Sunteți pe pagina 1din 147

BANGLADESH

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

INVITATION FOR TENDER NO


feb

: Bbdv-evnb cK/ `ic/gMevRvi GP


mc-2/2010-2011/3 |

DATE:

: 25 July- 2010

CONSULTANT :
MODERN ENGINEERS & ARCHITECTS LTD.
46, KAZI NAZRUL ISLAM AVENUE
KAWRAN BAZAR, DHAKA-1215.
TEL. : 9117465, 8130615.

FAX : 880-2- 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.

Tender Document: Sections...........................................................................................


5-6
Tender Document: Clarification......................................................................................
Tender Document: Pre-Tender Meeting.........................................................................
Tender Document: Amendment.....................................................................................

Evaluation and Qualification Criteria............................................................


11.
12.
13.
14.
15.
16.

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.

Tender Opening and Evaluation....................................................................


37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.

G.

Tender: Sealing and Marking..........................................................................................


Tender: Submission Deadline.........................................................................................
11-12
Tender: Submitted Late...................................................................................................
Tender: Modification, Substitution or Withdrawal............................................................
Tender: Opening.............................................................................................................
Tender: Confidentiality....................................................................................................
Tender: Clarification........................................................................................................
Tenderer: Contacting the Employer................................................................................
Tender: Responsive ness...............................................................................................
Tender: Non-conformities,Errors, and Omissions..........................................................
Tender: Correction of Arithmetical Errors........................................................................
12-15
Tender: Preliminary Examination....................................................................................
Tender: Technical Evaluation..........................................................................................
Tender: Financial Evaluation...........................................................................................
Tender: No Negotiation...................................................................................................
Tender: Comparison.......................................................................................................
Tenderer: Post-qualification............................................................................................
Tenders: Employers Right to Accept or to Reject Any or All...........................................

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.

Tender Data Sheet...........................................................................


A.

General..........................................................................................................................

B.

17-20
Tender Document.........................................................................................................

C.

Evaluation and Qualification Criteria.........................................................................

D.

Preparation of Tender..................................................................................................

E.

Submission of Tender..................................................................................................

F.

Opening and Evaluation of Tender.............................................................................

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

General Conditions of Contract.......................................2121-40


1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.

B.

Tenderers Right to Complain.........................................................................................


Adjudicator......................................................................................................................

The Works to Be Completed by the Intended Completion Date.....................................


Programme of Works......................................................................................................
Pro Rata Progress..........................................................................................................
30-31
Early Warning.................................................................................................................
Extension of the Intended Completion Date...................................................................
Acceleration....................................................................................................................
Delays Ordered by the Engineer....................................................................................
Management Meetings...................................................................................................

Quality Control................................................................................................
50.
51.

Contractor to Construct the Works..................................................................................


Works open to Inspection...............................................................................................

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......................................................................................

Termination and Settlement of Disputes.......................................................


78.
79.
80.
81.
82.

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...............................................................................................................

Completion of the Contract............................................................................


74.
75.
76.
77.

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....................................................................................................

Particular Conditions of Contract........................................41


Tender and Contract Forms.........................................................
Tender Submission Sheet (Form W-1)..........................................................................
Tenderer Information Sheet (Form W-2).......................................................................
Bank Guarantee for Tender Security (Form W-3).......................................................
44-45
Notification of Award (Form W-4)...................................................................................
Contract Agreement (Form W-5).....................................................................................
Bank Guarantee for Performance Security (Form W-6)............................................
Bank Guarantee for Advance Payment (Form W-7)............................................................

Section 6.

Bill of Quantities.....................................................................55-94

Section 7.

General Specifications................................................. 95-134

Section 8.

Particular Specifications.............................................. 135

Section 9.

Drawings.......................................................................136-137

Section 1. Instructions to Tenderers (ITT)


A.
1.

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).

1.3 Throughout this Tender Document:


(a) the term in writing means communicated in written form with proof of
receipt;

(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

Payments by the development partner, if so indicated in the TDS, will be


made only at the request of the Government and upon approval by the
development partner in accordance with the applicable Loan / Credit /
Grant Agreement, and will be subject in all respects to the terms and
conditions of that Agreement.

3.1

The Government requires that Employers, as well as Tenderers and


Contractors, shall observe the highest standard of ethics during the
implementation of procurement proceedings and the execution of Contracts
under public funds.

3.2
In
pursuance of this requirement, the Employer shall :

(a)

exclude the Tenderer from participation in the procurement


proceedings concerned or reject a proposal for award; and

(b)

declare a Tenderer ineligible, either indefinitely or for a stated


period of time, from participation in procurement proceedings
under public funds;

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

Should any corrupt, fraudulent, collusive or coercive practice of any kind


come to the knowledge of the Employer, it shall, in the first place, allow the
Tenderer to provide an explanation and shall, take actions only when a
satisfactory explanation is not received. Such exclusion and the reasons
thereof, shall be recorded in the record of the procurement proceedings and
promptly communicated to the Tenderer concerned. Any communications
between the Tenderer and the Employer related to matters of alleged fraud
or corruption shall be in writing.

3.4

The Government defines, for the purposes of this provision, the terms set
forth below as follows:

3.5

(a)

corrupt practice means offering, giving, or promising to give, directly


or indirectly, to any officer or employee of a Procuring Entity or other
governmental/private authority or individual a gratuity in any form, an
employment or any other thing or service of value, as an inducement
with respect to an act or decision of, or method followed by, a
Procuring Entity in connection with the procurement proceeding;

(b)

fraudulent practice means a misrepresentation or omission of facts


in order to influence a procurement proceeding or the execution of a
Contract to the detriment of the Employer;

(c)

collusive practice means a scheme or arrangement among two and


more Tenderers with or without the knowledge of the Employer (prior
to or after Tender submission) designed to establish Tender prices at
artificial, non-competitive levels and to deprive the Employer of the
benefits of free, open and genuine competition; and

(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.

The Tenderer shall be aware of the provisions on fraud and corruption


stated in GCC Clause 3 and GCC Sub-Clause 78.1(b.vi).

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

A Government-owned enterprise in Bangladesh may also participate in


the Tender if it is legally and financially autonomous, it operates under
commercial law, and it is not a dependent agency of the Employer.

4.4

The Tender shall provide in Section 5: Tender and Contract Forms, a


statement that the Tenderer (including all members of a JVCA) is not
associated, nor has been associated in the past, directly or indirectly, with
a consultant or any other entity that has prepared the design, specifications
and other documents for this Invitation for Tenders.

4.5

The Tenderer shall not be under a declaration of ineligibility for corrupt,


fraudulent, collusive or coercive practices in accordance with ITT SubClause 3.2.

4.6

The Tenderer with a consistent history of litigation or a number of arbitration


awards against it, shall not be eligible to Tender. The Tenderer shall supply
the information requested in para 3.3 of the Tenderer Information Sheet
(Form W-2)

4.7

The Tenderer shall have the legal capacity to enter into the Contract.

4.8

The Tenderer shall not be insolvent, be in receivership, be bankrupt or


being wound up, its business activities shall not be suspended, and it
shall not be the subject of legal proceedings for any of the foregoing.

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

The Tenderer, at the Tenderers own responsibility and risk, is encouraged

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

The Tenderer is expected to examine all instructions, forms, terms, and


specifications in the Tender Document as well as in Tender Amendments, if
any. Failure to furnish all information or documentation required by the Tender
Document may result in the rejection of the Tender.

8.1

A prospective Tenderer requiring any clarification of the Tender Document shall


contact the Employer in writing at the Employers address indicated in the
TDS. The Employer will respond in writing to any request for clarification
received no later than seven (7) days prior to the deadline for submission of
Tenders.

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

Should the Employer deem it necessary to amend the Tender Document as a


result of a clarification, it shall do so following the procedure under ITT Clause
10 and ITT Sub-Clause 34.3.

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

The Tenderer is requested to submit any questions in writing so as to reach


the Employer not later than five (5) days prior to the date of the meeting.

9.3

Minutes of the pre-Tender meeting, including the text of the questions


raised and the responses given, together with any responses prepared
after the meeting, will be transmitted within seven (7) days to all those who
purchased the Tender document. Any modification to the Tender document
listed in ITT Sub-Clause 7.1 that may become necessary as a result of the
pre-Tender meeting shall be made by the Employer exclusively through the
issue of an Addendum pursuant to ITT Clause 10 and not through the
minutes of the pre-Tender meeting.

9.4

Non-attendance at the pre-Tender meeting will not be a cause for


disqualification of a Tenderer

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

Evaluation and Qualification Criteria

The following evaluation criteria will be applicable, unless otherwise


indicated in the TDS:
(a)

completion time; and

(b)

adjustments for minor deviations on substantially responsive tenders.

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

the proposed Works over the period stated in the TDS.


13. Financial
Criteria

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)

the priced Bill of Quantities for each lot in accordance with


ITT Clauses 21 and 23 and 24;
Tender Security in accordance with ITT Clause 31;

(d)

alternative Tenders, if permissible, in accordance with ITT


Clause 22;

(e)

written confirmation authorizing the signatory of the Tender to


commit the Tenderer, in accordance with ITT Clause 32;

(f)

documentary evidence in accordance with ITT Clause 25


establishing the Tenderers eligibility to Tender, including the
Tenderer Information Sheet (Form W-2);

(g)

documentary evidence in accordance with ITT Clause 28


establishing the Tenderers qualifications to perform the
Contract, if its Tender is accepted;

(h)

description of work method and schedule in accordance with


ITT Clause 27; and

(i)
21. Tender:
Submission
Sheet and Bill
of Quantities

the Tender Submission Sheet (Form W-1);

any other document as specified in the TDS.

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

considered by the Employer.


22.3 When alternative times for completion are explicitly invited, a statement to
that effect will be included in the TDS, as will the method of evaluating
different times for completion.

23. Tender: Prices


and Discounts

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

24.1 All prices shall be quoted in Bangladesh Taka.

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

28.1 Tenderers shall submit documentary evidence to meet the qualification


criteria specified in Sub-Section C, Qualification Criteria of the ITT.
28.2 Tenderers shall submit the Tenderer Information Sheet (Form W-2) furnished
in Section 5: Tender and Contract Forms
28.3 Tenderers shall include the following information and documents with their
Tenders:
(a) total monetary value of construction work performed for each of the last
five (5) years;
(b) experience in works of a similar nature and size for each of, and
details of work under way or Contractually committed and clients who
may be contacted for further information on those Contracts;
(c) major items of construction equipment proposed to carry out the
Contract;
(d) qualification and experience of key site management and technical
personnel proposed for the Contract;

(e)

reports on the financial standing of the Tenderer, such as


profit and loss statements and corresponding auditors reports for the
past five (5) years;

(f)

financial reports or balance sheets or profit and loss


statements or auditors reports or bank references with documents or
a combination of these demonstrating the availability of liquid assets
to successfully complete the contract;

(g)

evidence of adequacy of working capital for this Contract


(access to line(s) of credit and availability of other financial
resources);

(h)

authority to seek references from the Tenderers bankers;


and

(i)
28.4

30. Tenderer:
Disqualification

information on past (5 years) litigation in which the Tenderer has


been involved or in which the Tenderer is currently involved.

Tenders submitted by a JVCA shall comply with the following


requirements, and any other requirements as specified in the TDS:

(a)

the Tenderer shall include all the information listed in ITT


Sub-Clause 28.3 for each JVCA partner;

(b)

the Tender shall be signed so as to be legally binding on all


partners;

(c)

all partners shall be jointly and severally liable for the


execution of the Contract in accordance with the Contract terms;

(d)

one of the partners will be nominated as being in charge,


authorized to incur liabilities, and receive instructions for and on
behalf of any and all partners of the joint venture; and

(e)

the execution of the entire Contract, including payment, shall


be done exclusively with the partner in charge.

29.1 The Employer shall disqualify a Tenderer who submits a document


containing false information for purposes of qualification or misleads or
makes false representations in proving its qualification requirements. If
such an occurrence is proven, the Employer may declare such a Tenderer
ineligible, either indefinitely or for a stated period of time, from
participation in future procurement proceedings
29.2 The Employer may disqualify a Tenderer who has record of poor
performance such as abandoning the works, not properly completing the
Contract, inordinate delays, litigation history or financial failures.

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)

at the Tenderers option, be either;


(i)

in the form of a bank draft or pay order, or

(ii)

in the form of an irrevocable bank guarantee (Form W-3) issued


by a scheduled Bank of Bangladesh, in the format furnished in
Section 5: Tender and Contract Forms;

(b)

be payable promptly upon written demand by the Employer


in the case of the conditions listed in ITT Sub-Clause 31.5 being
invoked; and

(c)

remain valid for a period of twenty eight (28) days beyond


the original validity period of Tenders, or beyond any period of
extension subsequently requested under ITT Sub-Clause 30.2.

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)

furnish a Performance Security in accordance with ITT Clause


53; or

(iii)

sign the Contract in accordance with ITT Clause 54.

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

Any interlineations, erasures, or overwriting shall be valid only if they are


signed or initialled by the person(s) signing the Tender
E. Tender Submission

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

by submitting Tender modifications in accordance with ITT Sub-Clause 30.1.


F. Tender Opening and Evaluation
40. Tender:
Opening

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

38.1 After the opening of Tenders, information relating to the examination,


clarification, and evaluation of Tenders and recommendations for award shall
not be disclosed to Tenderers or other persons not officially concerned with the
evaluation process until after the award of the Contract is announced.

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

41.1 The Employers determination of a Tenders responsiveness is to be based on


the contents of the Tender itself without recourse to extrinsic evidence.

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.

41.4 There shall be no requirement as to the minimum number of responsive


Tenders.
45. Tender:
Nonconformities,
Errors, and
Omissions

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

schedule proposed. After evaluation of the price analysis, taking into


consideration the schedule of estimated Contract payments, the Employer
may require that the amount of the Performance Security set forth in ITT
Clause 53 be increased at the expenses of the Tenderer to a level sufficient to
protect the Employer against financial loss in the event of default by such
Tenderer during Contract implementation, if awarded the contract.
50. Tender: No
Negotiation

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

54. Award Criteria

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)

days after the date of issue of the Certificate of Completion.


53.3 The proceeds of the Performance Security shall be payable to the
Employer unconditionally upon first written demand as compensation for
any loss resulting from the Contractors failure to complete its obligations
under the Contract.

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

55.1 Upon the successful Tenderers furnishing of the Performance Security


pursuant to ITT Clause 53, and signing of the Contract pursuant to ITT
Clause 54, the Employer shall also notify all other Tenderers that their
Tenders have been unsuccessful.
55.2 The Employer shall promptly respond in writing to any unsuccessful Tenderer
who, after notification in accordance with ITT Sub-Clause 55.1, requests in
writing for the Employer to communicate the grounds on which its Tender was
not selected.

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.

