Documente Academic
Documente Profesional
Documente Cultură
T E L E C O M M U N I C A T I O N S C O M P A N Y LT D .
`k I gvbyli
mevq
TENDER DOCUMENT
FOR
THE CONSTRUCTION OF VERTICAL EXPANSION (5TH FLOOR REST
PART) WITH ANCILLARY WORK OF MOGHBAZAR TELEPHONE
EXCHANGE BUILDING AT MOGHBAZAR, DHAKA.
PROJECT OFFICE :
Project Director
Internet Information Network Expansion (Info-Bahan) Project, BTCL
Sher-E-Bangla Nagar Telephone Exchange Annex Building (3rd floor)
Dhaka-1207
DATE:
: 25 July- 2010
CONSULTANT :
MODERN ENGINEERS & ARCHITECTS LTD.
46, KAZI NAZRUL ISLAM AVENUE
KAWRAN BAZAR, DHAKA-1215.
TEL. : 9117465, 8130615.
Table of Contents
Tender Notice .......................................................................1
Section 1.
A.
Instructions to Tenderers...........................................................
General...........................................................................................................
1.
2.
3.
4.
5.
6.
B.
Tender Document...........................................................................................
7.
8.
9.
10.
C.
D.
Scope of Tender..............................................................................................................
2-4
Source of Funds.............................................................................................................
Corrupt, Fraudulent, Collusive or Coercive Practices.....................................................
Eligible Tenderers...........................................................................................................
Eligible Materials, Equipment and Services....................................................................
Site Visit..........................................................................................................................
Evaluation Criteria.........................................................................................................
Experience Criteria........................................................................................................
Financial Criteria............................................................................................................6-7
Personnel Capacity........................................................................................................
Equipment Capacity.......................................................................................................
Joint Venture, Consortium or Association (JVCA).........................................................
Tender Preparation.........................................................................................
17. Tender: Only one........................................................................................................
18. Tender: Preparation Costs.............................................................................................
19. Tender: Language..........................................................................................................
20. Tender: Contents of Tender............................................................................................
21. Tender: Submission Sheet and Bill of Quantities...........................................................
22. Tender: Alternatives.......................................................................................................
23. Tender: Prices and Discounts........................................................................................
24. Tender: Currency...........................................................................................................7-11
25. Documents Establishing Eligibility of the Tenderer........................................................
26. Documents Establishing the Eligibility and Conformity of Materials, Equipment and
Services...................................................................................................................................
27. Documents Establishing the Conformity of the Technical Specification.......................
28. Documents Establishing the Tenderers Qualifications..................................................
29. Tenderer: Disqualification...............................................................................................
30. Tender: Validity................................................................................................................
31. Tender: Security..............................................................................................................
32. Tender: Format and Signing...........................................................................................
E.
Tender Submission.........................................................................................
33.
34.
35.
36.
F.
G.
Contract Award...............................................................................................
51.
52.
53.
54.
55.
Award Criteria.................................................................................................................
Notification of Award.......................................................................................................
Performance Security.....................................................................................................
15-16
Contract Signing.............................................................................................................
Advising Unsuccessful Tenderers...................................................................................
56.
57.
Section 2.
Section 3.
A.
General..........................................................................................................................
B.
17-20
Tender Document.........................................................................................................
C.
D.
Preparation of Tender..................................................................................................
E.
Submission of Tender..................................................................................................
F.
G.
Award of Contract........................................................................................................
General............................................................................................................
Definitions.......................................................................................................................
Contract Documents.......................................................................................................
Corrupt, Fraudulent, Collusive or Coercive Practices.....................................................
Interpretation...................................................................................................................
Documents Forming the Contract and Priority of Documents........................................
Eligibility..........................................................................................................................
Governing Language......................................................................................................
Governing Law..............................................................................................................
Gratuties / Agency fees...................................................................................................
Joint Venture, Consortium or Association (JVCA)..........................................................
Confidential Information..................................................................................................
Communic ations and Notices........................................................................................
Copyright........................................................................................................................
Assignment.....................................................................................................................
Sub-Contracting..............................................................................................................
21-30
Other Contractors...........................................................................................................
Contractors Responsibil- ities........................................................................................
Employers Responsibil- ities..........................................................................................
Scope of Works...............................................................................................................
Contract Price.................................................................................................................
Engineers Decisions......................................................................................................
Queries about the Contract conditions...........................................................................
Delegation.......................................................................................................................
Contractors Personnel...................................................................................................
Approval of the Contractors Temporary Works..............................................................
Instructions.....................................................................................................................
Site Investigation Reports...............................................................................................
Possession of the Site....................................................................................................
Access to the Site...........................................................................................................
Safety, Security and Protection of the Environment.......................................................
Discoveries.....................................................................................................................
Welfare of Labour...........................................................................................................
Child Labour...................................................................................................................
No Night and Friday Work...............................................................................................
Employers and Contractors Risks.................................................................................
Employers Risks............................................................................................................
Contractors Risks...........................................................................................................
Insurance........................................................................................................................
Taxes and Duties............................................................................................................
Limitation of Liability.......................................................................................................
Force Majeure.................................................................................................................
Time Control....................................................................................................
42.
43.
44.
45.
46.
47.
48.
49.
C.
17-20
B.
Quality Control................................................................................................
50.
51.
52.
53.
54.
55.
56.
D.
Cost Control....................................................................................................
57.
58.
59.
60.
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
E.
Section 5.
Completion......................................................................................................................
37
Taking Over.....................................................................................................................
Final Account..................................................................................................................
As-built Drawings and Manuals......................................................................................
Section 4.
Bill of Quantities..............................................................................................................
Changes in the Quantities..............................................................................................
Variations........................................................................................................................
Payments for Variations..................................................................................................
Cash Flow Forecasts......................................................................................................
32-37
Payment Certificates.......................................................................................................
Payments........................................................................................................................
Compensation Events.....................................................................................................
Change in Laws and Regulations...................................................................................
Price Adjustment.............................................................................................................
Retention........................................................................................................................
Liquidated Damages.......................................................................................................
Bonus..............................................................................................................................
Advance Payment...........................................................................................................
Performance Security..................................................................................................... 32-37
Dayworks........................................................................................................................
Cost of Repairs...............................................................................................................
F.
Identifying Defects..........................................................................................................
Tests...............................................................................................................................
31-32
Examination of Work before covering up........................................................................
Correction of Defects......................................................................................................
Uncorrected Defects.......................................................................................................
Termination.....................................................................................................................
Payment upon Termination.............................................................................................
38-40
Property..........................................................................................................................
Frustration.......................................................................................................................
Settlement of Disputes....................................................................................................
Section 6.
Bill of Quantities.....................................................................55-94
Section 7.
Section 8.
Section 9.
Drawings.......................................................................136-137
Scope of
Tender
General
1.1 The Employer, as indicated in the Tender Data Sheet (TDS) issues this Tender
Document for the procurement of Works and Related 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 The successful Tenderer will be required to complete the Works by the Intended
Completion Date specified in the Particular Conditions of Contract (PCC).
(b) if the context so requires, singular means plural and vice versa; and
(c) day means calendar day.
2.
3.
Source of
Funds
Corrupt,
Fraudulent,
Collusive or
Coercive
Practices
2.1
The Employer has been allocated public funds as indicated in the TDS
and intends to apply a portion of the funds to eligible payments under
the Contract for which this Tender Document is issued.
2.2
For the purpose of this provision, public funds means any monetary
resources appropriated to procuring entities under Government budget,
or revenues generated by statutory bodies and corporations, or aid
grants and credits put at the disposal of procuring entities by the
development partners through the Government.
2.3
3.1
3.2
In
pursuance of this requirement, the Employer shall :
(a)
(b)
if it, at any time, determines that the Tenderer has engaged in corrupt,
fraudulent, collusive or coercive practices in competing for, or in
executing, a Contract under public funds.
3.3
3.4
The Government defines, for the purposes of this provision, the terms set
forth below as follows:
3.5
(a)
(b)
(c)
(d)
3.6 The Government requires that the Employers personnel have an equal
obligation not to solicit, ask for and/or use coercive methods to obtain
personal benefits in connection with the said proceedings.
4.
Eligible
Tenderers
4.1
This Invitation for Tenders is open to eligible Tenderers from all countries,
except for any specified in the TDS.
4.2
A
Tenderer may be a physical or juridical individual or body of individuals,
or company, association or any combination of them under agreement
in the form of an intended or existing joint venture, consortium or
association (JVCA), invited to take part in public procurement or
seeking to be so invited or submitting a Tender in response to an
Invitation for Tenders. All members of the JVCA shall be jointly and
severally liable to the Employer. JVCA is distinct from Contractor
Subcontractor arrangement where the entire responsibility for contract
execution rests with the Contractor.
5.
6.
Eligible
Materials,
Equipment
and Services
Site Visit
4.3
4.4
4.5
4.6
4.7
The Tenderer shall have the legal capacity to enter into the Contract.
4.8
4.9
The Tenderer shall have fulfilled its obligations to pay taxes and social
security contributions under the relevant national laws and regulations.
5.1
All materials, equipment and services to be supplied under the Contract are
eligible, unless their origin is from a country specified in the TDS.
5.2
For purposes of this clause, origin means the place where the materials and
equipment are mined, grown, produced or manufactured, or the place from
which the related services are supplied.
5.3
The origin of materials and equipment and services is distinct from the
nationality of the Tenderer.
6.1
to visit and examine the Site and obtain all information that may be
necessary for preparing the Tender and entering into a Contract for
performance of the Works.
6.2
The Tenderer should ensure that the Employer is informed of the visit in
adequate time to allow it to make appropriate arrangements.
6.3
The costs of visiting the Site shall be at the Tenderers own expense
B.
7.
Tender
Document:
Sections
7.1
Tender Document
The Sections comprising the Tender Document are listed below, and should be
read in conjunction with any Amendment issued in accordance with ITT Clause
10.
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.
9.
Tender
Document:
Clarification
Tender
7.2
The Employer will reject any tender submission if the Tender Document was
not purchased directly from the Employer, or through its agent as stated in the
TDS.
7.3
8.1
8.2
The Employer 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.
8.3
9.1
To clarify issues and to answer questions on any matter arising in the Tender
Document:
Pre-Tender
Meeting
Document, the Employer may, if stated in the TDS, invite prospective
Tenderers to attend a Pre-Tender Meeting at the place, date and time as
specified in the TDS. Tenderers are encouraged to attend the meeting, if it is
held.
10. Tender
Document:
Amendment
9.2
9.3
9.4
10.1 At any time prior to the deadline for submission of Tenders, the Employer, for
any reason, on its own initiative or in response to a clarification request in
writing from a Tenderer, having purchased the Tender Document, may amend
the Tender Document by issuing an amendment.
10.2 Any amendment issued shall become an integral part of the Tender Document
and shall be communicated in writing to all those who have purchased the
Tender Document.
10.3 To give a prospective Tenderer reasonable time in which to take an
amendment into account in preparing its Tender, the Employer may, at its
discretion, extend the deadline for the submission of Tenders, pursuant to ITT
Sub-Clause 34.3. In the event that an amendment is issued with a period of
only one third or less of the Tendering period remaining, then the deadline for
the submission of Tenders may be extended by the Employer, if so requested
by a substantial number of Tenderers.
C.
11. Evaluation
Criteria
12. Experience
Criteria
11.1
(b)
12.1 The Tenderer shall possess the necessary professional and technical
qualifications and competence, financial resources, equipment and other
physical facilities, managerial capability, specific experience, reputation,
and the personnel, to perform the Contract.
12.2 To qualify for a multiple number of lots in a package for which Tenders are
invited in the Invitation for Tenders, the Tenderer shall demonstrate having
resources and experience sufficient to meet the aggregate of the qualifying
criteria for the individual lots.
12.3 The Tenderer shall have the following minimum level of construction
experience to qualify for the performance of the Works under the Contract:
(a) a minimum number of years of general experience in the construction
of works as specified in the TDS; and
(b) specific experience as a prime Contractor or Subcontractor in the
construction of at least the number of completed Contracts stated in
the TDS of a nature, complexity and construction technology similar to
13.1 The Tenderer shall have the following minimum level of financial capacity to
qualify for the performance of the Works under the Contract.
(a) the average annual construction turnover as specified in the TDS
during the period specified in the TDS; and
(b) the minimum Tender capacity as specified in the TDS.
13.2 The Tenderer shall submit satisfactory bank references and documents
demonstrating availability of funds/liquid assets and/or credit facilities from
its banker(s) to successfully complete the Contract, as specified in the
TDS.
13.3 The Tenderer shall submit documentary evidence that all claims, arbitration
or other litigation case have been satisfactorily resolved, and if not, they
shall have no serious negative impact on the financial capacity of the
Tenderer.
14. Personnel
Capacity
14.1 The Tenderer shall have the following minimum level of personnel capacity
to qualify for the performance of the Works under the Contract:
(a) a Construction Project Manager with qualifications and experience as
specified in the TDS;
(b) the minimum number of Engineers with qualifications and experience
as specified in the TDS; and
(c) other key staff with qualifications and experience as specified in the
TDS.
15. Equipment
Capacity
15.1 The Tenderer shall own or have assured access through lease, hire, or
other such method, of the essential equipment, in full working order, as
specified in the TDS.
16. Joint
Venture,
Consortium
or
Association
(JVCA)
16.1 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, each of its partners must meet at least twentyfive (25) percent of minimum criteria for an individual Tenderer, and the partner
in charge at least forty (40) percent of those minimum criteria. Failure to
comply with this requirement 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.
D.
17. Tender:
one
Only
18. Tender:
Preparation
Costs
Tender Preparation
17.1 A Tenderer shall submit only one (1) Tender for each lot, either individually or
as a partner in a JVCA. A Tenderer who submits or participates in more than
one (1) Tender will cause all the Tenders with that Tenderers participation to
be rejected.
18.1 The Tenderer shall bear all costs associated with the preparation and
submission of its Tender, and the Employer shall not be responsible or
liable for those costs, regardless of the conduct or outcome of the
Tendering process.
19. Tender:
Language
19.1 The Tender, as well as all correspondence and documents relating to the
Tender shall be written in the English or Bangla language, unless specified
otherwise in the TDS. Supporting documents and printed literature furnished
by the Tenderer that are part of the Tender may be in another language,
provided they are accompanied by an accurate translation of the relevant
passages in the English or Bangla language, in which case, for purposes of
interpretation of the Tender, such translation shall govern.
19.2 The Tenderer shall bear all costs of translation to the governing language and
all risks of the accuracy of such translation.
20. Tender:
Contents of
Tender
20.1 The Tender prepared by the Tenderer shall comprise the following:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
21. Tender:
Submission
Sheet and Bill
of Quantities
21.1 The Tenderer shall submit the Tender Submission Sheet (Form W-1)
furnished in Section 5: Tender and Contract Forms. This document 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.
21.2 The Tenderer shall submit the priced Bill of Quantities using the form
furnished in Section 6: Bill of Quantities. If in preparing its Tender, the
Tenderer has made errors in the unit 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 suitable initialled by the authorised person of
the Tenderer and that a statement shall be made as to the total number of
corrections made, at the end of the priced Bill of Quantities.
22. Tender:
Alternatives
22.1 Unless otherwise stated in the TDS, alternative Tenders shall not be
considered.
22.2 If so allowed in the Tender Data Sheet, Tenderers wishing to offer technical
alternatives to the requirements of the Tender Documents must also submit a
Tender that complies with the requirements of the Tender Documents,
including the basic technical design as indicated in the drawings and
specifications. In addition to submitting the basic Tender, the Tenderer shall
provide all information necessary for a complete evaluation of the
alternative(s) by the Employer, including design calculations, technical
specifications, breakdown of prices, proposed construction methods and
other relevant details. Only the technical alternatives, if any, of the lowest
evaluated Tender conforming to the basic technical requirements shall be
23.1 The prices and discounts quoted by the Tenderer in the Tender Submission
Sheet (Form W1) and in the Bill of Quantities shall conform to the
requirements specified below.
23.2 The Tenderer shall fill in rates and prices for all items of the Works described
in the Bill of Quantities (BOQ). Items against which no rate or price is entered
by the Tenderer will not be paid for by the Employer when executed and shall
be deemed covered by the rates for other items and prices in the BOQ.
23.3 The price to be quoted in the Tender Submission Sheet, in accordance with
ITT Sub-Clause 23.1, shall be the total price of the Tender, excluding any
discounts offered.
23.4 The Tenderer shall quote any unconditional discounts and the methodology
for their application in the Tender Submission Sheet, in accordance with ITT
Sub-Clause 23.1.
23.5 Unless otherwise provided in the TDS and the PCC, the rates and prices
quoted by the Tenderer are subject to adjustment during the performance
of the Contract in accordance with the provisions of GCC Clause 66. The
Tenderer shall furnish the indices and weightings for the price adjustment
formulae in the PCC. The Employer may require the Tenderer to justify its
proposed indices and weightings.
23.6 If so indicated in the TDS, Tenders are being invited for individual lots or for
any combination of lots. 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 considered in the Tender
evaluation, provided the Tenders for all lots are submitted and opened at the
same time.
23.7 All duties, taxes 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
rates and prices and the total Tender Price submitted by the Tenderer.
24. Tender:
Currency
25. Documents
Establishing
Eligibility of
the Tenderer
25.1 The Tenderer shall submit documentary evidence to establish its eligibility in
accordance with ITT Clause 4, and in particular, shall:
(a) complete the eligibility declarations in the Tender Submission Sheet
(Form W-1), included in Section 5, Tender and Contract Forms; and
(b) if in accordance with ITT Sub-Clause 4.2, the Tenderer is an existing
or intended JVCA, it must submit the Tenderer Information Sheet
(Form W-2) and a copy of the JVCA Agreement, or a letter of intent to
enter into such an agreement. The respective document shall be
signed by all legally authorised signatories of all the parties to the
existing or intended JVCA, as appropriate.
26. Documents
Establishing
the Eligibility
and
Conformity of
Materials,
Equipment
and Services
26.1 The Tenderer shall submit documentary evidence to establish the origin of all
materials, equipment and services to be supplied under the Contract in
accordance with ITT Clause 5.
26.2 To establish the conformity of the materials, equipment and services to be
supplied under the Contract, the Tenderer shall furnish, as part of its Tender,
the documentary evidence (which may be in the form of literature, drawings
or data) that these conform to the technical specifications and standards
specified in Section 7, General Specifications and Section 8, Particular
Specifications.
28. Documents
Establishing the
Conformity of
the Technical
27.1 The Tenderer shall furnish a Technical Specification including a statement of
Specification
work methods and schedule and any other information as stipulated in TDS,
in sufficient detail to demonstrate the adequacy for the Tenderers submission
to meet the work requirements and the completion time.
29. Documents
Establishing
the Tenderers
Qualifications
(e)
(f)
(g)
(h)
(i)
28.4
30. Tenderer:
Disqualification
(a)
(b)
(c)
(d)
(e)
31. Tender:
Validity
30.1 Tenders shall remain valid for the period specified in the TDS after the date of
Tender submission prescribed by the Employer, pursuant to ITT Clause 34. A
Tender valid for a shorter period shall be rejected by the Employer as non
responsive.
30.2 In exceptional circumstances, prior to the expiration of the Tender validity
period, the Employer may solicit the Tenderers consent to an extension of the
period of validity of their Tenders. The request and the responses shall be
made in writing. The Tender Security provided under ITT Clause 31 shall also
be suitably extended promptly. 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.
32. Tender:
Security
31.1 The Tenderer shall furnish as part of its Tender, a Tender Security in original
form (Form W-3) and in the amount specified in the TDS.
31.2 The Tender Security shall:
(a)
(ii)
(b)
(c)
31.3 A Tender not accompanied by a valid Tender Security in accordance with ITT
Sub-Clause 31.2 shall be rejected by the Employer as non-responsive.
