of the Works both
in figures and in words as described in the BOQ.
27.3
The items quantified in the BOQ for which no unit rates or prices have been
quoted by the Tenderer will not be paid for, by the Procuring Entity when
executed and shall be deemed covered by the amounts of other rates or
13
prices in the BOQ and, it shall not be a reason to change the Tender price.
27.4
The Procuring Entity may, if necessary, require the Tenderer to submit the
detail breakdown of the unit rates or prices quoted by the Tenderer for the
facilitation of the Tender proceedings.
27.5
The price to be quoted in the Tender Submission Letter, as stated under ITT
Sub Clause 25.1, shall be the total price of the Tender, excluding any
discounts offered.
27.6
The Tenderer shall quote any unconditional discounts and the methodology
for application of discount in the Tender Submission Letter as stated under
ITT Sub Clause 25.1.
27.7
Tenderers wishing to offer any price reduction for the award of more than
one lot shall specify in their Tender the price reductions applicable to each
lot, or alternatively, to any combination of lots within the package. Price
reductions or discounts will be submitted as stated under ITT Sub Clause
27.1, provided the Tenders for all lots are submitted and opened together.
27.8
All applicable taxes, custom duties, VAT and other levies payable by the
Contractor under the Contract, or for any other causes, as of the date
twenty-eight (28) days prior to the deadline for submission of Tenders, shall
be included in the unit rates and prices and the total Tender price submitted
by the Tenderer.
27.9
Unless otherwise provided in the TDS and the Contract, the price of a
Contract shall be fixed in which case the unit rates or prices may not be
modified in response to changes in economic or commercial conditions.
27.10 If so indicated under ITT Sub Clause 27.9, Tenders are being invited with a
provision for price adjustments. The unit rates or prices quoted by the
Tenderer are subject to adjustment during the performance of the Contract
in accordance with the provisions of GCC Clause 71 and, in such case the
Procuring Entity shall provide the indexes and weightings or coefficients in
Appendix to the Tender for the price adjustment formulae specified in the
PCC.
27.11 The Procuring Entity may require the Tenderer to justify its proposed
indexes, if any of those as stated under ITT Sub Clause 27.10, are instructed
to be quoted by the Tenderer in Appendix to the Tender.
28.1
The Tenderer shall quote all prices in the Tender Submission Letter and in
the Bill of Quantities in Bangladesh Taka currency unless otherwise
specified in the TDS.
29.Documents
Establishing Eligibility of
the Tenderer
29.1
29.2
329998472.doc
14
(b)
30. Documents
Establishing the
Eligibility and
Conformity of Materials,
Equipment and Services
31. Documents
Establishing Technical
Proposal
32. Documents
Establishing the
Tenderers Qualification
30.1
30.2
(e)
(f)
(g)
(h)
(i)
32.2
329998472.doc
proceedings
32.3
A Procuring Entity may disqualify a Tenderer if it finds at any time that the
information submitted concerning the qualifications of the Tenderer was
materially inaccurate or materially incomplete. Also, a Procuring Entity
may disqualify a Tenderer who has record of poor performance such as
abandoning the works, not properly completing the contract, inordinate
delays, litigation history or financial failures.
33.1
Tenders shall remain valid for the period specified in the TDS after the date
of Tender submission deadline prescribed by the Procuring Entity.. A
Tender valid for a period shorter than that specified will be rejected by the
Procuring Entity as non- responsive.
34.1
34.2
The request and the responses shall be made in writing. Validity of the
tender security provided under ITT Clause 35 shall also be suitably
extended for twenty eight (28) days beyond the new date for the expiry of
the Tender Validity. If a Tenderer does not respond or refuses the request it
shall not forfeit its tender security, but its tender shall no longer be
considered in the evaluation proceedings. A Tenderer agreeing to the request
will not be required or permitted to modify its tender.
35.1
The Tenderer shall furnish as part of its Tender, in favour of the Procuring
Entity or as otherwise directed on account of the Tenderer, a Tender
Security in original form and in the amount, as specified in the TDS.
35.2
If the Tender is a Joint Venture, the Tenderer shall furnish as part of its
Tender, in favour of the Procuring Entity or as otherwise directed on
account of the title of the existing or intended JVCA or any of the partners
of that JVCA or in the names of all future partners as named in the Letter of
Intent of the JVCA, a Tender Security in original form and in the amount as
stated under ITT Sub Clause 35.2.
36.1
329998472.doc
16
37.1
37.2
37.3
38.1
38.2
38.3
38.4
39.1
refuses to sign the Contract as stated under ITT Sub Clause 69.2 ;
or
(e) does not accept the correction of the Tender price following the
correction of the arithmetic errors as stated under ITT Clause 55.
40. Format and Signing of
Tender
329998472.doc
40.1
The Tenderer shall prepare one (1) original of the documents comprising the
Tender as described in ITT Clause 24 and clearly mark it ORIGINAL. In
addition, the Tenderer shall prepare the number of copies of the Tender, as
specified in the TDS and clearly mark each of them COPY. In the event
of any discrepancy between the original and the copies, the ORIGINAL
shall prevail.
40.2
40.3
The original and each copy of the Tender shall be typed or written in
indelible ink and shall be signed by the Person duly authorized to sign on
behalf of the Tenderer. This authorization shall be attached to the Tender
Submission Letter (Form PW3-1). The name and position held by each
Person(s) signing the authorization must be typed or printed below the
17
signature. All pages of the original and of each copy of the Tender, except
for un-amended printed literature, shall be numbered sequentially and
signed or initialled by the person signing the Tender.
40.4
E.
41. Sealing, Marking
and Submission of Tender
Tender Submission
41.1
The Tenderer shall enclose the original in one (1) envelope and all the
copies of the Tender, including the alternatives, if permitted under ITT
Clause 26, in another envelope, duly marking the envelopes as
ORIGINAL ALTERNATIVE (if permitted) and COPY. These sealed
envelopes will then be enclosed and sealed in one (1) single outer envelope.
41.2
(b)
bear the name of the Tender and the Tender Number as stated
under ITT Sub Clause 1.1;
(c)
(d)
(e)
41.3
41.4
41.5
42.1
42.2
The Procuring Entity may, at its discretion,, extend the deadline for
submission of Tender as stated under ITT Sub Clause 42.1, in which case all
rights and obligations of the Procuring Entity and Tenderers previously
subject to the deadline will thereafter be subject to the new deadline as
extended.
42.3
The submission of Tenders will not be allowed in more than one place.
43.1
Any Tender received by the Procuring Entity after the deadline for
submission of Tenders as stated under ITT Sub Clause 42.1 shall be
declared LATE, rejected, and returned unopened to the Tenderer.
44.1
A Tenderer may modify, substitute or withdraw its Tender after it has been
329998472.doc
18
Modification, Substitution
or Withdrawal of Tender
45.1
The Tenderer shall not be allowed to retrieve its original Tender, but shall be
allowed to submit corresponding modification to its original Tender marked
as MODIFICATION.
46.1
The Tenderer shall not be allowed to retrieve its original Tender, but shall be
allowed to submit another Tender marked as SUBSTITUTION.
47.1
F.
48. Tender Opening
48.2
Persons not associated with the Tender may not be allowed to attend the
public opening of Tenders.
48.3
48.4
48.5
329998472.doc
48.6
(b)
(c)
Ensuring that only the correct (M), (S), (A), (O) envelopes are opened,
details of each Tender will be dealt with as follows:
(a)
(ii)
(iii)
(iv)
any discounts;
(v)
any alternatives;
(vi)
(vii)
(b)
(c)
all pages of the original version of the Tender, except for unamended printed literature, will be initialled by members of the
Tender Opening Committee.
48.7
48.9
48.10 No Tender will be rejected at the Tender opening stage except the LATE
Tenders as stated in the ITT Clause 43.
49. Evaluation of Tenders
329998472.doc
49.1
Tenders shall be examined and evaluated only on the basis of the criteria
specified in the Tender Document.
49.2
50.1
51. Preliminary
Examination
51.1
(a)
Preliminary examination
(b)
(c)
(d)
The Procuring Entity shall examine the tenders to confirm that all
documentation requested in ITT Clause 24 has been provided, to
determine the completeness of each document submitted .
51.2 The Procuring Entity shall confirm that the following documents and
information have been provided in the tender. If any of these documents
or information is missing, the offer shall be rejected.
(a) Tender Submission Letter;
(b) Priced Bill of Quantities;
(c) Written confirmation of authorization to commit the Tenderer; and
52.1
52.2
329998472.doc
52.3
52.4
52.5
52.6
The Procuring Entity shall now examine the tender to confirm that all
terms and conditions specified in the GCC and the PCC have been
accepted by the Tenderer without any material deviation or reservation.
52.7
The Procuring Entity shall evaluate the technical aspects of the tender
submitted in accordance with ITT Clauses 30,31 and 32, to confirm that
21
If, after the examination of the terms and conditions and the technical
aspects of the tender, the Procuring Entity determines that the tender is not
substantially responsive in accordance with ITT Sub-Clauses 52.6 and
52.7 , it shall reject the tender.
52.9
(a)
(b)
53.1 The TEC may ask Tenderers for clarification of their Tenders, including
information which are historical in nature or breakdowns of unit rates or
prices, in order to facilitate the examination and evaluation of Tenders. The
request for clarification by the TEC and the response from the Tenderer
shall be in writing, and Tender clarifications which may lead to a change in
the substance of the Tender or in any of the key elements of the Tender
pursuant to ITT Sub Clause 52.2, will neither be sought nor be permitted.
53.2 Changes in the Tender price shall also not be sought or permitted, except to
confirm the correction of arithmetical errors discovered by the TEC in the
evaluation of the Tenders, as stated under ITT Sub Clause 55.1.
54. Restrictions on
Disclosure of Information
55.1
(a) if there is a discrepancy between the unit price and the line item
total price that is obtained by multiplying the unit price and
quantity, the unit price will prevail and the line item total price
329998472.doc
22
(c) if there is a discrepancy between words and figures, the unit price
in words will prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in figures
shall prevail subject to (a) and (b) above.
329998472.doc
55.2
56.1
The TEC will evaluate each Tender that has been determined, up to this
stage of the evaluation, to be substantially responsive to the requirements
set out in the Tender Document.
56.2
(b)
(c)
(d)
56.3
56.4
56.5
If so indicated in the ITT Sub Clause 1.1 the Procuring Entity may award
one or multiple lots to one Tenderer following the methodology specified
in ITT Sub Clause 56.6.
56.6
(b)
23
58. Negotiations
329998472.doc
(c)
(d)
56.7
57.1
57.2
In the extremely unlikely event that there is a tie for the lowest evaluated
price, the Tenderer with the superior past performance with the Procuring
Entity shall be selected, whereby factors such as delivery period, quality
of Works delivered, complaints history and performance indicators could
be taken into consideration.
57.3
In the event that there is a tie for the lowest price and none of the
Tenderers has the record of past performance with the Procuring Entity as
stated under ITT Sub Clause 57.2, then the Tenderer shall be selected,
subject to firm confirmation through the Post-qualification process, after
consideration as to whether the Tenderer has demonstrated in its Tender
superior past performance with the other Procuring Entities or a more
efficient work programme and work methodology.
57.4
The successful Tenderer as stated under ITT Sub Clauses 57.1, 57.2 and
57.3 shall not be selected through lottery under any circumstances.
58.1
58.2
The Procuring Entity through the TEC may, however, negotiate with
the lowest evaluated Tenderer with the objective to reduce the Contract
price by reducing the scope of works or a reallocation of risks and
responsibilities, only when it is found that the lowest evaluated Tender
is significantly higher than the official estimate; the reasons for such
higher price being duly analyzed.
24
58.3
58.4
In the event that the Procuring Entity decides because of a high Tender
price to reduce the scope of the requirements to meet the available
budget, the Tenderer is not obliged to accept the award and shall not be
penalised in any way for rejecting the proposed award.
59.1
59.2
59.3
59.4
The TEC may verify information contained in the Tender by visiting the
premises of the Tenderer as a part of the post qualification process, if
practical and appropriate.
60.1
The Procuring Entity reserves the right to accept any tender, to annul the
tender proceedings, or to reject any or all tenders at any time prior to
contract award, without thereby incurring any liability to Tenderers, or any
obligations to inform the Tenderers of the grounds for the Procuring
Entitys action.
61.1
Notice of the rejection will be given promptly within seven (7) days of
decision taken by the Procuring Entity to all Tenderers and, the Procuring
Entity will, upon receipt of a written request, communicate to any
Tenderer the reason(s) for its rejection but is not required to justify those
reason(s).
59. Post-qualification
G.
62. Award Criteria
329998472.doc
62.1
Contract Award
The Procuring Entity shall award the Contract to the Tenderer whose
offer is responsive to all the requirements of the Tender Document
and that has been determined to be the lowest evaluated Tender,
provided further that the Tenderer is determined to be Post-qualified in
accordance with ITT Clause 59.
25
62.2
63.1
Prior to the expiry of the Tender Validity period and within seven (7)
working days of receipt of the approval of the award by the Approving
Authority, the Procuring Entity shall issue the Notification of Award
(NOA) to the successful Tenderer.
63.2
63.3
64.1
64.2
64.3
65.1
65.2
66.1
67.1
68. Adjudicator
68.1
69.1
69.2
Within twenty-one (21) days of receipt of the Agreement, but not later than
twentyeight (28) days of issuance of the NOA, the successful Tenderer
shall sign, date, and return it to the Procuring Entity.
70. Publication of
Notification of Award of
Contract
70.1 Notification of Awards for Contracts of Taka ten (10) million and above
shall be notified by the Procuring Entity to the Central Procurement
Technical Unit within seven (7) days of issuance of the NOA for
publication in their website, and that notice shall be kept posted for not
less than a month.
70.2 Notification of Award for Contracts below Taka ten (10) million, shall
be published by the Procuring Entity on its Notice Board and where
applicable on the website of the Procuring Entity and that notice shall
be kept posted for not less than a month.
329998472.doc
72.1
27
329998472.doc
28
ITT
Clause
A.
ITT 1.1
General
The Name of the Tender is: Construction of Boundary wall in Kaliakoir Hi-Tech Park
(WD-3.1)
Brief Description of the Works : Earth works in box cutting, earth filling, BFS, brick
works, RCC work , CC work, Barbed wire and site development etc.