Section 2. Tender Data Sheet (TDS)


Instructions for completing the Tender Data Sheet are provided, as needed, in the notes in
italics mentioned for the relevant ITT clauses.

ITT Clause

Amendments of, and Supplements to, Clauses in the Instructions to


Tenderers

A.
ITT 1.1

General

The Employer is
Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

The Name of the Tender is:


CONSTRUCTION OF VERTICAL EXPANSION (5TH FLOOR REST PART)
WITH ANCILLARY WORK OF MOGHBAZAR TELEPHONE EXCHANGE
BUILDING AT MOGHBAZAR, DHAKA.
The number and identification of lots comprising the Tender are: Single Lot

ITT 2.1

The source of public funds is GOB

ITT 2.3

The name of the Development Partner is Not Applicable

ITT 4.1

Tenderers from the following countries are not eligible: Israel

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

For clarification of Tenders purposes only, the Employers address is:


Attention: Project Director
Address:
internet Information Network Expansion (Info-Bahan) Project, BTCL

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

Telephone: +88-02-9127100
Facsimile number: +88-02-8156105

ITT 9.1

239475352.doc

A Pre- Tender meeting shall not be held

C.

Evaluation and Qualification Criteria

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.

All photocopies of documents/certificates must be duly attested by first class


officers along with name, seal and telephone number.

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)

The minimum number of Engineers with qualifications and experience shall be as


follows:
1. One B.Sc. Civil Engineer having minimum 3 years related experience.
1. One Diploma Civil Engineer having minimum 3 years related experience.
3. One Diploma Electrical Engineer having minimum 3 years related experience.
Bio Data with signature and attested recent photograph of each mentioned
technical person shall have to submit with the tender.

ITT 14.1(c)

Other key staff with qualifications and experience shall be as follows:


1. One Foreman having minimum 5 years related experience with H.S.C pass.
2. Head Mason having minimum 5 years related experience
3. Plumber having minimum 5 years related experience
4. Electrician having minimum 5 years related experience.

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

The Tender, as well as all correspondence and documents relating to the


Tender shall be in the English & Bangla language

ITT 20.1(i)

The Tenderer shall submit with its Tender the following additional documents:
None

ITT 22.1

Alternative Tenders will not be permitted.

ITT 22.3

There shall not be alternative times for completion of the Works.

ITT 23.5

The prices quoted by the Tenderer shall be fixed for the duration of the
Contract.

ITT 23.6

Tenders are being invited for an individual lot.

&
ITT 46.5
ITT 27.1

The required Technical Documents shall include the following additional


information:
i.

Work plan/ Bar chart diagram (details clearly indentify)

ii.

Statement of work method

iii.

Technical specification and brochures of machinery/plant to be


incorporated in the works

ITT 28.4

A Tender submitted by a JVCA shall also comply with the following


requirements as specified in ITT clause 16 of section 1 ( Instructions to
Tenderers)

ITT 30.1

The Tender validity period shall be 90 (Ninety) days.

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

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

ITT 32.1

In addition to the original of the Tender, One (1) copies shall be submitted.

E.

Submission of Tender

ITT 33.2 (c)

The inner and outer envelopes shall bear the following additional identification
marks: No additional marks are required.

ITT 34.1

For Tender submission purposes only, the Employers address is:


Attention: As on the Tender Notice
Address :

The deadline for the submission of Tenders is:Time & Date: As on the Tender Notice

F.
ITT 37.1

Opening and Evaluation of Tender

The Tender opening shall take place at:


Address:

As on the Tender Notice

Time & Date: As on the Tender Notice

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

The amount of Performance Security shall be 10 (ten) percent of the Contract


Price.

ITT 56.1

The Adjudicator proposed by the Employer is


Managing Director,
Bangladesh Telecommunications Company Limited.

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

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

(Note : The Bidder shall remember that PPR-2008 and its subsequent
amendments shall be followed in the whole tendering process.)

239475352.doc

Section 3. General Conditions of Contract (GCC)


A. General
1.

Definitions

1.1

The following words and expressions shall have the meaning


hereby assigned to them. Boldface type is used to identify the
defined terms:
(a)

The Adjudicator is the person appointed


jointly by the Employer and the Contractor to resolve
disputes in the first instance, as provided for in GCC SubClause 82.2.

(b)

Bill of Quantities means the priced and


completed Bill of Quantities forming part of the Tender.

(c)

Compensation Events are those defined in


GCC Clause 64.

(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)

The Completion Date is the date of


completion of the Works as certified by the Engineer, in
accordance with GCC Clause 74.

(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)

Contractor means the natural person,


private or government enterprise, or a combination of the
above, whose Tender to carry out the Works has been
accepted by the Employer and is named as such in the PCC
and the Contract Agreement, and includes the legal
successors or permitted assigns of the Contractor.

(i)

Contract Price means the price payable to


the Contractor as specified in the Contract Agreement,
subject to such additions and adjustments thereto or
deductions therefrom, for the execution, completion and
maintenance of the Works in accordance with the provisions
of the Contract.

(j)

The Contractors Tender is the completed


Tender Document including the priced offer submitted by the
Contractor to the Employer.

(k)

239475352.doc

means
including

the
any

Day means calendar day.

(l)

Dayworks are varied work inputs subject to


payment on a time basis for the Contractors employees and
Equipment, in addition to payments for associated Materials
and Plant.

(m)

A Defect is any part of the Works not


completed in accordance with the Contract.

(n)

The Defects Correction Certificate is the


certificate issued by Engineer upon correction of defects by
the Contractor.

(o)

The Defects Liability Period is the period


named in the PCC and calculated from the Completion Date.

(p)

Drawings include calculations and other


information provided in Section 9 or approved by the
Engineer for the execution and completion of the Contract.

(q)

The Employer is the party named in the


PCC who employs the Contractor to carry out the Works.

(r)

The Engineer is the person named in the


PCC (or any other competent person appointed by the
Employer and notified to the Contractor) who is responsible
for supervising the execution and completion of the Works
and administering the Contract.

(s)

Equipment is the Contractors machinery


and vehicles brought temporarily to the Site to construct the
Works.

(t)

GCC mean the General Conditions of


Contract.

(u)

Government means the Government of the


Peoples Republic of Bangladesh.

(v)

The Initial Contract Price is the Contract


Price listed in the Employers Notification of Award.

(w)

The Intended Completion Date is the date


specified in the PCC on which the Contractor shall complete
the Works and may be revised if extension of time or an
acceleration order is issued by the Engineer.

(x)

Materials are all supplies, including


consumables, used by the Contractor for incorporation in the
Works.

(y)

Month means calendar month.

(z)

PCC means the Particular Conditions of


Contract.

(aa)

Plant is any integral part of the Works that


shall have a mechanical, electrical, chemical, or biological
function..

(ab)

The Site is the area defined as such in the


PCC.

239475352.doc

(ac)

Site Investigation Reports are those that


were included in the Tender Document and are factual and
interpretative reports about the surface and subsurface
conditions at the Site.

(ad)

Specification means the Specification of


the Works included in the Contract and any modification or
addition made or approved by the Engineer.

(ae)

The Start Date is the date given in the PCC


and it is the latest date when the Contractor shall commence
execution of the Works. It does not necessarily coincide with
any of the Site Possession Dates.

(af)

Subcontractor means any natural person,


private or government entity, or a combination of the above,
including its legal successors or permitted assigns, who has
a Contract with the Contractor to carry out a part of the work
in the Contract, which includes work on the Site.

(ag)

Temporary Works are works designed,


constructed, installed, and removed by the Contractor that
are needed for construction or installation of the Works.

(ah)

A Variation is an instruction given by the


Engineer that varies the Works.

(ai)

The Works are what the Contract requires


the Contractor to construct, install, and hand over to the
Employer, as defined in the PCC.

(aj)

Writing means any hand-written, typewritten, or printed communication including telex, cable and
facsimile transmission.

2.

Contract
Documents

2.1

Subject to the order of precedence set forth in GCC Sub-Clause


5.1, all documents forming the Contract (and all parts thereof) are
intended to be correlative, complementary, and mutually
explanatory.

3.

Corrupt,
Fraudulent,
Collusive or
Coercive
Practices

3.1 The Government requires that Employers, as well as Contractors


shall observe the highest standard of ethics during the
implementation of procurement proceedings and the execution of
Contracts under public funds.
3.2 In pursuance of this requirement, the Employer shall
(a) exclude the Contractor from participation in the procurement
proceedings concerned or reject a proposal for award; and
(b) declare a Contractor ineligible, either indefinitely or for a
stated period of time, from participation in procurement
proceedings under public fund;
if it at any time determines that the Contractor has engaged in
corrupt, fraudulent, collusive or coercive practices in competing
for, or in executing, a Contract under public fund.
3.3 Should any corrupt, fraudulent, collusive or coercive practice of any

kind referred to in GCC Sub-Clause 3.4 come to the knowledge


of the Employer, it shall, in the first place, allow the Contractor to
provide an explanation and shall, take actions as stated in GCC
Sub-Clause 3.2 only when a satisfactory explanation is not
received. Such exclusion and the reasons thereof, shall be
recorded in the record of the procurement proceedings and
promptly communicated to the Contractor concerned. Any
communications between the Contractor and the Employer
related to matters of alleged corrupt, fraudulent, collusive or
coercive practices shall be in writing.

239475352.doc

3.4 The Government defines, for the purposes of this provision, the
terms set forth below as follows:
(a)

corrupt practice means offering, giving, or


promising to give, directly or indirectly, to any officer or
employee of a Procuring Entity or other governmental/private
authority or individual a gratuity in any form, an employment
or any other thing or service of value, as an inducement with
respect to an act or decision of, or method followed by, a
Procuring Entity in connection with the procurement
proceeding;

(b)

fraudulent practice means a misrepresentation


or omission of facts in order to influence a procurement
proceedings or the execution of a Contract to the detriment
of the Employer,

(c)

collusive practice means a scheme or


arrangement among two or more Tenderers with or without
the knowledge of the Employer (prior to or after proposal
submission) designed to establish Tender prices at artificial,
non-competitive levels and to deprive the Employer of the
benefits of free, open and genuine competition; and

(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

In interpreting the GCC, singular also means plural, male also


means female or neuter, and the other way around. Headings in
the GCC shall not be deemed part thereof or be taken into
consideration in the interpretation or construance of the Contract.
Words have their normal meaning under the language of the
Contract unless specifically defined.

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)

Subject to GCC Sub-Clause 4.3(b), no relaxation,


forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
the Contract, neither shall any waiver by either party of any
breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.

(b)

Any waiver of a partys rights, powers, or remedies under


the Contract must be in writing, dated, and signed by an
authorized representative of the party granting such
waiver, and must specify the right and the extent to which it
is being waived.

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

The following 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 General and Particular Specifications;

(h)

the Drawings, and;

(i)
14. Eligibility

any other document listed in the PCC as forming part


of the Contract.

6.1

The Contractor and its Sub-Contractors shall have the nationality of a


country other than any specified in the PCC.

6.2

All materials, equipment, plant, and supplies


used by the Contractor in both permanent and temporary works and
services supplied under the Contract shall have their origin in the
countries except any specified in the PCC.

7.1

The Contract as well as all correspondence and documents relating


to the Contract exchanged by the Contractor and the Employer, shall
be written in English unless otherwise stated in the PCC. Supporting
documents and printed literature that are part of the Contract may be
in another language, provided they are accompanied by an accurate
translation of the relevant passages in English, in which case, for
purposes of interpretation of the Contract, this translation shall
govern.

7.2

The Contractor shall bear all costs of translation to the governing


language and all risks of the accuracy of such translation.

18. Governing
Law

8.1

The Contract shall be governed by and interpreted in accordance


with the laws of the Peoples Republic of Bangladesh.

19. Gratuties /
Agency fees

9.1

No fees, gratuities, rebates, gifts, commissions or other payments,


other than those shown in the Tender or the Contract, shall be given
or received in connection with the procurement process or in the
Contract execution.

20. Joint Venture,


Consortium or
Association

10.1 If the Contractor is a joint venture, consortium, or association, all of


the parties shall be jointly and severally liable to the Employer for the
fulfilment of the provisions of the Contract and shall designate one

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)

the Employer or Contractor needs to share with institutions


participating in the financing of the Contract;

b)

now or hereafter enters the public domain through no fault of


that party;

c)

can be proven to have been possessed by that party at the


time of disclosure and which was not previously obtained,
directly or indirectly, from the other party; or

d)

otherwise lawfully becomes available to that party from a third


party that has no obligation of confidentiality.

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

12.1 Communications between Parties (notice, request or consent


required or permitted to be given or made by one party to the
other) pursuant to the Contract shall be in writing to the address
specified in the PCC.
12.2 A notice shall be effective when delivered or on the notices
effective date, whichever is later.
12.3 A Party may change its address for notice hereunder by giving the
other Party notice of such change to the address.

29. Copyright

239475352.doc

13.1 The copyright in all drawings, documents, and other materials


containing data and information furnished to the Employer by the
Contractor herein shall remain vested in the Contractor, or, if they are
furnished to the Employer directly or through the Contractor by any
third party, including Suppliers of materials, the copyright in such

materials shall remain vested in such third party.


30. Assignment

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

18.1 The Employer shall 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 Agreement.
18.2 The Employer shall make its best effort to assist the Contractor in
obtaining, if required, any permit, licence, and approvals from local
public authorities.

37. Scope of
Works

19.1 The Works to be executed, completed and maintained shall be as


specified in the Bill of Quantities, the General and Particular
Specifications and Drawings.
19.2 Unless otherwise stipulated in the Contract, the Works shall include
all such items not specifically mentioned in the Contract, but that can
be reasonably inferred from the Contract as being required for
completion of the Works as if such items were expressly mentioned
in the Contract.

39. Contract Price

20.1 The Contract Price shall be as specified in the Contract Agreement,


subject to any additions and adjustments thereto, or deductions
therefrom, as may be made pursuant to the Contract.
20.2 Unless otherwise stipulated in the Contract, the Works shall include
all such items not specifically mentioned in the Contract but that can
be reasonably inferred from the Contract as being required for
completion of the Works as if such items were expressly mentioned
in the Contract.

41. Engineers
Decisions

21.1 Except where otherwise specifically stated in the PCC, the


Engineer will decide Contractual matters between the Employer
and the Contractor in its role as representative of the Employer.

42. Queries about


the Contract
conditions

22.1 The Engineer will clarify queries on the Conditions of Contract.

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

Contractor, and may cancel any delegation, without retroactivity,


after notifying the Contractor.
23.2 Any communications to the Contractor in accordance with such
delegation shall have the same effect as if it was given by the
Engineer.
44. Contractors
Personnel

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.