31.4 Unsuccessful Tenderers Tender Security will be discharged or returned within
twenty eight (28) days of the end of the Tender validity period specified in ITT
Sub-Clause 30.1 and 30.2 The Tender Security of the successful Tenderer
will be discharged upon the Tenderers furnishing of the Performance Security
pursuant to ITT Clause 53 and signing the Contract Agreement.
31.5 The Tender Security may be forfeited:
(a) if a Tenderer withdraws its Tender during the period of Tender validity
specified by the Tenderer on the Tender Submission Sheet, except
as provided in ITT Sub-Clause 30.2; or
(b) if the successful Tenderer fails to:
33. Tender:
Format and
Signing
(i)
accept the correction of its Tender Price pursuant to ITT SubClause 43.2; or
(ii)
(iii)
31.6
The Tender Security of a JVCA shall be in the name of the JVCA that
submits the Tender. If the JVCA has not been legally constituted at the time
of tendering, the Tender Security shall be in the name of all intended JVCA
partners as named in the letter of intent mentioned in ITT Sub-Clause 25.1
32.1
The Tenderer shall prepare one (1) original of the documents comprising the
Tender as described in ITT Sub-Clause 20.1 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.
32.2
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 consist of a written authorization and shall
be attached to the Tenderer Information Sheet (Form W-2). The name and
position held by each person signing the authorization must be typed or
printed below the 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.
32.3
34. Tender:
Sealing and
Marking
33.1 The Tenderer shall enclose the original in one (1) envelope and all the copies
of the Tender in another envelope, duly marking the envelopes as ORIGINAL
and COPY. These two (2) envelopes shall then be enclosed in one (1) single
outer envelope.
33.2 The inner and outer envelopes shall:
(a) bear the name and address of the Tenderer;
(b) be addressed to the Employer at the address specified in the TDS;
(c) bear the name of the Tender and the Tender Number as specified in
the TDS; and
(d) bear a statement DO NOT OPEN BEFORE.... the time and date
for Tender opening as specified in the TDS..
33.3 If all envelopes are not sealed and marked as required by ITT Sub-Clause
33.2, the Employer will assume no responsibility for the misplacement or
premature opening of the Tender
35. Tender:
Submission
Deadline
34.1 Tenders must be received by the Employer at the address specified in ITT Sub
Clause 33.2 no later than the date and time specified in the TDS.
34.2 The Tender may be hand delivered, posted by registered mail or sent by
courier. The Employer shall, on request, provide the Tenderer with a receipt
showing the date and time when its Tender was received.
34.3 The Employer may, at its discretion, extend the deadline for the submission of
Tenders by amending the Tender Document in accordance with ITT Clause 10,
in which case all rights and obligations of the Employer and Tenderers
previously subject to the deadline shall thereafter be subject to the new
deadline as extended.
38. Tender:
Submitted
Late
35.1 Any Tender received by the Employer after the deadline for submission of
Tenders in accordance with ITT Clause 34 shall be declared late, will be
rejected, and returned unopened to the Tenderer.
39. Tender:
Modification,
Substitution
or
Withdrawal
36.1 A Tenderer may modify, substitute or withdraw its Tender after it has been
submitted by sending a written notice, duly signed by the same authorized
representative, and shall include a copy of the authorization in accordance with
ITT Sub-Clause 32.2, (except that no copies of the withdrawal notice are
required). The corresponding substitution or modification of the Tender must
accompany the respective written notice. The written notice must be:
(a) submitted in accordance with ITT Clauses 32 and 33 (except that
withdrawal notices do not require copies), and in addition, the
respective envelopes shall be clearly marked MODIFICATION,
SUBSTITUTION, OR WITHDRAWAL; and
(b) received by the Employer prior to the deadline prescribed for
submission of Tenders, in accordance with ITT Clause 34.
36.2 Tenders requested to be withdrawn in accordance with ITT Sub-Clause 36.1
shall be returned unopened to the Tenderers, only after the Tender opening.
36.3 No Tender may be modified, substituted, or withdrawn after the deadline for
submission of Tenders specified in ITT Clause 34.
36.4 Tenderers may only offer discounts to, or otherwise modify the prices of their
Tenders by including Tender modifications in the original Tender submission, or
37.1 The Employer shall open the Tenders in public, including modifications or
substitutions made pursuant to ITT Clause 36, at the time, on the date, and
only at the one place specified in the TDS. Tenders for which an acceptable
notice of withdrawal has been submitted pursuant to ITT Clause 36 shall not
be opened. Tenderers or their authorised representatives shall be allowed to
attend and witness the opening of Tenders, and shall sign a register
evidencing their attendance.
37.2 The name of the Tenderer, Tender modifications, substitutions or
withdrawals, total amount of each Tender, number of corrections,
discounts, and the presence or absence of requisite Tender Security, any
alternatives, if so permitted, and such other details as the Employer, at its
discretion, may consider appropriate, shall be read out aloud and recorded.
Only discounts and alternative offers read out at the Tender opening shall
be considered for evaluation. All pages of the original Tender, except for
un-amended printed literature, will be initialled by a minimum of three (3)
members of the Employers Tender opening committee.
37.3 Minutes of the Tender opening shall be made by the Employer and
furnished to any Tenderer upon receipt of a written request. The minutes
shall include, as a minimum: the name of the Tenderer and whether there is
a withdrawal, substitution, or modification; the Tender Price, per lot if
applicable, including any discounts and alternative offers; and the presence
or absence of a Tender Security, if one was required.
37.4 Tenders not opened and read out at the Tender opening shall not be
considered, irrespective of the circumstances, and shall be returned
unopened to the Tenderer.
37.5 No Tender shall be rejected at the Tender opening, except for late Tenders,
which shall be returned unopened to the Tenderer pursuant to ITT Clause 35.
41.
Tender:
Confidentiality
42. Tender:
Clarification
39.1 The Employer may ask Tenderers for clarification of their Tenders in order to
facilitate the examination and evaluation of Tenders. The request for
clarification and the response shall be in writing, and any changes in the prices
or substance of the Tender shall not be sought, offered or permitted, except to
confirm the correction of arithmetical errors discovered by the Employer in the
evaluation of the Tenders, in accordance with ITT Clause 43.
43. Tenderer:
Contacting
the Employer
40.1 Following the opening of the Tenders and until the Contract is signed no
Tenderer shall make any unsolicited communication to the Employer or try
in any way to influence the Employers examination and evaluation of the
Tenders.
40.2 Any effort by a Tenderer to influence the Employer in its decisions on the
examination, evaluation, comparison, and post-qualification of the Tenders
or Contract award may result in the rejection of its Tender.
40.3 Notwithstanding ITT Sub-Clause 40.1, from the time of Tender opening to the
time of Contract award, if any Tenderer wishes to contact the Employer on any
matter related to the tendering process, it should do so in writing.
44. Tender:
Responsive
ness
41.2 A substantially responsive Tender is one that conforms in all respects to the
requirements of the Tender Document without material deviation, reservation,
or omission. A material deviation, reservation, or omission is one that:
(a) affects in any substantial way the scope, quality, or performance of the
Works specified in the Contract; or
(b) limits in any substantial way, or is inconsistent with the Tender
Document, the Employers rights or the Tenderers obligations under
the Contract; or
(c) if rectified would unfairly affect the competitive position of other
Tenderers presenting substantially responsive Tenders.
41.3 If a Tender is not substantially responsive to the Tender Document, it shall be
rejected by the Employer and shall not subsequently be made responsive by
the Tenderer by correction of the material deviation, reservation, or omission.
42.1 The Employer may regard a Tender as responsive even if it contains minor
deviations that do not materially alter or depart from the characteristics, terms,
conditions and other requirement set forth in the Tender Document or if it
contains errors or oversights that are capable of being corrected without
affecting the substance of the Tender.
42.2 Provided that a Tender is substantially responsive, the Employer may request
that the Tenderer submits the necessary information or documentation, within
a reasonable period of time, to rectify nonmaterial nonconformities or
omissions in the Tender related to documentation requirements. Such
omission shall not be related to any aspect of the rates of the Tender reflected
in the Priced Bill of Quantities. Failure by the Tenderer to comply with the
request may result in the rejection of its Tender.
46. Tender:
Correction of
Arithmetical
Errors
43.1 Provided that the Tender is substantially responsive, the Employer shall
correct arithmetical errors on the following basis:
(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 shall prevail and the line item total price shall be corrected,
unless in the opinion of the Employer there is an obvious
misplacement of the decimal point in the unit price, in which case the
total price as quoted shall govern and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total shall
be corrected; and
(c) if there is a discrepancy between words and figures, the amount in
words shall prevail, unless the amount expressed in words is related
to an arithmetical error, in which case the amount in figures shall
prevail subject to (a) and (b) above.
43.2 Any arithmetical error or other discrepancies as stated in ITT Sub-Clause
43.1 shall be immediately notified to the concerned Tenderer.
43.3 Any Tenderer that does not accept the correction of errors, as determined
by the application of ITT Sub-Clause 43.1, shall be disqualified and its
Tender Security may be forfeited.
47. Tender:
Preliminary
Examination
44.1 The Employer shall firstly examine the Tenders to confirm that all
documentation requested in ITT Clause 20 has been provided, and to
determine the completeness of each document submitted.
44.2 The Employer shall assess whether the Tenderers Qualifications as per
Section C are substantially met. Any negative determination by the Employer
will result in rejecting the Tender as non-responsive without the need for further
evaluation as per ITT clauses 45 and 46.
48. Tender:
Technical
Evaluation
45.1 The Employer shall secondly 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.
45.2 The Employer shall evaluate the technical aspects of the Tender submitted in
accordance with ITT Clauses 26 and 27, to confirm that all requirements
specified in Section 7: General Specifications and Section 8: Particular
Specifications of the Tender Document have been met without any material
deviation or reservation.
45.3 If, after the examination of the terms and conditions and the technical aspects
of the Tender, the Employer determines that the Tender is not substantially
responsive in accordance with ITT Sub-Clause 41.3, it shall reject the Tender.
49. Tender:
Financial
Evaluation
46.1 The Employer shall thirdly evaluate each Tender that has been determined, up
to this stage of the evaluation, to be substantially responsive.
46.2 To evaluate a Tender, the Employer shall consider the following:
(a) the Tender price, excluding Provisional Sums and the provision, if any,
for contingencies in the Summary Bill of Quantities, but including
Daywork, where priced competitively;
(b) price adjustment for correction of arithmetical errors pursuant to ITT
Sub-Clause 43.1;
(c) appropriate adjustments in order to take into consideration discounts
or other price modifications offered pursuant to ITT Sub-Clause 23.4;
(d) appropriate adjustments for any other acceptable variations or
deviations pursuant to ITT Sub-Clause 42.1; and
(e) application of all the evaluation factors indicated in ITT Clause 11.
46.3 Variations, deviations, and alternative offers and other factors which are in
excess of the requirements of the Tender Document or otherwise result in
unsolicited benefits for the Employer will not be taken into account in Tender
evaluation.
46.4 The estimated effect of any price adjustment provisions under GCC Clause 66,
applied over the period of execution of the Contract, shall not be taken into
account in Tender evaluation.
46.5 If so indicated in the TDS (ITT Sub-Clause 23.6), the Tender Document shall
allow Tenderers to quote separate prices for one or more lots, and shall allow
the Employer to award one or multiple lots to more than one Tenderer following
the methodology specified in ITT Sub-Clause 46.6.
46.6 To determine the lowest-evaluated lot or combination of lots, the Employer
shall take into account:
(a) The experience and resources sufficient to meet the aggregate of the
qualifying criteria for the individual lot;
(b) the lowest-evaluated Tender for each lot calculated in accordance with
the requirements of Evaluation Criteria;
(c) the price reduction per lot or combination of lots and the methodology
for their application as offered by the Tenderer in its Tender; and
(d) the Contract-award sequence that provides the optimum economic
combination taking into account any limitations due to constraints in
Works or execution capacity determined in accordance with the postqualification criteria under ITT Clause 49.
46.7 If the lowest Evaluated Tender is seriously unbalanced or front loaded in the
opinion of the Employer, the Employer may require the Tenderer to produce
detailed price analysis for any or all items of the BOQ, to demonstrate the
internal consistency of those prices with the construction methods and
47.1 No negotiations shall be held with the lowest or any other Tenderer.
47.2 A Tenderer shall not be required, as a condition for award, to undertake
responsibilities not stipulated in the Tender documents, to change its price, or
otherwise to modify its Tender.
51. Tender:
Comparison
48.1 The Employer shall compare all substantially responsive Tenders to determine
the lowest-evaluated Tender, in accordance with ITT Clause 46.
52. Tenderer:
Postqualification
49.1 The Employer shall determine to its satisfaction whether the Tenderer that is
selected as having submitted the lowest evaluated and substantially
responsive Tender is qualified to perform the Contract satisfactorily.
49.2 The determination shall be based upon an examination of the documentary
evidence of the Tenderers qualifications submitted by the Tenderer, pursuant
to ITT Clause 28, to clarifications in accordance with ITT Clause 39 and the
qualification criteria indicated in ITT Clauses 11 to 16 inclusive. Factors not
included therein shall not be used in the evaluation of the Tenderers
qualification.
49.3 An affirmative determination shall be a prerequisite for award of the Contract to
the Tenderer. A negative determination shall result in rejection of the Tenderers
Tender, in which event the Employer shall proceed to the next lowest
evaluated Tender to make a similar determination of that Tenderers
capabilities to perform satisfactorily
53. Tenders:
Employers
Right to
Accept or to
Reject Any or
All
50.1 The Employer 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 obligation to
inform Tenderers of the grounds for the Employers actions.
G.
Contract Award
51.1 The Employer shall award the Contract to the Tenderer whose offer is
substantially responsive to the Tender Document and that has been
determined to be the lowest evaluated Tender, provided further that the
Tenderer is determined to be qualified to perform the Contract
satisfactorily.
55. Notification of
Award
52.1 Prior to the expiration of the period of Tender validity, the Employer shall notify
the successful Tenderer, in writing, that its Tender has been accepted.
52.2 Until a formal contract is prepared and executed, the Notification of Award
shall constitute a binding Contract.
52.3 The Notification of Award shall state the value of the proposed Contract, the
amount of the Performance Security, the time within which the Performance
Security shall be submitted and the time within which the Contract shall be
signed.
56. Performance
Security
53.1 Within fourteen (14) days of the receipt of Notification of Award from the
Employer, the successful Tenderer shall furnish the Performance Security
for the due performance of the Contract in the amount specified in the
TDS using for that purpose the Performance Security Form (Form W-6)
furnished in Section 5: Tender and Contract Forms.
53.2 The Performance Security shall be valid until a date twenty-eight (28)
57. Contract
Signing
54.1 At the same time as the Employer issues the Notification of Award, the
Employer shall send the Contract Agreement and all documents forming the
Contract, to the successful Tenderer.
54.2 Within twenty-one (21) days of receipt of the Contract Agreement, the
successful Tenderer shall sign, date, and return it to the Employer.
54.3 Failure of the successful Tenderer to submit the Performance Security,
pursuant to ITT Sub-Clause 53.1, or sign the Contract, pursuant to ITT SubClause 54.2, shall constitute sufficient grounds for the annulment of the
award and forfeiture of the Tender Security. In that event, the Employer may
award the Contract to the next lowest evaluated responsive Tenderer at their
quoted price (corrected for arithmetical errors), who is assessed by the
Employer to be qualified to perform the Contract satisfactorily.
54.4 Immediately upon receipt of the signed Contract Agreement and
Performance Security from the successful Tenderer, the Employer shall
discharge and return the successful Tenderers Tender Security.
58. Advising
Unsuccessful
Tenderers
59. Adjudicator
56.1 The Employer proposes the person named in the TDS to be appointed as
Adjudicator under the Contract, at an hourly fee and for those
reimbursable expenses specified in the TDS.
56.2 If the Tenderer disagrees with this proposal, the Tenderer should state so
in its Tender. If, in the Notification of Award, the Employer and the
Tenderer has still not agreed on the appointment of the Adjudicator, the
Adjudicator shall be appointed by the Appointing Authority designated in
the TDS.
60. Tenderers
Right to
Complain
57.1 Any Tenderer has the right to complain if it has suffered or may suffer loss
or damage due to a breach of a duty imposed on the Employer by the
Public Procurement rules 2008 (PPR).
57.2 The complaint shall firstly be processed through an administrative review
following the procedures set out in Regulation 51 of the PPR. The place
and address for the first step in the submission of complaints to the
Administrative Authority is provided in the TDS.
57.3 If not satisfied with the outcome of the administrative review, the Tenderer
may complain to the Review Panel pursuant to Regulation 53 of the PPR.
ITT Clause
A.
ITT 1.1
General
The Employer is
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL
ITT 2.1
ITT 2.3
ITT 4.1
ITT 5.1
Materials, equipment and service from the following countries are not eligible.
Israel
B.
Tender Document
ITT 7.2
The following are authorised agents of the Employer for the purpose of
issuing the Tender Document: As on the Tender Notice
ITT 8.1
Telephone: +88-02-9127100
Facsimile number: +88-02-8156105
ITT 9.1
239475352.doc
C.
ITT 11.1
For delayed Completion time the Tender price shall be adjusted as follows : 0.08% per
day and the amount then adjusted into the Tender Price accordingly.
ITT 12.3(a)
The Tenderer shall have minimum 3(three) years general experience as on the
date of Submission of this Tender in the construction works. To this effect,
Tenderer must submit proper evidence (s) from recognized body/institution.
ITT 12.3(b)
The Tenderer shall have at least (1) one successful completion record of similar
construction work having minimum worth of Tk.100 ( One hundred) lakh over a
period of last 5 years.
To this effect the Tenderer must submit evidence(s) in the form of certificates
from the users. Evidence(s) must contain full details of the contracts such as
project or organization name, contract number, price of the executed work,
completion period with date, details of the certificate issuing person etc.
ITT 13.1(a)
The required average annual turnover shall be greater than Tk. 360 (Three
hundred sixty ) lakh over the last 5 (five) years:
To this effect, the Tenderer must have to submit documents either original or
photocopies to be attested by first class officers along with name, seal and
telephone number.
ITT 13.1(b)
The minimum Tender Capacity shall be TK. 100 (one hundred) lakh. The following
formula may be used to calculate the Tender capacity:
Assessed Tender Capacity = ( AxNx1.5-B )
Where
A= maximum value of works performed in any one year during last five years
N= Completion time of the proposed work in years
B=Value of existing commitments and works to be completed during the next N
years.
The Tenderer shall have to submit work completion lists along with certificates for the year of
maximum performed values during last five years. The bidder shall also have to submit copies
of contract agreements of existing commitments mentioning contract price.
ITT 13.2
The minimum amount of free funds(liquid assets) and/or credit facilities net of
other Contractual commitments of the successful Tenderer shall be Tk.90 (Ninety)
lakh.
The Tenderer shall have to submit proper certificate mentioning the amount clearly.
ITT 14.1(a)
The Construction Project Manager shall have the following qualifications and
experience: minimum Bachelor degree with having 4 (four) years experience of
completing similar type of project.
ITT 14.1(b)
ITT 14.1(c)
239475352.doc
Bio Data with signature and attested recent photograph of each mentioned
technical person shall have to submit with the tender.
ITT 15.1
The Tenderer shall own or have assured access of the essential equipment, in full
working order as follows :
1. Concrete mixture machine with hopper ( 0.20M3/load ) - 2 nos.
2. Concrete vibrator (Diesel driven)(Nozzle dia=2.54cm ) - 2 nos.
3. Concrete vibrator (Electrical driven)(Nozzle dia=2.54cm) - 1 no.
4. Cylinder mould 6 inch dia, 12 inch height. 3 nos.
5. Levelling instrument 1 set.
6. Mechanical Plate Vibrator 1 no.
7. Shuttering 1000 Sqm.
The Tenderer shall have to submit a list to satisfy this requirement. BTCL evaluation
team so formed may verify this list during the evaluation.