Tender Ref: 56.02.0000.009.34.133.15-107
Date: 24 February, 2015
ITT 3.1
The source of public funds is International Development Association (IDA) through the Private
Sector Development Support Project.
ITT 3.3
ITT 4.3
Guidelines: Procurement under IBRD Loans and IDA Credits (May 2004 and revised in
October, 2006 and May 2010), hereinafter referred to as the Procurement Guidelines
ITT 5.1
ITT 6.1
Materials, Equipments and associated services from the following countries are not eligible:
Israel
B.
ITT 8.2
Tender Document
The following are authorised agents of the Procuring Entity for the purpose of issuing the
Tender Document :
Project Director, Support to Development of Kaliakoir Hi-Tech Park Project
Address:
Bangladesh Hi-Tech Park Authority (BHTPA)
BCC Bhaban (3rd Floor), E-14/X, Agargaon, Shere Bangla Nagar, Dhaka-1207
Telephone No.: 8181342, 8181736
329998472.doc
29
ITT 9.1
For clarification of Tender Document purposes only, the Procuring Entitys address is:
Attention: Mr. A.N.M. Safiqul Islam
Address: Project Director, Support to Development of Kaliakoir Hi-Tech Park
Project,
Bangladesh Hi-Tech Park Authority (BHTPA).
Telephone: 8181342, 8181736
Fax No.: 8181694
e-mail address: pdsdkhtp@gmail.com
ITT 10.1
A Pre-Tender meeting will be held on 15.03.2015 at 11-00 AM. Place: Conference Room,
Bangladesh Hi-Tech Park Authority, BCC Bhaban (3rd Floor), Plot # E-14/X,
Agargaon, Dhaka-1207.
C.
Qualification Criteria
ITT
14.1(a)
The minimum number of years of general experience of the Tenderer in the construction works
as Prime Contractor shall be 5 (Five) years with having adequate experience of Construction.
[Years counting backward from the date of publication of IFT in the newspaper]
ITT
14.1(b)
ITT
15.1(a)
The required average annual construction turnover during the last 5 years shall be greater than
Tk. 8.50 (Eight point five zero) Crore.
[Years counting backward from the date of publication of IFT in the newspaper]
ITT
15.1(b)
The minimum amount of liquid assets or working capital or credit facilities bank confirmed
credit certificate already available of the Tenderer shall be Tk 2.12 (Two point one two) Crore.
ITT
16.1(a),
A Construction Project Manager, Engineer, and other key staff shall have the following
qualifications and experience:
Sl
No
Total Works
Experience (years)
In Similar
Works
Experience
(years)
Min. 15 years.
Min. 5 years.
Min. 10 years.
Min. 5 years.
Min. 5 years.
Min. 3 years.
Min. 5 years.
Min. 3 years
Min. 5 years.
Min. 3 years
329998472.doc
30
ITT 17.1
The Tenderer shall own or have proven access to hire or lease of the major construction
equipments, in full working order as follows :
No
Minimum Number
Required
Min. 1 Set
Min. 2 Nos.
Min. 3 Nos.
Min. 2 Nos.
Min. 1 No.
Min 2 Nos.
Vibrator
Min 4 Nos.
ITT 18.1
The value of non-judicial stamp for execution of the Joint Venture agreement shall be Tk.
300.00
ITT 18.2
The minimum qualification requirements of Leading Partner and other Partner(s) of a JVCA
shall be as follows :
TDS Clauses
References
ITT 19.3
Requirements by
summation
Requirements for
Leading Partner
ITT-14.1(a)
Summation not
applicable
Same as for
Leading Partner
ITT-14.1(b)
100%
Not applicable
ITT-15.1(a)
100%
40%
25%
ITT-15.1(b)
100%
Not applicable
Not applicable
ITT-16.1(a)
100%
Not applicable
Not applicable
ITT-17.1
100%
Not applicable
Not applicable
The Nominated Subcontractor(s) named [insert name(s)] shall execute the following specific
components of the proposed Works: Not applicable
D.
ITT 24.1
(l)
Tender Preparation
The Tenderer shall submit with its Tender the following additional documents:
329998472.doc
329998472.doc
32
ITT 26.1
ITT 26.2
ITT 26.4
Alternative technical solutions for any parts of works will not be permitted.
ITT 27.9
The prices quoted by the Tenderer shall be fixed for the duration of the Contract.
ITT 28.1
ITT 31.1
The required Technical Proposal shall include the following additional information :
Proposed in Technical Specifications.
ITT 33.1
The Tender Validity period shall be 120 (One Hundred Twenty) days.
ITT 35.1
The amount of the Tender Security shall be Tk 25,00,000.00 (Twenty five lac)
in favour of
E.
ITT
41.2(e)
Tender Submission
The inner and outer envelopes shall bear the following additional identification marks:
BHTPA/PSDSP/FY2014-15/WD-6.1
ITT 42.1
For Tender submission purposes only, the Procuring Entitys address is:
Attention: Project Director, Support to Development of Kaliakoir Hi-Tech Park Project,
Address: Bangladesh Hi-Tech Park Authority (BHTPA), BCC Bhaban (3rd Floor), E-14/X,
Agargaon, Shere Bangla Nagar, Dhaka-1207
The deadline for the submission of Tender is: 30 March 2015
Time: 14:00 hours local time
F.
ITT 48.1
G.
Contract Award
ITT 64.1
The amount of Performance Security shall be 10% (Ten percent) of the Contract Price.
ITT 68.1
The Adjudicator proposed by the Procuring Entity is Engr. Md. Anwar Hossain, PEng., ExAdditional Chief Engineer, Public works department (PWD).
The hourly fee shall be BDT 5,000.00 (Five thousand) and the reimbursable expenses shall be
limited to BDT. 1,00,000.00 (One lac)
329998472.doc
33
329998472.doc
34
329998472.doc
35
Section 3.
1.
Definitions
329998472.doc
General
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
Contractor is the party whose Tender to carry out the Works has
been accepted by the Procuring Entity.
(l)
(m)
(n)
(o)
(q)
(r)
(s)
(a)
329998472.doc
(t)
(u)
(v)
(w)
(x)
(y)
(z)
(aa)
(bb)
(cc)
2.
Interpretation
329998472.doc
(dd)
(ee)
(ff)
(gg)
(hh)
(ii)
Start Date is the date defined in the PCC and it is the last date
when the Contractor shall commence execution of the Works
under the Contract.
(jj)
(kk)
(ll)
(mm)
(nn)
2.1 In interpreting the GCC, singular also means plural, male also means
female or neuter, and the other way around. Headings in the GCC shall
not be deemed part thereof or be taken into consideration in the
interpretation or construable of the Contract. Words have their normal
meaning under the language of the Contract unless specifically defined.
38
(b)
2.4 Severability
If any provision or condition of the Contract is prohibited or rendered
invalid or unenforceable, such prohibition, invalidity or
unenforceability shall not affect the validity or enforceability of any
other provisions and conditions of the Contract.
2.5 Sectional completion
If sectional completion is specified in the PCC, references in the GCC
to the Works, the Completion Date, and the Intended Completion Date
apply to any section of the Works (other than references to the
Completion Date and Intended Completion Date for the whole of the
Works).
3.
Communication
s and Notices
3.1
3.2
3.3
4. Governing Law
5. Governing
Language
329998472.doc
7. Scope of Works
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
the Drawings;
(i)
(j)
8. Assignment
8.1 Neither the Contractor nor the Procuring Entity shall assign, in whole
or in part, its obligations under the Contract
9. Eligibility
9.1
9.2 All materials, equipment, plant, and supplies used by the Contractor in
both works and services supplied under the Contract shall have their
origin in the countries except any specified in the PCC.
10. Gratuities /
Agency fees
11. Confidential
Details
11.1
329998472.doc
than those shown in the tender or in the Contract, have been given or
received in connection with the procurement process or in the Contract
execution.
The Contractors and the Procuring Entitys
personnel shall disclose all such confidential and other information as
may be reasonably required in order to verify the Contractors
40
12. JVCA
the JVCA shall notify the Procuring Entity of its composition and
legal status which shall not be altered without the prior approval
of the Procuring Entity.
(d) alteration of partners shall only be allowed if any of the partners
is found to be incompetent or has any serious difficulties which
may impact the overall implementation of the works.
13. Possession of the
Site
13.1
15. Procuring
Entitys
Responsibilities
15.1 The Procuring Entity shall pay the Contractor, in consideration of the
satisfactory progress of execution and completion of the Works and
Physical services, and the remedying of defects therein, the Contract
price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract
Agreement.
15.2 The Procuring Entity shall make its best effort to guide and assist the
Contractor in obtaining, if required, any permit, licence, and approvals
from local public authorities for the purpose of execution of the Works
and Physical services under the Contract.
16. Approval of the
329998472.doc
16.1
Contractors
Temporary
Works
16.3
16.4
17. Contractors
Responsibilities
17.1
The Contractor shall execute and complete the Works and remedy any
defects therein in conformity in all respects with the provisions of the
Contract Agreement.
18.1
The Contractor shall be entirely responsible for all taxes, duties, fees,
and other such levies imposed inside and outside Bangladesh.
19. Contractors
Personnel
19.1
The Contractor shall employ the key personnel named in the Schedule
of Key Personnel, as referred to in the PCC, to carry out the functions
stated in the Schedule or other personnel approved by the Project
Manager.
19.2
19.3
20.1
20.2
20.3
21.1
21.2
20. Subcontracting
21. Nominated
Subcontractor
329998472.doc
42
22. Other
Contractors
22.1
The Contractor shall cooperate and share the Site with other
Contractors, public authorities, utilities, the Project Manager and the
Procuring Entity between the dates given in the Schedule of other
Contractors. The Contractor shall also provide facilities and services
for them as described in the Schedule. The Procuring Entity may
modify the Schedule of other Contractors, and shall notify the
Contractor of any such modification.
23. Project
Managers
Decisions
23.1
24. Delegation
24.1
24.2
25. Instructions,
25.1
The Contractor shall carry out all instructions of the Project Manager
that comply with the applicable law.
26.1
27.1
329998472.doc
28.1
(a)
(b)
(c)
The Contractor shall not perform any work on the Site on the weekly
holidays, or during the night or outside the normal working hours, or
on any religious or public holiday, without the prior written approval
43
29. Welfare of
Labourers
29.1
The Contractor shall comply with all the relevant labour Laws
applicable to the Contractors personnel relating to their
employment, health, safety, welfare, immigration and shall allow
them all their legal rights.
29.2
29.3
30.1
The Contractor shall not employ any child to perform any work that
is economically exploitative, or is likely to be hazardous to, or to
interfere with, the child's education, or to be harmful to the child's
health or physical, mental, spiritual, moral, or social development in
compliance with the applicable labor laws and other relevant treaties
ratified by the government.
31. Discoveries
31.1
32.1
The Procuring Entity carries the risks that the Contract states are
Procuring Entitys risks and the Contractor carries the risks that the
Contract states are Contractors risks.
33.1
From the Start Date until the Defects Correction Certificate has been
issued, the following are Procuring Entitys risks:
(a)
(b)
329998472.doc
ii.
(b)
(c)
34.1
From the Start Date until the Defects Correction Certificate has been
issued the risks of personal injury, death, and loss of or damage to
property including without limitation, the Works, Plant, Materials,
and Equipment, which are not Procuring Entitys risks are
Contractors risks.
35. Copyright
35.1
35.2
The Contractor shall not, except for the purposes of performing the
obligations under the Contract, without the written permission of the
Procuring Entity disclose or make use of any specification, plan,
design and drawing, pattern, sample or information furnished by or
on behalf of the Procuring Entity.
36.1
36. Limitation of
Liability
37. Insurance
(a)
(b)
37.1 The Contractor shall provide, in the joint names of the Procuring
Entity and the Contractor, insurance cover from the Start Date to the
end of the Defects Liability Period, in the amounts and deductibles
specified in the PCC for the following events which are due to the
Contractors risks:
(a)
329998472.doc
(b)
(c)
(d)
37.2 The Contractor shall deliver policies and certificates of insurance to the
Project Manager, for the Project Managers approval, before the
Start Date. All such insurances shall provide for compensation to be
payable in the types and proportions of currencies required to rectify
the loss or damage incurred.
37.3 If the Contractor does not provide any of the policies and certificates
required, the Procuring Entity may effect the insurance which the
Contractor should have provided and recover the premiums the
Procuring Entity has paid from payments otherwise due to the
Contractor or, if no payment is due, the payment of the premiums
shall be a debt due.
37.4
37.5 Both parties shall comply with conditions of the insurance policies.
38. Management and
Progress Meetings
38.1 Either the Project Manager or the Contractor may require the other to
attend a management and progress meeting. The business of such
meeting shall be to review the progress and plans for remaining
work and to deal with matters raised in accordance with the early
warning procedure.
38.2 The Project Manager shall record the business of the meetings and
provide copies of the record to those attending the meeting and to
the Procuring Entity. The responsibility of the parties for actions to
be taken shall be decided by the Project Manager either at the
management and progress meeting or after the meeting, and stated in
writing to all concerned.
39. Corrupt,
Fraudulent, Collusive,
Coercive, or
Obstructive Practices
329998472.doc
39.1
The Government and the Bank requires that Procuring Entity, as well
as the Contractor shall observe the highest standard of ethics during
the implementation of procurement proceedings and the execution of
the Contract under public fund.
46
39.2
For the purposes of GCC Sub Clause 39.3, the terms set forth below as
follows:
(a)
corrupt practice means offering, giving or promising to
give, receiving, or soliciting either directly or indirectly, to any
officer or employee of a Procuring Entity or other public or
private authority or individual, a gratuity in any form;
employment or any other thing or service of value as an
inducement with respect to an act or decision or method
followed by a Procuring Entity in connection with a Procurement
proceeding or Contract execution;
(b) fraudulent practice means the misrepresentation or omission of
facts in order to influence a decision to be taken in a
Procurement proceeding or Contract execution;
(c) collusive practice means a scheme or arrangement between two
(2) or more Persons, with or without the knowledge of the
Procuring Entity, that is designed to arbitrarily reduce the
number of Tenders submitted or fix Tender prices at artificial,
non-competitive levels, thereby denying a Procuring Entity the
benefits of competitive price arising from genuine and open
competition; or
(d)
329998472.doc
47
39.4
39.5
39.6
B.