47. Approval of the


Contractors
Temporary
Works

25.1 The Contractor shall submit Specifications and Drawings showing


the proposed Temporary Works to the Engineer, who is to approve
them, if they comply with the Specifications and Drawings.
25.2 The Contractor shall be responsible for design of Temporary
Works.
25.3 All Drawings prepared by the Contractor for the execution of the
temporary or permanent Works, are subject to prior approval by
the Engineer before their use.
25.4 The Engineers approval shall not alter the
responsibility for design of the Temporary Works.

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.

55. Access to the


Site

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.

56. Safety, Security


and Protection
of the
Environment

30.1 The Contractor shall throughout the execution and completion of


the Works and the remedying of any defects therein:
(a) have full regard for the safety of all persons entitled to be upon
the Site and keep the Site and the Works in an orderly state;
(b) provide and maintain at the Contractors own cost all lights,
guards, fencing, warning signs and watching for the protection

239475352.doc

of the Works or for the safety on-site, and


(c) take all reasonable steps to protect the environment on and off
the Site and to avoid damage or nuisance to persons or to
property of the public or others resulting from pollution, noise
or other causes arising as a consequence of the Contractors
methods of operation.
57. Discoveries

31.1 Anything of historical or other interest or of significant value


unexpectedly discovered on the Site shall be the property of the
Employer. The Contractor shall notify the Engineer of such
discoveries and carry out the Engineers instructions for dealing
with them.

58. Welfare of
Labour

32.1 The Contractor shall provide proper accommodation to his


labourers and arrange proper water supply, conservancy and
sanitation arrangements at the site in accordance with relevant
regulations, rules and orders of the government.
32.2 The Contractor shall pay reasonable wages to his labourers, and
pay them in time. In the event of delay in payment the Employer
may effect payments to the labourers and recover the cost from the
Contractor.

60. Child 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.

61. No Night and


Friday Work

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.

62. Employers and


Contractors
Risks

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

the risk of personal injury, death, or loss of or damage to


property (excluding the Works, Plant, Materials, and
Equipment), which are due to
(i)

use or occupation of the Site by the Works or for the


purpose of the Works, which is the unavoidable result of
the Works or

(ii)

negligence, breach of statutory duty, or interference with


any legal right by the Employer or by any person
employed by or Contracted to him except the
Contractor.

the risk of damage to the Works, Plant, Materials, and


Equipment to the extent that it is due to a fault of the
Employer or in the Employers design, or due to war or
radioactive contamination directly affecting the country where
the Works are to be executed.

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)

a Defect which existed on the Completion Date;

(b)

an event occurring before the Completion Date, which was


not itself an Employers risk; or

(c)

the activities of the Contractor on the Site after the


Completion Date.

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)

loss of or damage to the


Works, Plant, and Materials;

(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.

38.2 The Contractor shall deliver policies and certificates of insurance


to the Engineer, for the Engineers approval, before the Start Date.
All such insurances shall provide for compensation to be payable
in the types and proportions of currencies required to rectify the
loss or damage incurred.
38.3 If the Contractor does not provide any of the policies and
certificates required, the Employer may effect the insurance which
the Contractor should have provided and recover the premiums
the Employer has paid from payments otherwise due to the
Contractor or, if no payment is due, the payment of the premiums
shall be a debt due.
38.4 Alterations to the terms of insurance shall not be made without the
approval of the Engineer.
38.5 Both parties shall comply with conditions of the insurance policies.
71. Taxes and
Duties

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

40.1 Except in cases of criminal negligence or wilful misconduct:


(a)

the Contractor shall not be liable to the Employer, whether in


Contract, tort, or otherwise, for any indirect or consequential
loss or damage, loss of use, loss of production, or loss of
profits or interest costs, provided that this exclusion shall not
apply to any obligation of the Contractor to pay liquidated
damages to the Employer and

(b) the aggregate liability of the Contractor to the Employer,

239475352.doc

whether under the Contract, in tort or otherwise, shall not


exceed the total Contract Price, provided that this limitation
shall not apply to the cost of repairing or replacing defective
Works, or to any obligation of the Contractor to indemnify the
Employer with respect to patent infringement
73. Force Majeure

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

74. The Works to


Be Completed
by the Intended
Completion
Date

42.1 The Contractor may commence execution of the Works on the


Start Date and shall carry out the Works in accordance with the
Programme submitted by the Contractor, as updated with the
approval of the Engineer, and complete them by the Intended
Completion Date.

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.

79. Pro Rata


Progress

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

45.1 If at any time during performance of the Contract, the Contractor


or its Subcontractors should encounter events, circumstances
conditions that may adversely affect the quality of the work,
increase the Contract Price or delay the execution of the Works,
the Contractor shall promptly notify the Engineer in writing of the
delay, its likely duration, and its cause. As soon as practicable
after receipt of the Contractors notice, the Engineer shall evaluate
the situation, and the Contractor shall cooperate with the Engineer
in making and considering proposals for how the effect of such an
event or circumstance can be avoided or reduced. The Engineer
may require the Contractor to provide an estimate of the expected
effect of the future event or circumstance on the Contract Price
and Completion Date. The Contractor shall provide the estimate
as soon as reasonably possible.

81. Extension of
the Intended
Completion
Date

46.1 The Engineer shall extend the Intended Completion Date if a


Compensation Event occurs or a Variation is issued which makes
it impossible for Completion to be achieved by the Intended
Completion Date without the Contractor taking steps to accelerate
the remaining work, which would cause the Contractor to incur
additional cost. The Engineer shall notify the Contractor
accordingly, with a copy of the Employer.
46.2 The Engineer shall decide whether and by how much to extend
the Intended Completion Date within twenty-one (21) days of the
Contractor asking the Engineer for a decision upon the effect of a
Compensation Event or Variation and submitting full supporting
information. If the Contractor has failed to give early warning of a
delay or has failed to cooperate in dealing with a delay, the delay
by this failure shall not be considered in assessing the new
Intended Completion Date.
46.3 Except in case of Force Majeure, as provided under GCC Clause
41, a delay by the Contractor in the performance of its Completion
obligations shall render the Contractor liable to the imposition of
liquidated damages pursuant to GCC Clause 68, unless an
extension of time is agreed upon, pursuant to GCC Sub-Clause
46.2.
46.4 If the Contractor fails to complete the Works by the Intended
Completion Date, as extended by the Engineer as the case may
be, the Contractor shall be liable to pay liquidated damages to the
Employer, in accordance with GCC, Sub-Clause 68.1.

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.

86. Delays Ordered


by the Engineer

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.

89. Works open to


Inspection

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

59.1 All Variations shall be included in updated Programmes produced


by the Contractor.

98. Payments for


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.

99. Cash Flow


Forecasts

61.1 When the Programme is updated, the Contractor shall provide the
Engineer with an updated cash flow forecast.

100.Payment
Certificates

62.1 The Contractor shall submit to the Engineer monthly statements of


the estimated value of the work executed less the cumulative
amount certified previously.
62.2 The Engineer shall check the Contractors monthly statement and
certify the amount to be paid to the Contractor.
62.3 The value of work executed shall be determined by the Engineer.
62.4 The value of work executed shall comprise the value of the
quantities of the items in the Bill of Quantities completed.

239475352.doc

62.5 The value of work executed shall include the valuation of


Variations, Certified Dayworks and Compensation Events.
62.6 The Engineer may exclude any item certified in a previous
certificate or reduce the proportion of any item previously certified
in any certificate in the light of later information.
101.Payments

63.1 Payments shall be adjusted for deductions for advance payments


and retention. The Employer shall pay the Contractor the amounts
certified by the Engineer within twenty-eight (28) days of the date of
each certificate. If the Employer makes a late payment, the
Contractor shall be paid interest on the late payment in the next
payment. Interest shall be calculated from the date by which the
payment should have been made up to the date when the late
payment is made at the prevailing rate of interest for commercial
borrowing established in Bangladesh.
63.2 If an amount certified is increased in a later certificate or as a result
of an award by the Adjudicator, or an Arbitrator, the Contractor shall
be paid interest upon the delayed payment as set out in this clause.
Interest shall be calculated from the date upon which the increased
amount would have been certified in the absence of dispute.
63.3 Items of the Works for which no rate or price has been entered in
will not be paid for by the Employer and shall be deemed covered
by other rates and prices in the Contract.

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)

The Employer modifies the Schedule of Other Contractors in


a way that affects the work of the Contractor under the
Contract.

(c)

The Engineer orders a delay or does not issue Drawings,


Specifications, or instructions required for execution of
the Works on time.

(d)

The Engineer instructs the Contractor to uncover or to carry


out additional tests upon work, which is then found to
have no Defects.

(e)

The Engineer unreasonably does not approve a subcontract


to be let.

(f)

Ground conditions are substantially more adverse than could


reasonably have been assumed before issuance of the
Letter of Acceptance from the information issued to
Tenderers (including the Site Investigation Reports), from
information available publicly and from a visual inspection
of the Site.

(g)

The Engineer gives an instruction for dealing with an


unforeseen condition, caused by the Employer, or
additional work required for safety or other reasons.

(h)

Other Contractors, public authorities, utilities, or the


Employer do not work within the dates and other
constraints stated in the Contract, and they cause delay
or extra cost to the Contractor.

(i)

The advance payment is delayed.

(j)

The effects on the Contractor of any of the Employers Risks.

(k)

The Engineer unreasonably delays issuing a Certificate of


Completion.

(l)

A situation of Force Majeure has occurred, as defined in


GCC Clause 41;

(m) Other Compensation Events described in the Contract or


determined by the Engineer shall apply.
64.2 If a Compensation Event would cause additional cost or would
prevent the work being completed before the Intended Completion
Date, the Contract Price shall be increased and/or the Intended
Completion Date shall be extended. The Engineer shall decide
whether and by how much the Contract Price shall be increased
and whether and by how much the Intended Completion Date shall
be extended.

64.3 As soon as the Contractor has provided information demonstrating


the effect of each Compensation Event upon the Contractors
forecast cost, the Engineer shall assess it, and the Contract Price
shall be adjusted accordingly. If the Contractors forecast is
deemed unreasonable, the Engineer shall adjust the Contract Price
based on the Engineers own forecast. The Engineer will assume
that the Contractor will react competently and promptly to the
event.

239475352.doc

64.4 The Contractor shall not be entitled to compensation to the extent


that the Employers interests are adversely affected by the
Contractor not having given early warning or not having cooperated
with the Engineer.
103.Change in
Laws and
Regulations

65.1 Unless otherwise specified in the Contract, if between the date


twenty-eight (28) days before the submission of Tenders for the
Contract and the date of the last Completion certificate, any law,
regulation, ordinance, order or bylaw having the force of law is
enacted, promulgated, abrogated, or changed in Bangladesh
(which shall be deemed to include any change in interpretation or
application by the competent authorities) that subsequently affects
the Completion Date and/or the Contract Price, then such
Completion Date and/or Contract Price shall be correspondingly
increased or decreased, to the extent that the Contractor has
thereby been affected in the performance of any of its obligations
under the Contract.
65.2 The Engineer shall adjust the Contract Price on the basis of the
change in the amount of taxes, duties, and other levies payable by
the Contractor, provided such changes have not already been
accounted for in the price adjustment as defined in GCC Clause 64
and/or reflected in the Contract Price.

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

70.1 If so specified in the PCC, the Employer shall make advance


payment to the Contractor in the amounts and by the dates stated
in the PCC against provision by the Contractor of an Unconditional
Bank Guarantee in a form and by a bank acceptable to the
Employer in an amount equal to the advance payment. The
Guarantee shall remain effective until the advance payment has
been repaid, but the amount of the Guarantee shall be
progressively reduced by the amounts repaid by the Contractor.
Interest will not be charged on the advance payment.
70.2 The Contractor is to use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses required
specifically for execution of the Contract. The Contractor shall
demonstrate that advance payment has been used in this way by
supplying copies of invoices or other documents to the Engineer.
70.3 The advance payment shall be repaid by deducting proportionate
amounts from payments otherwise due to the Contractor,
following the schedule of completed percentages of the Works on
a payment basis. No account shall be taken of the advance
payment or its repayment in assessing valuations of work done,
Variations, price adjustments, Compensation Events, Bonuses, or
Liquidated Damages.

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

71.4 If there is no reason to call the Performance Security, the


Performance Security shall be discharged by the Employer and
returned to the Contractor not later than twenty-eight (28) days
following the date of issuance of certificate of Completion of
Works by the Engineer
110.Dayworks

72.1 If applicable, the Dayworks rates in the Contractors Tender shall be


used for small additional amounts of work only when the
Engineer has given written instructions in advance for additional
work to be paid for in that way.
72.2 All work to be paid for as Dayworks shall be recorded by the
Contractor on forms approved by the Engineer. Each completed
form shall be verified and signed by the Engineer within two (2)
days of the work being done.
72.3 The Contractor shall be paid for Dayworks subject to obtaining
signed Dayworks forms

111. Cost of Repairs

73.1 Loss or damage to the Works or Materials to be incorporated in the


Works between the Start Date and the end of the Defects
Correction periods shall be remedied by the Contractor at the
Contractors cost if the loss or damage arises from the
Contractors acts or omissions.

E. Completion of the Contract


112.Completion

74.1 The Contractor shall request the Engineer to issue a certificate of


Completion of the Works, and the Engineer will do so upon
deciding that the work is completed.

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

77.1 If As Built Drawings and/or operating and maintenance manuals


are required, the Contractor shall supply them by the dates
stated in the PCC.
77.2 If the Contractor does not supply the Drawings and/or manuals by
the dates stated in the PCC, or they do not receive the
Engineers approval, the Engineer shall withhold the amount
stated in the PCC from payments due to the Contractor.

239475352.doc

F. Termination and Settlement of Disputes


116.Termination

78.1 Termination for Default


(a)

The Employer or the Contractor, without prejudice to any


other remedy for breach of Contract, by giving twenty eight
(28) days written notice of default to the other party, may
terminate the Contract in whole or in part if the other party
causes a fundamental breach of Contract

(b)

Fundamental breaches of the Contract shall include, but


shall not be limited to, the following:
(i)

the Contractor stops work for twenty-eight (28) days


when no stoppage of work is shown on the current
Programme and the stoppage has not been authorized
by the Engineer;

(ii)

the Engineer instructs the Contractor to delay the


progress of the Works, and the instruction is not
withdrawn within twenty-eight (28) days;

(iii)

the Engineer gives Notice that failure to correct a


particular Defect is a fundamental breach of Contract
and the Contractor fails to correct it within a
reasonable period of time determined by the
Engineer;

(iv)

the Contractor does not maintain a Security, which is


required;

(v)

the Contractor has delayed the completion of the


Works by the number of days for which the maximum
amount of liquidated damages can be paid, as
defined in the PCC;

(vi)

the Contractor, in the judgment of the Employer has


engaged in corrupt or fraudulent practices, as defined
in GCC Clause 3, in competing for or in executing the
Contract; and

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

The Employer and the Contractor may at any time


terminate the Contract by giving notice to the other party
if either of the party becomes bankrupt or otherwise
insolvent. In such event, termination will be without
compensation to any party, provided that such
termination will not prejudice or affect any right of action
or remedy that has accrued or will accrue thereafter to
the other party.