D.
Preparation of Tender
ITT 19.1
ITT 20.1(i)
The Tenderer shall submit with its Tender the following additional documents:
None
ITT 22.1
ITT 22.3
ITT 23.5
The prices quoted by the Tenderer shall be fixed for the duration of the
Contract.
ITT 23.6
&
ITT 46.5
ITT 27.1
ii.
iii.
ITT 28.4
ITT 30.1
239475352.doc
ITT 31.1
The amount of the Tender Security shall be Tk.3,50,000/- (Three lakh fifty
thousand ) only in favour of
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL
ITT 32.1
In addition to the original of the Tender, One (1) copies shall be submitted.
E.
Submission of Tender
The inner and outer envelopes shall bear the following additional identification
marks: No additional marks are required.
ITT 34.1
The deadline for the submission of Tenders is:Time & Date: As on the Tender Notice
F.
ITT 37.1
ITT 46.6(a)
To qualify for a number of Contracts made up of this and other lots for which
Tenders are invited in the Invitation for Tenders, the Tenderer must
demonstrate having experience and resources sufficient to meet the
aggregate of the qualifying criteria for the individual Contract Not applicable
G.
Award of Contract
ITT 53.1
ITT 56.1
ITT 56.2
In case of disagreement between the parties, the Appointing Authority for the
Adjudicator is the President of the Institution of Engineers, Bangladesh
ITT 57.2
The name and address of the office where complaints to the Procuring Entity
under Regulation 51 are to be submitted is:
239475352.doc
Address:
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL
(Note : The Bidder shall remember that PPR-2008 and its subsequent
amendments shall be followed in the whole tendering process.)
239475352.doc
Definitions
1.1
(b)
(c)
(d)
Completion
Certificate
means
the
Certificate issued by the Engineer as evidence that the
Contractor has executed the Works in all respects as per
drawing, specifications and Conditions of Contract.
(e)
(f)
Contract
Agreement
means
the
Agreement entered into between the Employer and the
Contractor, together with the Contract Documents referred to
therein, including all attachments, appendices, and all
documents incorporated by reference therein to execute,
complete, and maintain the Works.
(g)
Contract
Documents
documents listed in GCC Clause 5,
amendments thereto.
(h)
(i)
(j)
(k)
239475352.doc
means
including
the
any
(l)
(m)
(n)
(o)
(p)
(q)
(r)
(s)
(t)
(u)
(v)
(w)
(x)
(y)
(z)
(aa)
(ab)
239475352.doc
(ac)
(ad)
(ae)
(af)
(ag)
(ah)
(ai)
(aj)
Writing means any hand-written, typewritten, or printed communication including telex, cable and
facsimile transmission.
2.
Contract
Documents
2.1
3.
Corrupt,
Fraudulent,
Collusive or
Coercive
Practices
239475352.doc
3.4 The Government defines, for the purposes of this provision, the
terms set forth below as follows:
(a)
(b)
(c)
(d)
coercive
practice
means
harming
or
threatening to harm, directly or indirectly, persons or their
property to influence the procurement proceedings, or affect
the execution of a Contract.
3.5 The Government requires that the Clients personnel have an equal
obligation not to solicit, ask for and/or use coercive methods to
obtain personal benefits in connection with the said proceedings.
8.
Interpretation
4.1
4.2
Entire Agreement
(a) The Contract constitutes the entire agreement between the
Employer and the Contractor and supersedes all
communications, negotiations and agreements (whether
written or oral) of parties with respect thereto made prior to the
date of Contract Agreement.
4.3
239475352.doc
Non-waiver
(a)
(b)
4.4
Severability
(a) 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.
4.5
Sectional completion
(a) 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).
13. Documents
Forming the
Contract and
Priority of
Documents
5.1
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
14. Eligibility
6.1
6.2
7.1
7.2
18. Governing
Law
8.1
19. Gratuties /
Agency fees
9.1
16. Governing
Language
239475352.doc
(JVCA)
party to act as a leader with authority to bind the joint venture,
consortium, or association. The composition or the constitution of the
joint venture, consortium, or association shall not be altered without
the prior consent of the Employer.
21. Confidential
Information
11.1 The Employer and the Contractor shall keep confidential and shall
not, without the written consent of the other party hereto, divulge to
any third party any documents, data, or other information furnished
directly or indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior to,
during or following completion or termination of the Contract.
Notwithstanding the above, the Contractor may furnish to its SubContractor such documents, data, and other information it receives
from the Employer to the extent required for the Sub-Contractor to
perform its work under the Contract, in which event the Contractor
shall obtain from such Sub-Contractor an undertaking of
confidentiality similar to that imposed on the Contractor under GCC
Clause 11.
11.2 The Employer shall not use such documents, data, and other
information received from the Contractor for any purposes unrelated
to the Contract. Similarly, the Contractor shall not use such
documents, data, and other information received from the Employer
for any purpose other than the design, construction, or other work
and services required for the performance of the Contract.
11.3 The obligation of a party under GCC Sub-Clauses 11.1 and 11.2
above, however, shall not apply to information that:
a)
b)
c)
d)
11.4 The above provisions of GCC Clause 11 shall not in any way modify
any undertaking of confidentiality given by either of the parties hereto
prior to the date of the Contract in respect of the Works or any part
thereof.
11.5 The provisions of GCC Clause 11 shall survive completion or
termination, for whatever reason.
26. Communic
ations and
Notices
29. Copyright
239475352.doc
14.1 The Contractor shall not assign, in whole or in part, its obligations
under the Contract, except with the Employers prior written consent.
31. SubContracting
15.1 The Contractor shall obtain approval of the Employer in writing of all
Sub-Contracts to be awarded under the Contract if not already
specified in the Tender. Sub-Contracting shall in no event relieve the
Contractor from any of its obligations, duties, responsibilities, or
liability under the Contract.
15.2 Sub-Contractors shall comply with the provisions of GCC Clause 3.
33. Other
Contractors
16.1 The Contractor shall cooperate and share the Site with other
Contractors, public authorities, utilities, the Engineer and the
Employer between the dates given in the Schedule of Other
Contractors, as referred to in the PCC. The Contractor shall also
provide facilities and services for them as described in the Schedule.
The Employer may modify the Schedule of Other Contractors, and
shall notify the Contractor of any such modification.
34. 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.
35. Employers
Responsibilities
37. Scope of
Works
41. Engineers
Decisions
43. Delegation
23.1 The Engineer may delegate any of his duties and responsibilities to
his representative except to the Adjudicator, after notifying the
239475352.doc
24.1 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 Engineer.
24.2 The Engineer will approve any proposed replacement of key
personnel only if their relevant qualifications and abilities are
substantially equal to or better than those of the personnel listed in
the Schedule.
24.3 If the Engineer asks the Contractor to remove a person who is a
member of the Contractors staff or work force from the Site, he
shall state the reasons, and the Contractor shall ensure that the
person leaves the Site within three (3) days and has no further
connection with the work in the Contract.
Contractors
25.5 The Contractor shall obtain approval of third parties to the design
of the Temporary Works, where required
52. Instructions
26.1 The Contractor shall carry out all instructions of the Engineer that
comply with the applicable laws where the Site is located.
53. Site
Investigation
Reports
27.1 The Contractor, in preparing the Tender, shall rely on any Site
Investigation Reports referred to in the PCC, supplemented by any
information available to the Tenderer.
54. Possession of
the Site
28.1 The Employer shall give possession of the Site, or parts of the Site,
to the Contractor on the date(s) stated in the PCC. If possession
of a part is not given by the date stated in the PCC, the Employer
will be deemed to have delayed the start of the relevant activities,
and this will be a Compensation Event.
29.1 The Contractor shall allow the Engineer and any person authorised
by the Engineer access to the Site and to any place where work in
connection with the Contract is being carried out or is intended to
be carried out.
239475352.doc
58. Welfare of
Labour
33.1 The Contractor shall comply with the applicable minimum age
labour laws and requirements of (including applicable treaties
which have been ratified by) the Government of Bangladesh
regarding hazardous forms of child labour.
34.1 The Contractor shall not perform any work on the Site on the
weekly rest day (Friday), or during the night, or on any religious or
public holiday, without the prior written approval of the Engineer.
35.1 The Employer carries the risks that the Contract states are
Employers risks and the Contractor carries the risks that the
Contract states are Contractors risks.
63. Employers
Risks
36.1 From the Start Date until the Defects Correction Certificate has
been issued, the following are Employers risks:
(a)
(b)
239475352.doc
(ii)
36.2 From the Completion Date until the Defects Correction Certificate
has been issued, the risk of loss of or damage to the Works, Plant,
and Materials is an Employers risk, except loss or damage due to:
(a)
(b)
(c)
65. Contractors
Risks
37.1 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 Employers risks are
Contractors risks.
66. Insurance
38.1 The Contractor shall provide, in the joint names of the Employer
and the Contractor, insurance cover from the Start Date to the end
of the Defects Liability Period, in the amounts and deductibles
stated in the PCC for the following events which are due to the
Contractors risks:
(a)
(b)
loss of or damage to
Equipment;
(c)
(d)
loss of or damage to
property (except the Works, Plant, Materials, and Equipment)
in connection with the Contract; and
personal injury or death.
39.1 The Contractor shall be entirely responsible for all taxes, duties,
license fees, and other such levies imposed outside and inside
Bangladesh.
72. Limitation of
Liability
239475352.doc
41.1 The Contractor shall not be liable for forfeiture of its Performance
Security, liquidated damages, or termination for default if and to the
extent that its delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force
Majeure.
41.2 For purposes of this Clause, Force Majeure means an event or
situation beyond the control of the Contractor that is not foreseeable,
is unavoidable, and its origin is not due to negligence or lack of care
on the part of the Contractor. Such events may include, but not be
limited to, acts of the Employer in its sovereign capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions, and
freight embargoes.
41.3 If a Force Majeure situation arises, the Contractor shall promptly
notify the Employer in writing of such condition and the cause
thereof. Unless otherwise directed by the Employer in writing, the
Contractor shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the
Force Majeure event.
B.
Time Control
75. Programme of
Works
43.1 Within the time stated in the PCC, the Contractor shall submit to
the Engineer for approval a Programme 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 Microsoft Project or in any
other software programme acceptable by the Employer.
43.2 The Contractor shall submit to the Engineer for approval 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.
43.3 If the Contractor does not submit an updated Programme at the
intervals stated in the PCC, the Engineer 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 has been submitted.
43.4 The Engineers approval of the Programme shall not alter the
Contractors obligations. The Contractor may revise the
Programme and submit it to the Engineer again at any time. A
revised Programme shall show the effect of Variations and
Compensation Events.
239475352.doc
44.1 The Contractor shall maintain Pro Rata progress of the works.
Progress to be achieved shall be pursuant to GCC Sub- Clause
43.1 and shall be determined in terms of the value of the works
done
80. Early Warning
81. Extension of
the Intended
Completion
Date
84. Acceleration
47.1 When the Employer wants the Contractor to finish before the
Intended Completion Date, the Engineer will obtain priced
proposals for achieving the necessary acceleration from the
Contractor. If the Employer accepts these proposals, the Intended
Completion Date will be adjusted accordingly and confirmed by
both the Employer and the Contractor.
47.2 If the Employer accepts the Contractors priced proposals for
acceleration, they are incorporated in the Contract Price and
treated as a Variation.
239475352.doc
48.1 The Engineer may instruct the Contractor to delay the start or
progress of any activity within the Works.
87. Management
Meetings
49.1 Either the Engineer or the Contractor may require the other to
attend a management meeting. The business of a management
meeting shall be to review the plans for remaining work and to
deal with matters raised in accordance with the early warning
procedure.
49.2 The Engineer shall record the business of management meetings
and provide copies of the record to those attending the meeting
and to the Employer. The responsibility of the parties for actions
to be taken shall be decided by the Engineer either at the
management meeting or after the management meeting and
stated in writing to all who attended the meeting.
C.
Quality Control
88. Contractor to
Construct the
Works
50.1 The Contractor shall construct and install the Works in accordance
with the Specifications and Drawings as scheduled in GCC SubClause 5.1.
51.1 All works under the Contract shall at all times be open to inspection
and supervision of the Engineer, and the Contractor shall ensure
presence of its representatives at such inspections provided proper
advance notice is given by the Engineer.
90. Identifying
Defects
52.1 The Engineer shall check the Contractors work and notify the
Contractor of any Defects that are found. Such checking shall not
affect the Contractors responsibilities. The Engineer may instruct
the Contractor to search for a Defect and to uncover and test any
work that the Engineer considers may have a Defect.
91. Tests
53.1 If the Engineer instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a
Defect and the test shows that it does, the Contractor shall pay for
the test and any samples. If there is no Defect, the test shall be a
Compensation Event.
92. Examination of
Work before
covering up
54.1 No part of the Works shall be covered up or put out of view without
the approval of the Engineer. The Contractor shall give notice in
writing to the Engineer whenever any such part of the Works is
ready for examination and the Engineer shall attend to such
examination without unreasonable delay.
93. Correction of
Defects
55.1 The Engineer shall give notice to the Contractor, with a copy to the
Employer, of any Defects before the end of the Defects Liability
Period, which begins at Completion, and is defined in the PCC. The
Defects Liability Period shall be extended for as long as Defects
remain to be corrected.
55.2 Every time notice of a Defect is given, the Contractor shall correct
the notified Defect within the length of time specified by the
Engineers notice.
94. Uncorrected
Defects
56.1 If the Contractor has not corrected a Defect within the time
specified in the Engineers notice, the Engineer will assess the cost
of having the Defect corrected, and the Contractor will pay this
amount.
D.
95. Bill of
Quantities
239475352.doc
Cost Control
57.1 The Bill of Quantities shall contain items for the construction,
installation, testing, and commissioning work to be done by the
Contractor.
57.2 The Bill of Quantities is used to calculate the Contract Price. The
Contractor is paid for the quantity of the work done at the rate in the
Bill of Quantities for each item.
96. Changes in the
Quantities
58.1 If the final quantity of the work done differs from the quantity in the
Bill of Quantities for the particular item by more than twenty-five
percent (25%), provided the change exceeds one percent (1%) of
the Initial Contract Price, the Engineer shall adjust the rate to allow
for the change.
58.2 The Engineer shall not adjust rates from changes in quantities if
thereby the Initial Contract Price is exceeded by more than fifteen
percent (15%), except with the prior approval of the Employer.
58.3 If requested by the Engineer, the Contractor shall provide the
Engineer with a detailed cost breakdown of any rate in the Bill of
Quantities.
97. Variations
60.1 The Contractor shall provide the Engineer with a quotation for
carrying out the Variation when requested to do so by the Engineer.
The Engineer shall assess the quotation, which shall be given
within seven days of the request or within any longer period stated
by the Engineer and before the Variation is ordered.
60.2 If the work in the Variation corresponds with an item description in
the Bill of Quantities and if, in the opinion of the Engineer, the
quantity of work above the limit stated in GCC Sub-Clause 58.1 or
the timing of its execution do not cause the cost per unit of quantity
to change, the rate in the Bill of Quantities shall be used to
calculate the value of the Variation. If the cost per unit of quantity
changes, or if the nature or timing of the work in the Variation does
not correspond with items in the Bill of Quantities, the quotation by
the Contractor shall be in the form of new rates for the relevant
items of work.
60.3 If the Contractors quotation is found to be unreasonable, the
Engineer may order the Variation and make a change to the
Contract Price, which shall be based on the Engineers own
forecast of the effects of the Variation on the Contractors costs.
60.4 If the Engineer 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.
60.5 The Contractor shall not be entitled to additional payment for costs
that could have been avoided by giving early warning.
61.1 When the Programme is updated, the Contractor shall provide the
Engineer with an updated cash flow forecast.
100.Payment
Certificates
239475352.doc
239475352.doc
102.Compensation
Events
64.1 The following shall be Compensation Events:
(a)
The Employer does not give access to the Site or part of the
Site by the Site Possession Date stated in the PCC.
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
239475352.doc
104.Price
Adjustment
66.1 Prices shall be adjusted for fluctuations in the cost of inputs only if
provided for in the PCC. If so provided, the amounts as certified in
each payment certificate, before deducting for Advance Payment,
shall be adjusted by applying the respective price adjustment factor
to the payment amount. The formula indicated below applies:
P= A + B (Im/Io)
where:
P is the adjustment factor
A and B are coefficients specified in the PCC, representing the
nonadjustable and adjustable portions, respectively, of the
Contract; and
Im is the index prevailing at the end of the month being invoiced
and Io is the index prevailing twenty-eight (28) days before Tender
opening.
The index to be used is as published by the Bangladesh Bureau
of Standards on a month basis.
66.2 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 next payment certificate. The index value shall be
deemed to take account of all changes in cost due to fluctuations in
costs.
105.Retention
67.1 The Employer shall retain from each payment due to the Contractor
the proportion stated in the PCC until completion of the whole of
the Works.
67.2 On completion of the whole of the Works, half the total amount
retained shall be repaid to the Contractor, the remaining half when
the Defects Liability Period has passed and the Engineer has
certified that all Defects notified by the Engineer to the Contractor
before the end of this period have been corrected.
67.3 On completion of the whole of the Works, the Contractor may
substitute retention money with an unconditional Bank Guarantee.
239475352.doc
106.Liquidated
Damages
68.1 The Contractor shall pay liquidated damages to the Employer at the
rate per day stated in the PCC for each day that the Completion
Date is later than the Intended Completion Date for the works or for
any part thereof. In respect of the value of the delayed works the
total amount of liquidated damages shall not exceed the amount
defined in the PCC. The Employer may deduct liquidated damages
from payments due to the Contractor. Payment of liquidated
damages shall not affect the Contractors liabilities.
68.2 If the Intended Completion Date is extended after liquidated
damages have been paid, the Engineer shall correct any
overpayment of liquidated damages by the Contractor by adjusting
the next payment certificate. The Contractor shall be paid interest
on the overpayment, calculated from the date of payment to the
date of repayment, at the rates specified in GCC Sub-Clause 63.1.
107.Bonus
69.1 The Contractor shall be paid a Bonus calculated at the rate per
calendar day if stated in the PCC for each day (less any days for
which the Contractor is paid for acceleration) that the Completion is
earlier than the Intended Completion Date. The Engineer shall
certify that the Works are complete, although they may not be due
to be complete.
108.Advance
Payment
109.Performance
Security
71.1 The Employer shall notify the Contractor of any claim made against
the Bank issuing the Performance Security.
71.2 The Employer may claim against the security if any of the following
events occurs for fourteen (14) days or more.
(a) The Contractor is in breach of the Contract and the Employer
has notified him that he is; and
(b) The Contractor has not paid an amount due to the Employer.
71.3 In the event the Contractor is liable to pay compensation under the
Contract amounting to the full value of the Performance Security
or more, the Employer may forfeit the full amount of the
Performance Security.
239475352.doc
113.Taking Over
75.1 The Employer shall take over the Site and the Works within seven
(7) days of the Engineer issuing a Certificate of Completion.
114.Final Account
76.1 The Contractor shall supply the Engineer with a detailed account of
the total amount that the Contractor considers payable under the
Contract before the end of the Defects Liability Period. The
Engineer shall issue a Defects Correction Certificate and certify
any final payment that is due to the Contractor within fifty-six (56)
days of receiving the Contractors account if it is correct and
complete. If it is not, the Engineer shall issue within fifty-six (56)
days a schedule that states the scope of the corrections or
additions that are necessary. If the Final Account is still
unsatisfactory after it has been resubmitted, the Engineer shall
decide on the amount payable to the Contractor and issue a
payment certificate.