40. Commencement of
Works
40.1
Time Control
(b)
(c)
329998472.doc
41.1
The Contractor shall carry out the Works in accordance with the
Programme of Works submitted by the Contractor and as updated
with the approval of the Project Manager as stated under GCC
Clause 42 to complete them in all respects by the Intended
Completion Date.
48
42.1
Within the time stated in the PCC, the Contractor shall submit to the
Project Manager for approval a Programme of Works showing the
general methods, arrangements, order, and timing for all the
activities in the Works. The programme may be in the form of an
Implementation Schedule prepared in any software or other form
acceptable to the Project Manager.
42.2
The Contractor
shall submit to the Project Manager for approval of an updated
Programme at intervals no longer than the period stated in the PCC.
An update of the Programme shall be a Programme showing the
actual progress achieved on each activity and the effect of the
progress achieved on the timing of the remaining work, including
any changes to the sequence of the activities.
42.3
If the Contractor
does not submit an updated Programme of Works at the intervals as
stated under GCC Sub Clause 42.2 , the Project Manager may
withhold an amount as stated in the PCC from the next payment
certificate and continue to withhold this amount until the next due
payment after the date on which the overdue Programme of Works
has been submitted.
42.4
43.1
44.1
44.2
45.1
42. Programme of
Works
45. Extension of
Intended Completion
Date
329998472.doc
49
45.2
45.3
45.4
47. Acceleration
47.1 When the Procuring Entity wants the Contractor to finish the Works
before the Intended Completion Date, the Project Manager will
obtain priced proposals for achieving the necessary acceleration
from the Contractor. If the Procuring Entity accepts these proposals,
the Intended Completion Date will be advanced accordingly and
confirmed by both the Procuring Entity and the Contractor.
47.2
48.1
The Project Manager may instruct the Contractor to delay the start or
progress of any activity within the Works.
49. Suspension of
Work
49.1
50. Consequences of
Suspension
50.1
329998472.doc
50
and/or from resuming the work, the Contractor shall give notice to
the Project Manager and shall be entitled subject to GCC Clause 93
to:
(a)
(b)
50.2
50.3
C.
Quality Control
51. Execution of
Works
51.1
The Contractor
shall construct, install and carry out the Works and Physical services
in accordance with the Specifications and Drawings as scheduled in
GCC Clause 6.
52. Examination of
Works before
covering up
52.1
52.2
53. Identifying
Defects
53.1
54. Testing
54.1
55. Rejection of
Works
329998472.doc
51
57. Correction of
Defects
58. Uncorrected
Defects
56.1
(a)
(b)
(c)
56.2
The Contractor shall comply with the instruction issued under GCC
Sub Clause 56.1 within a reasonable time, which shall be specified
in the instruction, or immediately if urgency is specified under GCC
Sub Clause 56.1(c).
56.3
57.1
The Project Manager shall give notice to the Contractor, with a copy
to the Procuring Entity and others concerned, of any Defects before
the end of the Defects Liability Period, which begins at Completion
Date, and is defined in the PCC. The Defects Liability Period shall
be extended for as long as Defects remain to be corrected.
57.2
58.1
If the Contractor has not corrected a Defect within the time specified
in the Project Managers notice, the Project Manager shall assess the
cost of having the Defect corrected by it, and the Contractor shall
remain liable to pay the expenditures incurred on account of
correction of such Defect.
D.
Cost Control
59.1
60.1
The Bill of Quantities shall contain priced items for the construction,
installation, testing, and commissioning work to be done by the
Contractor.
329998472.doc
52
60.2
61.1
If the final quantity of the work done for any particular item differs
from the quantity in the Bill of Quantities by more than twenty-five
percent (25%), provided the change in case exceeds one percent
(1%) of the Initial Contract Price, the Project Manager shall adjust
the rate to allow for the change.
61.2
62. Variations
62.1
All Variations and Extra Work Orders under the Contract shall be
included in the updated Programme of Works produced by the
Contractor.
63. Costing of
Variations or
Extra Orders
63.1
63.2
63.3
63.4
If the Project Manager decides that the urgency of varying the work
would prevent a quotation being given and considered without
delaying the work, no quotation shall be given and the Variation
shall be treated as a Compensation Event under GCC Sub Clause 69.
63.5
64.1
65. Payment
65.1
329998472.doc
53
Certificates
68. Payments to
Nominated
Subcontractor(s
)
329998472.doc
65.2
65.3
65.4
65.5
65.6
66.1
66.2
66.3
67.1
67.2
68.1
Contract.
69. Compensation
Events
69.1
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
329998472.doc
69.2
69.3
69.4
70.1
70.2
71.1
If the value of the Index is changed after it has been used in a calculation,
the calculation shall be corrected and an adjustment made in the
329998472.doc
56
72.2
On completion of the whole of the Works, the first half the total
amount retained under GCC Sub Clause 72.1 shall be repaid to the
Contractor and the remaining second half after the Defects Liability
Period has passed and the Project Manager has certified in the form
of Defects Corrections Certificate..
72.3
73.1
73.2
74. Bonus
74.1
75. Advance
Payment
75.1
73. Liquidated
Damages
16
Usually liquidated damages are set between 0.05 percent and 0.10 percent per day, and the total
amount is not to exceed between 5 percent and 10 percent of the Contract Price.
329998472.doc
57
76. Performance
Security
329998472.doc
75.2
The Contractor shall use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses required
specifically for execution of the Contract. The Contractor shall
demonstrate that advance payment has been used for such specific
purposes by supplying copies of invoices or other documents to the
Project Manager.
75.3
76.1
The Procuring Entity shall notify the Contractor of any claim made
against the Bank issuing the Performance Security.
76.2
The Procuring Entity may claim against the security if any of the
following events occurs for fourteen (14) days or more.
(a)
(b)
76.3
76.4
76.5
77.1
77.2
78. Dayworks
77.3
78.1
78.2
78.3
79.1
E.
80. Completion
80.1
81.1
The Procuring Entity shall take over the Site and the Works within
seven (7) days of the Project Managers issuing a certificate of
Completion.
82. Amendment to
Contract
329998472.doc
83.1
83.2
The Project Manager shall certify the Final Payment within fifty
59
84. As-built
Drawings and
Manuals
83.3
If it is not, the Project Manager shall issue within fifty six (56) days
a Defects Liability Schedule that states the scope of the
corrections or additions that are necessary.
83.4
84.1
84.2
85.1
(c)
(d)
(e)
87. Consequences of
329998472.doc
86.1
86.2
87.1
Force Majeure
(a)
(b)
if the event or circumstance is of the kind described subparagraphs (a) to (e) of GCC Sub Clause 85.1 occurs in the
Country, payment of any such cost, including the costs of
rectifying or replacing the Works and Physical services
damaged or destructed by Force Majeure, to the extent they
are not indemnified through the insurance policy referred to
in GCC Clause 37.
87.2After receiving notice under GCC Sub Clause 86.1, the Project
Manager shall proceed to determine these matters under
the provisions of the Contract.
88. Release from
Performance
F.
89. Termination
88.1
(b)
(b)
(ii)
329998472.doc
89.4
329998472.doc
90.1
(a)
(b)
(c)
89.5
90.2
90.3
329998472.doc
63
92. Frustration
91.1
92.1
93.1
93.2
93.3
94. Settlement of
Disputes
329998472.doc
Within forty two (42) days after the Contractor became aware or
should have become aware of the event or circumstance giving
rise to the claim, or within such other period as may be proposed
by the Contractor and approved by the Project Manager, the
Contractor shall send to the Project Manager a fully detailed
claim which includes full supporting particulars of the basis of
the claim and of the extension of time and/or additional payment
claimed, for settlement.
Amicable settlement
94.1
Adjudication
(a)
(b)
(c)
(d)
(e)
94.3
329998472.doc
Arbitration
(a)
(b)
65
329998472.doc
66
GCC 1.1(k)
The Contractor is
[Name, address, and name of authorized representative]
GCC 1.1( w)
The Intended Completion Date for the whole of the Works shall be 9 (nine) months
The Works consist of earth works in box cutting, earth filling, brick works, RCC
work, CC, Plaster, sand filling and site development etc. i.e. Construction of
Boundary wall in Kaliakoir Hi-Tech Park
GCC 2.5
GCC 3.1
The Procuring Entitys address for the purpose of communications under this contract
is :
Engr. Mohammad Atiqul Islam, Assistant Engineer (civil), Bangladesh HiTech Park Authority (BHTPA)
329998472.doc
67
Address: BCC Bhaban, 3rd Floor E-14/X, Agargaon, Shere Bangla Nagar,
Dhaka-1207
Tel: 8181369,8181736, 01712-259696
Fax: 8181694
e-mail address: atikcivil35@gmail.com
The Contractors address for the purpose of communications under this contract is :
GCC 6.1 (j)
GCC 9.2
Materials, Equipments Plants and supplies shall not have their origin in the following
countries: Israel
GCC 13.1
Possession of the Site or part(s) of the Site, to the Contractor shall be given on the
following date(s); 7 days from the date of Contract.
GCC 19.1
Following Key Personnel to carry out the functions stated in the Schedule shall be
employed by the Contractor;
GCC 23.1
The Contractual matters between the Procuring Entity and the Contractor shall be
decided by : NA
GCC 27.1(c)
GCC 37.1
The maximum deductible for insurance of the Works and of Plant and Materials
is Tk [state amount]
[the Contractor shall provide this amount at the time of Contract signing].
329998472.doc
68
(b)
The minimum cover for insurance of the Works and of Plant and
Materials in respect of the Contractors faulty design is Tk.
---------------[the amount could be 110% of the contract value]
(c)
(e)
Only.
[the Contractor shall state this amount at the time of Contract signing].
(f)
(g)
GCC 40.1
GCC 42.1
GCC 42.2
GCC 42.3
GCC 57.1
GCC 66.3
329998472.doc
Account Number
[insert number]
Address
Tel
Fax
:
:
e-mail address
69
GCC 69.1(m)
The following additional events shall also be the Compensation Events: Not
Applicable
GCC 71.1
GCC 72.1
GCC 73.1
GCC 73.1
GCC 74.1
GCC 75.1
The Advance Payment shall be maximum 10 (Ten) % of the contract amount against
Bank guarantee of same amount.
GCC 77.2
GCC 84.1
The date by which as-built drawings are required is within 30 days after substantial
completion of works
The date by which operating and maintenance manuals are required is within 30 days
after substantial completion of works
GCC 84.2
GCC 90.1
The percentage to apply to the contract value of the works not completed, representing
the Procuring Entitys additional cost for completing the uncompleted Works, is 20
(Twenty) percent.
In case of disagreement between the parties, the Appointing Authority for the
Adjudicator is the President of the Institution of Engineers, Bangladesh.
The arbitration shall be conducted in the place mentioned below : Dhaka, Bangladesh
329998472.doc
70
329998472.doc
71
Title
Tender Forms
PW3 1
PW3 2
Tenderer Information
PW3 3
PW3 4
PW3 5
Personnel Information
PW3 6
Contract Forms
PW3 7
Notification of Award
PW3 8
Contract Agreement
PW3 9
PW3 10
PW3 11
Bank Guarantee for Retention Money Security (when this option is chosen)
Forms PW3 -1 to PW3 -6 comprises part of the Tender Format and should be completed as stated
in ITT Clauses 24.
Forms PW3 -7 to PW3 -11 comprises part of the Contract as stated in GCC Clause 6.
329998472.doc
72
To:
Date:
[Contact Person]
[Name of Procuring Entity]
[Address of Procuring Entity]
Invitation for Tender No:
(e) Our Tender shall be valid for a period of [Insert Validity Period as specified in ITT sub-clause
33.1]_________________ days from the date fixed for the tender submission deadline in
329998472.doc
73
accordance with the Tender Document, and it shall remain binding upon us and may be accepted at
any time before the expiration of that period;
(f)
If our Tender is accepted, we commit to obtain a Performance Security in accordance with the
Tender Document;
(g) We, including any subcontractors or suppliers for any part of the contract, have or will have
nationalities from eligible countries, in accordance with ITT sub-clause 5.1;
(h) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict
of interest in accordance with ITT sub-clause 5.5;
(i)
We are not participating, as a Tenderer or as a subcontractor, in more than one Tender in this
Tendering process in accordance with ITT sub-clause 20.1, other than alternative offers submitted
in accordance with ITT clause 26;
(j)
We, our affiliates or subsidiaries, including any of our subcontractors or suppliers for any part of
the contract, have not been declared ineligible by the Bank, under the laws of Bangladesh or
official regulations or by an act of compliance with a decision of the United Nations Security
Council on charges of engaging in corrupt, fraudulent, collusive, coercive or obstructive practices
in accordance with ITT sub clause 5.6;
(k) We confirm that we do not have a record of poor performance as stated in ITT sub clause 5.7, and
that we do not have, or have had, any litigation against us, other than that stated in the Tenderer
Information (Form PW3-2);
(l)
We are not a government owned entity / We are a government owned entity but meet the
requirements of ITT sub clause 5.3;
(m) We understand that this Tender, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed;
(n) We understand that you are not bound to accept the lowest evaluated Tender or any other Tender
that you may receive; and
(o) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf
will engage in bribery.
Signature:
Name:
329998472.doc
74
WD-3.1
1.
1.1
1.2
1.3
1.4
1.5
1.6
329998472.doc
75
Name
National ID number
Address
Telephone / Fax numbers
e-mail address
1.7
Matter in dispute
Value of
Award
Value of
Claim
1.8
Matter in dispute
Value of Claim
1.10
[The foreign Tenderers, in accordance with ITT Sub Clause 5.1, shall provide evidence by a written
declaration to that effect to demonstrate that it meets the criterion]
2.
2.1
329998472.doc
End
Month
Year
Years
76
Role of
Tenderer
[Prime/Sub/
Managemen
t]
2.2
Name of Contract
[insert name]
Role in Contract
[tick relevant box].