78.4 Termination for Convenience.


(c) The Employer, by notice sent to the Contractor, may
terminate the Contract, in whole or in part, at any time for
its convenience. The notice of termination shall specify
that termination is for the Employers convenience, the
extent to which performance of the Contractor under the
Contract is terminated, and the date upon which such
termination becomes effective.
78.5 In the event the Employer terminates the Contract in whole or in part,
the Employer shall accept the portion of the Works that are
complete and ready for handing over after the Contractors receipt
of notice of termination at the Contract. For the remaining portion of
the Works, the Employer may elect:
(a) to have any portion completed by the Contractor at the
Contract terms and prices; and /or
(b) to cancel the remainder and pay to the Contractor an agreed
amount for partially completed Works and for materials
and parts previously procured by the Contractor, or
(c) except in the case of termination for convenience as defined
in GCC Sub-Clause 78.3, engage another Contractor to
complete the Works, and in that case the Contractor shall
be liable to the Employer for any cost that may be
incurred in excess of the sum that would have been paid
to the Contractor, if the work would have been executed
and completed by him.
If the Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the Site as
soon as is reasonably possible.
118.Payment upon
Termination

79.1 If the Contract is terminated because of a fundamental breach of


Contract by the Contractor, the Engineer shall issue a certificate
for the value of the work done and Plant and Materials ordered
less advance payments received up to the date of the issue of
the certificate and less the percentage to apply to the value of the
work not completed, as indicated in the PCC. Additional
Liquidated Damages shall not apply. If the total amount due to
the Employer exceeds any payment due to the Contractor, the
difference shall be a debt payable to the Employer.
79.2 If the Contract is terminated for the Employers convenience or
because of a fundamental breach of Contract by the Employer,
the Engineer shall issue a certificate for the value of the work
done, Materials ordered, the reasonable cost of removal of
Equipment, repatriation of the Contractors foreign personnel
employed solely on the Works and recruited specifically for the
Works, and the Contractors costs of protecting and securing the
Works, and less advance payments received up to the date of the
certificate.

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

81.1 If the Contract is frustrated by the occurrence of a situation of Force


Majeure as defined in GCC Clause 41, the Engineer shall certify
that the Contract has been frustrated. The Contractor shall make
the Site safe and stop work as quickly as possible after receiving
this certificate and shall be paid for all work carried out before
receiving it and for any work carried out afterwards to which a
commitment was made

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

and the Contractor agree that the Adjudicator is not


functioning in accordance with the provisions of the Contract;
a new Adjudicator will be jointly appointed by the Employer
and the Contractor. In case of disagreement between the
Employer and the Contractor the Adjudicator shall be
designated by the Appointing Authority designated in the PCC
at the request of either party, within fourteen (14) days of
receipt of a request from either party.
82.3 Arbitration
(a) If the Parties are unable to reach a settlement as per GCC
Clause 82.1(a) within twenty-eight (28) days of the first
written correspondence on the matter of disagreement, then
either Party may give notice to the other party of its intention
to commence arbitration in accordance with GCC SubClause 82.3(b).
(b) The arbitration shall be conducted in accordance with the
Arbitration Act (Act No 1 of 2001) of Bangladesh as at
present in force and in the place shown in the PCC.

239475352.doc

Section 4. Particular Conditions of Contract (PCC)

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

Amendments of, and Supplements to, Clauses in the General


Conditions of Contract

GCC 1.1(h)

The Contractor is [Name, address, and name of authorized representative].

GCC 1.1(q)

The Employer is
Address:

Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

GCC 1.1(r)

The Engineer is Project Director or any other person(s) authorized by the


Project Director.

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)

The Site is located at Maghbazar Telephone Exchange Compound, Dhaka.

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

The Sectional Completion Dates are : Not Applicable

GCC 5.1(i)

The following documents also form part of the Contract:


16.1

Schedule of Other Contractors

24.1

The Schedule of Key Personnel

27.1

Site Investigation Reports

GCC 6.1

Contractors that are a national of, or registered in, the following countries
are not eligible: Israel

GCC 6.2

Materials/equipment/plant shall not be supplied from the following as


country of origin: Israel

GCC 12.1

The Employers address for the purpose of communications under this


contract is :
Address:

Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

55

239475352.doc

GCC 21.1

The Engineer shall obtain specific approval of the Employer before taking
any of the following actions:
(a)

Consenting to the subcontracting of any part of the Works under


GCC Clause 15;

(b)

Certifying additional cost determined under GCC Clause 66;

(c)

Determining an extension of time under GCC Clause 46;

(d)

Issuing a variation under GCC Clause 60, except in an


emergency situation, as reasonably determined by the
Engineer;

(e)

Fixing rates or prices under GCC Clause 63.

GCC 28.1

The Site Possession Date shall be 5 (five) days from the date of Signing
the Conctract

GCC 38.1

The minimum insurance cover shall be:


(a)

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)

The maximum deductible for insurance of Equipment is


Not Applicable

(d)

The minimum cover for loss or damage to Equipment is


Not Applicable

(e)

The maximum deductible for insurance of other property is 10%

(f)

The minimum cover for insurance of other property is 10% of the


contract price

(g)

The minimum cover for personal injury or death insurance:


(i) for the Contractors employees is as per the law and common
practice in Bangladesh.
(ii) and for third parties is as per the law and common practice in
Bangladesh.

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

The period between Programme updates is 15( Fifteen) days.


The amount to be withheld for late submission of an updated Programme is
3 (three) days.

GCC 55.1

The Defects Liability Period is 12 (twelve) months.

GCC 64.1(m) The following events shall also be Compensation Events:


i.

Delay of Completion time.

ii. Damage of other utility resources etc.


GCC 66.1

56

239475352.doc

The Contract is not subject to price adjustment.

GCC 67.1

The proportion of payments retained is 10% percent.

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

The Bonus for the whole of the Works is Not Applicable.


The maximum amount of Bonus for the whole of the Works is Not
Applicable.

GCC 70.1

The advance payment will not be given to the contractor.

GCC 70.3

Not Applicable

GCC 77.1

The date by which as-built drawings are required is 10 days before


completion of construction work.
The date by which operating and maintenance manuals are required is 10
(Ten) days before completion of construction works.

GCC 77.2

The amount to be withheld for failing to produce as-built drawings and/or


operating and maintenance manuals by the date required is Tk. 5,000/(Five thousand).

GCC 79.1

The percentage to apply to the value of the work not completed,


representing the Employers additional cost for completing the Works, is
10% ( Ten percent)

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

The appointing authority for the Adjucicato is the President of the


Institution of Engineers, Bangladesh.

Section 5. Tender and Contract Forms


Form

Title

Tender Forms

W1

Tender Submission Sheet

W2

Tenderer Information Sheet

W3

Bank Guarantee for Tender Security

Contract Forms

W4

Notification of Award

W5

Contract Agreement

W6

Bank Guarantee for Performance Security

W7

Bank Guarantee for Advance Payment

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

Tender Submission Sheet (Form W-1)


Invitation for Tender No:

Date:

Tender Package No:


To:

Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

We, the undersigned, offer to execute in conformity with the Conditions of Contract and
associated Contract Documents, the following Works and Related Services, viz:

The total price of our Tender is:


Tk:
[insert value in figures)

[insert value in Words]

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

Tenderer Information Sheet (Form W-2)


Notes on Tenderer Information Sheet
This note is for information only to assist the procuring entity in the completion of the Form when
preparing the Tender Document, but this note should not be included in the issued Tender Document.
The information to be filled in by Tenderers in the following pages will be used for purposes of
verification of eligibility and qualification of the Tenderer as provided for in relevant Clauses of the
Instructions to Tenderers. The Tenderer, if prequalified earlier, should complete updated information
only

Invitation for Tender No:


Tender Package No:

Date
A. Individual Tenderers

1.

General Information of the Tenderer

1.1

Tenderers Legal Name

1.2

Tenderers legal address in Country of


Registration

1.3

Tenderers legal status


Proprietorship
Partnership (Registered under the
Partnership Act, 1932)
Limited Liability Concern (Registered
under the Companies Act, 1913)
Others

1.4

Tenderers Year of Registration

1.5

Tenderers Authorised Representative


Information
Name
Address
Telephone / Fax Numbers
e-mail address

1.6

Tenderers Value Added Tax Registration


Number

1.7

Tenderers Income Tax Identification


Number (TIN)

1.9

Tenderer to attach copies of following


documentation:

(a)

Articles of Incorporation or Registration


of firm.

(b)

Latest Income Tax Clearance


Certificate

(c)

2.

Qualification Information of the Tenderer

General and Specific Experience


60

239475352.doc

Latest VAT Clearance Certificate

(d)

Original letter naming the person


authorised to sign on behalf of the Tenderer.

(e)

Others (to be completed by the


Employer if required)

2.1

Total annual volume of construction work


performed in the last five years

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

Owned, leased (from


whom?) or to be
purchased (from
whom?)

(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

Proposed Sub-contractors and firms to be involved. Refer to GCC Clause 15


Section of the Works

Value of the
Subcontract

Subcontractor (Name
and address)

Experience in similar
work

(a)
(b)
(c)
3.

Financial Information of the Tenderer

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

Information on litigation in which the Tenderer is, or has been, involved:


(a)

Any case within the past five years

Cause of Dispute

(b)

Result of Settlement and amount


involved

Current cases in this financial year

Cause of Dispute

Current Position of Case

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

B. Individual Members of a Joint Venture


4.1
4.2
4.3

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)

one of the Members will be nominated as being in charge, authorised to


incur liabilities, and receive instructions for and on behalf of any and all
Members of the joint venture; and

(c)

the execution of the entire Contract, including payment, shall be done


exclusively with the Member in charge

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

Bank Guarantee for Tender Security (Form W-3)


[this is the format for the Tender Security to be issued by a scheduled Bank
of Bangladesh in accordance with ITT Clause 31]
Invitation for Tender No:

Date:

Tender Package No:


To:

Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

TENDER GUARANTEE No:


We have been informed that [name of Tenderer] (hereinafter called the Tenderer) intends to
submit to you its Tender dated [date of Tender] (hereinafter called the Tender) for the execution
of the Works of [description of works ] under the above Invitation for Tenders (hereinafter called
the IFT).
Furthermore, we understand that, according to your conditions tenders must be supported by a
Tender Guarantee.
At the request of the Tenderer, we [name of bank] hereby irrevocably undertake to pay you,
without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount
in figures and words] upon receipt by us of your first written demand accompanied by a written
statement that the Tenderer is in breach of its obligation(s) under the Tender conditions, because
the Tenderer:
19.1
19.2
19.3

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,

This guarantee will expire


20.1
20.2

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

Notification of Award (Form W-4)


Contract No:
To:

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

Contract Agreement (Form W-5)


THIS AGREEMENT made the [day] day of [month] [year] between [name and address of
Employer] (hereinafter called the Employer) of the one part and [name and address of
Contractor] (hereinafter called the Contractor) of the other part:
WHEREAS the Employer invited Tenders for certain works, viz, [brief description of works] and
has accepted a Tender by the Contractor for the execution of those works in the sum of Taka
[Contract price in figures and in words] (hereinafter called the Contract Price).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1.
In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of Contract hereafter referred to.
2.

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.

In consideration of the payments to be made by the Employer to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Employer to execute
and complete the works and to remedy any defects therein in conformity in all respects
with the provisions of the Contract.

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

For the Contractor:

Bank Guarantee for Performance Security (Form W-6)


[this is the format for the Performance Security to be issued by a scheduled bank
of Bangladesh in accordance with ITT Clause 53]
Contract No:

Date:

To:

Project Director
internet Information Network Expansion (Info-Bahan) Project, BTCL

Sher-E-Bangla Nagar Telephone Exchange Annex Building


(3rd Floor), Dhaka-1207

PERFORMANCE GUARANTEE No:


We have been informed that [name of Contractor] (hereinafter called the Contractor)
has undertaken, pursuant to Contract No [reference number of Contract] dated [date of
Contract] (hereinafter called the Contract), the execution of works [description of
works] under the Contract.
Furthermore, we understand that, according to your conditions, Contracts must be
supported by a performance guarantee.
At the request of the Contractor, we [name of bank] hereby irrevocably undertake to pay
you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk
[insert amount in figures and in words] upon receipt by us of your first written demand
accompanied by a written statement that the Contractor is in breach of its obligation(s)
under the Contract conditions, without you needing to prove or show grounds or reasons
for your demand of the sum specified therein.
This guarantee is valid until [date of validity of guarantee], consequently, we must
receive at the above-mentioned office any demand for payment under this guarantee on
or before that date.

Signature

67

239475352.doc

Signature

Bank Guarantee for Advance Payment (Form W-7)


[this is the format for the Advance Payment Guarantee to be issued by a scheduled
bank
of Bangladesh in accordance with PCC Clause 70]
Contract No:

Date:

To:
[Name and address of Employer]

ADVANCE PAYMENT GUARANTEE No:


We have been informed that [name of Contractor] (hereinafter called the Contractor)
has undertaken, pursuant to Contract No [reference number of Contract] dated [date of
Contract] (hereinafter called the Contract), the execution of works [description of
works] under the Contract.
Furthermore, we understand that, according to your conditions, Advance Payments must
be supported by a bank guarantee.
At the request of the Contractor, we [name of bank] hereby irrevocably undertake to pay
you, without cavil or argument, any sum or sums not exceeding in total an amount of Tk
[insert amount in figures and in words] upon receipt by us of your first written demand
accompanied by a written statement that the Contractor is in breach of its obligation(s)
under the Contract conditions, without you needing to prove or show grounds or reasons
for your demand of the sum specified therein.
We further agree that no change, addition or other modification of the terms of the
Contract to be performed, or of any of the Contract documents which may be made
between the Employer and the Contractor, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or
modification.
This guarantee is valid until [date of validity of guarantee], consequently, we must
receive at the above-mentioned office any demand for payment under this guarantee on
or before that date.

Signature

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

Brick walls of width one brick or one


and a half brick length with 1 st class
bricks in cement sand (F.M.1.2)
mortar (1:6) in super structure
including raking out joints, filling the
interstices with mortar, cleaning and
soaking the bricks at least for 24 hours
before use and washing of sand,
necessary scaffolding, curing at least
for 7 days etc. all complete including
cost of water, electricity & other
charges (measurement to give as
250mm width for one brick length and
375 mm for one brick and a half brick
length ) and accepted by the Engineer.
57 cum

Rate

Unit

Cum

Providing brick works in facing for


200x 50 mm in superstructure with
200x50x50 mm machine made hard
pressed klinker facing
bricks of
approved quality pressed with 20 mm
thick cement sand (F.M. 1.2) mortar
(1:4) 10 mm thick cement mortar in
adjacent sites including racking out
jointss and cutting the
bricks to
required sizes wherever necessary with
high class recessed pointing, cleaning
and soaking the bricks for at least 24
hours before use and washing of sand
necessary scaffolding, curing at least for
7 days for all floors up to 4th floor
including cost of water, electricity and
other charges etc. all complete and
accepted by the Engineer.
139 sqm

sqm

125 mm brick work with 1 st class


bricks in cement sand (F.M.1.2) mortar
(1:4) and making bond with connected
walls including necessary scaffolding,
raking out joints, cleaning and soaking
the bricks for at least 24 hours before
use and washing of sand curing at least
for 7 days in all floors including cost of
water, electricity & other charges etc.
all complete and accepted by the
Engineer.
464 sqm.

sqm.