115.As-built
Drawings and
Manuals
239475352.doc
(b)
(ii)
(iii)
(iv)
(v)
(vi)
78.2 A payment certified by the Engineer is not paid by the Employer to the
Contractor within eighty-four (84) days of the date of the Engineers
certificate;
78.3 Termination for Insolvency.
(a)
239475352.doc
119.Property
80.1 All Materials on the Site, Plant, Equipment, Temporary Works, and
Works shall be deemed to be the property of the Employer if the
Contract is terminated because of the Contractors default.
120.Frustration
239475352.doc
121.Settlement of
Disputes
82.1 Amicable Settlement
(a) The Employer and the Contractor shall use their best efforts
to settle amicably all disputes arising out of or in connection
with this Contract or its interpretation.
82.2 Adjudication
(a) If the Contractor believes that a decision taken by the
Engineer was either outside the authority given to the
Engineer by the Contract or that the decision was wrongly
taken, the decision shall be refereed to the Adjudicator within
fourteen (14) days of notification of the Engineers decision in
writing.
(b) The Adjudicator named in the PCC is jointly appointed by the
parties. In case of disagreement between the parties, the
Appointing Authority designated in the PCC shall appoint the
Adjudicator within fourteen (14) days of receipt of a request
from either party.
(c) The Adjudicator shall give its decision in writing to both
parties within twenty-eight (28) days of a dispute being
referred to it.
(d) The Contractor shall make all payments (fees and
reimbursable expenses) to the Adjudicator, and the Employer
shall reimburse half of these fees through the regular
progress payments.
(e) Should the Adjudicator resign or die, or should the Employer
239475352.doc
Instructions for completing the Particular Conditions of Contract are provided, as needed,
in the notes in italics mentioned for the relevant GCC Clauses.
GCC Clause
GCC 1.1(h)
GCC 1.1(q)
The Employer is
Address:
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL
GCC 1.1(r)
GCC 1.1(w)
The Intended Completion Date for the whole of the Works shall be
8 (Eight ) months from the date signing the contract agreement.
GCC 1.1(ab)
GCC 1.1(ae)
The Start Date shall be 7(Seven) days from the date of singing of contract
GCC 1.1(ai)
The works consist of all the components associating and/or including supplying of
necessary construction materials, construction of reinforced concrete slabs,
beams, columns, etc. brick masonry, all works for doors, windows, fan, lights,
aluminium frame door, plastering, painting works and plumbing, sanitary works
and electrical work etc. FOR THE CONSTRUCTION OF VERTICAL EXPANSION
(5TH
FLOOR REST PART) WITH ANCILLARY WORK OF MOGHBAZAR
TELEPHONE EXCHANGE BUILDING AT MOGHBAZAR, DHAKA.
GCC 4.5
GCC 5.1(i)
24.1
27.1
GCC 6.1
Contractors that are a national of, or registered in, the following countries
are not eligible: Israel
GCC 6.2
GCC 12.1
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL
55
239475352.doc
GCC 21.1
The Engineer shall obtain specific approval of the Employer before taking
any of the following actions:
(a)
(b)
(c)
(d)
(e)
GCC 28.1
The Site Possession Date shall be 5 (five) days from the date of Signing
the Conctract
GCC 38.1
The maximum deductible for insurance of the Works and of Plant and
Materials is Not Applicable
(b)
The minimum cover for insurance of the Works and of Plant and
Materials in respect of the Contractors faulty design is
Not Applicable
(c)
(d)
(e)
(f)
(g)
GCC 43.1
The Contractor shall submit a Programme for the Works within 3 (three)
days from the date of Signing the Conctract
GCC 43.2
GCC 55.1
56
239475352.doc
GCC 67.1
GCC 68.1
The liquidated damages for the whole of the Works are 0.08% of the
contract price per day
The maximum amount of liquidated damages for the whole of the
Works is 10% of the contract price per day
GCC 69.1
GCC 70.1
GCC 70.3
Not Applicable
GCC 77.1
GCC 77.2
GCC 79.1
GCC 82.2(b) The Adjudicator jointly appointed by the parties is Managing Director,
& 82.2(e)
BTCL.
GCC 82.3(b)
57
239475352.doc
Title
Tender Forms
W1
W2
W3
Contract Forms
W4
Notification of Award
W5
Contract Agreement
W6
W7
Forms W1 to W3 comprise part of the Tender Format and should be completed as stated
in ITT Clauses 20. 2.
Forms W4 to W7 comprise part of the Contract as stated in GCC Clause 5.
58
239475352.doc
Date:
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL
We, the undersigned, offer to execute in conformity with the Conditions of Contract and
associated Contract Documents, the following Works and Related Services, viz:
If applicable under ITT Sub-Clause 23.1, in case we are awarded a Contract for more than one lot
in the package, the discount/cross-discount offered and the methodology for its application is:
The amount of the advance payment required is [insert percentage] of the Contract Price.
Our Tender shall be valid for the period stated in the Tender Data Sheet and it shall remain
binding upon us and may be accepted at any time before the expiration of that period. A Tender
Security in the amount stated in the Tender Data Sheet is attached in the form of a [state pay
order, bank draft, bank guarantee] valid for a period of 28 days beyond the Tender validity date.
If our Tender is accepted, we commit to obtaining a Performance Security in the amount stated in
the Tender Data Sheet and valid for a period of 28 days beyond the date of issue of the
Certificate of Completion of Works.
We declare that ourselves, and any Subcontractors or Contractors for any part of the Contract,
have nationalities from eligible countries and that the materials, equipment and related services
will also be supplied from eligible countries. We also declare that the Government of Bangladesh
has not declared us, and any Subcontractors or Contractors for any part of the Contract ineligible
on charges of engaging in corrupt, fraudulent, collusive or coercive practices. Furthermore, we
are aware of ITT Clause 3 concerning this and pledge not to indulge in such practices in
competing for or in executing the Contract.
We are not participating as Tenderers in more than one Tender in this Tendering process. We
understand that your written Notification of Award shall constitute the acceptance of our Tender
and shall become a binding Contract between us, until a formal Contract is prepared and
executed.
We understand that you are not bound to accept the lowest evaluated Tender or any other Tender
that you may receive.
Signed
In the capacity of:
Duly authorised to sign the Tender on behalf of
the Tenderer.
59
239475352.doc
Date
A. Individual Tenderers
1.
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.9
(a)
(b)
(c)
2.
239475352.doc
(d)
(e)
2.1
2.2
Work performed as prime Contractor on works of a similar nature and volume over the last five
years. Also list details of work underway or committed, including expected completion date
Project Name
Name of Employer
and contact person
Type of work
performed and year
of completion
Value of Contract
(Lakh Taka)
(a)
(b)
(c)
Information on Equipment
2.3
Major items of Contractors Equipment proposed for carrying out the works. List all information
requested below. Refer also to ITT Sub-Clause 15.1
Item of equipment
Description, make
and age (years)
Condition (new,
good, average, poor)
and quantity
available
(a)
(b)
(c)
Personnel Information
2.4
Qualifications and experience of key personnel proposed for administration and execution of
the Contract. Attach biographical data. Refer also to ITT Sub-Clause 14.1 and GCC SubClause 24.1
Position
name
Years of Experience
(General)
Years of Experience
(in proposed position)
(a)
(b)
(c)
Information on Sub-contractors
2.5
Value of the
Subcontract
Subcontractor (Name
and address)
Experience in similar
work
(a)
(b)
(c)
3.
3.1
Financial reports or balance sheets or profit and loss statements or auditors reports or bank
references for the past (3 years) with documents or a combination of these demonstrating
availability of liquid assets. List below and attach copies.
3.2
Evidence of access to financial resources to meet the qualification requirements, liquid assets,
lines of credit, etc. List below and attach copies of supporting documents.
3.3
Name, address, and telephone, telex, and facsimile numbers of banks that may provide
references if contacted by the Employer
61
239475352.doc
3.4
Cause of Dispute
(b)
Cause of Dispute
Note: The above represents the minimum requirements. These may be added to buy the Purchaser
on a case-by-case basis, as necessary.
62
239475352.doc
Each Member of a JVCA shall provide all the information requested in the form
above, Sections 1-3.
Attach a power of attorney for each of the authorising signatories of the Tender on
behalf of the JVCA.
Attach the Agreement among all Members of the JVCA (and which is legally binding
on all Members), which shows that:
(a)
all Members shall be jointly and severally liable for the execution of the
Contract in accordance with the Contract terms;
(b)
(c)
Note: The above represents the minimum requirements. These may be added to buy the
Purchaser on a case-by-case basis, as necessary.
63
239475352.doc
Date:
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL
has withdrawn its Tender during the period of Tender validity specified by the Tenderer in
the Form of Tender; or
does not accept the correction of errors in accordance with the Instructions to Tenderers
ITT of the IFT; or
having been notified of the acceptance of the Tender by the Employer during the period of
Tender validity, (i) fails or refuses to furnish the Performance Security in accordance with
the ITT, or (ii) fails or refuses to execute the Contract Form,
if the Tenderer is the successful Tenderer, upon our receipt of a copy of the Performance
Security and a copy of the Contract signed by the Tenderer as issued by you; or
if the Tenderer is not the successful Tenderer, twenty eight days after the expiration of the
Tenderers Tender validity period, being [date of expiration of the Tender].
Consequently, we must receive at the above-mentioned office any demand for payment under
this guarantee on or before that date.
.
Signature
64
239475352.doc
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 [amount in figures and in words], as corrected and
modified in accordance with the Instructions to Tenderers is hereby accepted by [name of
Employer].
You are requested to proceed with the execution of the Works on the basis that this Notification of
Award shall constitute the formation of a Contract, which shall become binding upon you
furnishing a Performance Security within fourteen (14) days, in accordance with ITT Clause 53,
and signing the Contract Agreement within twenty-one (21) days, in accordance with ITT Clause
54.
We attach the Contract Agreement and Particular Conditions of Contract for your perusal and
signature.
Signed
Duly authorised to sign for and on behalf of
[name of Procuring Entity
Date:
65
239475352.doc
The documents forming the Contract shall be interpreted in the following order of priority:
a. the signed Contract Agreement;
b. the letter of Notification of Award
c. the completed Tender Submission Sheet as submitted by the Tenderer;
d. the priced Bill of Quantities as submitted by the Tenderer;
e. the Particular Conditions of Contract;
f. the General Conditions of Contract;
g. the Particular and General Specifications;
h. the Drawings, and;
i. any other document listed in the PCC as forming part of the Contract.
3.
4.
The Employer 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 Employer:
Signature
Print Name
Title
In the presence
of
Name
Address
66
239475352.doc
Date:
To:
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL
Signature
67
239475352.doc
Signature
Date:
To:
[Name and address of Employer]
Signature
68
239475352.doc
Signature
Section-6
Bill of Quantities (BOQ)
PROJECT : CONSTRUCTION OF VERTICAL EXPANSION (5 TH FLOOR REST PART)
WITH ANCILLARY WORK OF MOGHBAZAR TELEPHONE EXCHANGE BUILDING
AT MOGHBAZAR, DHAKA.
CIVIL WORK:
No
01.
02.
03.
69
Description of items
Quantity
Rate
Unit
Cum
sqm
sqm.
239475352.doc
Amount
04.
05.
06.
Cum
sq.m.
b.
70
372 sq.m.
239475352.doc
sq.m.
sqm.
07.
08.
09.
sq.m.
sq.m.
684 sq.m.
71
sq.m.
239475352.doc
sq.m.
10.
b.
i)
Concrete
196 cum
Cum
ii)
Shuttering
1522 Sqm
Sqm.
15 cum
Cum
196 Sqm
Sqm
156 cum
Cum
1382 Sqm.
Sqm
114 cum
Cum
1114 Sqm.
Sqm
Concrete
ii)
Shuttering
Concrete
ii)
Shuttering
72
239475352.doc
i)
Concrete
ii)
Shuttering
Concrete
ii)
Shuttering
50 Cum
Cum
972 Sqm
Sqm
8 cum
cum
48 Sqm
Sqm
11.
12.
13.
73
i)
Concrete
ii)
Shuttering
Quintal
point
Sq.m.
239475352.doc
14.
15.
16.
17.
18.
74
1026 sq.m.
sq.m.
1 sq.m
sq.m
40 nos.
Each
Each
Rm
Rm
239475352.doc
19.
for all
of
required
size
including
0.67 Cum
Cum
0.61 Cum
Cum
5 Rm
Rm
36 sq.m.
sq.m.
chemical,
thermal,
fire
(a).
and provided
75
239475352.doc
(b).
21.
1 nos.
Each
105 sq.m.
sq.m.
76
239475352.doc
22.
Supplying, fitting
and
fixing of
anodized
to
Aluminium
77
239475352.doc
4 sq.m.
sq.m.
23.
Supplying, fitting
and fixing of
Architectural
Aluminium
kg / sqm.) will be
including all
including
sealants,
keeping
78
239475352.doc
105 sq.m.
Sq.m.
24.
Supplying,
fitting
and
fixing
of
Architectural
Aluminium
Manufactures Association
(AAMA)
member
19.72
will
kg)
be
(Total
weight
anodized
to
bolts
&
nuts
including
79
239475352.doc
0.50 sqm.
sqm.
25.
26.
80
sqm.
239475352.doc
109 sq.m.
Sq.m.
27.
28.
29.
30.
81
Sq.m.
sq.m
sq.m
Rm
239475352.doc
31.
32.
33.
34.
82
Sq.m.
sq.m.
sq.m.
sq.m.
239475352.doc
35.
36.
37.
83
sq.m.
8 Rm.
Rm.
5 sq.m.
sq.m.
239475352.doc
38.
39.
84
sq.m.
239475352.doc
sq.m.
40.
41.
42.
43.
44.
45.
85
Rm
Each
Each
Supplying,
fitting,
fixing
of
MORTICE door lock of approved
quality on door shutter complete in all
respect and accepted by the Engineer.
10 nos.
Each
Each
sq.m.
239475352.doc
46.
47.
48.
49.
86
15 Cum
Cum
b) Brick work
20 Cum
Cum
c) L.C work
80 Cum
Cum
d) Mosaic work
300 Sqm
Sqm
sq.m.
sq.m.
sqm.
239475352.doc
50.
51.
52.
L.S
37 Nos.
53.
54.
Sqm.
Each
L.S.
Total Tk.
87
239475352.doc
No.
Description of items
01.
02.
Special Coloured
88
Rate
Unit
6 nos.
Each
2 nos.
Each
Each
03.
Quantity
239475352.doc
Amount
04.
05.
10 nos.
Each
10 nos.
Each
2 nos.
Each
Each
06.
07.
89
239475352.doc
08.
09.
10.
11.
12.
Each
Each
Each
10 nos.
Each
12 nos.
Each
90
239475352.doc
13.
14.
91
Rm
Rm
Rm
239475352.doc
5 Rm
15.
16.
17.
92
Rm
30 Rm
Rm
3 Rm
Rm
Each
20 nos.
Each
10 Nos.
Each
239475352.doc
18.
19.
20.
10 Rm
Rm
b.
20 Rm
Rm
c.
25 Rm
Rm
d.
60 Rm
Rm
e.
60 Rm
Rm
60 Rm
Rm
93
Rm
239475352.doc
Each
21.
22.
23.
24.
25.
26.
94
20 nos.
Each
Each
Each
Each
Each
Each
3 nos.
Each
3 nos.
Each
5 nos.
Each
10 nos.
Each
f.
10 nos.
Each
239475352.doc
27.
28.
29.
30.
31.
each
Rm
200 Rm
Rm
3 nos.
Each
95
Each
239475352.doc
32.
33.
34.
Each
L.S
b. Sewerage Connection
L.S
Total Tk.
96
239475352.doc
ELECTRICAL WORKS:
No.
01.
Description of items
Quantity
Unit
172 nos.
Each
b. Fan Point
42 nos.
Each
30 nos.
Each
4 nos.
Each
97
Rate
239475352.doc
Each
Amount
02.
03.
30 nos.
Each
62 nos.
Each
20 nos.
Each
30 nos.
Each
98
239475352.doc
Rm
04.
Rm
Rm
Rm
20 Rm
BOARDS:
Supplying and fixing of Almirah
type 18 SWG metal board of depth
228 mm (9) duly painted with gray
hammer paint on out side and
enamel paint in inside surfaces
having built in push type locking
arrangement
including
metal
bridges of suitable size for fixing of
all electrical control devices
complete with suitable anchoring
arrangement in wall / column and
keeping provision for cable inlets
and exits as required (only front
surface
of the board will be
considered for measurement )
3 sq.m.
05.
sq.m.
99
239475352.doc
Each
Each
Each
10 nos.
Each
10 nos.
Each
a. 30 Amps rating.
15 nos.
Each
b. 60 Amps rating.
15 nos.
Each
2 nos.
Each
a. 10 Amps
b. 15 / 16 Amps
c. 20 Amps
07.
08.
a. 30 /32
(10KA).
100
239475352.doc
Amps
TPMCCB
b. 60 /63
(10KA).
09
Amps
TPMCCB
2 nos.
Each
Each
11.
12.
1 Nos.
Each
32 nos.
Each
20 rm
rm
mm (56) Sweep
(Delux, G.E.C. brand or
Equivalent approved by the
Engineering-in-charge.
2 nos.
101
239475352.doc
Each
13.
Electronic Fan-regulator:
Supply and installation of
electronics fan regulators
compressing of standard component
having noise suppression circuit and
total loss in the regulator not
exceeding 0.4 watt suitable for 220
10% volt AC single phase 50 Hz
manufactured by MICRO
ELECTRONIC LTD. OR
equivalent foreign made complete
as required as per sample approved
by the Engineer-in-charge.
Micro Model XE-15/
Dynamic/MEP/Metro (concealed
type ). or equivalent approved by
the Engineer in charge.
14.
36 nos.
Each
15.
Each
102
239475352.doc
Each
16.
17.
6 nos.
Each
Each
103
239475352.doc
20 nos.
Each
19.
20.
2 Nos.
Each
2 nos.
Each
104
Each
21.
50 Nos.
239475352.doc
22.
23.
6 nos.
Each
i. 20 mm dia.
100 Rm
Rm
ii. 25 mm dia.
100 Rm
Rm
100 Rm
Rm
100 Rm
Rm
50 nos.
Each
TELEPHONE SYSTEM:
a. Providing
&
laying
of
following PVC pipe ( Lira
brand or equivalent product of
other reputed manufacturer )
embedded in wall / column/
ceiling/ floor etc. with all
accessories, 18 SWG G.P. sheet
pull box with 3 mm thick
ebonite sheet cover, fixing
materials etc. as required
including mending the damages
good.
8 Pair.
ii.
10 Pair.
c.
Supplying and installation of
floor mounted telephone pull box
of made of cast iron (wall
thickness) with brass corner. The
rate shall included the necessary
accessories such as brass screw &
rubber gaskit etc. as per direction of
the Engineer-in-charge.
i.
105
239475352.doc
d.
cover
fixed
with
jack
as
per
drawing,
30 nos.
Each
e.
2 Set.
Set
24
Inst
testing
and
evaporating
units
having
indoor
DB/1950C
temperature
WB
and
270C
outdoor
in
charge.
(Major
106
239475352.doc
Each
6 Nos.
Total Tk.
107
239475352.doc
ABSTRACT OF COST
A.
1.
Civil works
Tk.
2.
Tk
3.
Electrical works
Tk.
Total Tk.
Signature of contractor/
Tenderer with date & seal
108
239475352.doc
Section 7.
GENERAL SPECIFICATIONS
A. DETAIL SPECIFICATION OF CIVIL WORKS:
1. EARTH WORK IN EXCAVATION OF FOUNDATION:
1.1. PREPARATION OF SITE:
The land described or shown on the drawing shall be cleared of all constructions and
rubbish, as directed by the engineer-in-charge. The contractor is to provide suitable ladder,
ramp in the excavated pit to facilities movement of men and materials.
1.2 FOUNDATION PIT EXCAVATION:
Earth work is required shall be done as per direction of the Engineer-in-charge. Before any
excavation commences, the centre lines, side widths etc. are to carefully mark out on the ground.