Prime Contractor
Award date
Completion date
Total Contract Value
[insert date]
[insert date]
[insert amount]
Subcontractor
Management Contractor
2.4
Financial Resources available to meet the construction cash flow [ITT Sub Clause 15.1(b)]
No
Source of Financing
329998472.doc
Amount Available
77
In order to confirm the above statements the Tenderer shall submit , as applicable, the documents mentioned
in ITT Sub Clause 32.1(a), (b), (c) & (d)
2.5
2.6
Qualifications and experience of key technical and administrative personnel proposed for Contract
administration and management [ITT Sub Clause 32.1(e)]
Position
Name
Years of General Experience
[Tenderer to complete details of above. The Tenderer should complete the Personnel Information Form
(Form PW3-5)]
2.7
Major Construction Equipments proposed to carry out the Contract [ITT Sub Clause 32.1(f)]
Item of Equipment
Condition
(new, good, average,
poor)
Owned, leased or to
be purchased
(state owner, lessor or
seller)
329998472.doc
78
Tender Package No
1.
1.1
1.2
1.3
1.4
329998472.doc
79
1.6
1.7
Matter in dispute
Value of
Award
Value of Claim
1.8
Matter in dispute
Value of Claim
The following two information are applicable for national JVCA Partners only
1.9
1.10
[The foreign JVCA Partners, in accordance with ITT Sub Clause 5.1, shall provide evidence by a written
declaration to that effect to demonstrate that it meets the criterion]
2.
Key Activity(ies) for which it is intended to be joint ventured [ITT Sub Clause 18.2 & 18.3]
Elements of Activity
3.
329998472.doc
80
3.1
3.2
End
Month
Year
Years
Role of
JVCA
Partner
[Prime/Sub/
Managemen
t]
Name of Contract
[insert name]
Role in Contract
[tick relevant box]
Prime Contractor
Award date
Completion date
Total Contract Amount
[insert date]
[insert date]
[insert amount]
Subcontractor
Management Contractor
329998472.doc
81
3.4
Financial Resources available to meet the construction cash flow [ITT Sub-Clause 15.1(b)]
N
o
Source of financing
Amount
available
In order to confirm the above statements the JVCA Partner shall submit , as applicable, the
documents mentioned in ITT Sub Clause 32.1 (a), (b), (c) & (d)
3.5
3.6
Qualifications and experience of key technical and administrative personnel proposed for Contract
administration and management [ITT Sub Clause 32.1(e)]
Position
Name
Years of General Experience
[Tenderer to complete details of above. The Tenderer should complete the Personnel Information
Form (Form PW3-5)]
3.7
Major items of Construction Equipment proposed for carrying out the works [ITT Sub-Clause
32.1(f)]
Item of Equipment
Condition
(new, good, average,
poor)
Owned, leased or to
be purchased
(state owner, leaser or
seller)
329998472.doc
82
Tender Package No
1.
1.1
1.2
1.3
1.4
329998472.doc
83
Government-owned Enterprise
Other
(please describe)
1.5
1.6
Subcontractors authorised
representative details
Name
Address
Telephone / Fax numbers
e-mail address
1.7
1.9
[The foreign Subcontractors , in accordance with ITT sub Clause 5.1, shall provide evidence by a written
declaration to that effect to demonstrate that it meets the criterion]
2. Key Activity(ies) for which it is intended to be Subcontracted [ITT Sub Clause 19.1]
2.1
Elements of Activity
2.2
List of Similar Contracts in which the proposed Subcontractor had been engaged
Name of Contract and
Year of Execution
Value of Contract
Name
Entity
of
Procuring
329998472.doc
84
Tender Package No
A.
Prime Candidate
Alternative Candidate
Key Personnel
Prime Candidate
Alternative Candidate
B.
Personal Data
Name
Date of Birth
329998472.doc
85
C.
Name of Employer
Address of Employer:
Fax No:
e-mail address:
D.
Professional Experience
Summarise professional experience over the last twenty years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.
From
To
1
2
3
4
5
329998472.doc
86
Date:
87
and words] upon receipt by us of your first written demand accompanied by a written statement that the
Tenderer is in breach of its obligation(s) under the Tender conditions, because the Tenderer:
a. has withdrawn its Tender after opening of Tenders but within the validity of the Tender
Security; or
b. refused to accept the Notification of Award (NOA); or
c. failed to furnish Performance Security; or
failed or refused to sign the Contract Agreement
This guarantee will expire
(a)
(b)
if the Tenderer is the successful Tenderer, upon our receipt of a copy of the Contract
Agreement signed by the Tenderer and the a copy of the Performance Security issued
to you in accordance with the ITT; or
if the Tenderer is not the successful Tenderer, twenty eight (28) days after the
expiration of the Tenderers Tender validity period.
Consequently, we must receive at the above-mentioned office any demand for payment under this
guarantee on or before that date.
Signature
Date:
[Name of Contractor]
This is to notify you that your Tender dated [insert date] for the execution of the Works for [name
of project/Contract] for the Contract Price of Tk [state amount in figures and in words], as
corrected and modified in accordance with the Instructions to Tenderers, has been approved by
[name of Procuring Entity].
329998472.doc
88
i.
ii.
iii.
We attach the draft Contract and all other documents for your perusal and signature.
Signed
Duly authorised to sign for and on behalf of
[name of Procuring Entity]
Date:
The documents forming the Contract shall be interpreted in the following order of priority:
(a)
the signed Contract Agreement
(b)
the Notification of Award
(c)
the completed Tender and the appendices to the Tender
329998472.doc
89
(d)
(e)
(f)
(g)
(h)
(i)
(j)
3.
4.
The Procuring Entity hereby covenants to pay the Contractor in consideration of the execution
and completion of the works and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with
the laws of Bangladesh on the day, month and year first written above.
For the Procuring Entity
Signature
Name
National ID No.
Title
In the presence of
Name
Address
To:
[ insert Name and address of Procuring Entity]
329998472.doc
90
Signature
To:
[insert Name and address of the Procuring Entity]
329998472.doc
91
Furthermore, we understand that, according to your Conditions of Contract under GCC Clause 75, the
Advance Payment on Contract must be supported by a Bank Guarantee.
At the request of the Contractor, we [insert name of bank] hereby irrevocably undertake to pay you,
without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in
figures and in words] upon receipt by us of your first written demand accompanied by a written
statement that the Contractor is in breach of its obligation(s) under the Contract conditions, without you
needing to prove or show grounds or reasons for your demand of the sum specified therein.
We further agree that no change, addition or other modification of the terms of the Contract to be
performed, or of any of the Contract documents which may be made between the Procuring Entity and
the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee is valid until [insert date of validity of guarantee], consequently, we must receive at the
above-mentioned office any demand for payment under this guarantee on or before that date.
Signature
Demand Guarantee
[Banks Name, and Address of Issuing Branch or Office]
[insert date]
We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered
into Contract Number [insert reference number of the Contract] dated [insert date] with you, for the
execution of [insert name of Contract and brief description of Works] (hereinafter called "the Contract").
329998472.doc
92
Furthermore, we understand that, according to the conditions of the Contract, when the Taking-Over
Certificate has been issued for the Works and the first half of the Retention Money has been certified for
payment, payment of Tk. [insert the amount of the second half of the Retention Money] which becomes due
after the Defects Liability Period has passed and certified in the form of Defects Correction Certificate, is to
be made against a Retention Money Guarantee.
At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum
or sums not exceeding in total an amount of Tk. [insert amount in figures] (Taka [insert amount in words])
upon receipt by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation under the Contract because the Contractor failed to properly correct
the defects duly notified in respect of the Works.
It is a condition for any claim and payment under this guarantee to be made that the payment of the second
half of the Retention Money referred to above must have been received by the Contractor on its account
number[insert A/C no] at [name and address of Bank].
This guarantee is valid until [insert the date of validity of Guarantee that being twenty eight (28) days
beyond the Defects Liability Period]. Consequently, we must receive at the above-mentioned office any
demand for payment under this guarantee on or before that date.
Signature
(b)
when a Contract has been entered into, to provide a priced BOQ for use in the periodic
valuation of Works executed.
In order to attain these objectives, the items in the Bill of Quantities should be grouped into sections
to distinguish between those parts of the Works that by nature, location, access, timing, or any other
special characteristics may give rise to different methods of construction, phasing of the Works, or
considerations of cost. General items common to all parts of the Works may be grouped as a
separate section in the Bill of Quantities. Consistent with these requirements, the layout and content
of the BOQ should be as simple and brief as possible. Quantities should be computed net from the
329998472.doc
93
Drawings, unless directed otherwise in the Contract, and no allowance should be made for bulking,
shrinkage, or waste. Quantities should be rounded up or down where appropriate and spurious
accuracy should be avoided.
The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide
a common basis for Tendering. The basis of payment will be the actual quantities of work ordered
and carried out, as measured by the Contractor and verified by the Project Manager and valued at
the rates or prices quoted in the priced Bill of Quantities, where applicable, and otherwise at such
rates or prices as the Project Manager may fix within the terms and conditions of the Contract.
The method of measurements of completed works for payment shall be based on metric system
unless otherwise unavoidable.
A sample format has been suggested.
Daywork Schedule
A Daywork Schedule is commonly used in contracts where the likely incidence of unforeseen work
cannot be covered by definitive descriptions and approximate quantities in the Bill of Quantities. A
Daywork Schedule should therefore be included only if the probability of unforeseen work, outside
the items included in the BOQ, is high. To facilitate checking by the Procuring Entity of the
realism of rates quoted by the Tenderers, the Daywork Schedule should normally comprise the
following:
(a)
a list of the various classes of labour, materials, and construction plant for which basic
Daywork unit rates or prices are to be quoted by the Tenderer, together with a statement
of the conditions under which the Contractor will be paid for work executed on a
Daywork basis.
(b)
If a Day work Schedule is to be included at all in the Tender Document, it shall include nominal
quantities against the items most likely to be used and the unit rates or prices quoted by the
Tenderer shall remain invariable whatever the quantities ordered .
A sample format of the Schedule has been suggested.
Provisional Sums
A general provision for physical contingencies (quantity overruns) or for meeting other essential
expenditures may be made by including a provisional sum in the Summary Bill of Quantities.
329998472.doc
94
Similarly, a contingency allowance for possible price increases should be provided as a provisional
sum in the Summary Bill of Quantities. The inclusion of such provisional sums often facilitates
budgetary approval by avoiding the need to request periodic supplementary approvals as the future
need arise.
The estimated cost of specialized work to be carried out, or of special goods to be supplied, by
nominated Sub contractor(s) should be indicated in the relevant part of the Bill of Quantities as a
particular provisional sum with an appropriate brief description. A separate procurement procedure
is normally carried out by the Procuring Entity to select such specialized Subcontractor(s).
A sample format has been suggested.
Correction of Errors
If in preparing Bill of Quantities of its Tender, the Tenderer has made errors in the unit rates or
prices or the total price, and wishes to correct such errors prior to submission of its Tender, it may
do so, but shall ensure that each correction of error is properly initialled by the authorised person of
the Tenderer and that a statement shall be made as to the total number of such corrections made, at
the end of the priced Bill of Quantities.
The Procuring Entity shall ensure that the following note is added at the end of each page of the Bill
of Quantities.
This Bill of Quantities contains [state number] corrections duly initialled and signed by the
authorised person of the Tenderer.
THIS GUIDANCE NOTES FOR PREPARING A BILL OF QUANTITIES ARE INTENDED
ONLY AS INFORMATION FOR THE PROCURING ENTITY OR THE PERSON DRAFTING
THE TENDER DOCUMENT. THIS SHOULD NOT BE INCLUDED IN THE FINAL
DOCUMENT
95
Bill of Quantities
for
Construction of Boundary wall at Kaliakoir Hi-Tech Park
Item
no.
Description of Items
Quantity
Unit
LS
329998472.doc
96
Rate
(BDT) in
figure
and
words
Amount
(BDT)
(in
figure)
Amount
(BDT)
(in words)
Item
no.
Description of Items
Dismantling unserviceable/damaged
RCC Beam, Column, Copping, drop
wall sunshade, from any height in/c
booming, cleaning and disposal of
debris etc. as per direction of the
Engineer-in
charge.
358.39
m3
Dismantling unserviceable/damaged
and brick works of thickness125mm
and above in cement or lime in
foundation and superstructure etc. all
complete and accepted by the
Engineer-in charge. (brick wall)
6,028.02
m2
2,653.49
m3
663.00
m3
329998472.doc
Quantity
97
Unit
Rate
(BDT) in
figure
and
words
Amount
(BDT)
(in
figure)
Amount
(BDT)
(in words)
Item
no.
Description of Items
329998472.doc
Quantity
Unit
264.65
m3
1,741.13
m2
177.60
m3
98
Rate
(BDT) in
figure
and
words
Amount
(BDT)
(in
figure)
Amount
(BDT)
(in words)
Item
no.
Description of Items
(i)
(ii)
(i)
(ii)
(i)
329998472.doc
Quantity
Unit
531.05
m3
1,536.47
m2
263.23
m3
2,072.64
m2
325.23
m3
99
Rate
(BDT) in
figure
and
words
Amount
(BDT)
(in
figure)
Amount
(BDT)
(in words)
Item
no.
Description of Items
Quantity
Unit
(ii)
4,862.60
m2
(i)
103.36
m3
(ii)
Form work/shuttering
prop and
necessary supports etc. (wooden)
1,523.20
m2
10
150.00
Ton
11
6,718.10
m2
329998472.doc
100
Rate
(BDT) in
figure
and
words
Amount
(BDT)
(in
figure)
Amount
(BDT)
(in words)
Item
no.
Description of Items
Quantity
Unit
12
13,436.20
m2
13
7,938.27
m2
14
1,659.20
m2
329998472.doc
101
Rate
(BDT) in
figure
and
words
Amount
(BDT)
(in
figure)
Amount
(BDT)
(in words)
Item
no.