239475352.doc

Amount

04.

05.

06.

Mass concrete (1:2:4) in foundation


or floor with cement, sand (F.M.1.2)
and picked jhama chips including
breaking chips, screening, mixing,
laying, compacting to levels and curing
for at least 7 days including the supply
of water, electricity and other charges
and cost of tools and plants etc. all
complete and accepted by the Engineer. 2 Cum

Cum

38 mm thick artificial patent stone


(1:1.5:3) flooring with cement, best
quality coarse sand (50% quantity of
Sylhet sand
or coarse sand of
equivalent F.M.2.2 and 50% best local
sand of F.M. 1.2) & 12 mm down well
graded stone chips including breaking
chips, screening, laying the concrete in
alternate panels compacting and
finishing the top with neat cement and
curing at least 7 days in all floors
including cost of water, electricity &
other charges etc. all complete and
accepted by the Engineer.

sq.m.

10mm thick finished laid in 12.5 mm


laying thickness colored situ mosaic
work on floor with one part of 10mm
machine crushed well graded dust free
and properly washed marble chips and
one part of mixture containing white
cement and grey cement in proportion
(9:1) and necessary quantity of
approved colouring materials including
preparation of mix. and laying the same
over minimum 25 mm thick artificial
patent stone flooring with brick chips
(1:2:4) including making suitable panel,
compacting, curing at least for 7 days,
cutting with pumic stone ( No. 40, No.
80, No. 120) cutting with mosaic
machine and finishing with Minar stone
including breaking, brick chips,
screening, washing mosaic chips and
supply of all necessary materials &
water, electricity & other charges in all
respect and accepted by the Engineer.
a.

b.

70

372 sq.m.

239475352.doc

10 mm thick (finished) colored


mosaic in floor with Pakistani
onix chips & glass strip including
25 mm thick patent stone ( 1:2:4)
with brick chips (white cement :
100%)
2 sqm.

sq.m.

10 mm thick (finished) colored


mosaic in floor with Pakistani
onix chips & without glass strip
including 25 mm thick patent
stone ( 1:2:4) with brick chips
(white cement : 100%)
2 sqm.

sqm.

07.

10 mm thick finished and laying


thickness 12.5 mm colored situ
mosaic work on wall with one part of
10mm machine crushed well graded
dust free and properly washed marble
chips and one part of mixture
containing white cement and grey
cement in proportion (9:1) and
necessary quantity of approved
colouring material including preparation
of mix and laying the same on 12mm
thick cement sand(F.M.1.2)
plaster
(1:4) to wall, compacting, curing at
least for 7 days, cutting with pumic
stone (No. 40, No. 80, No. 120)
including finishing the corners and
edges and also finishing with Minar
stone and supply of all necessary
materials & water, electricity & other
charges complete in all respect and
accepted by the Engineer.
a.

08.

09.

10 mm thick (finished ) colored


Mosaic on wall with Pakistani
onix chips ( white cement :
100%)
2 sq.m.

Supplying, fitting and fixing glazed


wall tiles (Local made) with on 20mm
thick cement sand (F.M.1.2) mortar
(1:3) base and raking out the joints with
white cement including cutting, laying
& hire charge of machine and finishing
with care etc. including water,
electricity & other charges complete all
respect and accepted by the Engineer. .
(Colored wall tiles of different sizes.)
202 sq.m.

sq.m.

a. Supplying, fitting and fixing mirror


polished homogeneous floor tiles (local
made) with cement sand (F.M.1.2) mortar
(1:4) base and raking out the joints with
white cement including cutting, and
laying tiles in proper way and finishing
with care etc, all complete and accepted
by the Engineer. (Colored floor tiles of
different sizes / 300 x 600 mm / 600 x
600mm floor tiles)

sq.m.

684 sq.m.

b. Supplying, fitting and fixing


unglazed homogeneous floor tiles
(local made) with cement sand
(F.M.1.2) mortar (1:4) base and raking
out the joints with white cement
including cutting, and laying tiles in
proper way and finishing with care etc,
all complete and accepted by the
Engineer.
(Colored floor tiles of 540 sq.m.
different sizes.)

71

sq.m.

239475352.doc

sq.m.

10.

Reinforced cement concrete works


using steel shutter with minimum
cement content relates to mix. Ratio
(1:1.5:3) having minimum fcr=30 Mpa
and satisfying a specified compressive
strength, f c 25Mpa at 28 days on
standard cylinder as per standard
practice of Code AC/ BNBC/ASTM &
cement conforming to BDS EN-1971CEM 1 ( 32.5 to 52.5 N)/ASTM-C 150
Type-I, best quality Sylhet sand of
coarse sand of equivalent F.M. 2.2 and
20 mm down well graded stone chips
conforming to ASTM C-33, making,
placing shutter in position and
maintaining true to plumb, making
shutter water tight properly, placing
reinforcement in position, mixing with
standard mixer machine with hopper,
fed by standard measuring boxes,
casting in forms, compacting by
vibrator machine and curing at least for
28 days, removing centering shuttering
including cost of water, electricity,
testing and other charges etc. all
complete approved and accepted by the
Engineer.
a.
In Pedestal, column, capital, lift
wall/Shear wall/ Stair wall.

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

In Tie beam, and lintel.


i)

Concrete

ii)

Shuttering

c. In Tee beam, Ell beam, Rectangular


Beam etc.
i)

Concrete

ii)

Shuttering

d. In Roof slab of all type, cantilever


slab and drop panel,

72

239475352.doc

i)

Concrete

ii)

Shuttering

e. In Sunshade, cornice, railing, drop


wall, louver and fins (average 62 mm to
87mm thick).
i)

Concrete

ii)

Shuttering

50 Cum

Cum

972 Sqm

Sqm

8 cum

cum

48 Sqm

Sqm

f. Stair case slab and steps.

11.

12.

13.

73

i)

Concrete

ii)

Shuttering

Supplying, fabrication and fixing to


details as per design deformed bar
reinforcement
in
concrete
in
accordance with BDS 1313 : 1991
standard including straightening and
cleaning rust, if any bending & binding
in position including supply of G.I.
wires etc. complete in all respects and
accepted by the Engineer
a. 400 grade deformed bar with
minimum fy= 400 Mpa & tensile
strength at least 460 Mpa.
818 Qntl.

Quintal

Providing and making point welding at


contact point of the spiral binders at
reasonable intervals with the main
reinforcements by electric arc welding
for construction of cast in situ bored
pile carefully with highly oxidized
electrodes making the points prominent
as per direction of the engineer-incharge. The rate is inclusive of cost of
all materials, labour, tools, plants &
equipment cost of power, mobilization
and demobilization of the same.
5000 point

point

Supplying and laying of single layer


polythene sheet weighting one
kilogram per 6.5 square meter in floor
or any where below cement concrete
complete in all respect and accepted by
the Engineer
927.5 sq.m.

Sq.m.

239475352.doc

14.

15.

16.

17.

18.

74

Average 2 thick Water proofing


membrane on the floor surfaces / on the
roof with permanent protective cover
and wearing coarse. in R.C.C. (1:2:1.5)
12mm down well graded stone chips
with best quality Sylhet sand or coarse
sand of equivalent (F.M. 2.2) including
neat cement finish and placing
wiremesh
(16 BWG) curing at
least 21 days complete in all respect as
per design, drawing & accepted by the
Engineer.

1026 sq.m.

sq.m.

Pre-cast ventilators of minimum


25mm thick of any design with cement
sand (F.M. 1.2) mortar (1:4) fitted and
fixed in position, finished with cement
sand (F.M.1.2) plaster (1:6) including
necessary scaffolding and curing, in all
floors and accepted by the Engineer

1 sq.m

sq.m

Supplying fan hook of 16mm diameter


M.S. rod (one meter straight length)
having rounded hook at the middle of
bar in proper size so as to be concealed
within fan cup including fabrication and
fitting fixing in all floors complete and
accepted by the Engineer

40 nos.

Each

Supplying, fitting and fixing M.S. flat


bar clamp of 150 x 38 x 6 mm size
having bifurcated ends to door and
window frames with necessary screws
etc. including cutting groove in
Chowkat if necessary etc. complete in
all respect and accepted by the Engineer 136 nos.

Each

a. Supplying 100mm inside diameter


HCI rainwater down pipe fitting and
fixing in position with head and shoes,
bends, trap, tee, offset, clamps and
nails etc. complete in all floors
approved and accepted by the Engineer. 5 Rm

Rm

b. Supplying 100 mm inside diameter


best quality uPVC rain water down
pipe fitting, fixed in position with head
and shoes, bends, min.20 mm width F.I
bar clamp and nails, and including all
accessories
such
as
round
grating/domed roof grating bands,
sockets approved and accepted by the
Engineer in charge.
75 Rm

Rm

239475352.doc

19.

(a). Supplying and making door and


window frames (Chowkat)

for all

floors with matured natural seasoned


wood

of

required

size

including

painting two coats of coal tar to the


surface in contact with wall, fitted and
fixed in position (all sizes of wood are
finished.) etc. complete and accepted
by the Engineer
i) Silkarai wood.

0.67 Cum

Cum

ii). Chittagong Teak Wood

0.61 Cum

Cum

5 Rm

Rm

36 sq.m.

sq.m.

(b). Supplying fitting fixing of uPVC


plastic door / window frame having
specific gravity 1.35-1.45, and other
physical,

chemical,

thermal,

fire

resistively properties etc. as per BSTI


approved manufacturer standards or
ASTM, BS / ISO/ IS standards fitted &
fixed in brick wall/ R.C.C. walls with 6
nos. GI clamp, 4 nos. inner joint G.I.
clamp, 2 nos. outer G.I. joint clamp, 16
nos. rivet making necessary grooves &
mending good the damages, finishing,
curing, carriage etc. complete in all
respect and accepted by the Engineer
20.

(a).

Supplying, fitting and fixing

38mm thick well matured (min. 10


wide plunk) seasoned solid wood
single leaf door shutter having top rail
style of sections 100mm x 38mm , lock
rail 125 x 38mm and bottom rail 225 x
38mm, close joints with 25mm x 12
mm size wooden peg

and provided

with best quality 4 nos. 100mm iron


hinges, 2(two) nos. best quality 12mm
dia 300mm and 225mm long iron tower
and socket bolts, 2(two) nos. heavy type
nickel plated handle, hinged cleats,
buffer blocks and finished with sand
papering for all floors etc. all complete
and accepted by the Engineer
i. Chittagong Teak Wood.

75

239475352.doc

(b).

Supplying fitting fixing of

uPVC /hollow or solid plastic door


shutter having specific gravity 1.351.45, thickness 1.7mm 2.2mm and
other physical, chemical, thermal, fire
resistively properties etc. as per BSTI
approved manufacturer standards or
ASTM, BS / ISO/ IS standards of
different sizes fitted & fixed with uPVC
plastic door frame weighting 5.82
kg/sq.m with at least 3 nos. S.S hings by
minimum 64 nos. dia 3.17mm &
3.97mm 12.7mm long rivets, 12 nos.
25.4mm S.S screws, dia 9.38mm,
150mm long S.S. tower bolts 2 nos.
146mm S.S handle by rivets 2 nos. G.I
inner joint 234.95mmx 127mm clamp,
76.2mm x 57.15mm, 25mm dia 1no.
S.S haspbolts, special type round lock,
carrying the same to the site & local
carriage etc. complete in all respect and
accepted by the Engineer
(760mm x 2130mm uPVC plastic
shutter (solid).

21.

1 nos.

Each

105 sq.m.

sq.m.

Supplying, fitting and fixing window


grills of any design made with 25mm x
6mm F.I. bar including fabricating,
welding, cost of electricity workshop
charges , carriage, cutting grooves,
mending good the damages, tools and
plants etc. complete in all floors and
accepted by the Engineer

76

239475352.doc

22.

Supplying, fitting

and

fixing of

Aluminium swing doors with spandrel


as

per the U.S. Architectural

Aluminium Manufacturers Association


(AAMA) standard specification having
1.8 mm thick wall frame size (101.60
mm , 44.45 mm, 83.21 mm) 2.33 mm
thick

shutter size (54 mm, 46 mm),

0.99 mm thick door glass bit (size 16.54


mm. 14.49mm , .115kg/m), 2.5mm
thick clousure section size 101.60 mm,
42.93 mm 1.5mm), 106.60 mm clousure
cover (0.45 kg/m), 4mm thick floor
bottom (size 101.60mm, 12.70mm, 1
kg/m) 1.8 mm thick shutter bottom (size
82.6 mm, 43.99 mm, 0.60 kg/m), 1.8
mm thick shutter top (size 51 mm ,
43.99 mm, 1.88 kg/m) & 2.3 mm to
4.01 mm thick handle (size 101.60 mm,
38.10 mm, 25.40 mm short, 1.35 kg/m )
section of all aluminium members will
be

anodized

to

Aluminium

Bronze/Sliver colour with a coat not


less than 15 micrones in thickness and
density of 4 mg per square cm. etc.
including all accessories like swing
door clousre, swing door lock, swing
door mohiar, labor charge, fabrication,
fitting fixing in position, carriage &
electricity charge keeping provision for
fitting 5 mm thick glass including
neoprene. Sealant etc. complete in all
respect as per drawing and accepted by
the Engineer (Bronze colour or any
other colour)

77

239475352.doc

4 sq.m.

sq.m.

23.

Supplying, fitting

and fixing of

Aluminium Sliding window as per the


U.S.

Architectural

Aluminium

Manufacturers Association (AAMA)


standard specification having 1.2 mm
thick outer bottom (size 75.50 mm,
32mm) 1.2 mm thick outer top (size
75.50 mm, 16.80mm), 1.2 mm thick
shutter top (size 33 mm, 26.80, 22 mm),
1.2 mm thick shutter bottom 9size 60
mm, 24.40 mm), 1.2 mm thick outer
side (size 75.50 mm, 19.90 mm), 1.2
mm thick sliding fixed side (size 31
mm, 26 mm), 1.2 mm thick shutter lock
(size 49.20 mm 26.20 mm ) & 1.2 mm
thick inter lock ( size 34.40 mm, 32.10
mm ) section all Aluminium members
( Total weight

kg / sqm.) will be

anodized to Aluminium Bronze/ Sliver


colour with a coat not less than 15
micrones in thickness and density of 4
mg per square cm etc.

including all

accessories like sliding door key lock ,


sliding door

wheel, sliding door

mohiar, sliding door, neoprene, bolts &


nuts

including

sealants,

keeping

provision for fitting 5mm thick glass


including labour charge for fitting of
accessories, making grooves & mending
good damages, carriage, and electricity
complete in all respect as per drawing
and accepted by the Engineer (Bronze
colour or any other colour)

78

239475352.doc

105 sq.m.