The foundation pit is to be dug. truly to the level shown in the drawing. Where the soil is
strong and the pit above water level, the whole area may at the discretion of the
Engineer-in-charge the opened out prior to commencement of construction. In such a
soil bottom of the pit is to be dug truly to the plan of the bottom of the foundations and
the side slopes to be as stiff as is compatible with safety from slips under the shock of
remaining care should be taken to see that the bottom of the foundation trench is
perfectly leveled both longitudinally and transversely.
Excavated materials shall be carried to a suitable place as direction by the Engineer-in-charge.
2. EARTH FILLING:
The filling work shall as per as possible be carried out with the progress of concrete
work, care being taken to disturb the setting of the concrete as little as possible. But no
filling shall be commenced until the concrete has been inspected by the Engineer-incharge. The backing of all walls and filling of excess excavation to be carried out in level
layers of not more than 6 inches in thickness. Care to be taken that no clods, roots, grass
or other rubbish, be buried in the fillings, the earth must be laid gently to prevent dust
setting on to top of the completed course of R.C.C. works. The materials used for
backfill shall be selected earth approved by the Engineer-in-charge. and the top layers
of pit must be filled in by filling sand of minimum F.M.=0.8.
3. SAND FILLING :
Filling sand should have minimum F.M.0.8. All foreign materials and trash, organic materials
living or non-living shall be removed from filling sand. Filling sand should be placed in layers,
each layer shall be spread level and in 6 inch thickness or less. To ensure this 1 x 2 timber
stakes 3 ft. long painted red and black alternately in 3 inch graduations shall be driven 10 centers
either way covering the entire floor area. These stakes shall be so driven that their tops are level
with the required formation level of the fill. After laying one layer all stumps and clods shall be
beaten into powder by wooden mallets or rammers. Next the soil will be compacted by 10 lbs.
iron rammer. Water should be sprinkled on the soil if it is dry. Ramming shall be carried out
methodically so that every area receives the same number of blows by the rammer. The
compaction shall be carried to a dry density of the compacted soil at min. 110 pcf.
Each layer after being compacted shall receive inspection and approval by the Engineer-in-charge
before the next layer is placed. The operation shall be continued layer by layer till the formation
level is reached.
Measurement of this work shall be based on consolidated thickness.
109
239475352.doc
6. BRICK WORKS:
6.1 CEMENT MORTAR:
Cement mortar shall consist of mixture one part by volume of cement with required parts by
volume of sand as specified.
The cement and sand shall be thoroughly mixed dry and the gauged with only sufficient water to
made the mortar workable. The water shall be added with fine rose and only sufficient quantity
gauged for the immediate needs of the work. Any mortar to which water has been added and has
110
239475352.doc
not be used within 45 minutes of the addition of water shall be discarded. Water cement ratio in
no case shall exceed 50% by weight or as directed.
239475352.doc
i. Coarse aggregate may consist of Ist class or Jhama bricks chips or gravels boulders graded as
shown in the table below. All coarse aggregates shall be screened and washed and shall consist of
clear well shaped cubical particles, free deleterious matures. A representative sample shall be
produced for approval and the materials used in the works shall not be inferior in any way to the
approved sample.
ii. The grading of course aggregates shall be within the following limits.
Nominal size of aggregate
1.5
0.75
Percentage
3
100
-
Passing
1.5
95 - 100
100
British
3/8
30 - 70
95 - 100
Standard
3/16
10 - 35
25 - 25
Sieves
No.17
0-5
0 - 10
Abrasion less should not exceed 25for stone chips and 35% for picked jhama chips.
C) FINE AGGREGATES OR SAND:
Sand should consist of sharp, angular and bard grains, which should be approximately cubical in
size. It should be strong and durable and should be as far as possible pure silica.
It should be free from coating of any foreign matter such as clay and silt. It should not contain
any organic matter.
1. Specific Gravity
ii. Weight Id/cft.
- 2.65
- 90
- 95
-100
D) Water :
All water used in the concrete should be subject to the Engineer-in-charges approval, shall be
reasonably clear, free of oil, acid alkali, salts and organic substances, and if required by the
Engineer-in-charge shall be tested by comparison with destined water. Comparison shall be made
by means of standard cement tests for soundness, time of setting and setting of plus or minus 30
minutes or more or decrease of more than 10% in strength from results obtained with mixtures
containing distilled water shall be sufficient cause, or rejection of the water that is being tested.
7.2 MEASURING AGGREGATE:
The fine and coarse aggregate shall be measured loose in a measuring box general made of timber
and struck off. The measuring box shall be such size as to contain the exact amount of sand
required for mixing with one bag of cement ( 112 lbs= 50 kg. or 1.25 cft.).
7.3 MIXING:
All concrete mixing shall be made by concrete mixture machine. Hand mixing may be allowed by
the Engineer-in-charge under unavoidable or special circumstances.
Flowing precautions shall be taken while using mixers. The mixer should not lead. Hardened
mortar or concrete should not be allowed to stand in the mixer, worn blades should be replaced,
the quantity of ingredients, putting should not normally exceed the rated capacity, the charging of
the mixer should be done in such a way that each ingredient does not enter separately, the
introductions of water should be started before the other ingredients are put in and the total
quantity of water should be in the mixer before one quarter or the mixing period has lapsed. All
mixers machine should be capable of easily discharging concrete of 1 slump to ensure easy
discharge of concrete of all consistencies.
Mixing should be continued until all the ingredients are thoroughly mixed and the mixture
exhibits uniform color. In machine mixing the time of mixing should not be less than 1-50
minutes and should be preferably 2 minutes. The minutes period is particularly desirable if the
concrete is a lean mix or contains harsh aggregate. If large mixers are employed the normal
mixing period should be increased .50 minutes for each 25 cft. above the first 25 cft.
112
239475352.doc
7.4 CONVEYING:
Concrete shall be conveyed in such a manner so as to prevent loss of group or the chief damage
segregation. The individual component of concrete tends to aggregate because of their
dissimilarity. If overly wet concrete studding in containers such as flows within the forms. Tends
of separate the course grabble form the fine components of the mix.
7.5 PLACING OF CONCRETE:
Before placing concrete the sub-grade should be properly prepared and the forms and
reinforcements should be erected as called for on the plans, sub-grades should be trimmed to
specified elevation and should be mist when the concrete is placed. A moist sub-grade is
specifically important to prevent too rapid extraction of water from the concrete when
pavements, floors and similar works are being placed in hot weather. Where the foundation is
rock, all loose materials should be removed before the concrete is placed. When necessary to cut
rock, the surfaces in general should be vertical and horizontal and not sloping.
When forms are used, they shall be clean, tight, adequately braced and contracted of materials
that will impart the design texture to the finished concrete. Care should be taken to see that saw
dust, nails and other debris are removed from the space to be concreted. Forms should be
moistened or oiled previous to placing of concrete to facilitate from removal. Where they have
been exposed to the sun for some time it may be necessary to maturate the wood thoroughly.
Reinforcing steel should be cleaned and free of loose rust or mill scale at the time the concrete is
placed. Any contends of hardened materials should be removed from the steel. The concrete shall
be placed before the initial set so that it remains workable and can be compacted satisfactorily.
Additional water shall not be added to improve workability as it after the water cement ratio.
The set concrete shall not be disturbed, as it prevents adequate hardening.
Placing of concrete shall be done in continued operation will the predetermined position of
construction joint is reached.
The minimum thickness of layer load at above shall not be more than 12 inches even for wet
conditions.
Horizontal flow of concrete shall be a voided as far as possible. Each subsequent layer shall be
deposited whilst the previous layer is soft.
In sloping member, small quantities of concrete shall be deposited stagnating from the lower end
of the slope.
In case of reinforced concrete work using shutter or from the shutter and from must be rendered
watertight and concrete shall not be deposited until reinforcement and forms and their support
have been inspected and passed by the Engineer-in-charge.
If concrete has to be dropped from some height it should be dropped through a pipe with a hopper
attachment on top, and with the discharge and close to the final position of the concrete. Buckets
with Hooper bottom and openings are a good means of placing concrete. The bottom openings in
hopper should be adequate to discharge the concrete of the stiffest consistency.
Laitance must be prevented on horizontal layer when stooping work by removing any
Creaming or excess water as soon as the concrete is laid and compacted. Where Latinate has
formed and hardened, it shall be removed before recommencing work, by chipping gently so as
not to disturb concrete already partially set.
Before depositing fresh concrete over or against hardened concrete of construction joints, the
hardened surface shall roughened and cleared by wire brush or water jet with a pressure of 10 psi.
or by sand blasting after the concrete has hardened sufficiently. Then surface shall not be allowed
to dry between jetting placing of concrete. A thin layer or mortar of the same proportion as in the
concrete shall be applied just before placing fresh concrete.
7.6 COMPACTION OF CONCRETE:
113
239475352.doc
Concrete shall be thoroughly compacted as it is placed to secure a dense structure, close bond
with reinforcement, and smooth surface. The concrete shall be worked well around the
reinforcement and embedded fixture and into corners of the forms.
Compaction will be done as per direction of Engineer-in-charge either manually or mechanically.
Compacting shall not be over done as to cause segregations and the water and fine particles
moving towards the surface. The grained water may collect under the bars and wee ken the bend
or open channels for possible leakage.
Sufficient equipment and operators shall be provided to handle entire mixer out put without delay
to avoid excessive stiffening before compacting.
The compacting shall be done by vibrators. This measure ensures use of stiffer and hence stranger
concrete and better bond. Learner mix could be used with this method thus making for economy.
Vibration shall be continued only until the concrete is thoroughly compacted and voids filled as
indicated by the appearance of mortar of paste at the exposed surface or at faces of contract with
forms. The vibration shall be secured within 5 to 15 seconds and at points 18 to 30 inches apart
rather than for longer period at wider intervals.
Internal vibrators shall be inserted to the full depth of the layer slowly, while being operated
continuously during withdrawal.
7.7 FINISHING THE TOP EXPOSED SURFACE:
The top surface, if exposed and nit subject to wear shall be smooth with a wooden float. A steel
trowel is not be used. Any excess water cream that may have come to the surface shall first be
removed. Dry cement a dry mixture of cement and sand shall not be sprinkled on the surface to
absorb such excess moisture.
7.8 CONSTRUCTION JOINTS:
Concrete shall be deposited continuously and as rapidly as practicable until the unit of operation,
approved by the Engineer-in-charge, is completed, construction joints, at points not provided for
in the drawing, shall therefore, be desired to the for the convenience of the contract and special
work entailed shall be carried out by him within the rate.
Where construction joints are unavoidable, concreting must be stopped as near as possible at 1/3
rd distance from the supports for beams or slabs and not over the support. In order to make a joint
last concreting should be done in slope or in steps as per direction of Engineer-in-charge. Before
starting the next days concrete on the old surfaces should be cleaned and properly chipped and
grouting to be spreader.
Construction joints shall coincide with structural joints wherever possible. If made else where,
they shall be so located and made as to least impair the strength and/or appearance of the
structure. Construction joints are subject to the approval of the Engineer-in-charge with respect to
their position, number and construction.
Vertical construction joints if any shall invariably have special reinforcement placed at right angle
to the joint and extending for 40 dia meters on either side. The reinforcement shall be of the same
size and spacing as the main tension reinforcement and placed on the opposite side when water
rightness is essential, some forms of mortise, joints with a continuous key way shall be employed.
7.9 CONNECTION OPENING:
All bolts for connections of pipes and fittings are to be connected in as the work proceeds,
opening are to be left for ducts pipes suspender hooks, strips etc. or any such acquirements as
may be indicated on the drawings or directed.
7.10 CONDUITS PIPES ETC. EMBEDDED IN CONCRETE:
Conduits, pipes, etc. whose embedment is allowed shall not, with their fittings, displacer the
concrete of a column on which stress is calculated or which is required for fire protection, to
greater extent that 4 percent of the area of the cross section.
114
239475352.doc
Pipes which will contain liquid gas of vapor may be embedded in structural concrete under the
following conditions:I.
The temperature of the liquid, Gas Ir. vapor soak bit exceeds 150 F.
ii.
The maximum pressure to which any piping or fittings shall be subjected shall be 200 psi.
above atmospheric pressure.
iii.
All piping and fittings shall be tested as a unit for leaks immediately prior to concreting.
The testing pressure per square inch above atmospheric pressure shall be 50 percent in
excess of the pressure to which the piping and fittings may be subjected but the minimum
testing pressure shall be not less than 150 psi. above atmospheric pressure.
iv.
No liquid, gas or vapor exceeding 900. for 20 psi. pressure is to be placed in the pipes
until the concrete has thoroughly set.
v.
In solid slabs the piping shall be placed between the top and bottom reinforcement.
vi.
The concrete covering of the pipes shall be not less than 1 inch.
vii.
reinforcement with an area equal to at least 0.2 percent of the concrete section shall be
provided normal to the piping.
viii.
The piping and fittings shall be assembled by welding brazing, or other equally
satisfactory method, screw connection shall be prohibited. The piping shall be so
fabricated and installed it will not required any cutting bending or displacement of the
reinforcement from its prop locations.
7. 11 TESTS:
The Engineer-in-charge shall have right to order the test of any materials i.e. Brick, cement, sand,
concrete or reinforced concrete, reinforcing bar (M.S. deformed bar) etc from BUET to determine
its suitability for the purpose, to order reasonable test of the concrete from time to time determine
whether the materials and methods in use are such as to produce concrete of necessary quality,
and to order the test and lead of any portion of completed structure, when conditions have been
such as to leave doubt as to the adequacy of the structure to serve the purpose for which it is
intended. All costs for preparing samples, transportation, and test shall be done by the
contractor.
A) CYLINDER/ CUBE TEST:
Concrete cylinders/cubes shall be prepared and tested from BUET, frequently as directed by the
Engineer-in-charge. Three cylinders/cubes shall be made for each test set, with concrete takenfrom mixing platform or trays and actually being into the work to be tested at 7 days and 28 days
or at such time as may be decided by the Engineer-in-charge. All costs for preparing samples,
transportation, and test shall be done by the contractor.
TESTS SIZES:
Cube
: 6 x 6 x 6
Cylinders
: Height - 12
: Diameter-6
B) UNSATISFACTORY CONCRETE:
If any of the test specimen shown a compressive strength less than that specified the Engineer-incharge shall , at his discretion.
I)
Order all concerning work to stop, or
ii) Order a change in the proportion of the concrete mixes for which the contractor can
not claim extra rate pending receipt of the 28 days test results.
If any of the test specimen tested at 28 days shown a compressive strength less than that specified
the Engineer-in-charge may at his discretion.
I) Order the breaking out, removal and replacement of all concrete mixed and placed on
the day when the sample was taken.
ii) Order such remedial works as may be considered necessary to ensure that the strength
is not less than it would have been had the concrete complied with these specifications.
115
239475352.doc
7 days
21 days
21 days
21 days
28 days
Rapid hardening
Portland cement.
5 days
14 days
14 days
14 days
21 days
UP TO 5FT.
240 lbs.
per sft.
UP TO 10FT.
120 lbs.
per sft.
UP TO 20FT.
100 lbs.
per sft.
Before commencing the concreting the forms should be carefully examined to see that they are
truly vertical and horizontal and the joints are closed so that no part of the mixture can escape.
The forms should be so arranged that the slabs forms and the side of the beams, girders and
columns can be removed first, allowing the bottom of the beams, and girders to remain in place
for a longer time. Before reuse, old forms should be cleaned and the sides and ends should be
cleaned and the sides and ends should be freshly jointed so that a perfectly smooth finish to the
concrete may be obtained.
If required by the Engineer-in-charge, the contractor shall at his own cost arrange the test loading
of the form work before concrete is placed.
For this purpose, in addition to the dead weight of the concrete and form work a live load
allowance of 50 psi shall be made.
The contractor shall be responsible for any injury to the work and any consequential damages
used by or arising from the removal and striking of forms, centering and supports, due to striking
the supports shall not relieve the contractor from the responsibilities herein defined.
7.14 TREATMENT NECESSARY:
All honey combing or other irregularities are to be properly made good immediately upon the
removal of the form work and the surface made good after inspection of the Engineer-in-charge.
8. REINFORCING STEEL:
8.1 GENERAL :
This item shall consist of furnishing and placing in concrete, reinforcement steel of the quality,
type, size and quantity designed, all as required by these specifications and as shown on plans.
8.2 MATERIALS:
Reinforcing steel shall be used deformed bar and shall meet the requirements.
116
239475352.doc
239475352.doc
239475352.doc
M.S. Flat bars and M.S. sections or rods shall be welded together the welding must be done with
good workmanship to the approval of the Engineer-in-charge.
Specimens of window gratings must get the prior approval of the Engineer-in-charge. The rate
shall include cost of materials, fabrication fitting, fixing and two coats of approved paints.
10.3 MILD STEEL GRILLS, GATES ETC.:
The mild steel sections of grill and gate shall be fabricated to the details shown in drawings or as
directed by the Engineer-in-charge. The rate shall include cost of all necessary materials,
fabrication, welding, fitting & fixing including 2 coats with approved quality of synthetic enamel
paint over a coat of priming of anti-corrosive paint.
11. CAST IRON RAIN WATER PIPE:
Each pipe shall rain clearly when struck all over with a light and hammer. The pipes and fittings
shall be true, smooth and cylindrical, their inner and other faces being concentric. These shall be
of sound and good castings free from, pin holes or other imperfections and shall be neatly dressed
and carefully fitted both inside and out side.
Joints in the sockets are to be made with tarred urn gasket well caulked. Before caulking the
joints the contractor ensures that the pipes are exactly vertical. Tarred yarn shall then be fitted in
the jointing space to half the depth and the other half the depth and the other half shall be fitted
with putty approved by the Engineer-in-charge. Contractors rate shall include the cost of
providing the fixing pipe complete with all fittings etc. including damage to wall.
12. GLAZING:
12.1 GENERAL:
All glass shall be sheet glass or flat glass of approval quality. Glass shall be free from bubbles,
distraction and flaws of very kind and shall properly out to fit the rivets so as to level a uniform
space of 1/16 all round the panels between the edge of the glass and the rivets. Glass shall be of
the best of country made varieties as given in the plans and schedule.
12.2 FROST GLASS:
Blind, colored or frosted glass shall be fixed wherever required with out any extra charges. Blind
glass must be fixed with the frosted face away from the bead.
12.3 MAINTENANCE:
All glass that has been fixed by the contractor shall, if it become loose within the period specified
in the contract, be re-fixed at contractors expense.
12.4 CLEARING AND MARKING GOOD:
No cleaning shall be considered complete until and unless paint and other stain have been
removed from the surface of glass. Glass must be cleaned with ethylated sprit. The contractor
shall make good at his own cost, all glass broken by his workmen whilst cleaning or carrying out
other operation. On completion of the work all doors and windows shall be cleaned damages
glazing replaced and the whole work left perfect with good finish.
12.5 PUTTY:
Putty for wood frames/steel frames shall be linseed oil putty and for metal frames, best metallic
putty. The putty shall consist of: One seer finely powered whiting.
One chattak white lead(dry).
Six chattak raw linseed oil.
To and a half towel literate.
All the above mixed well together and beaten with a wooden matter until thoroughly
incorporated. If this becomes hard, it can be restored by heating and working up again while hot.
Wherever required the putty shall be colored to mater with wood work. If rivets have not been
painted they shall be primed with linseed oil to prevent the wood drawing the oil from the putty.
119
239475352.doc
239475352.doc
has to be approved by the Engineer-in-charge. The final specified numbers of coats of synthetic
enamel paint or other Varity and color shall be applied as stated in the schedule items and as
directed by the Engineer-in-charge.
Oil varnish or sprit varnish a directed by the Engineer-in-charge shall be used.