Description of Items
Quantity
Unit
15
21,374.46
m2
16
5,699.76
m3
Sub-Total=
329998472.doc
102
Rate
(BDT) in
figure
and
words
Amount
(BDT)
(in
figure)
Amount
(BDT)
(in words)
329998472.doc
Quantity
Unit
LS
7935.00
m3
2780.00
m3
5730.00
m3
103
Rate
(BDT)
in
figure
and
words
Amount
(BDT)
(in figure)
Amount (BDT)
(in words)
(i)
(ii)
329998472.doc
Quantity
Unit
478.00
m3
1825.00
m3
3782.00
m2
104
Rate
(BDT)
in
figure
and
words
Amount
(BDT)
(in figure)
Amount (BDT)
(in words)
(i)
(ii)
329998472.doc
Quantity
Unit
22.30
m3
305.20
m2
105
Rate
(BDT)
in
figure
and
words
Amount
(BDT)
(in figure)
Amount (BDT)
(in words)
Quantity
Unit
105.60
Tonne
1100.00
m2
2200.00
m2
10
329998472.doc
106
Rate
(BDT)
in
figure
and
words
Amount
(BDT)
(in figure)
Amount (BDT)
(in words)
Quantity
Unit
11
561.00
m2
12
551.00
m2
2761.00
m2
13
329998472.doc
107
Rate
(BDT)
in
figure
and
words
Amount
(BDT)
(in figure)
Amount (BDT)
(in words)
Quantity
Unit
Rate
(BDT)
in
figure
and
words
Amount
(BDT)
(in figure)
Amount (BDT)
(in words)
Grand Total=
This Bill of Quantities contains [insert number] corrections duly initialled and signed by the authorised person of the Tenderer
___________________________________________________________________________________________________________
Note
1.
2.
It is suggested that the Tenderer uses these sheets of the BOQ in order to avoid any manipulation, distortion and
inadvertent mistakes or omissions in course of preparing the Tender by the Tenderer
Follow the Guidance notes under Section 6 in filling this Schedule
329998472.doc
108
Schedule of Day-works
Name of
Works:___________________________________________________________
IFT No.____________ Package No.______________Lot No._________
Item Code
(if any)
Item no.
Description of
Item
2
3
to be filled in by the Procuring Entity
A. DL 100 LABOUR
Labourer
DL 101 01-01302
Unit Rate
Unit
DL 102
DL 103
& so on
No
minal
Quantityfigures
5
In
Amount
In
words
In
figures
6
7=6
8=5x6
to be quoted and filled in by the Tenderer
In words
9=8
Hour
Mason
Hour
Carpenter
Hour
& so on
above
are
examples
only
examples
only
examples
only
DM 200 MATERIALS
DM 201
DM 202
DM 203
Stone
Boulders
Cement
m3
GI Pipe
kg
& so on
above
are
DCE
301
Excavator
Hour
DCE
302
Tractor
Hour
DCE
303
Pay loader
Hour
& so on
above
are
329998472.doc
109
Day-work Summary
Name of Works:
___________________________________________________________
IFT No.____________ Package No.______________Lot No._________
Amount
Classification of Dayworks
1. Total for Daywork: Labour
2. Total for Daywork: Materials
3. Total for Daywork: Contractors Equipment
TOTAL FOR DAYWORKS
In Figures
In Words
________________________________________________________________________
___
Note:
This Summary refers to Schedule of Dayworks
329998472.doc
110
Item
No
Amount
Grand Summary
329998472.doc
111
General Summary
1. Main Items
2. Day-works (if any)
3. Others (if any)
Subtotal :
Provisional Sums [GCC Sub Clause 80]
(i) Provisional Sums for Nominated Subcontractor(s)
(ii) Provisional Sums for meeting other expenditures
Subtotal :
Reference
In figures
In words
329998472.doc
112
Amount
Technical Specifications
329998472.doc
114
115
The depth and width of the excavation may be increased or decreased by the Engineerin-charge to meet the requirement of the Architectural plan or structural design.
Shoring, sheeting or bracing of the sides of the trenches must be done strongly, if
required. Arrangement for de-watering with water pump must be made, when required.
The dewatering system shall include superficial pumping and drainage.
Protective measures shall be taken to prevent damage to adjoining structures, land,
underground service lines etc. caused by vibration, moving equipment or any action
connected with earthwork in excavation failing which the contractor shall pay the damages
or re4store it to its original position.
No material excavated from the foundation trenches shall be placed nearer than 1m
from the edge of foundation. Surplus of the excavated soil lift after back filling of the
trenches shall be suitably spread on the work site or be removed to a distance as directed
by Engineer-in-charge.
1.3. PRECAUTIONS :
Earthwork in excavation shall not be commenced before the pillars marking the centre
lines and B.M bearing known levels are checked by the Engineer-in-charge.
All loose materials and residue of foreign materials before be removed before concrete
casting is commenced.
In case if any utility service line is found to lie in the trench, the lines shall be
protected from injuries or damages due to strikes from excavation tools. Immediate of the
Engineer-in-charge shall be drawn the presence of utility lines and measures shall be taken
by the contractor without additional cost, to support them till the works below ground are
completed.
Site Engineer shall inspect to confirm that the foundation bed has a uniform bearing
capacity and there in no loose spot. If there is any loose spot, the area shall be specially
treated in consultation with the designer.
Special care shall be taken to retain the sides of the foundation trench from falling
and thus, filing the trench.
Excavation of trenches should be taken up only receipt of detail structural drawing
for the foundation.
2. BRICK SOLING IN FOUNDATION
2.1. SCOPE :
The work covered by this item consists of brick flat soling on all types of soil at any
depth with 1st class brick.
The item consists of a single layer of brick flat soling at the bottom of foundation
trenches, floors, roads, pavements, drains and all other underground structures etc.
329998472.doc
116
SCOPE:
Unless stated otherwise the item shall consist of preparing and pouring of cement
concrete in proportion 1:3:6 in foundation trenches in all types of soil at any depth.
3.2.
MATERIALS:
Coarse aggregate shall be picked jhama brick chips grades from 6mm of approved
quality. The chips should be free from all kinds breaking well burnt picked jhama bricks
bats on a clear pucca platform. The aggregate should be free from all kinds of dust, leaves,
grass, earth or any other organic materials. It should be properly screened by screen of
specified meshes to remove the brick dust and particles smaller than 6mm. For cleaning of
the surfaces having clay or dirt, the brick khoa must be washed with water on the
preceding day of its use.
Fine aggregate i.e. sand should have a minimum fineness modulus (F.M) of 1.2.
properly screened and washed to free it from clay lumps, organic materials, salts etc.
Cement shall be ordinary Portland cement. It should be free from cakes. Cement
should not have set in any way before use. Cement should be tested before use and test
results shall be approved by the Engineer-in-charge.
Water used for mixing shall be clean potable water free from harmful chemicals and
salts.
3.3.
METHOD OF CONSTRUCTION:
The concrete should be mixed in such a quantity as can be used in about half an hour.
The fine and coarse aggregates shall be measured in standards measuring boxes. The batch
boxes should be of such size as to contain the exact quantity of the dry aggregates required
for mixing one bag of cement.
In case of hand mixing the coarse aggregate shall be measured by measuring boxes
and stacked on a clean and smooth water tight platform large enough to allow efficient
handling of the ingredients. Another stack of sand measured as above should also be
placed on the mixing platform. The required quantity of cement is to be added over the
329998472.doc
117
stack of sand with uniform thickness and the whole mixed dry 3/2 times thoroughly to
bring it to a uniform colour. This mixture of sand and cement shall then be planed over the
stacks of coarse aggregate and thoroughly mixed dry at least thrice by means of spade with
a little jerk added to it while cutting and spreading the mixture. The required quantity of
water is to be added gradually to one side of the dry mix. The process of turning over is to
be continued by backward and forward pushes of the spade. The entire mass is to be
turned over at least three times until a homogeneous mixture of the required consistency is
obtained.
3.4.
MACHINNE MIXING
When the mixing of the ingredients are done in mixing machine half of the required
quantity of aggregates for one bag of cement is placed on the hopper of the mixing
machine. Cement is then placed over it and last of all the other half of aggregates is added
to it. The requisite quantity of water is then gradually added as the drum is rotated. The
speed of rotation of the drum shall not exceed that prescribed by the manufacturer. The
mixing is continued until proper consistency is attained. The quantity of water should first
be ascertained by frails and then by slump test. The duration of the rotation shall not be
less than two minutes. To determine whether the required consistency has been attained,
slump test should be than two minutes. To determine whether the required consistency has
been attained, slump test should be undertaken and the slump must not be more than that
specified by the Engineer-in-charge. Excess water shall, on no account, be used as this
weakens the concrete.
3.5.
PLACING OF CONCRETE
Concrete shall be posited in place without segregation and without disturbing the
uniformity of the mix. The concrete shall in no case be dropped from a height than
600mm. Gaps if purposely left in the trick soling, as per design, must be filled in with
concrete. The concreting shall be carried on at such rate that concrete is at all times plastic
and flows easily into all spaces inside the forms. Al concrete shall be thoroughly
compacted by Roding with M.S. Rods 5"8 and higher dia. In addition, trowels shall also
be used to compact the concrete near the surface of the forms. During the operation of
placing, concrete shall be thrown in to comers and edges of the forms. While the concrete
is still plastic it shall also be slightly rammed by flat bottom rammer until a a thin film of
mortar comes up to the surface. The finished surface shall be properly smoothened and
leveled as specified. For compaction of concrete, wooden of still masers or rammers may
be used instead of vibratory.
In order improve bond with masonry/concrete work coming above it, if required, the
surface shall be roughened before it reaches initial set, by securing with the help of a
pointed tool.
3.7. CURING
As soon as the cement concrete has hardened sufficiently within few hours of casting
it shall be covered with canvas or mitts in order to protect it from the strong sun or dry
wind. After 24 hours, it shall be covered with empty gunny bags and kept constantly wet
by watering for at least 3 days.
329998472.doc
118
3.8. PRECAUTION
Before the laying of concrete in foundation is started the brick soling below shall be
sprinkled with water so that no loss of water from the concrete can occur due to the
absorption of water by dry bricks.
In case subsoil water tends to rise and wash away the foundation concrete while this
is being done, de-watering of the foundation bed should be done from sumps by using
pump or by manual labour. The de-watering should continue until the concrete has set.
4. BRICK WORK IN FOUNDATION AND PLINTH
4.1.
SCOPE
The work covered by this item consist of the constructing brick walls and brick
columns of any thickness and dimensions with first class bricks in cement mortar in
foundation up to plinth.
4.2.
MATERIALS
Bricks for use shall be regular are size and shape and shall conform to BDS 208:
1980 common building clay bricks (First Revision).
Cement shall be ordinary Portland cement type 1 conforming to BDS 232:1974,
specification for Portland cement (ordinary and rapid hardening) (First Revision).
Sand shall be as specified in material section. Water shall be clean and free from salt
and other harmful chemicals. For saline zone special care shall be taken so that water
containing salt is not used.
4.3.
METHOD OF CONSTRUCTION
Cement mortar shall consist of a mixture by volume of one part cement to six parts of
sand unless otherwise specified thickness of mortar joints between bricks both horizontally
and vertically shall not be more than 10mm (3/8").
The size of the first class bricks shall be 9.5"x4.5"x2.75" and shall conform to the
specification of a 1st class brick as described.
The fineness modules of sand used forcemeat mortar shall be minimum 1.2 sand shall
be screened and wished before use.
The work shall be true to plumb, curved or slopped as may be required or shown in
the architectural drawing, bricks shall be perfectly clean and free from moss or dirt of any
kind. If necessary, the bricks shall be cleaned by scrubbing with steel brush and washed.
The bricks must not be used until they have been thoroughly soaked vat for at least 24
hours in clear water. Water of soaking vat shall be replaced at regular intervals to avoid
concentration of salt and dirt. Soaking of bricks to saturation frees them to great extent
from salt. Which otherwise would cause the plaster, white wash, colour wash, distemper or
plastic paint to disintegrate and fall of in scales.
329998472.doc
119
The cement and sand shall be mixed dry in the specified proportion on a clean board
or platform, until the colour of the mixture is uniform. Water shall them be added
sparingly, only the minimum necessary being used to produce a workable mixture of
normal consistency. The water cement ratio in no case shall exceed 0.5 by weight.
Each course of brick shall be laid level and perfect in bond with the frog mark on top
so that every brick is well bedded and flushed with mortar and that the surface of the brick
course is made straight and to the plumb. The vertical joints to the back work shall be
broken. The joints must be filled thoroughly, with mortar leaving no gap, unless otherwise
specified. The bond shall be English and no half bricks or part bricks shall be used than
minimum required completing the bond. Pouring of water in the joints at the time of
laying the bricks shall be strictly prohibited. The masons must be equipped with adequate
numbers of plumb bobs, levels square and other necessary tools. No mortar joint shall
exceed 3/8" (10mm) in thickness. Wider joints seriously weaken the structure. The
consistency of mortar should be attended by the minimum quantity of water in it.
Mixing of mortar in huge quantity shall be avoided. Cement mortar shall be mixed in
such quantities as can be used within 30 minutes. Mortar which has crossed the initial
setting time shall not be used nor shall it be remixed 3ith fresh mortar. Such mortar shall
be discarded and removed from working site.
The top of every days work shall be covered with water proof covering to prevent rain
water spoiling the days work.
The joints of brick work that shall remain below ground shall be made flush with
trowels at the time of brick work and the portion of plinth above ground level should the
joints racked well to a depth of 12mm (1/2") with a bent iron rod.
All fixtures in the brickwork so long as they are included within the estimate for the
work and shown on the plans or anticipated must be built in position shown or as may be
specified by the Engineer-in-charge, as the brickwork proceeds. At the end of days work,
the vertical and horizontal joints must be raked to a depth of 1/2" (12mm) with a bent iron
rod, so as to ensure a good adhesion to the plaster to be done subsequently.
At frequent intervals the wall surface shall be checked with the straight edge (patta)
and the plumb bob the straight edge should be put on various angles to ensure correct
surface of brick work.
All masonry shall be built true to the plumb within the tolerances prescribed below:
a) Deviation from vertical within a story shall not exceed 6mm per 3m height.
b) Deviation in verticality in total height of any wall of a building more than one story
in height shall not exceed 12mm.
c) Deviations in from position shown on plan of any brickwork not exceed 6mm.
d) Relative displacement between loads bearing walls in adjacent stories intended to
be in vertical alignment shall not exceed of 12mm.
e) Deviation of bed joint from horizontal in a length of 12m shall not exceed 6mm
subject to a maximum of 12mm.