Sq.m.

24.

Supplying,

fitting

and

fixing

of

Aluminium Sliding doors as per the


U.S.

Architectural

Aluminium

Manufactures Association

(AAMA)

standard specifications having 1.2 mm


thick outer bottom (size 75.50 mm,
17.79 mm, 0.528 kg/m),1.2 mm thick
outer top (size 75.50 mm, 26.80 mm,
0.78 kg/m), 1.2 mm thick shutter top
(size 33mm, 26.80 mm, 0.536 kg/m),
1.2 mm thick shutter bottom (size
60mm, 24 mm, 0.736 kg/m),1.2 mm
thick side (size 75.50 mm, 19.90 mm,
0.616 kg/m), 1.2 mm thick sliding fixed
side (size 31 mm, 26 mm, 0.422 kg/m),
1.2 mm thick shutter lock (size 49.20
mm, 26.20 mm, 0.661 kg/m), 1.2 mm
thick inner lock (size 34.40 mm, 32.10
mm, 0.665 kg/m), 1.2 mm thick shutter
divider (size 31.75 mm, 0.535 kg/m)
and 1.4 mm to 1.5 mm thick spandrel
(7.14 mm, 0.70 kg/m) sections all
Aluminium

member

19.72

will

kg)

be

(Total

weight

anodized

to

Aluminium Bronze/Silver colour with a


coat not less than 15 micrones in
thickness and density of 4 mg per
square cm. etc. including all accessories
like sliding door key lock, sliding door
wheel, sliding door mohiar, sliding door
neoprene,

bolts

&

nuts

including

sealants, keeping provision for fitting of


accessories, making grooves & mending
good damages, carriage, and electricity
complete in all respect as per drawing
and accepted by the Engineer.
(Bronze colour or any other colour)

79

239475352.doc

0.50 sqm.

sqm.

25.

26.

Supplying, fitting and fixing of


Aluminium fixed composite window /
wall partition as per the U.S.
Architectural Aluminium Manufactures
Association
(AAMA)
standard
specification having 1.2 mm thick outer
bottom (size 75.50 mm, 32 mm, 0.695
kg/m), 1.2 mm thick outer top (size 75.50
mm, 26.80 mm, 0.78 kg/m), 1.2 mm thick
shutter top (size 33mm, 26.80 mm, 0.536
kg/m), 1.25 mm thick shutter bottom (size
60 mm, 24.40 mm, 0.736 kg/m), 1.2 mm
thick outer side (size 75.50 mm, 19.90
mm, 0.616 kg/m), 1.2 mm thick sliding
fixed side (size 31 mm, 26mm, 0.422
kg/m), 1.2 mm thick inner lock (size
49.20mm, 26.20mm , 0.661 kg/m), 1.2
mm thick inner lock (size 34.40 mm,
32.10 mm, 0.665 kg/m), 1.2 mm thick
bottom cover size (size 37.78 mm, 31.78
mm, 0.313 kg/m), 1.2 mm thick grouve
cover ( 76.20 mm, 38.10 mm, 0.912
kg/m), 1.2 mm thick grouve cover (size
57.15mm, 15.80 mm, 0.452 kg/m) and
1.2 mm thick top & side (size 76.20 mm,
38.10 mm, 0.3 kg/m) sections all
Aluminium members (Total weight
12.297 kg ) will be anodized to
Bronze/Slilver color with a coat not less
than 15 micron in thickness and density
of 4 mg per square cm. etc. including all
accessories like sliding door key lock,
sliding door wheel, sliding door mohiar,
sliding door neoprene, bolts & nuts
including sealants, keeping provision for
fitting 5 mm thick glass including labour
charge for fitting of accessories, making
grooves & mending good damages,
carriage, and electricity complete in all
respect as per drawing and accepted by
the Engineer.
(Bronze colour or any other colour)
1 sqm.

Supplying, fitting and fixing in


Aluminium door frames Partitions
and curtain wall distortion free 5
mm thick glass of approved quality and
shade including cost of fitting fixing all
necessary accessories etc. complete in
all respect as per drawing and accepted
by the Engineer.
( Bronze color or any other color).

80

sqm.

239475352.doc

109 sq.m.

Sq.m.

27.

28.

29.

30.

81

Minimum 12 mm thick cement sand


(F.M. 1.2) plaster with neat cement
finishing to dado and plinth wall (1:4)
with cement up to 150mm below
ground level with neat cement finishing
including washing of sand, finishing the
edges and corners and curing at least for
7 days, cost of water, electricity &
other charges etc. All complete in all
respect as per drawing and accepted by
the Engineer.
10 sq.m.

Sq.m.

Minimum 12 mm thick cement sand


(F.M. 1.2) plaster (1:6) having with
fresh cement to wall both inner and
outer surface, finishing the corner and
edges including washing of sand
cleaning the surface, scaffolding and
curing at least for 7 days, cost of water,
electricity & other charges etc. all
complete in all respect as per drawing
and accepted by the Engineer.
1485 sq.m

sq.m

Minimum 6 mm thick cement sand


(F.M. 1.2) plaster (1:4) with fresh
cement to ceiling, R.C.C columns,
beams, surface of stair case,
sunshades, cornices, railings, drop
wall, louvers, fins and finishing the
corners and edges including washing of
sand cleaning the surface, scaffolding
and curing at least for 7 days, cost of
water, electricity & other charges etc.
all complete in all respect as per
drawing and accepted by the Engineer.
4282 sq.m

sq.m

Providing drip course / Nosing /


throating at the edge of sunshade or
cornice with cement sand ( F.M. 1.2)
mortar (1:2) with fresh cement
(conforming to BDS 232) including
scaffolding, curing at least for 7 days,
cost of water, electricity & other
charges etc. all complete in all respect
as per drawing and accepted by the
Engineer.
77 Rm

Rm

239475352.doc

31.

32.

33.

34.

82

Cement paint of approved quality and


colour delivered from authorized local
agent of the manufacturer in a sealed
container, made from water based
powder mixed
with water (1:1),
applying first coat, curing the same after
six hours for 24 hours, second coat
applied and curing the same for 7
(seven) days etc. taking care and
leaning the surface fully from grease,
oily substances, old paints, lime wash,
fungus, algae etc. sand papering the
surface before applying 1st and 2nd
coat, complete including
cost of
electricity, water & other changes all
complete in all floors and accepted by
the Engineer.
1008 sq.m.

Sq.m.

Approved best quality and colour


synthetic polyvinyl distemper delivered
from authorized local agent of the
manufacturer in a sealed container,
applying to wall & ceiling in 2 coats
over a coat of brand specified primer or
sealer elapsing specified time for
drying/ recoating Matt finish including
cleaning and sand papering making the
surface free from loose and flaky
materials, dirt, grease, wax, polish,
scraping all chalked & scaled materials,
applying the paint by brush/ roller and
necessary scaffolding etc. all complete
in all floors as per direction of the
engineer-in-charge.
4282 sq.m.

sq.m.

Plastic emulsion paint of approved


best quality and colur delivered from
authorized local agent of the
manufacturer in a sealed container,
applying to wall and ceiling in two
coats over a coat of brand specified
primer or sealer elapsing specified time
for drying/recoating including cleaning
drying, making free from dirt, grease,
wax, removing all chalked & scaled
materials, fungus, mending good the
surface defects, sand papering the
surface and
necessary scaffolding,
spreading by brush/roler/ spray etc. all
complete in all floor and accepted by
the Engineer. (Lime putty to be applied
as per manufacturer
instructions
approved and accepted by the Engineer) 1466 sq.m.

sq.m.

French polishing to door and window


frames and shutters three coats over a
coat of priming including putty,
cleaning finishing and polishing with
sand paper etc. all complete in all floor
and accepted by the Engineer.
90 sq.m.

sq.m.

239475352.doc

35.

36.

37.

83

Painting to door and window frames


and shutters in two coats with approved
best quality and color of synthetic
enamel paint delivered from authorized
local agent of the manufacturer in a
sealed container, having highly water
resistant, high bondibilty, flexible, using
specific brand thinner applied by
brass/roller/spray over a coat of priming
elapsing time for drying including
surface cleaning from dust, oil or dirt,
smoothening, finishing and polishing
with sand paper and necessary tools
scaffolding, testing charges etc. all
complete in all floors and accepted by
the Engineer.
1768 sq.m.

sq.m.

Constructing surface drain of 300 mm


clear width and depth up to 300 mm in
brick masonry with 125 mm thick check
wall in cement sand (F.M. 1.2) mortar
(1:6) over av. 75 mm thick cement
concrete base (1:3:6) over one layer of
brick flat soling. The surface having
minimum 12 mm thick cement sand
(F.M. 1.2) plaster (1:3) and neat cement
finishing with cement curing at least for
7 days including excavation in all kinds
of soil, back filling with fine sad (F.M.
0.8), consolidating and dressing, cost of
water, electricity, other charges etc
complete and accepted by the Engineer.

8 Rm.

Rm.

5 sq.m.

sq.m.

Providing apron with 50 mm thick


cement concrete (1:2:4) with cement
coarse sand and picked jhama chips
including braking chips and one layer
brick flat soling bottom with 1st class or
picked jhama bricks including cutting
earth for preparation of bed and filling
the interstices with local sand (F.M. 0.8)
including finishing, dressing, curing at
least for 7 days etc. all complete,
including cost of water, electricity, other
charges and accepted by the Engineer.

239475352.doc

38.

39.

Manufacturing, supplying, fitting and


fixing collapsible gate of any design &
shape made of 1 x 1 x1/8 M.S angle
@ 112 mm C/C vertically and
connecting the same with each other by
1 x 1/8 M.S flat bar scissors 525
mm/ 600 mm long provided in 3 rows
including cutting the different M.S.
members to required sizes, fabricating,
welding, reveting with required size
rivets, providing required size wheels,
pulling handles on both sides, suitable
locking arrangement, electrodes, grease
and finally placing the same in position
in between 2 (Two) nos. 50 x50 x 6 mm
M.S. Tee rail made by welding 2 Nos.
50 x6 mm M.S. flat bar fitted and fixed
at top and bottom with R.C.C. lintel/
roof slab, floors and side wall with
required Nos. 150 mm to 225 mm long
38 x6 mm M.S. flat bar clamps one end
welded with the gate member and the
other end bifurcated and embedded in
C.C. at the respective point including
cutting holes and mending good the
damages by pouring concrete (1:2:4)
into the holes & finishing,
etc
complete, painting 2 (two) coats with
approved best quality synthetic enamel
paint over a coat of anticorrosive
painting, both end carriage, including
greasing, electrodes, curing etc.
complete as per drawing & design and
accepted by the Engineer.
12 sq.m.

Manufacturing, supplying, fitting and


fixing stair railing of standard height
of any design & shape with square box (
2 no. box in each tread) made by
thorough welding of 2 nos. 25 x 25 x
5mm Stainless steel box, engraving
each box 150mm in the concrete by 50
x 50 x 6mm anchor plate at base
welding 50 x 50 x6 mm F.I. bar in
inclined plain with the top of the box fit
in the grooved wooden rail and 2 Nos.
225 x 25mm finished section of wooden
strip fitted and fixed at mid height of
railing at both side of Stainless steel box
in inclined plain parallel to the hand
rail etc. fitted and fixed by necessary
screws, nails including cutting grooves
in concrete mending good the damages
with cement concrete (1:2:4) applying
1st class French polish to wooden hand
rail and inclined wooden strip and
painting to F.I. bar and square box with
2 (two) coats of synthetic enamel paint
of approved quality and color over a
prime coat etc. complete in all respect
for all floors. and accepted by the
Engineer.
a. Chittagong Teak wooden hand 14 sq.m.
rail.

84

sq.m.

239475352.doc

sq.m.

40.

41.

42.

43.

44.

45.

85

Providing noising by 1.5 x 1.5 x 1/4


brass angle to the Nose of tread of stair
including supplying 3 Nos. of 75 mm
long 12 mm x 3 mm F.I. bar clamp with
bifurcated ends in each treads including
fitting and fixing with the angle by
welding including fitting and fixing the
angle by cutting grooves in R.C.C.
fixing and finishing and the same with
C.C. (1:2:4) etc. cost of electricity all
complete and accepted by the Engineer. 3 Rm

Rm

Supplying, fitting and fixing best


quality heavy type 19 mm dia and to
300 mm long brass hasp bolt including
cutting grooves in door shutter and
frames screws etc. all complete and
accepted by the Engineer.
17 nos.

Each

Supplying, fitting and fixing of best


quality magnetic Door Shock absorber
including all necessary tools and
accessories etc. all complete approved
and accepted by the Engineer.
17 Nos.

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

Supplying, fitting and fixing of King


Brand (Made in Korea/equivalent)
hydraulic door closer (big size)
including all necessary tools and
accessories etc. all complete approved
and accepted by the Engineer.
10 nos.

Each

Supplying, fitting and fixing M.S door


frame & shutter of any size of door
frame size ( 1 x 1 x )
thick M.S. angle outer frame of shutter
is 1 x 1 x size M.S. angle
with necessary vertical and horizontal
dividers (1x F.I. bar ) covered
with 16mm, thick M.S. sheet
fabricating, welding and painting with
two coats of synthetic enamel paint over
a coat of priming with locking
arrangement complete as per direction
of Engineer-in-charge
3 sq.m.

sq.m.

239475352.doc

46.

47.

48.

49.

86

Labour for removal & dismantling of


the following works with adequate
precaution and protection against
damage of connected members, walls
floors and adjoining parts of the
building including necessary
scaffolding and proper stacking of the
dismantled materials after cleaning to a
desired location within the site as per
instruction of the Engineer in charge
a) R.C.C work

15 Cum

Cum

b) Brick work

20 Cum

Cum

c) L.C work

80 Cum

Cum

d) Mosaic work

300 Sqm

Sqm

Providing and placing in position


100mm thick precast R.C.C. drain
cover, concrete mix ratio (1:2:4) with
cement, sand, 1st class brick chips
including plaster with neat cement
finishing at the top of the cover & good
finishing on all side including curing
with 1% reinforcement as per drawing,
complete as per direction of
the
Engineer/ Engineers representative.
7 sq.m.

sq.m.