Oil varnish shall consist of melted resin dissolved in hot linseed oil. On cooling it can be mixed
with turpentine for the purpose of thinning. Sprit varnish consists of shellac varnish and fresh
polish made by dissolving gums and resins in a volatile solvent with ethylated sprit or alcohol.
The wooden surface must be clean and smooth, free from must, grease or other foreign materials.
The surface is then to be treated with sand paper of different grades, starting with coarse and
finished with fine as directed by the Engineer-in-charge. The varnish shall be applied by cotton
pads in three coats.
The varnish surface and the color must have the approval of the Engineer-in-charge.
14.5 PUTTY:
Glass is secured in window or door by means of putty. Putty is also used for filling in holes and
cracks whole painting wood. Ordinary glaziers and painters putty shall made with powder chalk
mixed with as much raw linseed oil as will make a thicker paste and well kneaded.
15. ALUMINUM WINDOW AND DOORS:
i. DESCRIPTION:
The work under this item shall consist of supplying and fixing aluminum windows and doors
fitted with necessary hardware and finished accordance with applicable plans and specifications.
ii. CONSTRUCTION REQUIREMENTS:
Windows and doors shall be approved standard proprietary conforming to the U/S architectural
aluminum manufacturers association(AAMA) or equivalent specifications for aluminum
windows grades C-2 and sliding glass doors grade SGD- A 2H.
Section of frame and panels shall be extruded shapes made of 6063 - T5 aluminum alloy having
aluminum section shown in the drawings and shall conform to US aluminum association of
equivalent standard.
A. FASTENERS HARDWARE AND ANCHORS:
Fasteners, hardware and anchors shall be of aluminum or non-magnetic non-corrosive materials
compatible with aluminum.
All windows shall be provided with non-jamming latches of rocker type designed to be locked
from inside. The doors shall be provided with cylinder locks and suitable silt in non-jamming
latches and bolts. Sliding windows and doors shall be fitted with adjustable sealed beaming
sheaves of durable hydrated pylon equipment to Delran 100m sills shall contain adequate
provisions for drainage.
Aluminum to aluminum contract between hardware parts or moving members shall not be
permitted. Such contracts shall be properly insulated.
B. GLAZING BEADS:
Glazing boards shall be aluminum shape on interchangeable type.
C. GLAZING STRIPS:
Glazing strips or channels shall be of formed neoprene.
D. WATER STRIPPING:
Weather-stripping shall be of neoprene, or silicone treated woven wood pipe.
E. JOINTS:
121
239475352.doc
Joints shall be mechanical to allow satisfactory KD shipment and local assembly. All units shall
be fabricated at the factory to accurate dimensions, concretions shall be rigid and designed to
permit, complete weather stripping. In principle the parts should be put together by self tapping
screws. All screws shall be stainless steel.
F. FINISH:
Finish on exposed surfaces of aluminum members shall be substantial uniform appearance
conforming of Architectural standard. All exposed surface unless otherwise specified shall be
given a dark bronze anodic oxide hardcore coating of 15 microbars in thickness to the aluminum
association or the equivalent standard.
Upon completion of above treatment the exposed surfaces shall have a clear protective costing of
methacry or similar lacquer resistant to mortar and plaster. Finish of hardware shall match closely
with the door/window finish.
G. ACCESSORIES:
Accessories necessary for proper fixing and operation such as anchors, chips, fins, subrames,
metal sills, mullion covers, casing, other trimming anchors, glazing strips, hardwires, and
mechanical operators shall supplied ready to set in place with window or door units.
Steel or wood sub frames shall be painted with zinochromatic primer in case of steel and with
wood preservative in case of wood, steel anchor shall be properly insulated from aluminum
frames.
H. SEALANT:
Sealant shall be one part elastic compound of Architectural grade caulk approved to and shall
be aluminum grey color.
I. SHOP DRAWINGS:
Complete shop drawings of all work to be furnished shall be submitted or approved to the
Engineer before factory fabrication.
J. ERECTION:
All units shall be assembly at site under proper conditions, erected, fixed and glazed in place in
strict conformity with the manufacturers instructions. All cut out operations for hard wire
preparation shall be accurately made and reinforced as required. All doors and windows shall be
set plumb, square, level and in exact alignment with surrounding works and shall be-securely
anchored ready for operation. All joints between the masonry openings and frames shall be
carried out by the manufacturers own under the manufacturers technical supervision.
The general contractor shall be reasonable for protecting exposed surfaces of installed aluminum
against damage by standing, abrasion or other injury and also for final cleaning. Cleaning should
be accomplished with plain water or a petroleum type cleaning agent. No abrasive cleaning agent
shall be used.
K. METHOD OF MEASUREMENT:
Measurement for payment shall be made for the finished doors and windows of each type
installed and finished area of the surface.
L. RULES POINTING:
The joints should be filled in the same way as in the case of flush pointing. The joints should be
ruled out be stretching a string.
After pointing the face of the works shall be cleaned of all surplus mortar adhering to the fact of
brick work.
122
239475352.doc
The pointing shall be kept damp in the same way and for the same period as specified in case of
cement plastering.
123
239475352.doc
A foundation of concrete shall be laid down and a cost of about .50 thick cement mortar 1:3 and
lime surki 1:3 or as directed by the Engineer-in-charge prepared in a near liquid condition shall be
floated over it and allowed to set.
Terrazzo tiles shall be manufactured from marble chips and white cement marble chips shall be of
the best local variety and shall to be approved by the Engineer-in-charge. White cement shall be
snowcem or any other brand of equal quality.
The thickness of terrazzo tile shall be manufactured from marble chips and white cement marble
chips shall be of the best local variety and shall to be approved by the Engineer-in-charge. White
cement shall be snowcem or any other brand of equal quality.
The thickness of terrazzo tile shall be at least 3/8 bonded to at least 3/8 thick mortar in ordinary
cement and sand in 1:4 proportions. Sample terrazzo tiles must be approved before full scale
manufacturer in undertaken. The design of floor layout and colors must be as per plan instruction
of Engineer-in-charge.
The proportion of black chips to white chips shall be according to instructions of the Engineer-incharge. Rate of marble chips to fine aggregate shall be .50 : 1 by volume. After manufacturing
the tiles, the same are to be cured by immersion in water. Laying work shall be commenced from
the centre of room. Each tile shall be laid in drawn up in neat cement, care being taken to exclude
air bubbles.
Threads shall be stretched across the surface at intervals to server as guide lines. After a small
area has been laid all super flows cement shall be wiped off surface. The final treatment for
removing stain and polishing shall be as specified for in situ mosaic. manufactured from marble
chips and white cement marble chips shall be of the best local variety and shall to be approved by
the Engineer-in-charge. White cement shall be snowcem or any other brand of equal quality.
The thickness of terrazzo tile shall be at least 3/8 bonded to at least 3/8 thick mortar in ordinary
cement and sand in 1:4 proportions. Sample terrazzo tiles must be approved before full scale
manufacturer in undertaken. The design of floor layout and colors must be as per plan instruction
of Engineer-in-charge.
The proportion of black chips to white chips shall be according to instructions of the Engineer-incharge. Rate of marble chips to fine aggregate shall be .50 : 1 by volume. After manufacturing
the tiles, the same are to be cured by immersion in water. Laying work shall be commenced from
the centre of room. Each tile shall be laid in drawn up in neat cement, care being taken to exclude
air bubbles.
The ads shall be stretched across the surface at intervals to server as guide lines. After a small
area has been laid all super flows cement shall be wiped off surface. The final treatment for
removing stain and polishing shall be as specified for in situ mosaic. manufactured from marble
chips and white cement marble chips shall be of the best local variety and shall to be approved by
the Engineer-in-charge. White cement shall be snowcem or any other brand of equal quality.
The thickness of terrazzo tile shall be at least 3/8 bonded to at least 3/8 thick mortar in ordinary
cement and sand in 1:4 proportions. Sample terrazzo tiles must be approved before full scale
manufacturer in undertaken. The design of floor layout and colors must be as per plan instruction
of Engineer-in-charge.
The proportion of black chips to white chips shall be according to instructions of the Engineer-incharge. Rate of marble chips to fine aggregate shall be .50 : 1 by volume. After manufacturing
the tiles, the same are to be cured by immersion in water. Laying work shall be commenced from
the centre of room. Each tile shall be laid in drawn up in neat cement, care being taken to exclude
air bubbles.
Threads shall be stretched across the surface at intervals to server as guide lines. After a small
area has been laid all super flows cement shall be wiped off surface. The final treatment for
removing stain and polishing shall be as specified for in situ mosaic. manufactured from marble
chips and white cement marble chips shall be of the best local variety and shall to be approved by
the Engineer-in-charge. White cement shall be snowcem or any other brand of equal quality.
The thickness of terrazzo tile shall be at least 3/8 bonded to at least 3/8 thick mortar in ordinary
cement and sand in 1:4 proportions. Sample terrazzo tiles must be approved before full scale
manufacturer in undertaken. The design of floor layout and colors must be as per plan instruction
of Engineer-in-charge.
124
239475352.doc
The proportion of black chips to white chips shall be according to instructions of the Engineer-incharge. Rate of marble chips to fine aggregate shall be .50 : 1 by volume. After manufacturing
the tiles, the same are to be cured by immersion in water. Laying work shall be commenced from
the centre of room. Each tile shall be laid in drawn up in neat cement, care being taken to exclude
air bubbles.
Threads shall be stretched across the surface at intervals to server as guide lines. After a small
area has been laid all super flows cement shall be wiped off surface. The final treatment for
removing stain and polishing shall be as specified for in situ mosaic.
20. GLAZED CERAMIC TILES IN BATHROOM:
The work consists of providing and laying 1 x 4 x .25 glazed ceramic tiles in cement sand
mortar 1:2 and filling the joints with white cement mixed with the same colors and over .50
thick ordinary plaster 1:3 on the walls.
21. SKIRTING:
In laboratories and may where else, where specified, the .50 thick surfacing layer or cement
concrete 1:4 cement mortar shall be continued along with wall and carried up to a height of 9 or
as ordered by the Engineer-in-charge. The junction between the skirting and the floor shall be
finished off smoothly to a radius of 2-1/2 inches.
22. ARTIFICIAL STONE:
Flooring shall be of much thickness as specified in the Schedule of items concrete shall be
made of .50 down graded jhama or stone chips as specified, passing through .50 sieve and
retain on 12 size. The proportion shall be 1:1.5:3. The fines modulus of sand shall be 2.00.
23. WATER PROOFING:
23.1. Water proofing shall be done on flat roof slabs maintaining the required thickness and slope
as shown in the drawing and as per direction of the Engineer-in-charge. The rate shall include
cost of all necessary materials and curing should be done properly.
23.2 LIME TERRACING:
Lime terracing shall be done on flat roof slabs as shown in the drawing and as directed. Before
applying lime concrete the roof slab shall be cleaned from moss dirt and other foreign materials
concrete shall be provided at edges of roof as required.
The proportion of bricks chips lime and surki shall be ( 7:2:2) or as per direction of the Engineerin-charge. The materials required or this proportion for various thicknesses is given below:
Lime terracing (2:2:7) per % cft:
Material thickness
Khoa (0.75down graded)
Lime
4 ( average)
96 cft.
540 kg.
Surki
35 cft.
Molasses
13 kg.
The consolidation shall be carried out after a little preliminary ramming, but two rows of laborers
sitting as close. As they can and working backwards and forwards shall be beating the concrete
with chipping for at least 3 days. Lime water must be continuously sprinkled on the terrace to
keep it wet whilst being/beaten. Care should be taken not to allow the concrete to dry until the
roofing is completed. The mortar which comes to the surface of the terrace during the beating is
to be rendered smooth and finished off with lime rubbing. The lime should be of stone slaked and
surki of crushed bricks.
24. R.C.C. VENTILATIONS:
125
239475352.doc
R.C.C. ventilators shall be of the design as furnished by the Engineer-in-charge. Sample should
be submitted to the Engineer-in-charge and approval obtained before mass manufacture. The
concrete shall be of proportion 1:1-1/2:3. The finishing shall be with cement mortar (1:2). Curing
may immersion shall be continued for two weeks.
239475352.doc
The timber shall be free from the beat of a sound and full grown tree, the sap wood being entirely
removed. It shall be uniform in substance, straight in fiber, free from large or dead knots, twists
incipient decay, plain shakes or blemishes of any kind and shall be thoroughly seasoned. Any
timber rejected by the Engineer-in-charge shall be removed by the contractor from site of work
within 24 hours.
The color of the timber shall be uniform throughout. All scantlings, planks and scantlings shall be
sawn in excesses of factual measurements to allow for planning.
All wood work shall be neatly and truly finished to the exact dimensions required. Wood work
which is exposed to view should be accurately to the required dimensions. Unless otherwise
specified all joints shall be simple tenon and mortise joints, with the tenons to view. All joints or
seats shall fit truly and fully. Where specified the ends of the tenons shall be shown. Holes of
correct size shall be directed before insuring screws. Dividing in screws with hammers
prohibited. All screws shall be dipped in oil before being inserted in the timber. Not timber work
shall be painted, tarred or oiled without prior approval of the Engineer-in-charge.
All portions of timber built into or against or close to masonry or concrete shall all junctions of
rafters, portions of means and wall plasters shall be given 2 coats of so lignum or other wood
preservative as approved by the Engineer-in-charge.
The contractors rate for wood work shall include, kin add to a cost of timber cost of carriage to
site, sawing, joining, planning, framing, labor and materials for fixing and workmanship and also
the fixing and supplying of all nails, spikes, screws, fittings and fixtures etc. required for the
proper execution of work.
All work will be paid by net measurement no allowance being made for wastage or for any
dimension supplied beyond those specified. The length of each piece will be measured overall so
as to include projections for tenons an scafts. Similarly deduction due to taking out of rivet or
providing moldings will not be made. The area of shutters will be means red with the doors shut
i.e. measurement of the over lapping are at meeting styles will not be recorded.
27.2 DOOR AND WINDOWS:
Doors and windows shall be flushed, paneled, glazed, battened or as directed. These shall be
made of best seasoned wood or as specified. The rails, pablel etc. will be as per drawings.
All panels or shutters or frames shall be of the thickness as shown in the drawings.
28. PELMET CURTAIN BRACKETS AND RODS:
These shall be of dimensions specified in the drawings and in the absence of such drainage as
directed by Engineer-in-charge. The wood work and other finish work shall be in accordance with
the detailed specifications for the respect item.
29. METAL AND METAL WORKS:
Unless otherwise indicated on the plans all steel section shall conform to the requirements of
B.S.4 Part-1, 1962( Hot rolled structural steel section) and shall be of tested quality. Supplies
made by the contractor must be covered with test certificates. The materials shall also be sound
and free from cracks, scales, surface flaws, lamination, cracked edges and defeats of any sort.
Unless otherwise specified rivets are to be of soft steel or as specified in the plan. The riveting
though out the whole of the work shall be executed in the neatest and most workman like manner.
All holes shall be accurately punched both as regards size and pitch by efficient punching
machinery or by any other approved means.
All rivets shall fit in the holes fully and perfectly and shall have cup heads or such other shaped
heads as directed by the Engineer-in-charge and must be finished neatly. If any rivet in position,
when tested with hammer is found to be in the least degree loose, it shall be cut out and replaced
at the contractors cost by another that will full the hole perfectly.
127
239475352.doc
=
=
=
1725 lbs.
3/32
1.25 lbs/in sqm
The H.C.I. pipes shall be painted both outside and inside in 2 coats of roxy paint.
b) R.C.C. pipes:
R.C.C. pipes shall conform to ASTM C 361, unless superseded by the following requirement.
Length of pipe shall be 8ft or 6ft with concrete strength( cylinder) not less than 110 lbs/in sqm
Dimension and reinforcing steel
Dia inch Barrel thick Size of Specing of circumNo. of longituness in inch. M.S. Rod ferential steel in inch. dinal rods & wire.
Strength test
requirement,3-ed
edge bearing
method
load lbs
per rft.
4
6
9
12
3/4
7/16
1
.50
8 SWG
8 SWG
8 SWG
8 SWG
3
3
3
3
3
4
5
6
3550
2550
2550
2550
c) G.I. pipes:
The galvanized iron pipes to be used in work shall conform to ASTM A 120-97T, welded or
seamless. The dia of pipes mentioned in the schedule of items are nominal diameters. The pipes
shall be coated with zinc inside and outside by the hot dip process and the zinc used for the
coasting shall be any grade of zinc conforming to the specification for slab zinc. The weight of
coating shall be not less than 670 gram per square meter. Each length of the pipe shall be tested
attached mill to the Hydrostatic test pressure and test pressure shall be 30 lbs per sq. in.
128
239475352.doc
D. P.V.C. PIPES:
The P.V.C. pipe shall conform to ASTM designation D 1785 - 64 T of schedule 80 of LIRA
product.
2. Jointing of pipes:
Unless otherwise specified , the jointing shall be done as for R.C.C. pipe but to be preliminary
wetting is necessary.
a) Galvanized Iron pipes:
The pipes, sockets and fittings shall be cleaned first and allowed to dry before use in the work.
The joints shall be made water tight using Teflon tape on thread by rapping six or seven turns.
The tightening shall be done preferably by pipe wrench and torque-wrench. the galvanized iron
pipes shall have socket joints with threaded ends.
b) P.V.C. Pipes:
The joint of PVC pipes shall be sealed with the help of plastic glue.
c) Reinforced concrete pipes:
Spigots and sockets shall be thoroughly wetted by water at first, hemp yarn soaked in cement
grout shall be caulked turn by turn up to .50 depth on eight sides of mid-length of socket
ensuring that the spigots and sockets are co-axial and that the hemp-seal would not permit the
cement sand mortar packing to reach inside the pipe hollow. The remaining space shall be filled
up by cement-sand mortar in (1:3) proportion using medium sand. The filling of the mortar shall
be done by small all rough the pipe at the joint at an angle of 45 degree. The joint shall be cured
for 11 days.
3. GRADIENTS OF PIPES:
Sewer, waste water and drain pipes shall be laid to following gradients unless otherwise specified
shown in the drawings:
Size of pipe in inch
Sewage pipe
4 inch dia
6 inch dia
9 inch dia
12 inch dia
18 inch dia
1 in 40
1 in 60
1 in 100
1 in 180
1 in 360
1 in 60
1 in 90
1 in 150
1 in 250
1 in 500
1 in 70
1 in 100
1 in 175
1 in 275
1 in 500
129
239475352.doc
5. ANTI-SIPHON/VENT PIPE:
50 mm dia anti-siphon pipe or by-pass vent pipe shall be used to serve water closers which drains
to a soil stack serving water closets in higher floors. The anti-siphon pipe shall be connected to
the soil stack.
6. VERTICAL EXTENSION AT FLOOR LEVEL:
The soil stack, vent stack and waste water stack shall be carried to at least 24 inch above roof
finish work, unless other wise shown in the drawing.
7. BRANCH DRAIN PIPE AT FLOOR LEVEL:
If the waste water from lavatory, wash basin is not connected to a waste stack or inspection pit
directly but drained through a floor trap, 2 inch dia C.I. pipe laid at a slop 1:30 shall be used as
branch drain pipes unless otherwise specified or approved. These pipes shall be embedded in the
floor slab which may be thickened for this purpose. the extra thickness of floor slab on this
account will be paid for under the item of floor slab, prior authorization of the Engineer shall be
secured in the matter.
8. PIPES TO BE CONCEALED:
All works shall be concealed and embedded in wall, floor, and roof and below grade or ground
unless otherwise specified. The roughing in of the plumbing works inside the building must
precede the construction of masonry work plumbing works inside the building must precede the
construction of masonry work phase by phase.
In the straight reaches in brick walls, the alternative of leaving a recess in the wall for future
insertion of the pipe may be allowed.
Access and inspection doors and covers shall be provided in all bends and junctions. These covers
shall be neatly provided and housed in the surface of the wall opposite to one facing the pipe.