Any pipe or conduit may pass vertically or horizontally through any masonry by
means of a sleeve at least large enough to pass any hub or coupling on the pipe line. Such
329998472.doc
120
sleeves shall not be placed closer than three diameters centre to centre nor shall they
unduly impair the strength of construction.
Chases, recesses and holes shall be permitted within the tolerances prescribed below:
a) Vertical chases are preferred instead of horizontal chases and chases, recesses
and holes are to be considered in the structural design.
b) Depth of vertical and horizontal chases in loads bearing walls shall not exceed
none third and one-sixth or the wall thickness respectively.
c) Vertical chases shall not be closer 2m in any stretch of wall and shall not be
located with 350mm of an opening or within 230mm of a cross wall that serves
as a stiffening wall for stability.
d) Horizontal chases shall be located in the upper or lower middle third height of
wall at a distance not less than 60mm from lateral support.
e) Recesses and holes in masonry walls shall be kept at the time of construction so
as to avoid subsequent cutting. If cutting is necessary, it shall be done using sharp
tools, without causing heavy impact and damage to the surrounding area.
f) No chase, recess or hole shall be provided in half brick load bearing walls,
excepting the minimum number of holes needed for scaffolding.
Walls are always to be carried out at regular height align the entire length and
throughout the building. When brickwork in any section of a building cannot be carried up
in level courses, the work is to be racked lack in regular steps of one course each. The
maximum height that will be permitted to be done in one day should not exceed 1 meter in
10" walls.
Curing shall be done for at least 7 days, proper care must be taken to see that the
brickwork is kept constantly wet for 7 days. A brass hand sprayer should be used for the
purpose. Should the construction agency fails to water the work to the satisfaction of
Engineer-in-charge the later shall do it departmentally and charge the cost to the
contractor.
Measurement for brickwork shall be given as 250 mm width for one brick length and
375mm for one brick and a half brick length. No deduction shall be made for flues, storm
drainage, sewerage, electrical conduits and other utility pipe holes, for payment of works.
Necessary scaffolding shall be done at the expenses of the contractor for proper
execution of the brickwork. The rates shall include the cost of erection and removal of
scaffolding trowel finishing the brick joints during work and curing for 7 days complete.
4.4.
The height of the plinth wall at the outside of the verandah shall be kept less than the
heath of the inner wall by the thickness of one brick, so that a proper outward slope can be
maintained in the verandah at the time of laying of verandah floor.
4.5.
PRECAUTUIONS
329998472.doc
121
Soaking of brick for 24 hours before use must be ensured. Mixing of mortar to correct
proportion and adding correct quantity of water for correct consistency of mortar shall be
carefully looked into.
Masons shall not6 be allowed to pour water in mortar on the joints in bricks at the
time of lying. The joints shall always be filled completely with trowels.
Special care shall be taken to see that brickwork is cured for at least 7 days.
5. BACK FILLING IN FOUNDATION THRENCHES AND PLINTH
5.1. SCROPE
The work covered by this item consist of filling the foundation trenches, plinth and
interior of the sub-structure walls up to plinth level with excavated earth available or from
other areas of the site or from a distant place, as instructed by the Engineer-in-charge.
Sand may be used as fill materials, if specifically ordered by the superintending Engineer.
5.2. METHOD OF CONSTRUCTION
As soon as a building is finished in to ground level, the space between the structure
and the sides of the trenches shall be cleared of whatever debris might have fallen into it.
After removal of debris and other foreign materials, filling shall be done in layers, not
more than 15 cm thick. Each layer shall be compacted at optimum moisture content before
the next layer is placed on it. The density obtained shall be 95% of the maximum that can
be obtained with the filled materials at optimum moisture content. Compaction shall be
done by vibrator or frog hammer or vibrocompactor.
It is the common experience that cracks in the floors occur vertically on the trench
line. This is due to settlement of the fill in the trench. As the width of the trench to be
filled up is narrow, it is liable to be inadequately compacted, care shall therefore, be taken
to achieve the required degree of compaction of the fill materials in the trenches and in the
floor areas.
Optimum moisture content of soil should be determined by testing the soil in the
laboratory. When this is not possible, an approximate method of determining the moisture
contend which is most suitable for compaction of a given mass of soil, is to mix a few
batches of the dry soil with gradually increasing water and then taking a lump of each one
after just retains its shape after the other in the palm and pressing the by the fingers. The
moisture content at which the lump just retains its shape after being pressed and released,
approximately be taken as optimum moisture suitable for the maximum compaction of the
soil.
As soon as the well reaches upto plinth, the filling of the interior of the walls up to the
plinth should be taken. Procedure for filling and compaction shall be same as stared
earlier.
The trench and plinth filling is one of the most important item in the building
construction. A lot of failures in the floor caused by settlement of earth has happened.
People not conversant with the technical aspects may justifiably conclude that the building
having a defective floor may face greater dangers. The floor is conspicuously exhibited
329998472.doc
122
and one gets a very poor impression about the workmanship, the supervision and the
quality of the whole work. Utmost care must, therefore, be taken to compact the fill
materials underlying the floors.
Saturating the filled materials with water shall be avoided as the water confined in the
sides of the si9ld shall evaporate and form voids inside, resulting in harmful settlement.
The plinth fill shall be inspected by executive engineer/sub-divisional engineer
according to importance of the building before the floor is laid.
5.3. PRECAUTION
a) The top minimum 6" (15cm) thick layer of fill shall invariably be of sand.
b) Special care shall be taken that column or any other member of building is not hit
or damaged during compaction.
c) Special care shall be taken to compact the inner sides of the wall, wherein most of
the cases of cracks in floors occur.
d) Fill materials shall not be over saturated with water with the wrong impression of
better compaction. Adequate compaction will not be attained if the soil is dry or very wet.
Optimum moisture content is needed for proper compaction of soil.
e) No loose brick or brick bat shall be allowed to get buried inside the fill material.
Any other loose materials such as pieces of bamboo, wood, paper, vegetable matters shall
also be removed before the earth filling is started.
f) Big lump of earth or the like shall be broken to small pieces for proper compaction.
g) Fineness modules of sand used for filling trenches and floors shall be minimums
0.8 and it should be pure sand with minimum quantity of silt or clay.
h) Before sand filling, sample shall be submitted to engineer-in-charge for approval.
i) Where it is not possible to use vibratory or frog hammer, the compaction shall be
done with the help of a steel hammer of minimum 10 ibs weight.
123
Brick wall may be reinforces with M.S bars for safety against earthquake or high
wind. Reinforced brick walls shall be designed properly as per code by the design office
before execution at the site. Care should be taken so that reinforcements are well covered
with mortar and their ends are anchored to the walls connecting the R.B walls at right
angles to it.
7.4. BRICK ARCHES.
Depending upon the nature of work and quality of bri9cks used brick arches may be
classified as rough arches, axed brick arches, gauzed brick arches, etc.
Rough arches are built with ordinary bricks which are not cut to wedge shapes. In
order shat all the bed joints may be normal to the curve of the arch, the joints are made
wedge shaped. Thus the joints at the extrude are wider than these at the intrades. The
wedge shaped joints spoils the appearance of the arch, as such rough arches are seldom
used for facing brickwork. It is suitable for plastered surface.
In axed brick arches, the brick are cut to wedge shape. Thus the joints of arches are of
uniform thickness. Since the wedge shaped units cannot be finely dressed, the appearance
of the arch is not very attractive.
For gauzed brick arches, bricks are accurately prepared to a wedge shape for the arch
construction. This is difficult method and special type of bricks is used in this type of arch
construction.
Arches are also defined in names derived from the shape of the curve like flat arch,
semi-circular arch, segmental arch etc.
When sued over opening of doors or windows the flat arch acts similar to a lintel. Flat
arches also known as straight arch is laid with its bed joints either vertical or radiating to a
centre. Flat arches are not strong compared with other forms.
The semi circular arch derives its name from the shape of the curve given to the arch
soffit. Semi bed joints of segmental arches radiate from a common point which lies below
the springing line and is equidistant from all points on the arch curve. When used over a
lintel segmental arch is termed as relieving arch A good rule for the radius of segmental
brick arches over doors and window or other small opening is to make the radius equal to
the width of the opening.
7.5. METHOD OF CONSTRUCTION
The usual centering for arch construction consists of a horizontal frame known as
centre or turning piece. The centering differs according to the shape of the arch curve and
the span of the opening. The centering may be of timber or brickwork. The upper surface
of the centering is given the shape of the soffit of the arch to be constructed.
After the centering is properly erected in position, skewbacks are first prepared and
voussions are arranged in the form of arch curve starting from the skewbacks and
proceeding toward crown. Keystone is finally inserted to lock all the voussions in position.
The viceroys must be properly bedded to ensure strength and stability of the arch.
329998472.doc
124
The thickness of arch ring may be taken for brickwork in cement mortar 1:4 as follows :
a) Up to 5-0"
b) 6-0" to 14-0"
c) 15-0" to 25-0"
10"
15"
20"
The thickness of arch ring at spring may be taken same as at crown for small spans. In
case of large spans over 6m, the thickness at the springing should be increased by about 20
percent.
It is preferable to provide all arches of span 6-0" and above with keys. For spans
6-0" to 12-0" there should be one key at the crown and for spans above 12-0"
additional keys should be provided so that the distance between the keys is not more than
9-0" measured along the intrades. Keys should extend over the full thickness of the arch.
8. BRICK WORK WITH SPECIAL QUALITY SORTED OUT BRICKS
8.1 SCOPE
The work covered by this item consists of constructing brick wall and brick pillar
of 250 mm thickness or more with special quality sorted out 1 st class bricks in cement
mortar (1:4) and flush pointing the exterior surface with cement mortar 1:2.
8.2 MATERIALS
Bricks for use shall be regular in size and shape and shall conform to BDS
208:1980 common building clay bricks (First edition). Special quality sorted out first class
bricks having goods texture , exact size, shape, edge, and corners shall be used. There
shall not be any crack or blemishes in the bricks.
Cement shall be ordinary Portland cement type-1 conforming to BDS 232: 1974.
Sand shall be as specified in Material section
Water shall be clean and free from salt and other harmful materials .
8.3. METHOD OF CONSTRUCTION
Before starting the work, sorted out bricks of special quality shall be stacked
separately for approval by the Engineer-in-charge. No brick shall be used from the
ordinary stack of 1st class brick unless it is sorted separately for this particular type of
brick work.
The work shall be carried out as per specification laid down in section. 11.2
excepting that cement mortar shall consist of one part of cement to four parts of sand by
volume.
Care shall be taken that exposed bricks are not stained as the work processed; no
rubbing of faces shall be allowed to remove smear or stain. while putting mortar between
joints special care shall be built in the surrounding brickwork in 1:3 cement mortar
without disturbing the joint pattern;
329998472.doc
125
Bricks joints shall be water tight and no leakage shall be alloyed Brick joints shall
be of uniform thickness and not more than 10mm (3/8) Both vertical and horizontal joints
shall be checked from time to time so that uniformity of thickness is maintained
throughout the brickwork.
During brick lying, the joints on the exposed surface shall be carefully racked to a
depth of 10mm first be thoroughly scrubbed and cleaned with clear water. when the wall
surface is dry. Pointing mortar with cement sand ratio of 1:2 shall be applied with small
steel trowels to fill the joints extreme care shall be taken that the mortar does not spread
over the edges of the brick. The mortar shall be compacted by pressing the towed hard
against the joint and finished by drawing the trowel with a steady, firm tangential motion
over the surface. The mortar consistency shall neither be too stiff nor too soft but must be
of a consistency to take a polish at the time of finishing. The surface of the finished mortar
shall be flush with the brick surface.
Flush pointing shall be cured for 7 days
8.4 PRECARTIONS
Only selected brick of uniform size and texture shall be used.
Selected bricks shall be stacked separately for this particular work. Blemishes and
spreading of mortar on selected bricks shall be strictly controlled.
As the brick surface shall remain exposed special care shall be taken to give the surface a
decent look and uniform joints and texture.
As there will be no paslter over the surface, special care shall be taken to fill the joints
both vertical and horizontal properly to avoid leakage of water through the joints
9. FACING BRICK WORK IN FLOOR /PAVEMENT
9.1SCOPE
The work covered by this item consists of providing facing brick work in floor /pavment
with machine made facing bricks, It may be either 100mm thick brick on-edge or 50 mm
thick flat.
9.2 MATERIALS
Bricks shall be machine made pressed brick of size 200x100x50mm (8x4x2)
Specification for cement and sand shall be as stated under section 12.2
9.3. METHOD OF CONSTRUCTION
The cement mortar for preparation of bed and making joints between bricks shall
consist of a mixer by volume of one part of cement to four parts of sands. The thickness of
joints between bricks shall not be more than 6mm ()
Before commencement of work, the bed shall be made perfectly level or set to any
other suitable grade. No wearing course is proposed on this type of work.
After preparation of the bed ceramic bricks shall either be laid flat or on edge on a
bed of mortar keeping a gap of 6 mm . The joints between the bricks shall then be solidity
filled to the full depth by sand cement mortar. Flush pointing shall be done as per
specification stated under section 12.3. The work shall be cured for 7 days.
329998472.doc
126
After completion of work, the top surface shall be carefully cleaned of any spare or loose
mortar or any other stain.
The same work can be done also by 17 hole/10 hole ceramic brick or ordinary 1 st class
bricks on edge .
9.4. PRECAUTIONS
Level or grade should be properly maintained for drainage of rain water. Vertical joints
should be properly filled with mortar so that water does not leak into the bed and damage
the work. Green works should be fenced properly sot that Human and cattle do not tread
on it and damage the work. No. mud band should be used for curing the work to avoid
stain on the brick.
10. REINFORCED CONCRETE WORK
10.1. SCOPE
The work covered by this item consists of but not limited to reinforced concrete
construction in foundation footings, columns , lines , beams slabs wall panels retaining
walls water tanks reservoirs etc. The RC.C members may be cast in situ or pre cast in the
work site or in a central manufacturing workshop from where they are carried and fixed in
the desired position in the proposed structure.
10.2. CEMENT
Cement shall be ordinary Portland cement Type 1 conforming to BDS 232-1974 or any
other type as deified in the design.
Requirements of cement shall conform to specifications as stated in section 5.2 la
of Bangladesh National Building code (BNBC) in addition to the requirement of BDS
232-1974.