Supplying, fitting and fixing of ceiling


with 12 mm thick melamine board
laminated by mechanical hot press with
a milk white PVC membrane with
aluminium frame suspended from
ceilling in slabs or beams by electric
drill machine and mending good the
damages, if any, during execution of the
work including cost of all materials,
electricity accessories, scaffoldings,
labour for installation, screws, nails etc.
all complete
as per drawing and
accepted by the Engineer.
790 sq.m.

sq.m.

Supplying, fitting & fixing vertical


Venetian blinds made with glass fiber
fabrics (foreign made) with supply of
all materials (foreign made) such as
Head rail (Aluminium), end cap-set, rod
till, sigger (stopper) runner, spacer
(link), Handling cord, ball chain, link
chair, cord weight weight plate plastic
washer, glass fiber fabrics, and head
cap-set etc. all complete and accepted
by the Engineer.
95 sq.m

sqm.

239475352.doc

50.

51.

52.

Supplying, fitting and fixing 12 mm


thick Burma Teak (BT) Veneered
board in walling with best quality and
well seasoned Garjan wood frame of
section 75 x 38 mm at 600 x 600 mm in
grid, fitted and fixed to wall by plugs,
nails, screws etc. including treatment of
inner surface with termite and damp
proofing agent maintaining leveled and
finished exposed faces including.
Making holes in wall and mending good
the damages. If any, during executing of
the work including. Cost and carriage of
all materials, electricity, accessories,
labour for installation, scaffolding,
screws, nails etc. including French
polishing 3 coats over a coat of priming
as per item No. 137 of the schedule etc.
all completed as per design, approved
sample and accepted by the Engineer in
charge.
92 sqm.

Shifting of G.I. pipe with water tank


of the existing building roof and fitting
fixing to the required places as per
direction of the Engineer-in-charge.

L.S

Shifting ,fitting & fixing of Air cooler


(A.C) Outdoor panel different
capacities of the existing building to
the suitable places as per required cost
of labour charges, wiring materials,
water, electricity & other charges etc.
approved by the Engineer-in-charge

37 Nos.

53.

Supplying, fitting, fixing safety net


outer side of building all complete as
per direction of Engineer-in-charge.
L.S

54.

Cleaning the site by removing cement


and debrices by truck or any other from
the project site to a safe distance (not
less than 5 km.) complete as per design,
drawing and direction of Engineer-incharge.

Sqm.

Each

L.S.

Total Tk.

87

239475352.doc

PROJECT : CONSTRUCTION OF VERTICAL EXPANSION (5 TH FLOOR REST PART)


WITH ANCILLARY WORK OF MOGHBAZAR TELEPHONE EXCHANGE BUILDING
AT MOGHBAZAR, DHAKA.

SANITARY & WATER SUPPLY WORKS:

No.

Description of items

01.

Supplying, fitting and fixing


European type glazed porcelain
Combicloset, 700 x 410 x 795 mm
in size, approximately 34.5 kg by
weight. Plastic seat cover and
preparing the base with cement
concrete and with wire mesh or
rods, if necessary, all floors
including making holes wherever
required and mending good the
damages and
fitting, fixing
finishing etc. complete with all
necessary fittings and connection
approved and accepted by the
Engineer.
BISF item No. 118/418 or
equivalent)
a.

02.

Special Coloured

88

Rate

Unit

6 nos.

Each

2 nos.

Each

Supplying, fitting and fixing


European type glazed porcelain
low-down, capacity 10 liter,
490x190x350
mm
in
size,
approximately 14 kg. by weight, on
walls by screws and F.I. bar clamps,
rowel plugs, making holes wherever
required and mending good the
damages
and
fitting,
fixing
finishing etc. complete with all
necessary fittings and connection
approved and accepted by the
Engineer
a. Special Coloured.
8 nos.

Each

Supplying, fitting and fixing


Bangladesh pattern 570 x 445 x
290 mm long pan with foot-rest
approx., 12 kg by weight, made of
Vitreous China and preparing the
base of pan with cement mortar
(1:4) and with wire mesh or rods, if
necessary in all floors including
making holes wherever required
and mending good the damages and
fitting., fixing, finishing etc.
complete with all necessary fitting
and connection approved and
accepted by the Engineer.
a. Special coloured

03.

Quantity

239475352.doc

Amount

04.

Supplying, fitting and fixing white


glazed vitreous W/H wash Basin
(580mm x 445mm x 235mm size)
approx. 14 kg by weight including
fitting, fixing the same in position
with heavy type C.I. Brackets, 30
mm dia PVC waste water pipe with
brass coupling (not exceeding
750mm in length). basin waste with
chain plug including making holes
in walls and floors and fitting with
wooden blocks, screws and
mending good the damages,
finishing etc. all
complete
approved and accepted by the
Engineer.
a. Special coloured

05.

10 nos.

Each

10 nos.

Each

2 nos.

Each

Supplying, fitting and fixing double


bowl stainless steel sink with sink
tray
with heavy type CI/steel
brackets 12mm dia C.P. chain plug,
40mm dia C.P. waste, 40 mm dia
PVC waste pipe with brass coupling
( 750 mm length) including making
hole in walls and floors and
mending good the damages,
finishing etc. all complete approved
and accepted by the Engineer.
1 nos.

Each

Supplying, fitting and fixing


Pedestal, 652 x 200 x 205 mm in
size, approx. 5.6 kg by weight with
rowel plug and screws etc. all
complete approved and accepted by
the Engineer.
a. Special coloured.

06.

Supplying fitting and fixing glazed


vitreous china flat/squatting urinal
610 x 375 x 85 mm in size, approx.
14 kg by weight with flushing inlet
fitted in cement mortar (1:4) with
painted cast iron body one gallon
capacity, automatic flushing cistern
in each group etc. Including 12 mm
brass controlling valve, 32 mm dia
PVC flush pipe
with brass
coupling, 12 mm dia plastic lead
(connection)
pipe
including
mending good the damages with 1:4
cement concrete etc. all complete
approved and accepted by the
Engineer.
a. Special Coloured

07.

89

239475352.doc

08.

09.

10.

11.

12.

Supplying, fitting and fixing of 450


x 600 mm size and 5 mm thick
unframed super quality mirror
with hard boards at the back with
all necessary fitting including
making holes in walls and mending
good the damages with cement
mortar (1:4) etc. all complete
approved and accepted by the
Engineer.
(Made
in
Japan/Equivalent)
10 nos.

Each

Supplying, fitting and fixing super


quality 600mm x 125mm size
colored glass (plate) shelf having
5mm thickness with fancy C.P.
brackets, screws and frames
including making holes in walls and
mending good the damages with
cement mortar (1:4) etc.
all
complete approved and accepted by
the Engineer.
10 nos.

Each

Supplying, fitting and fixing super


quality C.P. towel rail of 600mm
long and 20mm dia with C.P.
holder including making holes in
walls and mending good the
damages with cement mortar ( 1:4)
etc. all complete approved and
accepted by the Engineer.
10 nos.

Each

Supplying, fitting and fixing of


special colored toilet paper holder
of size ( 150 x mm x 150 mm x 126
mm) including making holes in
walls and mending good the
damages with cement mortar (1:4)
etc. all complete approved and
accepted by the Engineer.

10 nos.

Each

12 nos.

Each

Supplying, fitting and fixing


standard size soap tray including
making holes in walls and mending
good the damages with cement
mortar (1:4) etc. all complete as per
direction of the engineer-in-charge.

a. Porcelain soap tray (colored)

90

239475352.doc

13.

14.

91

a. Supplying, fitting and fixing


100mm in side dia H.C.I. soil,
waste and ventilation pipe each
piece heaving over length 1800
mm, thickness 6.5 mm, spigot
diameter 117 mm, weight min 24.85
kg fitted and fixed in position with
sockets thickness min 6.5 mm,
internal depth min 75 mm, beads
outside diameter min 155 mm, ears
flange length min 208 mm, caulking
clearance min 8 mm produced in
foundry grade pig iron as per BSTI
approved manufacturer standard
fitting & fixing position including
head and shoes bends made of
minimum 20 mm x 3 mm F.I. bar
or equivalent, trap, tee, offset,
clamps and nails etc. complete in all
floors approved and accepted by the
Engineer. (Each 1800 mm long
pipe)
5 Rm

Rm

b. Supplying 100mm inside dia


best quality uPVC soil, waste and
ventilation pipe having specific
gravity 1.35-1,45 wall thickness
3.4-4.0 mm , and other physical,
chemical, thermal, fire resistivity
properties etc. as per BSTI
approved manufacturer standards or
ASTM, BS/ISO/IS standards fitted
and fixed in position with sockets,
bends, with all accessories such as
Round grating/domed roof grating
bands, sockets etc. approved and
accepted by the Engineer.
120 Rm

Rm

a. Supplying 50 mm inside dia


HCI soil, waste and ventilation pipe
each piece having over length 1800
mm, thickness 605 mm, spigot
diameter 80 mm, weight min 12 kg
fitted and fixed in position with
sockets thickness min 805 mm,
internal depth min 68 mm, beads
outside diameter min 90 mm
produced in foundry grade pig iron
as per BSTI approved manufacturer
standard fitting & fixing in position
including head and shoes bends,
made of minimum 20mm x 3 mm
F.I. bar or equivalent, trap, tee,
offset, clamps and nails etc.
complete in floors approved and
accepted by the Engineer. (Each
1800 mm long pipe)

Rm

239475352.doc

5 Rm

b. Supplying 50mm inside dia best


quality uPVC soil, waste and
ventilation pipe having specific
gravity 1.35-1,45 wall thickness
2.5-3.0 mm , and other physical,
chemical, thermal, fire resistively
properties etc. as per BSTI
approved manufacturer standards or
ASTM, BS/ISO/IS standards fitted
and fixed in position with sockets,
bends, with all accessories such as
Round grating/domed roof grating
bands, sockets etc. approved and
accepted by the Engineer.
50 Rm

15.

16.

17.

92

Rm

Supplying, fitting and fixing laying


pipes up to depth of invert dia
R.C.C. pipe having 1.83 meter in
length made of stone chips with 40
mm cement joint including all
fittings and specials like plain bend,
Tees, reducing sockets, junctions,
door bends cowls, anti siphon,
gasket and cement joints, making
holes in walls and mending good
the damages etc. all complete
approved and accepted by the
Engineer.
a. R.C.C. Pipe 150mm dia.

30 Rm

Rm

b. R.C.C. Pipe 225mm dia.

3 Rm

Rm

Supplying, fitting and fixing


125mm dia stainless steel floor
grating in traps or in drains
including making holes in walls and
floors and mending good the
damages with cement mortar (1:4)
etc. all complete approved and
accepted by the Engineer.
20 nos.

Each

Supplying, fitting and fixing


European type HCI P-Trap
drainage pipe preparing the base
with cement concrete in 1:2:4 and
with wire mesh or rods if necessary,
in all floors including making holes
wherever required and mending
good the damages and fitting, fixing
complete with all necessary fittings
and connection approved and
accepted by the Engineer.
a. 100 mm dia HCI P-Trap
cleanout

20 nos.

Each

b. 50 mm dia H.C.I P-Trap

10 Nos.

Each

239475352.doc

18.

19.

20.

Supplying, fitting and fixing G.I.


pipe with all special fittings, such
as bends, elbows, sockets, reducing
sockets, Tee, unions, jumnuts etc.
including cutting trenches where
necessary and fitting the same with
earth duly rammed and fixing in
walls with holder bats and making
hole in floors and walls and
consequent mending good the
damages etc. all complete in all
respects approved and accepted by
the Engineer.
a.

50 mm dia G.I. pipe.

10 Rm

Rm

b.

40 mm dia G.I. pipe.

20 Rm

Rm

c.

32 mm dia G.I pipe.

25 Rm

Rm

d.

25mm dia G.I. pipe.

60 Rm

Rm

e.

20 mm dia G.I. pipe.

60 Rm

Rm

f. 12.5 mm dia G.I. pipe.

60 Rm

Rm

Groove cutting in brick work,


R.C.C. floor, including cost for
concealing of G.I. pipe work in
brick wall by cutting groove in
wall, lintel, beam etc. by any means
carefully without damaging the
structure and filling the grooves
with C.C. (4:2:1) after laying of
pipe including cost of scaffolding,
finishing curing etc. all complete
approved and accepted by the
Engineer.
150 Rm

Supplying, fitting and fixing best


quality faucets including all other
necessary complete approved and
accepted by the Engineer.
a. 12mm Special quality C.P bib
20 nos.
cock.

93

Rm

239475352.doc

Each

21.

Supplying, fitting and fixing


Special / Fancy quality C.P
concealed / Surface Angle stop
cock including all necessary
complete approved and accepted by
the Engineer.
a. 12 mm dia special concealed

angle stop cock

22.

23.

24.

25.

26.

94

20 nos.

Each

Supplying, fitting and fixing best


quality 100mm dia moving C.P.
Shower rose (moving type)
including
necessary
complete
approved and accepted by the
Engineer.
8 nos.

Each

Supplying, fitting and fixing hand


shower all complete as per design,
drawing and direction of Engineerin- charge.
6 nos.

Each

Supplying, fitting and fixing best


quality CP pillar cock etc. all
complete as per design, drawing
and direction of Engineer- incharge.
i) 12 mm CP special heavy duty 10 nos.
pillar cock.
Supplying, fitting and fixing hand
dry mixture pillar cock all
complete as per design, drawing
and direction of Engineer- in- 6 nos.
charge.

Each

Each

Supplying, fitting and fixing best


quality G.M. gate valve with
necessary water sealant etc.
including all necessary complete
approved and accepted by the
Engineer.
a. 50 mm dia peet valve.
2 nos.

Each

b. 40 mm dia peet valve.

3 nos.

Each

c. 30 mm dia peet valve.

3 nos.

Each

d. 25 mm dia peet valve.

5 nos.

Each

e. 20 mm dia peet valve.

10 nos.

Each

f.

10 nos.

Each

239475352.doc

12 mm dia peet valve.

27.

Construction of masonry inspection


pits with 250 mm thick brick work
in cement mortar (1:4) including
necessary earth work, side filling
and one layer brick flat soling, 75
mm thick. (1:3:6) base concrete for
making invert channel and 12 mm
thick (1:2) cement plaster with neat
finishing etc. all compete up to a
depth of 700 mm approved and
accepted by the Engineer.

a. Clear 600 x 600mm and depth


750 to 900 mm, average 825
mm for single 300 mm dia
R.C.C. pipes and 375 mm &
2 nos.
400 mm PVC pipe.

28.

29.

30.

31.

Construction and placing R.C.C.


inspection pit cover (slab) in
(1:2:4) with 1% reinforcement
excluding M.H.
cover
with
locking /unlocking arrangement
including necessary earth work,
side filling shuttering, curing
cement plaster (1:4) with neat
finishing on edges and top etc. all
complete approved and accepted by
the Engineer. ( 1100 x 1100 x 75
mm R.C.C. pit cover)
2 Nos.

each

Painting H.C.I. pipes 2 coats


(100mm to 50mm dia) with
approved anticorrosive paint over a
coat of priming including cleaning
the rust with sandpaper.
100 Rm

Rm

Painting to G.I. pipe to coats with


approved anticorrosive paint over a
coat of priming including cleaning
the rust with sandpaper.