In brick walls, the pipes shall be surrounded by concrete 1:3:6 at least 1.5 inch thick all around
them, the coarse aggregate of the concrete being in 10 mm down size of jhama brick
chips/gravels and fine aggregate is medium sand. All pipes except G.I. pipes less than 1.5 inch dia
when embedded in walls, shall be located in the mid-thick necessary of wall unless otherwise
specified.
9. PIPES TO BE SUPPORTED:
If a pipe is embedded in wall with insufficient cover( less than 1.5 inch) or if it is carried exposed,
it shall be supported by clamps and nails/nuts and bolts according to approved design/method.
The distance between supports shall not exceed 4 ft. end the strength of each anchor shall not less
than 3/8 U-bolt.
10. LINTELS:
If holes or grooves repartial pulling down of masonry of concrete work requires, according to the
advice of the Engineer, a lintel above it, it shall be provided by the contractor at his own cost. The
design and details of lintel shall be as prepared or approved by the Engineer.
11. BENDS AND JUNCTIONS:
No bend or junction shall be used in the buried drain pipes except at inspection chambers. All
junctions shall be oblique.
12. EXCAVATION:
Excavation of trenches for drains shall be made true to drawing and gradient. Over excavation
shall be avoided. If over excavation is done, this shall be filled up by the contractor at his own
cost with 1:5:7 cement mortar and jhama chips and medium sand. If during excavation existing
utility lines are exposed they shall be well secured according to Engineers instruction. Care shall
be taken that they are not dislodged or damaged during excavation. The work of securing the
utility lines will be laid separately. The width of the trench shall beat least 14 inch greater than the
diameter of the pipe. any shoring and dewatering, required during excavation shall be done at the
contractor own cost. Before laying the pipes inspection and approval of the Engineer shall be
cost sought and secured by the contractor. All excavated materials shall be deposited away from
the edge of the trench keeping at least 18 inch margin. Concrete bedding of the pipes and joints
and filling of the trench shall not commence till the drain pipes are inspected and approved by the
130
239475352.doc
Engineer. A depth of 12 inch above the tope of the pipes shall be filled by hand packing of select
soil. It shall be watered liberally and compacted with great care.
In selecting the soil for filling, all lump and clods larger than I inch size shall be powered or
avoided. The filling above this Ist shall be done in the usual way as specified under side filling of
trenches.
13. TESTING:
Immediately after the drains are laid and jointed but before bedding in concrete they shall be
inspected, tested and passed by the Engineer as satisfactory. The testing shall be done by water
pressure for ahead 10 ft. more than the highest point. Testing may be done by section. The
drawing shall not be walked over before concrete bedding is placed.
14. BEDDING AND ENCASING DRAIN PIPES:
The trench bottom shall be rammed and compacted to the satisfaction of the Engineer. The drain
pipes shall be laid and supported on false spits. The jointing shall then be done and after the pipe
net work is tested under pressure and approved by the Engineer the concrete bed in 1:3:6 using
75 down jhama brick chips and medium sand shall be placed. The width of the bed at the bottom
will be 14 wider than the internal dia of the pipe. The side slops will joint the edge of the bottom
of concrete bed and the pipe tangentially. The depth of concrete bed shall be 4 minimum below
the pipe and shall be increased at joints as needed to maintain 4 minimum from socket surface.
The concrete bed shall be cured for 10 days.
15. INSPECTION, GULLEY AND COLLECTION PIT:
These pits shall be constructed according to the drawing, schedule of items and as per direction of
the Engineer.
The work shall involve earth work in excavation, c/c ( 1:3:6), brick work(1:4), R.C.C.( 1:2:4),
manhole cover or M.S. grating besides plastering, neat finishing etc.
16. SEPTIC TANK:
The septic tank shall be constructed according to the drawing. The size of the septic tank shall be
as stated in the schedule. The major items of work involved in septic tank are shown below which
shall be carried out according to the specifications of the respective items.
a.
b.
c.
d.
e.
Reinforced concrete work in 1:1 :3 using jhama brick chips as course aggregate
and a mixture of 50% coarse sand and 50% medium sand as fine aggregate
excluding the cost of M.S. reinforcement work payable under a separate item.
f.
Plaster work 5 thick in 1:3 cement-sand mortars using medium sand including
simultaneous neat cement finishing.
Manhole cover work in 18 dia H.C.I. manhole cover including supply and fitting fixing
in position as shown in the drawing.
g.
131
239475352.doc
(1)
(2)
(3)
(4)
(5)
1 no. low tank trim and wall supply with stop 12 mm exposed trim C.P.
(2) 1 no. 1.5 inch C.P. flush bend.
(3)
(4)
(5)
(6)
(7)
1 No. 12mm C.P. urinal flush valve push bottom type with 15 mm supply.
1 No. 15mm C.P. inlet spud.
1 No. wall flange with
2 nos. wood screws with plastics cap.
1 No. wall hung type auto-flush of capacity 1 gallon.
239475352.doc
It shall be in stainless steel in 25mm dia with flanged holder with C. countersunk screws. The
length of the Towel rail shall be as stated in the schedule of items.
The exterior surface of the pipes shall be painted in 2 coats of aluminum paint.
A) Soap Tray:
It shall be in white vitreous China recessed size 150mm x 150mm x 100mm of brand
mentioned in the schedule of items.
B) Mirror:
It shall be made of drawn sheet glass superior quality silvered and electro-coppered with
red back. It shall be of 6mm thickness rectangular in form with edges round polished
(Weber process) with 4 holes of 6 mm dia and 4 nos. C.P. screws. It shall be of brand
mentioned in the schedule of items.
C) Glass shelf:
It shall be in crystal class with C.P. rails and brackets or stainless steel supports and guard
rails.
D) Paper roll holder:
It shall be in white vitreous China recessed with C.P. roller size 150mm x 150mm x
80mm of brand as mentioned in the schedule of items.
19. WATER SUPPLY:
All pipes to be used shall be of galvanized iron up to ASTM Specification and of the required
size. They shall be laid in position as shown in the drawing and direction of the Engineer and
shall be properly fitted with valves, Tees, Elbows, Reducers, Sockets etc. as required.
The pipes which would be laid under ground shall have a covering of at least 450mm (crossing
the road 750mm) and must be laid with a fall from each air valve to the nearest scour valve.
Galvanized drawing plug and overflow pipes shall be provided with the eater tank in such a way
that it can easily discharge into the nearest rain water pipe.
All pipes bends and joints are to be embedded in the wall of floor and shall general be concealed
unless otherwise specified.
20. PIPE FIXTURE WORK:
A) Gate valve:
Gate valve of size 62mm to 150mm dia shall be made of cast iron, bronze trim,
conforming to specification B.S. 3464, 1962, double disc type with non-rising stem. Gate
valves of size 50mm dia shall be made of copper alloy, bronze, trim, conforming to
specification B.S. 1952: 1964, double disc type with non-rising stem.
B) Screw down valve:
Screw down valve shall be of plain brass and of best quality available in Bangladesh.
The bidders shall submit manufacturers literature with bid.
C) Float and Ball valve:
Float and ball valve shall of plain brass or plastic as stated in the schedule of items and of
best quality available in Bangladesh. The bidders shall submit manufacturers literature
along with their bids.
D) Bib Cock:
Bib cock shall be chromium plated or of plain brass as stated in schedule of items and
shall be of best quality available in Bangladesh. The bidders shall furnish their bids with
proper literature.
21. SEWER AND WASTE WATER PIPE:
Soil pipes shall be of required size and of best quality heavy cast iron pipe made up to
standard ASTMA-74-42 and shall be painted in 2 coats of approved epoxy. When H.C.I.
pipe is embedded in soil. It shall be coated with two continuously spiraled laps of
bituminized coarse cloth of cotton of jute before embedment. When the cast iron pipe is to
be buried in R.C.C. works, it shall be laid precisely to position with necessary bracing etc.
before casting of the concrete. All joints C.I. cowls, shall be used at the top of all vent pipes.
133
239475352.doc
The pipe under soil is of R.C.C. and laid joints to be covered all around with concrete collar.
The sewer lines to be tested to ensure water tightness.
Switches
Fan regulators
5 Amps socket outlets
15 Amps socket interior
Pendants and other interior brackets
:
:
:
:
:
4 - 6 from F.L.
4 - 6 from F.L.
1 - 0 from F.L.
1 - 0 from F.L.
8 - 0 from F.L.
134
239475352.doc
Plugging, cutting of walls and ceiling, for securing electrical conduits, boards and fittings, shall
be carried out by the contractor who shall make good any damage caused by these operation of
all holes and cuttings required and shall be responsible for the accuracy of the making out when
the conduit is to be concealed in a wall or to be plastered. The conduits, boards and fittings
located inside concrete shall be embedded during construction and be set in exact position
according to drawings, specifications and instructions of the Engineer-in-charge.
1.7 PROGRESS OF WORKS:
As per as practicable running o conduits and fixing of fan clamps etc. shall proceed along with
the construction of the building to minimize cutting of walls etc. The contractor shall be
responsible for completion of all electrical works before the building contractor starts finishing
work. Fitting of conduit pipe and recessed boards shall be done before plastering in the wall is
concerned.
1.8 CUTTING AND REPAIRS:
The contractor shall perform all excavations in the ground and fill the same as laid down
hereinafter. Conduits shall be placed neatly. Into masonry works and the grooves fitted in the
1:2:3 cement concrete or in 1:3 cement mortar( depending on the size of grooves) making good
all walls and ceilings, if damaged during installation of boards and fittings. No extra payment
shall be made for this.
1.9 LAYOUT OF CIRCUITS, POSITION OF POINTS:
The contractor shall do the work according to the drawings and specifications and the layout of
circuit shall be as laid down and or as directed by the Engineer-in-charge. No work shall be
allowed to be deviated without prior approval of the Engineer-in-charge. Shifting of any point,
switch board or other fitting from that shown on the drawings, if required shall have to be
approved by the Engineer-in-charge. No extra charge shall be allowed for such shifting.
1.10 MEDIUM PRESSURE SUPPLY:
In all cases where the electric supply at medium pressure is to be obtained the entire
installation must conform with provision of I.E.E. rules as adopted in Bangladesh
( Nos.301, 411, 101, 115, 612 and 613 I.E.E. regulation) for electrical equipment of
building with necessary. Wiring panels at all points as per rules thereto.
1.11 EARTHLING CONTINUITY CONDUCTOR:
All cable shall have an earth continuity conductor or E.C.E. or copper, preferably incorporated in
the cables. If such cables are not available a separate E.C.C. of tinned copper or a proper size to
comply with I.E.E. regulation 1311 must be used. The maximum continuity resistance from any
point in the installation including the E.C.E. and earthling lead to the earth electrodes shall not
exceed one ohm. The contractor therefore must ensure that the E.C.C. is of a proper size and is
efficiently terminated to all metal work other than the current carrying parts, so that the above
resistance limit is not exceeded.
1.12 TESTING:
Testing for insulation resistances, polarity of single pole switches and resistance of earth
continuity path shall be carried out by the contractor at his own cost before the line is put to
commission, to comply with section 11 of I.E.E. regulations. The results of such test shall be
recorded in triplicate and shall be signed by both the contractor and the Engineer-in-charge.
1.13 RATES:
The rates quoted by the contractor Supplying, fixing or erecting shall include the provision of
all materials and labor required to complete the work in all respects including taking out and refixing drilling holes making good all damages painting or coloring or white washing of finished
work, testing etc. all complete as per direction and to the satisfaction of the Engineer-in-charge.
135
239475352.doc
2. CONSTRUCTIONAL REQUIREMENT:
2.1 CONDUIT WORKS:
A) Materials:
The work under this item consists of supply and installation or rigid, water grade P.V.C. conduit
with G.I. pull wire and necessary accessories concealed or exposed in/or floors, roof slabs, walls
and column where necessary in accordance with the drawing, specification as stated hereunder &
direction of the Engineer-in-charge.
2.2 CONSTRUCTION REQUIREMENTS:
A) MATERIALS:
PVC conduit shall be of standard, manufacture to meet the requirement of NEMA TC-2 and WC1094. Water grade rigid PVC conduit must have 1.72 mm wall thickness and pressure tolerance
217 P.S.I. to conceal in roof slabs or column and rated for 90 degree C cable. Products of M/S.
LIRA INDUSTRIES and enterprise of Bangladesh chemical industries corporation are preferable.
Junction box, pull box, circular box, bends, sockets, elbows etc. shall be of PVC or other similar
insert synthetic materials press fitted and then sealed with PVC solvent cement or by any other
standard glue as prescribed by the manufacturer. When sheet steel accessories are used except
pull or junction boxes shall be fabricated from 16 S.W.G. plans sheet either galvanized or black
enameled over two entrust prime coat. Rubber bushes are to fixed at the conduit and where it
enters the sheet steel boxes through knock outs. Each junction or pull box shall have an earth
point where earth conductor can be connected. The circular boxes shall be of PVC materials
with .75 long tube and machine screwed cover. Pull wires, to draw the copper conductors
through conduits shall be 10 SWG and galvanized.
B) INSTALLATION:
The conduits to be concealed in slabs shall be installed along with G.I. pull wire in between top
and bottom bar immediately after placement of reinforcement bar as per applicable routing shown
on the drawing. Conduits shall be field with rebar by 2 x 20 SWG.G.I. wire @ 3 - 0 C/C.
conduits are to be secured with concrete surface or timber frame by galvanized saddle or cleats @
1-6 C/C.
Concealed conduit in concrete wall or column surface shall be placed along with shuttering or
form work before concrete pored in.
Any change in counting necessitated because of job condition shall have prior approval of the
Engineer-in-charge. All such change shall be marked on the plans as field records. Conduits in
brick wall shall be installed during construction of wall. No changing in masonry wall shall be
allowed without prior approval.
PVC pipes shall be bent either by using a hot box bending or by using or by using frame. In any
event binding radius shall be 0-6 minimum.
The conduit run shall continuous throughout its length and keep straight as per as possible. It
shall have either horizontal or vertical run but shall never run at an angle. Rounding of conduits
in between walls at right angle shall be not allowed.
All conduit run shall be kept at least 6 clear of gas, sewer water and other services pipes. Where
necessary it shall be rerouted or set out to maintain the specified scaparation.
In installing the conduits particular care shall be taken in cutting them to the proper lengths so
that the ends will fit exactly in to the out least boxes. After installation the open and shall
carefully be plugged with a bushette to prevent instruction of plaster, dust etc. All conduits along
with accessories required for complete installation shall be furnished and installed in a best
workmanship manner.
136
239475352.doc
C) MEASUREMENT:
Measurement for payment shall be in linear foot of conduit installed in place for vertical or
horizontal run as measured from the as building drawing.
D) BASIS OF PAYMENT:
The amount of completed and accepted work measured as provided above shall be paid for at the
contract price, per running foot. Which payment shall constitute full compensation for furnishing
all materials equipments, tools and labor including storage, transportation, cutting, painting and
laying of conduits supplying all conduit accessories, preparing as built drawings and providing all
incidentals and consumables necessary to complete this item or work.
3. CABLE WORK:
3.1 MATERIALS:
i. SINGLE CORE CABLE AND CONDUCTORS:
Single core low voltage cables and conductor shall be as per B.S. 600, or B.S. 5346, or equivalent
VDE specifications of copper conductors, and PVC insulation. All sized over 2.5 mm sqm shall
be standard.
ii. MULTI-CORE CABLES:
Multi-core low voltage cables shall be PVC insulated pipe sheathed non-armored direct burial
type, termite proof, made and tested according to PVC 0472/6.65 and PVC 0472/3.69 this type
of installation, rated voltage being 600/1000V.
iii. TELEPHONE CABLE:
The subscriber cables shall be suitable for earth laying and shall be made according to NDE 0816,
of 0.6 mm sqm/0.8 mm sqm ( as applicable copper conductors, with PE( Polyethylene) insulated
and laminated PE sheathed, star quad formation basis unit standing and copper wrapping. The
cable shall be tested( 20 degree C) at voltage not less than 500 V.( rms) wire to wire and 2000
V(rms) wire to shield with operating voltage of 150 V(rms) shall have minimum insulation
resistance( tested with min. 500 V. DC ) or 50 mf/or 500 M chm-km, and mutual capacitance of
new rok then 50 mf/km) ( for 6 mm.sq.m. / .50 mf/km( for 0.8 mm sqm).
iv. INSULATION CABLES:
The insulation cables shall be suitable for exposed or concealed installation, of 0.6 sqm copper
conductors, with PVC insulation and PVC sheathed star quad formation, basis unit starting, and
care warping. The cable shall be tested ( at 20 degree C) for voltage of 200 volts (rms) shall have
minimum insulation resistance( test with min. 100 V. d.c.) of 100 Mohm/km and mutual
capacitance of not more than 130 mf/km( at 60 H.).
v) CABLE TRAY:
The cable tray shall be constructed as per schedule and shall be comply with the relevant
requirements of drawing.
Appropriate samples of cable tray shall be submitted prior to installation.
4. INSTALLATION :i. CABLE IN CONDUITS:
Generally, single core cable( non-sheathed) is to be installed in metal conduits. The conduit sizes
shall be as specified in the drawings. It may ensured that cables are not scratched/damages during
pulling. For long lengths, pull boxes must be used even is not indicated in the drawings. Cable
shall not be drawn ground more than two 90 degree bends( or their equivalent) between trawling
in boxes, and any single bend must not be less than 90 degree.
ii. CABLE BENDING RADIUS:137
239475352.doc
The internal radius of every bend in a cable shall be not less than the appropriate value stated
below:
Insulation finish overall diameter
Non-armored
or armored
Any
138
239475352.doc
The size of the trench shall be of minimum 2-9 depth and 1-6 width for each cable to the laid.
Where more than one cable is to be laid in the trench, the width of the trench is to be increased by
6 for each extra cable for size below 70 mm sqm( 3-1/2 core or 4 core) and 12 for bigger size
cables.
A cushion of sand of F.M. 1.5, 6 thick, is to be placed over the bed of the trench over which the
cables are to be laid.
After laying the cable first class brick on edge of flat are to be placed as separators, sand filling,
top layers of first class brick flats are to be placed along the length and breadth of the trench at a
protection against injury and indication that a power cable is laid. The rest of the trench shall be
filled with earth, watered and rammed at 6 layers. After cables are laid the original ground
conditions shall be restored. But if bricks pavement, drain, concrete road or bituminous carpeted
road are out across or damaged, they shall be remedied and restored to the original specification.
The cable route shall be as direct as possible and shall receive the authority approval before
excavation.
All cables bends shall have a radius of not less than 2 times the diameter of the cable drum, or 20
times the diameter of the cable, whichever is greater.
G.I. pipes shall be provided for all road and drain crossing. These pipes shall be laid direct in the
ground without any sand bed, sand layer, brick or cable covers.
Cables shall always be laid out or laid into the ground through G.I. pipe of suitable size as
decided by the authority. The length of the pipes over the ground shall not be less than 4-0. No
extra shall be paid for such pipes. The exposed and of the pipes shall be sealed using PVC or
wooden plugs.
The contractor shall exercise great care in handling the cable and avoid forming KINKS. The
cable drums shall properly be conveyed on wheeled cable drum carrier and unrolled and laid
directly from the drum carrier. Carriage by trailer or trucks can be allowed only if proper cars is
taken during unloading the drums and unrolling is done after placing the drum or drum jacks and
spindle. The cables shall be unrolled in the directions indicated on the drum by the manufacturer
G.I. cable marker is to be installed at every turning point of the trenches.
After the cable is laid, it shall be tested by the contractor in presence of the authority. If the tested
unsatisfactory, the cost of all repairs and replacement shall be borne by the contractor.
All surplus earth shall be removed the indicated placed by the contractor at his own cost. No extra
charges shall be allowed for this.
Any damage done to any other services by the contractor for cable laying operations, shall be
made good by the contractor.