NO cement which has been stored through a monsoon or for a period more than six
months shall be used for reinforced concrete until samples have been tested and found to
meet the requirement of standard specification. Approval of the Engineer in charge
shall taken before any cement is used.
Cement bags containing clods giving indications of starting of initial setting shall
not be used in R.C.C. work. It is important that the strength of cement is ascertained by
testing before use, Cement shall never be measured loose but shall be so done in terms of
bags, care being taken to determine the volume content of cement in bags.
The cement shall be stored at site in such a manner as to permit easy access for
proper inspection, handling and identification of each shipment and in a suitable weather
tight building that will protect the cement from dampness and wastage.
Cement shall be protected from moisture and damage in transit and shall be stored
in the site in a store provided with a wooden floor raised not less than 30mm from the
ground. Cement shall not be stacked higher than 6 bags.
329998472.doc
127
Cement bags shall not be filed against the wall a space of 300mm shall be left
between the exterior walls and the cement bags. The bags shall be placed close together in
the pile to reduce circulation of air as much as possible. For extra safety, particularly
during monsoon, the pole of cement bags shall be enclosed completely buy polythene
sheet or covered with a tarpaulin.
Batches of cement shall be used for the work in the order in which they are
delivered to the site. Each consignment shall be stacked separately, So that the older
cement may be identified readily for use earlier.
Only one brand of cement shall be used for a particular casting work except by
written permission from the Engineer. Different types of cement shall be stored separately
and shall not be mixed. Use of rebagged cement shall not be allowed.
Engineer, at his discretion shall test cement which he feels to have deteriorated
through age, damage to bags, improper storage or for any other reason. In the event of any
sample being found to be not in accordance with BDS 232-1974 or any other standard as
specified , the whole consignment from which the sample comes shall be rejected and
removed from the site immediately notwithstanding any previous acceptance other-wise.
10.3. AGGREGATE:
Concrete aggregate shall conform to the ``coarse aggregate and fine aggregate
from Natural source for concrete ( BDS 243-1960) and made from Grade A brick
conforming to BDS 208 ``Specification for common building clay bricks
10.4. Coarse Aggregate
Coarse aggregate shall consist of either crushed stone or picked jhama brick chips
as specified. All coarse aggregate shall be cleaned and made free from dust and other
impurities by screening and washing in water immediately before use. Aggregate coated
weigh clay. Salt organic matter or crushed dust will not bond with surrounding cement
paste.
Maximum nominal size coarse aggregate shall not be larger than the most restricting of the
following :
1/5th the narrowest dimension between sides of form.
1/3rd the depth of the slabs
th
3/4 minimum clear4 spacing between individual reinforcing bars, or bundle of bars or
pre-stressing tendons or ducts.
The above limitations my be relaxed if , in the judgment of the Engineeer, workability
and methods of construction are such that concrete can be placed without honey comb or
voids. Minimum size of coarse aggregate shall be such that it will be retained 100% by
sieve No.4.
It is of major importance that aggregate be non reactive with cement and water and
that it be structurally sound, strong and durable.
329998472.doc
128
The contamination aggregate with top soil, humus or earthy materials containing
products of organic decay even in small amounts is practically certain to cause early
disintegration of the member.
One other important characteristic of coarse aggregate is surface texture. A material of
rugged surface is by reason of its greater likelihood of mechanically adhering to cement
paste more desirable than another of vitreous, or smoothly structured surface.
Size and shape as well as the relative number of particles of different size, are
important in determining the suitability of materials for use ad coarse aggregate. Since
major function of aggregate is to act as bulk filler, the particle offering least resistance to
rearrangement among their kind are most desirable. In other words , the aggregate should
be well graded.
The angular shapes of the coarse aggregate play a very important role in attaining the
compactness and strength of the concrete.
River shingles with its round surface give almost the same compressive strength as the
sharp faced brick chips. As such to attain greater strength of concrete boulders should be
brought to site and bro9ken to proper size to use are coarse aggregate.
10.5. Fine Aggregate
For concrete, any sound filler materials that will pass through a sieve having square
openings of inch size shall be reckoned as sand or fine aggregate. It should be well
graded particles and retained on No.100 sieve in which not more than 5% dust is allowed,
Coarseness of sand plays a very important role in the compactness and strength of
concrete. Every endeavour should be made to obtain the coarsest variety of sand and the
minimum fineness modules (F.M) sand for concrete work shall be2.5 particle larger than
inch in size are declared as coarse aggregate.
It should be free from clay and other foreign materials as far as possible. The amount of
clay contained in sand may be ascertained by stirring samples of sand in clear water in
glasses and allowed to settle for about 15 minutes after brick stirring. The thickness of
clay deposit will be apparent and any staff containing appreciable amount of clay shall be
rejected.
Sand should be washed thoroughly to get rid of the clay and other undesirable materials
particularly salt before use in R.C.C.
10.6 WATER
Water used in mixing concrete shall be clean and free from injurious amount of oils, acids
alkalis, salts, organic materials and other substances that may be harmful to concrete or
reinforcement
Non potable water shall not be used in concrete only if specified mortare test cubes made
with non potable water produce art least 90% of the strength achieved with potable water.
329998472.doc
129
130
5. Polythene sheet as per P.W.D. Schedule of rates shall be laid underneath all concrete
work to prevent leakage.
6. Plain and Reinforced concrete casting must not be done without the presence of an
officer in the rank of Assistant Engineer in the site order book
7. Cement blocks of required thickness made of (1.2) cement mortar shall be used under or
sides of the reinforcing bars to maintain clear cover , Under no circumstances , broken
brick shall be used as clear cover blocks.
8. Conduits and pipes embedded in concrete shall satisfy the following requirements:
a) Concealed PVC or any other pipe laid in the slab for electrical or any other trade shall
be placed at the middle between top and bottom reinforcement. Under no circumstances,
it shall be laid beneath the bottom reinforcement.
b) Conduits and pipes with their fittings embedded within a column shall not displace
more than 4% of the area of cross section of column.
c) Conduits and pipes with their fittings, embedded within a column shall not displace
more than 4 % of the area of cross section of column.
d) Conduits and pipes shall not placed closer than three times the diameter or width on
centers.
e) Concrete and pipes , conduits or fitting shall not be less than 0.75 (20mm) for
concrete not exposed to weather or in contact with ground nor 1.5 (40mm) for concrete
exposed to earth or weather.
9. The following minimum concrete cover shall be provided for reinforcing bars for castin place reinforced concrete.
Non Saline Zone:
10. Beams girders or slabs supported on R.C.C columns or wall shall not be cast or erected
until concrete in the vertical support member is no lo0nger plastic.
11. Clear distance between parallel bars (except in columns and between multiple layers of
bars in beams) shall not be less than the nominal bars diameter, 1 1/3 rd times the size of
coarse aggregate nor 1 inch (25mm)
12. Where reinforcing bars in beams and girders are placed in two or more layers , the
clear distance between layers shall not b less than 1`` inch and the bars in upper layers
shall be placed directly above those in the lower layers.
13. In column, the clear distance between longitudinal bars shall not be less than 1 inch
(40mm).
14. Corner reinforcement shall be provided in any exterior corner of two way slab system.
Spacing of reinforcement shall be equal to the spacing of maximum positive reinforcement
.
10.10. ADMIXTURE
329998472.doc
131
132
Sl .No
1.
2.
3.
Type of work
Slab, beam& column
Foundation, footing , wall etc,
Mass concrete
In inch
2-6
1 -5
1 3
133
m)
n)
o)
p)
q)
r)
134
329998472.doc
135
To ensure that above the following procedures among others in practice shall be
adopted:
a) Wooden block with handle shall be places on the shuttering
to check the depth of casting.
b) Before and during casting, the main reinforcing bars both
positive and negative shall be kept in position. Negative
reinforcement shall be kept in position with steel chairs,
adequate precautions against displacement and depression of
rods due to trampling of the workers shall be taken. If the
rods are displaces, these shall be rest to their correct position
and tied rigidly again before concreting can be done.
c) For maintaining the correct clear cover of the bottom
reinforcement in the slabs & beams, concrete blocks of
proper size should be used and these may be incorporated in
the casting. Care must be taken so that no wooden block or
any other foreign stuff remains within the concrete mass.
Pieces of bricks must not be used as clear cover blocks. To
avoid exposure of reinforcing bars and subsequent corrosion
due to oxidation, special care shall be taken so that design
clear cover is maintained properly.
Care must be taken so that the lines of rods are straight and parallel to the edges of
the slab in both the direction. The ends of the rods shall have uniform clearance to the
formwork.
Walking on recently poured concrete shall not be allowed. In unavoidable
circumstances wooden planks may be laid on concrete for the purpose.
10.16. COMPACTION OF CONCRETE
Concrete shall be thoroughly consolidated by suitable means such as tamping,
rodding and spading and shall be thoroughly worked around reinforcement and embedded
fixtures and into of reinforcement and the essential for the elimination of large casual
voids, the complete encasement of reinforcement and the proper contact of concrete with
form faces and embedded fixtures. Compacting is achieved by hand tamping with a
variety of hand tolls but now more commonly and successfully with power driven
vibrators.
Proper use of mechanical vibrator is beneficial to the compressive strength and bond
strength between concrete and steel. But the consistency concrete to be vibrated and no
honeycombed surface appears after the removed of formwork. Where beams are deep and
where spacing of rods allows, wooded breaths 21/2" square and about 5-0" long shall be
used in addition to the M.S rods for compacting the concrete.
Tamping on the laid concrete in slab shall be done with fairly heavy wooden straight
edges (pattta) fixed with handle by two masons at lighter end till the level of the finished
surface is attained, proper compaction made and laitance comes out on the surface.
Wooden mallets shall also be used for obtaining a uniform compaction and for filling up
depressions.
While using mechanical vibrators for compaction of concrete the following
precautions shall be taken.
329998472.doc
136
1) The vibrator shall be applied at the point of deposit and the area of freshly
deposited concrete. The vibratos shall be inserted and withdraw out of the concrete slowly.
The vibration shall be of sufficient duration and intensity to thoroughly compact the
concrete but shall not be continued so as to cause segregation. Vibration shall not be
continued at any one point to the extent that localized areas of grout are formed.
Application of vibrators shall be at points uniformly spaced and not further apart than
twice the radius over which the vibration is visibly effective.
2) Vibrators shall not be applied directly or through the reinforcement to
sections or layers of concrete, which have hardened.
3) Vibrator shall not be used to transport concrete in the forms.
4) Vibrator in the running conditions shall be allowed to rest on
reinforcement, which extends to concrete that has partially hardened.
137
vertical surfaces are sometimes struck off after 24 hours. These surfaces such as those of
columns and walls are then kept moist by surrounding it with Hessian, damp sawdust or
straw. The frequency of wetting depends upon the temperature, velocity of wind, humidity
etc.
10.21. Ponding method
This is the most efficient method of curing. For the first 18 to 24 hour, the exposed
with moist hessian or canvas. After that small banks of lean mortar are built around and
along the slab, dividing the slab into number of rectangular ponds. These ponds are filled
with water. This method is suitable for the construction of floors, roof slabs, roads and
airfields.
10.22. EMBEDDED PIPES AND CONDUITS
The contractor shall co-ordinate with all other trades in placement of pipes, conduits,
equipments and other accessories and shall provide the necessary openings in the concrete
slabs. Concrete shall not be poured before placement of pipe and other concealed service
lines.
The piping shall be so fabricated and installed that it will not require any cutting, bending
of displacement of the reinforcement from its proper location. If any bending of
displacement is required the attention of the Engineer shall be drawn for his decision.
All pipes, conduits of fixtures required to be embedded in the concrete shall be secured in
position before casting is commenced.
Special care shall be taken in case of conduit pipes for electrical wiring so that it is not laid
in the slab below the bottom reinforcement, which shall invariably result in the slab. These
pipes shall be placed between the top and bottom reinforcements. Placing of conduit pipes
parallel to the main reinforcement shall be avoided as far as practical. Conduit shall be
placed diagonal to the reinforcement as far as practical to avoid cracks in the slab.
For the purpose of payment no deduction shall be made on account of displacements of
concrete by pipes, utilities and other embedment and reinforcements unless otherwise
specified.
Conduits and pipes with aluminum shall not be embedment in structural concrete unless
effectively coated or covered to prevent aluminum concrete reaction or electrolytic action
between aluminum and steel.
Conduits, pipes and sleeves passing through the slab, beam or wall shall not impair
significantly the strength of the construction.
Conduits, pipes and with their fittings embedded within a column shall not displace more
than 4 percent of the area of cross section on which strength is calculated.
Conduits shall not be large in outside dimension that 1/3 rd the overall thickness of slab,
wall or beam in which they are embedded.
Conduits shall not be spaced closer than 3 diameters or widths on centre.
10.23. FORMWORK AND SCAFFOLDING
329998472.doc
138
Forms are intended to define the contour and locate the position of individual
members with reference to the structure, as a whole. Forms shall result in a final structure
that conforms to shape, line dimensions of the members as required by the design,
drawings and specifications. To limit satisfactorily the size, shape and position of parts of
the structure, it is structure, it is necessary that forms be built to resist the forces imposed
upon them.
All forms shall be of wood or metal as specified and shall be built mortar tight and
of sufficient rigidity to prevent distortion due to the pressure of the concrete and other
loads incident to the construction operation. Forms shall be constructed and maintained so
as to prevent warping and the opening of joints due to shrinkage of the timber.
The form shall be substantial and unyielding and shall be so designed that the
finished concrete will conform to the proper dimensions and contours.
Forms shall be so constructed that it can be dismantled without causing damage to the
concrete or disturbing the centering and shuttering of other elements.
The formwork shall be water tight especially for the roof slab. Bamboo matting
may be placed on planks or steel sheets to provide a rough surface after stripping of the
formwork. Alternately ceiling may be roughed up by chiseling immediately after stripping
off the formwork.
Suitable camber shall be provided in the formwork for horizontal members. The
camber for beams and slab shall be 1 in 250 and cantilevers 1 in 50 of the projected length.
Scaffolds shall be made from strong and suitable bamboo poles. Wooden post or
steel pipes. They shall be adequately tied to vertical member resting on firm floor.
Strong ropes shall be used to tie up bamboo poles. Bamboo for vertical supports
shall not be less than 75 mm in diameter and shall be straight as far as possible. Bamboos
may be used as vertical support for up to a height of 4m if horizontal bracings are provided
at the center. Splicing shall not be allowed. Good, sound and uniform Bamboos shall be
collected in sufficient quantities for providing scaffolding. Providing temporary stage etc.
The Bamboos shall be free from any defects. Joining Bamboos with only nail shall be
prohibited. Steel centering frame may be used for any height. In case of patented
materials, the instruction of the manufacturer regarding the load carrying capacity shall be
followed. Post support shall be provided with wooden planks. When tubular steel and
timber centering is to be used in combination necessary precaution shall be taken to avoid
any unequal settlement.
Tubular steel centering shall be thoroughly inspected before erection. Defective
members shall be discarded. Adjustment screws shall be set to their approximate final
adjustment after assembling the basic unit and the unit shall be leveled and plumbed.
The centering frames shall be braced to make a rigid and solid unit. Struts and
diagonal braces shall be in proper position and secured. As erection progresses, all
connecting devices shall be in place and fastened for full stability of joints and units.
329998472.doc
139
In addition, cross bracing with bamboo or wooden posts shall be provided along
with tie or guys of steel wire or rod not less than 6 mm.
Wooden planks or steel sheets shall be placed across horizontally below
particularly bamboos or wooden post to provide suitable footrest and carry construction
materials. The whole assembly shall be securely lashed together.
The props shall be placed on timber planks, false brick work or steel sheet covering
several posts at a time so as to eliminate the possibility of any sinking of the earth below
particularly when the earth is likely to be moistened by water.
Care shall be exercised that centering of columns are true to plumb and thoroughly
cross braced to keep them in position.
Due attention shall be given not be disturb the top layer of brickwork at the time of
fixing the shuttering. If this happens, the top course should be replaced by fresh
brickwork.
The shape, strength, rigidity, water tightness and surface smoothness of reused
form shall be maintained at all time. Any warped or bulged timber must be resized before
being reused. Forms which are unsatisfactory in any respect shall not be reused.
Half seasoned soft wood. Laminated board or other smooth sheet shall be used for
formwork for a fair-faced finish.
The formwork made of materials liable to absorb water shall always be sprinkled
with water to prevent water absorption from concrete. Water shall not be profusely used
and the formwork shall be in a saturated surface dry condition.
All forms shall be tested both individually and in combination before final use to
detect any flaw or defect. Measures shall be taken immediately and in combination before
use to defect any flaw or defect. Measures shall be taken immediately to remedy any fault,
if detected, before the formwork is ready for use. The frame and its joins shall be checked
from time to time for the decay in rope, bamboos, planks etc. The defective parts shall be
replaced before the formwork is used.
Scaffolding and formwork shall be checked to see if all the props are stiffly
supported over the firm base. If any form is found off base, wooden edges shall be
checked to see if all the props are stiffly supported over the firm base. If any form is found
off base, wooden edges shall be inserted below the prop to obtain the required degree of
rigidity, with regard to horizontal movement. Pieces of planks shall be used under each
prop to distribute the load to a sufficiency area of the ground.
The props should be adequately braced and the spacing shall not be more the 2-6
square below R.C.C slab centering. Very strong bamboo or salbullah props shall be used
for the shuttering of RCC beams.
No clay plaster, packing with pieces of per, jute, cotton waste etc Shall be allowed
to make up the gaps between the centering.
Metal ties or anchorages like bolts and nuts within the forms in vertical members
shall be loosened and withdrawn before initial setting of concrete. The resulting hole shall
be filled with rich mortar and the surface left smooth, sound even and uniform in colour.
329998472.doc
140
Forms shall be removed until the concrete has developed sufficient strength to
support all predicted loads.
Form shall be removed until the concrete has developed sufficient strength to
support all predicted loads.
Form shall be removed in such a manner as to ensure the complete safely of the
structure.
For all RCC work with proportion 1:11/2 : 3 steel shuttering shall be used.
An officer not below the rank of Assistant Engineer shall check all reinforcing
detail and leveling of the centering. In case of slab supporting on brickwork, the top level
of the brick wall shall be leveled either by a leveling instrument or water level and
shuttering shall be leveled with respect to the top of the brick work.
The Form shall not be removed before the expiry of the minimum period specified below:
1) Bottom of the slab=15 days
2) Bottom of the beams & girders= 21 days
3) Sides of the beam =7 days
4) Sides of the columns = 3daya
5) Sides of the pedestals & footings =2 days
11. PLASTERING
11.1. SCOPE
The work covered by this item consists of providing plaster of any specified
thickness and proportion on surfaces of brickwork and concrete for protection of masonry
surface and concrete and also for giving an aesthetic appearance.
11.2. SURFACE PREPARATION
Before commencing plastering work, all drawings, finishing schedules will have to
be checked thoroughly to identify the surfaces receiving the particular type of plastering.
All concealed utility service lines, conduits, pipes, clamps, door/window frames
and other such inserts must be in position before plastering commences. Chiseling and
patch repairing of plastering shall not be permitted.
All joints of masonry shall be raked out to depth of 10 mm. All brick faces shall be
made free of dust, cement mortar, algae, moss, dirt etc. by washing with water. The surface
shall also be soaked with water before plaster is applied.
11.3. MATERIALS
Cement shall be ordinary Portland cement Type 1 and sand shall be specified in the
schedule of rate. Mix proportion for wall shall be 1:4 sand shall be screened by a100-mesh
wire netting sieve and washed saltpeter action in plaster and dampness to the wall due to
efflorescences. The mortar for plaster should be mixed dry in the proportion, as specified
and wet mixing shall be in small quantity to avoid initial setting of cement before it can be
used up. Mixing of mortar on a finished floor must not be allowed.
329998472.doc
141
142
c) Care shall be taken to avoid trowel and Usha marks and depressions and holes on the
surface.
d) Sand and cement shall be mixed very thoroughly in dry condition before water is
applied and in no case the quantity mixed should be for more than hours use. Mixing
in big quantity shall be avoided.
e) Special care shall be taken for curing.
329998472.doc
143
Section 9. Drawings
Notes on Drawings
Insert here a list of Drawings. The actual Drawings, including site plans, should be attached to this
section or annexed in a separate folder. The Drawings shall be dated, numbered and show the revision
number.
(X-Section of roads and drain attached)
329998472.doc
144
Design_Boundary_Wall-1
Design_Boundary_Wall-2
329998472.doc
145
Design_Boundary_Wall-3
329998472.doc
146
329998472.doc
147
329998472.doc
148
Environmental
Aspect
Mitigation Measures
Location
Time Frame
Removal
Vegetation
Procurement of
Crushers,Hotmix
plants,
Batching
Plants,
other
Vehicles,
Equipment and
Machinery
ROW
Before
construction
Starts and after
centre
line
marking at site
Prior
to
mobilisation at
site
All areas in
vicinity of
construction
campsite
and
approved
by HTPA
During
Establishment,
Operation and
Dismantling
of
Such
Camps.
During
erection,
testing,
operation and
dismantling of
plants
Throughout
the corridor
During
mobilisation
Setting up of
construction
The Contractor during the progress of work
camps
will provide, erect and maintain necessary
(temporary) living accommodation and
ancillary facilities for labour to standards
and as approved by HTPA.
CONSTRUCTION STAGE
Land
149
Throughout
Project
Corridor,
Service roads
and
equipment
storage sites,
etc.
Upon
completion of
construction
activities
at
these sites.
Environmental
Aspect
Mitigation Measures
Location
Time Frame
At
fuel
storage areas
usually at
construction
camps,
temporarily
acquired
site.
During
Construction.
During
construction
Sites
identified
by
the
contractor
and
approved
by HTPA
During
Construction
Air
Dust
Generation
329998472.doc
Throughout
Project
Corridor, all
access
roads,
temporarily
acquired
sites.
Beginning with
& throughout
construction
until asphalting
is
completed
and side slopes
are covered.
Environmental
Aspect
Mitigation Measures
Location
329998472.doc
151
Time Frame
Environmental
Aspect
Equipment
Selection,
Maintenance
and Operation
Mitigation Measures
Location
Time Frame
Throughout
Project
Corridor, all
access
roads, sites
temporarily
acquired
and
all
borrow
areas.
During
Construction.
Water
Loss of water
bodies/
surface / ground
Silting
/
sedimentation
Contamination
of water
Near
all During
water bodies
construction
Throughout
construction
period
All areas in
immediate
vicinity
campsite.
Throughout
construction
period
and
during
Operation and
Dismantling of
Camps.
Throughout
Project
Corridor, all
access
roads, sites
temporarily
acquired
and
all
borrow
areas.
Throughout
construction
Noise
Noise
from
Vehicles, Plants
and Equipment
329998472.doc
152
Environmental
Aspect
Mitigation Measures
Location
Time Frame
Noise
from
Blasting or Presplitting
Operations
All Blasting
and
Presplitting
Sites.
During
Preparation,
Operation and
Closure
of
Such Sites.
Accidents
During
Construction
Risk
from
Electrical
Equipment
Risk
Hazardous
Activity
329998472.doc
at
Entire
Project site.
During
Construction
Entire
Project site.
During
Construction
Environmental
Aspect
Mitigation Measures
Location
329998472.doc
154
Time Frame
Environmental
Aspect
Mitigation Measures
Location
155
Time Frame
Entire
Project site
During
Construction
Entire
Project site.
During
Construction
All
construction
sites
During
construction
All
Workers
Camps
During
construction
Environmental
Aspect
Mitigation Measures
Location
Time Frame
Clearing
of
Construction
On completion of works, all temporary
of Camps &
structures shall be cleared, all rubbish burnt,
Restoration
excreta or other disposal pits or trenches
filled in and sealed and the site left clean and
tidy, to the satisfaction HTPA.
All
Workers
Camps
The Contractor shall take all steps to protect environment and avoid causing damages
of water bodies, and public nuisances of all types during implementation operations.
Contractor shall comply with the existing statutes and regulations concerning the
execution of works as per requirements of DoE and donors environmental guidelines.
Contractor shall be responsible for familiarizing himself with the legislation relating to
environmental protection that is relevant to his activities. Reference to rational
environmental quality guidelines should be made.
Contractor shall be responsible for bearing the costs of cleaning up any environmental
pollution resulting from his activities if methods for doing that are available and
effective.
Precautionary signboards /danger signals/ propitiatory billboards shall be placed in
appropriate places to notify people about the possible dangers.
Contractor in case of surface water pollution from his activities, shall take adequate
prevention measures not to pollute water and in case pollution of surface water
occurred he shall be liable to revert the original quality of water particularly so where
surface water has potential use. Cost both for tests and purification shall be borne by
Contractor.
Where water abstraction from boreholes dug by the Contractor results in
adverseaffects on groundwater that at the time of commencement of contract was
being used by local people Contractor under the situation shall ensure supply of
equivalent quantity of safe water to the users.
329998472.doc
156
Contractor shall at all times maintain the camp and construction sites under his control
in clean and tidy conditions and shall provide appropriate and adequate facilities for
temporary dumping all types of wastes before disposed properly.
Remove equipment, surplus material, rubbish and temporary works and leave the site
in a clean condition to the satisfaction of the companys representatives after
completion of construction activities.
Be responsible to pay compensation upon the appropriate monetary evaluation
applicable to the local market if any damage is incurred to agricultural land or
surrounding homesteads outside of the requisitioned land
Contractor shall be responsible for safe transportation and disposal of all types wastes
generated out of his activities in a manner so that no environmental pollution or hazard
to health is caused to the workers and local people. In case any third party is employed
to dispose of wastes, Contractor shall even in such case be considered as if he has
discharged the responsibilities himself under this Clause until the wastes leave the site
under his control. He remains legally bound to exercise due diligence to ascertain that
the proposed transport and disposal mechanism do not cause pollution or public health
hazards.
Contractor shall not allow waste oil, lubricant or other petroleum derivatives to be
used as dust suppressants and shall take all reasonable precautions to prevent
accidental spillage of petroleum products, contact of such materials with soil or water
course through discharge, run-off and seepage.
Contractor shall be responsible for provision of adequate sanitary facilities to the
construction workers (including those employed under subcontract) at construction
sites, office and camp sites. He shall not knowingly allow discharge of any untreated
sanitary waste to the ground or surface water. Before mobilization of construction
workforce, Contractor shall provide details of sanitary and drainage arrangements to
the Engineering Representative (ER) for approval. The detail should include
maintenance and operation plans and sufficient other information to allow the ER to
assess whether or not the proposed facilities are adequate.
All vehicles and plant operated by the Contractor (including subcontractor) shall be
maintained according to manufacturers specification and their original manual,
particularly regarding control of noise and/or smoke emission. The ER shall reserve
the right to ask the Contractor for replacement or rectification of any vehicle or plant
within 48 hours that he believes emits excessive noise and/or smoke by serving a
notice in writing.
Contractor shall make every reasonable effort to reduce noise pollution caused by
construction activities including relocation of crusher and ancillary plant at new site
where the distance between these plants and residential sites is safer for attenuation of
noise in the existing residential areas.
Contractor shall take all reasonable measures to minimize dust-blowing from sites
under his control by spraying water on stockpile, bare soil, haul road, un-surfaced
traffic route and any other source of dust when conditions require dust suppression. If
the ER considers dust suppression measures adopted by Contractor ineffective,
Contractor shall in that case take further measure to minimize dust blowing at
construction site as per his direction.
In case any traffic disruption is caused due to construction activities of the Contractor
(or subcontractors), Contractor shall in that case be responsible to provide alternative
329998472.doc
157
road access to for operational use by vehicles. The facilities provided shall be such that
neither of the parties are disturbed by the arrangement.
In case of any road damage by Contractor (or subcontractor), the Contractor shall
notify the ER of it and shall repair the road to its original condition at his own cost.
In case of any damage caused to agriculture or to the surrounding homesteads outside
the RoW either permanently or temporarily by the Contractor or Subcontractors
activities, Contractor shall in such case remain responsible to pay monetary
compensation for the damage appropriate to the local market value.
The Contractor on completion of the Contract shall remove the equipment, surplus
materials, rubbish and temporary structures of all types and shall leave sites in clean
condition to the satisfaction of local people and the ER.
329998472.doc
158