All changing and passages necessary for laying of cables indoor shall be done by the contractor
and the same shall be made good to the satisfaction of the authority by the contractor without any
extra charge to the authority.
When trenches are left open overnight, and where road is to be cut the contractor shall exhibit
suitable danger signal such as burners red flanges and red lamps at his own cost. Temporary
arrangement by placing wooden sleepers/sheet steel etc. across the road cutting for vehicular
traffics are also to be made by the contractor at no extra cost. The contractor shall be holly
responsible for any accident with many occurs due to the negligence of the contractor.
All road excavations shall be filled up in layers with powered earth procured and brought at site
store cost of any decentering or shuttering and showing of trench require to be done be borne by
the contractor.
vii. INSULATION TEST:
Insulation test of the whole installation shall be carried out using 500v. Meggar, in presence
of authorized representative of the consultant/Employer, and result submitted to the
authority for approval.
viii. CABLE TRAY:
The cable tray shall be installed in accordance with the applicable layout drawings.
139
239475352.doc
The location of tray in drawing shall be considered as approximate and it shall be incumbent
upon the contractor. Before installation of tray the contractor should study all pertinent drawings
and drawings, large scale and full size details of finished and approved shall drawings of other
trades. Trays incorrectly located shall be properly located at the contractors expenses.
5. METHOD OF MEASUREMENT:
Measurement for payment shall be linear feet to cables trays in place of vertical and horizontal
run. The lengths shall rounded to nearest foot and calculated from the as built single lime
diagram.
6. BASIS OF PAYMENTS:
The quantity of completed and accepted work measured a provided above shall be paid for at the
contract price, per feet, which payment shall constitute full compensation for furnishing all
materials, equipment and labor of cables, provided all incidentals and consumables necessary to
complete this item of work including the installation best.
7. EARTH CONTINUITY CONDUCTORS:
7.1 MATERIALS:
The shall be electrolytic annealed copper or 100% conductivity at 20 degree C( 68 degree F)
(International). Annealed copper standard with weight resistively of 0.15328 Ohm-gram/mm sqm
at 20 degree C( 78 degree F) and density 0.32117 lb/in. for meeting the requirements of BS 6360 :
1969 or its metric adoption.
7.2 INSTALLATION:
The earth continuity conductor and earthling lead shall be run in accordance with the drawings
and direction, and all metal fittings shall be earthed with continuity conductors. All the earth
continuity conductors from the various circuits, sockets, etc. shall be connected to the earthling
block located near the MDB/DB/SDB size of earth continuity conductors shall be as stated in the
drawing. All MDB/DB/SDB/SB shall be inter connected with earth continuity conductor. The
earth continuity shall be drawn along with the cables and no joint shall be allowed from earthing
block to the respective earth point. Light and fan points except where indicated otherwise shall
not be earthed.
7.3 METHOD OF MEASUREMENT:
Measurement for payment shall be made by linear foot of earth continuity conductor in place for
vertical and horizontal run. The light shall be rounded to nearest foot and measured from the as
built single line diagram.
7.4 BASIS OF PAYMENT:
The amount of completed and accepted work measured as provided above shall be paid for at the
contract unit price, per foot, which payment shall constitute full compensation for furnishing all
materials, labor tools and installation including termination of copper wire and all accessories
consumables and incidentals necessary to complete this item of work.
8. LIGHT FITTING:
8.1 MATERIALS:
The light fittings shall be constructed as per schedule, and shall complete with the relevant
requirements of applicable B.S. including B.S. 5533.
The chokes, if applicable shall comply with the requirement of B.S. 2818, and shall be throne, or
of equivalent quantity and shall have appropriate power factor correction capacitor( 250 V 3.5 of
for 29W tubes, 5 of for 65 W tubes, and 8 of for 80 W tubes if used with throne chocks; for other
chokes of approved quality the improved p.f. shall not less than 0.90.)
The starters shall be 91W lamp type and shall have built-in radio interference suppressor
capacitor.
140
239475352.doc
All incandescent light fittings, except where specifically stated otherwise, shall have unswitched
brass holders for BC 22/25 lamps caps complying with B.S. 52: 1963.
Appropriate sample of light fittings with chokes and starters: shall be submitted prior to
installation.
8.2 INSTALLATION:
I.
The light fittings shall be installed in accordance with the applicable fittings layout
drawings.
ii.
All pendent fittings shall be supported from brass ceiling base plate with at least 8/3
crew-hub.
iii.
The fans shall be installed in accordance with the applicable fan layout drawings.
Circular box with ceiling rose for fan outlets shall be at the centre of the clamps as
detailed in the drawings.
ii.
fans shall have the following installation height except where indicates otherwise.
141
239475352.doc
a.
b.
11.1 MATERIALS:
i.
The MDB/DB/EDB/SDB shall be as per schedule and shall safety dead-front fixed type
having circuit breakers/insulators panels shall be designed for operation of 240 V/41V, 50
Hz 3 phase, 3 wire, system. Breakers shall have inverse time tripping weight thermal
magnetic trip elements. All circuit breakers shall be trip free and shall of the indicating
type. The panel shall have the phase clearly marked, and where required must have solid
neutral buses. The panel shall be constructed as per schedule, and shall comply with
relevant requirements of applicable M.S. including B.S. 4645, where applicable, and
would be painted with 2(two) coats of grey Duco to B.S. 381 C shade, with standard
concentric knockouts of required sizes all round. The panels shall have directory
ohm/inside of door. The door is to be provided with flush lock and handle. All doors are
to be eyed like. All hinged shall be conceal.
ii.
The MCB/MCCM8 shall be quick-mark, quick-break type and shall have inverse time
limit characteristics with instantaneous magnetic trip elements functioning on over loads
above normal operating range. All circuit breakers shall be in accordance with schedule.
All luge must be solider less mechanical type. The MCB must comply with B.S. 3971:
part-1 ( 1965) category M4(5A-60A). Rated voltage 240/415V.A.C. 50 Hz interrupting
capacity 4000 AMP. capable of providing over load and short circuit protection, through
thermal and magnetic trip actions respectively: temperature rating 540 degree C,
preferable tropical ( moisture-fungus corrosion treated),with contracts of silver alloy,
terminal capability up to 100 mm sqm wire. The MCCB, must comply with B.S. 3871:
part-2(1966). Rate voltage 600V.A.C. 50 Hz. with thermal and magnetic tripping action;
interrupting capacity as indicated in the schedule, temperature rating 40 degree C,
preferable tropics; order (moisture fungus correction treated) terminal capability up to
35mm sqm wire.
11.2 INSTALLATION:
i.
The board shall be installed in accordance with applicable layout drawings. Minimum
height to bottom of the boards from the floor level shall be 2-0 and maximum height of
any circuit breaker/switch shall be 6-0 from the same level.
ii.
142
239475352.doc
All socket outlets, except the shaver sockets, shall be white in color, conforming to B.S.
546-1950( 3-pins) and B.S.-372: part 1: 1930( 2 pins) . The socket tube shall be self
adjusting for pitch with a non-expanding size limiting entry to protect the intern all
constructs from distortion. All socket switches( where applicable) shall have pure
silver/silver cadmium oxide alloy contracts in which contract pressure shall be
permanently maintained by subside helical compression springs. All moldings shall be
made from amino plastic urea molding powders to B.S. 1322:1956 and shall possess high
track resisting qualities. These shall be supplied with countersunk cadmium plated, fixing
screws and mounted in 18 SWG hammer painted sheet steel box having brass earth point
as per drawing and direction.
ii.
The controlled sockets of MCB/MCCB, if applicable, shall be unswitched and the box
shall be earth point. For specification of MCB/MCCB.
12.2 INSTALLATION:
i.
The socket/MCB/MCCB shall be installed in well with lower end of the face plates at a
height of 9 from the floor if not specified otherwise, and locations shown in applicable
layout drawings.
ii.
The controlled outlet(socket or block box) of MCB/MCCB shall be on wall with the
lower end of the face plate 6 above the super edge of the lintel, if not specified
otherwise.
iii.
The fixing of the units on the outlets boxes shall be by means of flat head cosmism plated
screws. The flat head of the screw shall be sunk in the plaster so as to finish flush with
the surface of the drawings. The earth wire shall be connected to earth point of the boxes
to the 3rd pole of the 3 pin sockets. 2 pin sockets. Outlets are for television and shavers
only.
iv.
Conditions set out shall also apply, resistive loads specified, and satisfy the test
requirements or three types in fluorescent lamp circuits, up to the ratings of these
switches, as set out in B.S. 3676 amendment 3: 1969. The switches must have minimum
creep age distance. All contracts shall be faced with pure silver, silver cadmium oxide
alley. The switch operating member shall pilot independently of the rocker, making the
speed of make and break independent of the speed at which the rocker is operated.
Terminal capability; minimum 2 x 32.3.5 mm sqm. conductors for each appropriate
samples shall be submitted prior installation of switches.
Each board shall have an earthing block or copper brass( 1-2/1 x 3 x 8/3 with 5 x 3 /
16 drilled holes and 5 x 8 / 1 machine screws tapped hole for 24 T.P.I) box bars shall be
least 14 SWG for connecting the ground wires.
12.3 INSTALLATION:
143
239475352.doc
i.
The switch boards and fan regulator boards shall be installed on wall at a height of 4-6,
if not specified otherwise from the floor and at locations shown in applicable layout
drawings. The fan regulators shall be installed inside the box with regulators knob
projected over the covering is not specified otherwise. The phase wire shall be connected
to the switch and the neutral wire shall be kept solid in all switch connections. The earth
continuity conductor (ECC) shall be connected to the earth point inside the switch board.
The approved size steel boxes shall be installed at the time of construction of the wall to
avoid chasing in wall.
ii.
The mater board shall be installed in well with lower and the board at a height of 4-0
from the floor or it will be installed as per Engineers written instruction. If not specified
the board shall be installed at the location shown in the drawing.
ii.
The boards shall be concealed and cover plates shall be flush to the finished surface of
the wall.
13.3 METHOD OF MEASUREMENT:
The amount of completed and accepted work measured as provided above shall be paid for at the
contract price, per sft. which payment shall constitute full compensation for furnishing all labor,
tools materials including meter, cutout and locking arrangement etc. shall be considered as one
unit.
13.4 BASIS OF PAYMENT:
The amount of completed and accepted work measured as provided above shall be paid for at the
contract price, per sft. which payment shall constitute full compensation for furnishing all labor,
tools materials installation on materials including meter, cutout sheet, steel box all consumable
and incidentals necessary to storage, transportation to work site and to complete this item of work
in all respect.
14. SWITCH BOARD AND FAN REGULATOR BOARDS:
14.1 MATERIALS:
144
239475352.doc
Switchboard and fan regulator board shall be as per schedule shall have rocker/piano/switches
shall be vertical single pole( 1- way, 2-way), 5A, A.C. architrave rocker piano type switches white
in color, to B.S. 3676: 1963, complying with the test requirements for inductor terminals with
crippling tools, or shall be press-fitted with the conductor terminals with crippling tools, or shall
be brass or shall use cost brass lug-hook. The lug shall be bolted with brass as by means of brass
nuts and bolts.
239475352.doc
The conductor shall be securely attached to the building by means of fasteners at internals not
exceeding 4-0 shall be embedded under roof finish or concealed in plaster. Fasteners shall have
cross section not less than that 14 SWG and shall be made of brass or copper.
Appropriate samples of faster shall be submitted prior to installation of roof conductors:
15.3 DOWN CONDUCTOR:
The down conductor shall be continuous and shall be installed as per indicated in the schedule.
These shall be securely instead at the roof top and at the plinth level by two screws masonry
fastener. Also, appropriate portions of articles 2.12b (ii) shall apply.
15.4 TEST POINT:
The test point shall be installed during construction of the building wall, and made flush with the
outside wall finish.
16. CONSTRUCTION REQUIREMENTS:
16.1 MATERIALS:
Telephone outlet consists of 16 SWG sheet steel box with 14 SWG earth and a flush impact
resistant ivory white plastic cover. The steel box shall be entrust grey hammer painted. All screws
to be used shall be cadmium plated. The covers shall have a central nock out for telephone
connecting wire entry.
16.2 INSTALLATION:
The steel box with cover shall be installed flush in wall at height just above the skirting as shown
in the drawings. The box shall be placed in position during construction of the wall to avoid
changing in wall at later date. PVC bush shall be used for connecting the PVC pipe with the steel
box.
16.3 METHOD OF MEASUREMENT:
Measurement shall be by unit of telephone outlet installed place complete with steel box.
16.4 BASIS OF PAYMENT:
The amount of completed work measured and provides above shall be paid for at the contract unit
price, per each which payment shall constitute full compensation for furnishing all materials,
labor, tools and equipments and installing materials including plastic cover, steel box and all other
accessories consumables and incidentals necessary to complete this item of works.
17. LIGHTENING PROTECTION SYSTEM:
17.1 MATERIALS:
Air terminal shall be of copper or grade required for commercial electrical works, generally
designated as being of 98 percent conductivity when annealed. The size and shape of the air
terminal shall be as per drawing and schedule.
17.2 ROOF CONDUCTOR:
Roof conductor shall be made of copper or grade as detailed 2.12A(i) and of size as indicated in
the schedule.
17.3 DOWN CONDUCTOR:
Same as Item 2.12 A(ii).
18. TEST POINT:
The test point shall be as per schedule and drawing. The bass bar assembly shall be wall-framed
and shall be without fitting. The conductor terminals shall be provided with bricks used shall be
Ist class and only approved quality cement shall be used, Jhama bricks khoa for R.C.C. cover
shall be 4/3 down graded and washed, cleaned before casting. 8/3 dia M.S. rods @ c/c. with
two 1/2 dia M.S. hook of 3 dia radius shall be provided in the cover slab.
146
239475352.doc
19. INSTALLATION :
i. ELECTRODE:
The pit earth electrode shall be sunk and burring below ground level up to its full length or as
advised by the Engineer-in-charge. The earth lead shall be connected to the earth electrode by
brass/G.I. clamp. After making connection the clamp shall be covered with bitumen poured hot
and with jute cloth.
147
239475352.doc
ii. LEAD:
All earth lead shall follow the shortest and most direct route to the earth electrode avoiding sharp
bend and from inspection pit to the entry at the building shall be enclosed in 1 dia G.I. pipe. The
earth lead shall be connected test earth electrodes by means of lugs, belts, nuts and double
washers so fixed as to make permanent and positive connections both electrically and
mechanically. The joints shall be covered with PVC compound without disrupting the continuity.
20. PIT:
First class brick made inspection pit and R.C.C. cover with lift hook shall be built on earth
electrode as described here-above at there locations shown in the drawing. The electrode shall be
within 15-0 from the building.
21. METHOD OF MEASUREMENT:
Measurement shall be per set of earthing system installed in place.
22. BASIS OF PAYMENT:
The amount of completed and accepted work measured as provided above shall be paid for at the
contract unit price which payment shall continue full compensation for furnishing all materials,
labor, tools equipments, consumables and incidentals required to complete the whole earthing
system up to the satisfaction of the Engineer-in-charge.
23. TELEPHONE SYSTEM:
23.1 DESCRIPTION :
The work under this item consists of supply and installation of telephone outlet box at locations
shown in the plans.
23.2 METHOD OF MEASUREMENT:
Measurement for payment shall be by units of socket MCB/MC indicator outlets installed in
place. Each socket/MCB/Indicated outlet complete with sheet box, socket, controlling
MCB,cover etc.( where applicable shall be considered as one unit).
23.3 BASIS OF PAYMENT:
The amount of completes and accepted work measured as provided above shall be paid for at the
contract price per each, which payment shall constitute full compensation for furnishing all labor,
tools, materials, installation materials including socket/MCB outlets, sheet steel box, all
consumables and incidentals necessary to complete this item of work.
24. EARTHING SYSTEM:
24.1 DESCRIPTION:
The work under this item shall consist of supply and installation of earth electrode with copper
load, earthing inspection pit and connecting to the specified terminal of the Engineer-in-charge.
The whole electrical system including light, fan regulator sockets sub-station and metal parts
incorporated with building electrification shall be earthed.
24.2 VOLTAGE TO EARTH:
5 x current rating of the largest
over current protective device.
24.3 CONSTRUCTION REQUIREMENTS:
a) MATERIALS:
The earth electrode in a 1-.50 dia 40 long G.I. pipe with 3/16 dia drilled holes. The G.I. pipe
shall be similar the specification.
148
239475352.doc
b) EARTH LEAD:
Earth lead shall consist of two number of 2 SWG high conductive electrolytic bare copper wire
meeting the requirement of B.S.S. 6360:1969 and / or its equivalent.
c) EARTH INSPECTION PIT : 0
Inspection pit shall have to be constructed over earth electrode to inspect and test the connection
terminals.
25. REMARKS
All works should be done as per standard practice and the Authority/ Project Director shall
have right to any alteration or change of design, drawing and specification of the work.
____________ X ____________
149
239475352.doc
SECTION - 8
Particular Specifications
Nil
150
239475352.doc
SECTION 9
DRAWING
151
239475352.doc
152
239475352.doc
W1
W1
W1
19'-9"
W1
W1
W1
19'-9"
W1
W1
W1
19'-9"
W1
W1
W1
19'-9"
W1
W1
W1
19'-9"
W1
W1
W1
19'-9"
W1
W1
W1
19'-9"
W1
W1
TEA ROOM
8'-10"x10'-0"
10'-0"
W1
W1
TOILET
7'-0"x8'-5"
D2
WASH
26'-3"x10'-7"
D1
DRESSING
8'-10"x10'-7"
TOILET
7'-0"x8'-5"
TOILET
5'-2"x4'-0"
D2
TOILET
5'-2"x4'-0" D2
TOILET
5'-2"x4'-0" D2
D1
D2
D1
10"
10"
19'-9"
21'-5"
10'-0"
TOILET AREA
12'-10"x4'-9"
10"
D2
TOILET
7'-0"x8'-7"
D1
LIFT
7'-6"x5'-9"
D1
D1
D1
CORRIDOR
D1
D1
D1
D1
SAE
14'-0"x10'-0"
SECTION
14'-0"x10'-0"
WAITING
14'-0"x10'-0"
D1
D1
D1
19'-3"
7'-5" WIDE
D1
LIFT
7'-6"x5'-9"
D1
8'-1"
D1
91'-1"
D1
19'-3"
LIFT
15'-10"x6'-7"
D1
D1
D1
ACCOUNTS CASH
14'-0"x10'-0"
PA
14'-0"x10'-0"
D2
D1
D1
CONFERENCE+
TESTING LAB
19'-4"x30'-3"
D1
DRESSING
8'-10"x13'-7"
D.E ROOM
19'-4"x19'-10"
TOILET
8'-10"x7'-0"
HW
10"
10'-0"
D2
W1
W1
19'-9"
W1
W1
W1
W1
W1
19'-9"
W1
19'-9"
CONSULTANT :-
239475352.doc
D2
D2
TOILET
TOILET
5'-0"x5'-0" 5'-0"x5'-0"
W1
W1
TOILET
5'-2"x3'-0" D2
D2
TOILET
TOILET
5'-0"x5'-0" 5'-0"x5'-0"
W1
W1
W1
19'-9"
W1
W1
19'-9"
W1
TOILET
D2 5'-2"x3'-0"
W1
W1
19'-9"
W1
W1
W1
W1
19'-9"
W1
D2
TOILET
4'-5"x3'-0"
W1
19'-9"
10'
10"
179'-8"
55
OFFICE ROOM
26'-4"x21'-1"
ADE ROOM
12'-0"x15'-0"
D2
21'-5"
OFFICE ROOM
19'-4"x40'-8"
10"
OFFICE ROOM
19'-4"x40'-8"
G.M.(I.P)
OPERATION & MAINTENENCE
41'-0"x40'-8"
D1
OWNER:
ARCHITECTS
B.T.C.L
ENGINEERS
DRGTITLE:-
MD.MESBA UL KABIR
Auto CADBY :-