200 Rm

Rm

3 nos.

Each

Supplying, fitting and fixing of


food grade plastic over head
water reservoir tank including all
necessary fittings, hardware and
consumables etc. all
Complete
approved and accepted by the
Engineer.
a. 1500 litre capacity

95

Each

239475352.doc

32.

33.

34.

Supplying, fitting and fixing best


quality Motor auto float gate
valve all complete as per design,
drawing and direction of Engineerin- charge.
1 nos.

Each

Supplying, fitting and fixing of the


following types of meter on angle
iron supported frame in wall
including necessary connection &
accessories
with
all
WASA/MUNICIPAL
required
charges such as security money,
connection sanction charge and
expenditure as required all complete
as per design, drawing, and
direction of Engineer-in-charge.
a. Water Connection

L.S

b. Sewerage Connection

L.S

Dismantling brick and R.C.C.


work very carefully without
causing or any damage to the site
all complete as per direction of
Engineer-in-charge.
L.S.

Total Tk.

96

239475352.doc

PROJECT : CONSTRUCTION OF VERTICAL EXPANSION (5 TH FLOOR REST PART)


WITH ANCILLARY WORK OF MOGHBAZAR TELEPHONE EXCHANGE BUILDING
AT MOGHBAZAR, DHAKA.

ELECTRICAL WORKS:

No.
01.

Description of items

Quantity

Unit

Concealed conduit wiring for the


following points looping at the
switch boards with earth terminal
including circuit wiring with IC- 2 x
1.5 sq.mm PVC insulated and
sheathed stranded Cable (BYM)
and 1.5 sq.mm PVC insulated
green/white coloured ECC wire
(BYA) through PVC conduit (Lira
brand or equivalent product of other
reputed manufacturer) of minimum
25 mm dia & 1.5 mm wall thickness
complete with 18 SWG GP sheet.
Switch board and pull box in with 3
mm thick ebonite sheet cover, 5
amps. piano switch, ceiling rose,
fixing materials etc. As required
including mending the damages
good ( all electrical contacts shall
be of brass/copper)
Cables manufactured by Eastern
Cables
Ltd.
or equivalent
approved by the Engineering-incharge
a. Light Point

172 nos.

Each

b. Fan Point

42 nos.

Each

c. 2-pin 5 amps, socket point


(outlet) with control switch on
switch-board

30 nos.

Each

d. Call bell point with bell push


(instead of switch).

4 nos.

Each

e. Providing and fixing ding dong


250 V grade call bell on
prepared
board
including
required length of PVC twin
flexible cord. 25 watt. bulb,
brass batten holder etc. 4 nos.
complete.

97

Rate

239475352.doc

Each

Amount

02.

Providing and fixing 250 volts. 5/6


Amps (minimum) concealed type
following switch/switch socket
mounted on required size 18 SWG
galvanised plain sheet board of
76.2mm (3) depth all electrical
contacts shall be of brass / copper
gang switch of following brand &
country of origin.
(M .K England or equivalent product of
GERMANY/USA/UK/FRANCE/
JAPAN/ITALY/SWEDEN/ SWITZERLAND or
equivalent approved by the Engineer-in-charge.

03.

a. One gang switch.

30 nos.

Each

b. Two gang switch.

62 nos.

Each

c. Three gang switch.

20 nos.

Each

d. One switch & one 5 Amps. 2pin socket combined.

30 nos.

Each

Concealed conduit wiring with


following PVC insulated and
sheathed stranded cable (BYM)
& PVC insulated green/white
coloured ECC wire (BYA) through
PVC conduit ( Lira brand or
equivalent product of other reputed
manufacturer) complete with 18
SWG GP Sheet and pull box with
3mm thick ebonite sheet cover,
fixing materials etc. as required
including mending the damages
good.
Cables manufactured by Eastern
Cables
Ltd.
or equivalent
approved by the Engineering-incharge
a. IC-2x2.5sq.mm (BYM) cable
with 2.5 sq.mm (BYA) ECC
wire through PVC pipe of
minimum inner dia 16 mm
having wall thickness of 1.5 400 Rm
mm.

98

239475352.doc

Rm

04.

b. IC-2x 6 sq.mm (BYM) cable


with 6 sq.mm (BYA) ECC wire
through PVC of minimum inner
dia 25 mm having wall
thickness of 1.5 mm.
400 Rm

Rm

c. IC-2x10 sq.mm (BYM) cable


with 10 sq.mm (BYA) ECC
wire through PVC of minimum
inner dia 25 mm having wall
thickness of 1.5 mm.
150 Rm

Rm

d. IC-4x16 sq.mm (NYY) cable


with 16 sq.mm (BYA) ECC
wire through PVC of minimum
inner dia 40 mm having wall
thickness of 1.9 mm.

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.

FUSE DISTRIBUTION BOARD


(FDB):
Providing and fixing 500 volts 3phase following fuse distribution
boards (FDB) complete with spring
loaded isolator, porcelain cut-out
(china made), copper bus-bars,
neutral and earthling blocks,
insulators etc. assembled in 18
SWG. M.S. sheet with two coats
spray hammer pointing over anticorrosive coat fabricated in
conformity of BSS/BDS.
a. 30 Amps per way 4-way with
copper bar of 60 sq.mm cross
section.
2 nos.

99

239475352.doc

Each

b. 60 Amps per way 4-way with


copper bar of 120 sq.mm
cross section.
2 nos.
06.

Each

Providing and fixing on a prepared


board 250 volt. grade following
single pole miniature circuit
braker
(SPMCBS)
heaving
minimum breaking capacity 6-KA
with
thermal over current and
instantaneous electromagnetic short
circuit release provision.
Brand and country of origin of
SPMCBS (6 KA) are, MEM
(England) DORMAN SMITH
( England /Germany, MEM(UK)
SIEMENS (USA/Germany) or
equivalent approved by the
Engineer in charge.
10 nos.

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.

Providing and fixing following 500


volt grade re-wireable fuse link
porcelain carrier cutout (foreign
made) on prepared board.

Providing and fixing on a prepared


board 500 volt grade following
triple- pole moulded case circuit
breaker (TPMCCB) with thermal
over current and instantaneous
electromagnetic short circuit release
Provision
Brand of Country of origin of
TPMCCB are SIEMENS
(Germay/USA), MEM (England),
DORMAN SMITH (England) AEG
(Germany), ABB (Italy), MERLIN
GERIN (France), LEGRAND
(France/Italy) or equivalent
approved by the Engineer in charge.

a. 30 /32
(10KA).

100

239475352.doc

Amps

TPMCCB

b. 60 /63
(10KA).
09

Amps

TPMCCB

2 nos.

Each

100 Amps. rating 4 Nos. of bar


each of minimum length
304.8mm (12) and cross
section 70 sq.mm assembled in
355.60mm x 355.60mm x
203.80mm (14 x 14 x 8)
sizes enclosure complete with
porcelain insulators.
1 Nos.

Each

P & F 500 volts, 3-phase following


busbar assembled in 18 SWG M.S.
Board complete with electrolytic
copper flat bar and arrangement of
cable /wire connection, hinged type
top cover, two coats gray hammer
painting over anti-corrosive coat
etc. on prepared board/wall
a.

b. 200 Amps. rating 4 Nos. of bar


each of minimum length
381 mm (15) and cross section
150 sq.mm assembled in
482.6mm x 431.8mm x
203.2mm (19 x 17 x 8) sizes
enclosure complete with
porcelain insulators.
10.

11.

12.

1 Nos.

Each

Brand of Country of origin of


(M .K England or equivalent
product of
GERMANY/USA/UK/FRANCE/
JAPAN/ITALY/SWEDEN/
SWITZERLAND) or equivalent
approved by the Engineer in charge.

32 nos.

Each

32mm dia G.I. pipe for concealed /


underground cable.

20 rm

rm

Providing and fixing 250 volts


single phase 3-pin 15 Amps
combined switch and socket outlet
(Concealed type) mounted on
required size 18 SWG galvanized
plain sheet board of 76.2 mm (3)
depth

Supply and fixing of AC capacitor


type ceiling fan of following sizes
complete with minimum 3048 mm
(1 ft.) long down rod, blades,
canopy, regulator, capacitor etc.
connecting PVC wire complete as
required as per direction of the
Engineer-in-charge.
a. 1422.4

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

Providing and fixing of following


axial flow A.C. capacitor type wall
mounted exhaust fan complete
with blade, steel frame, standard
wall louver shutter, PVC insulated
connecting wire etc. complete as
required including cutting wall and
mending good the damages as per
direction of the Engineer-in-charge.
a. 300

mm(12) exhaust fan


plastic body (foreign made
approve by the Engineeringin-charge)
6 nos.

15.

Each

Providing and fixing of 4x 2 x 20


watt concealed type fluorescent
tube light fitting of the following
manufacturers
consisting
of
superior quality ballast, starter,
holder, 22 SWG sheet steel rust
proof
powder
coated
base
Symmetrical mirror reflector of
anodized aluminum, necessary
wiring with 2 x 0.4 sq.mm PVC
insulated (standard) flexible wire,
earth terminal etc. complete
of
following model & as per sample
approved by the Engineer-incharge.
a. Ceiling mounted type :
Crescent cat No. CTLS- 115 x 4x
20 watt or
Showash
Cat
No.
SCTF24/85x4x20 watt or equivalent
70 nos.
approved by the Engineer in
charge.

102

239475352.doc

Each

16.

Providing and fixing of 1 x 4 x 40


watt fluorescent tube light fitting
of the following manufacturers
consisting of designed acrylic sheet
cover, superior quality ballast,
starter, holder, 22 SWG sheet steel
powder coated base necessary
wiring with 2 x 0.4 sq.mm PVC
insulated (standard) flexible wire,
earth terminal etc. complete
of
following model & as per sample
approved by the Engineer-incharge.
a. Ceiling / wall mounted type :
Crescent cat No. CTLS- 11 x 1 x
40 watt Dgn or
Showash cat No. SCTF-34/1 x 40
watt or equivalent approved by
the Engineer in charge.

17.

6 nos.

Providing and fixing fancy single


bracket light fitting
of the
following manufacturers consisting
of designed oxidized/ chromium
plated / golden brass bracket with
design double glass globe, brass
holder, , earth terminal, necessary
wiring with 2 x 0.4 sq.mm stranded
PVC insulated flexible cable etc.
complete of following model & as
per sample approved by the
Engineer-in-charge.

Crescent cat No. CB- 550-681/547


or
Showash Cat No. SCS-429DG-6
Ball or equivalent. approved by
20 nos.
the Engineer in charge.
18.

Each

Each

Providing and fixing fancy saucer


light fitting of the following
manufacturers consisting of glass
saucer shade (12 dia ) powder
coated/wirnkle paint decorative
carrier,
brass
holder,
earth,
terminal necessary wiring with 2 x
0.4 sq.mm stranded PVC insulated
flexible cable etc. complete of
following model & as per sample
approved by the Engineer-incharged.
Crescent cat No. CPC-17 P/Ring
CP- 17 or
Showash cat No. SCCF-7(ALU) or
equivalent approved by the
Engineer in charge.

103

239475352.doc

20 nos.

Each

19.

Providing & fixing of spot light


fitting
of
following
manufacturers consisting of
pretreated powder coated
spun aluminum body, 1 x50
w LVHL type spot light
shade,
earth
terminal,
necessary wiring with 2 x 0.4
sq.mm
stranded PVE
insulated flexible cable etc.
complete
(with PER-38
lamp) of the following model
& as per sample approved by
the Engineer-in-charge.
Crescent cat No. CML-537(I) or
equivalent approved by the Engineers
in charge.

20.

2 Nos.

Each

2 nos.

Each

Providing and fixing of 450 mm dia


flood light fitting consisting of
aluminium sheet body, polished
aluminium reflector, screw type
holder,
earth
terminal
cast
aluminium/ iron adjustable stand,
heat proof glass cover, necessary
wiring for use with 500/1000 watt
lamp etc. complete of following
model and as per sample approved
by the Engineer-in-charge.
Crescent Cat No.CFLD-11 or
Shwash Cat No.SCFL-21/84 or
equivalent approved by the
Engineer in charge.

104

Each

Providing & fixing of water tight


light fitting of the following
manufacturers consisting of
powder
coated
cost
aluminium
body, U-type
glass cover with G.I. wire net
guard, brass holder, earth
terminal, necessary wiring
with 2 x 0.4 sq.mm stranded
PVC insulated flexible cable
etc. complete of following
model & as per sample
approved by the Engineer-incharge.
Crescent cat . No.CML-40 or
Shwash cat. No. BF (W.T)-6 or
equivalent approved by the
Engineer in charge.

21.

50 Nos.

239475352.doc

22.

Supply and fixing the following


capacities multipurpose ABCE dry
chemical powder storied pressure
type with monometer system Fire
extinguisher suitable for repeated
use complete with wall bracket,
discharge valve, Hose pipe,
easyrefilling system etc. as per
sample approved by the Engineerin-charge.
Country
of
region
;
China/Malyasia or equivalent
approved by the Engineer in
charge.
a. 6 kg. capacity.

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.

b. Supplying and Drawing of


following sizes PVC insulated
& sheathed twisted pair
telecommunication
cables
having dia of each core is 0.6
mm through prelaid pipes. as
per direction of the Engineer-incharge.
i.

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

6x6x3 size pull box.

d.

Supplying & installation of

telephone grommet box of made of


18 SWG sheet steel with 1/8 thick
ebonite

cover

fixed

with

countersunk galvanized machine


screw. The board shall be suitable
for mounting the telephone plug
and

jack

as

per

drawing,

specification and direction of the


Engineer-in-charge.

30 nos.

Each

e.

2 Set.

Set

24
Inst

Telephone Junction Board.


Supplying,

testing

and

commissioning of split type room


air-cooler comprising condensing
and

evaporating

units

having

following cooling capacity based


on

indoor

DB/1950C

temperature
WB

and

270C
outdoor

temperature 370C DB including


providing refrigerant copper pipe
with thermal insulation, refrigerant
charging, necessary wiring with
required size of PVC insulated and
sheathed cable with ECC through
water grade PVC pipe from the
source of supply available within
10 (ten) meter from the condensing
unit location etc. compete suitable
for operation at 230 volts singlephase/400V 3-phase, 50 Hz. A.C.
supply as per direction of the
Engineer

in

charge.

(Major

components of the machine shall


be of inconformity with relevant
international standards and codes)

106

239475352.doc

i) Compact weather proof out


door type condensing unit having
copeer condensing coil, well
balanced propeller type fan,
hermetically sealed compressor
duly equipped with vibration
isolator, thermostatic and overload
controls, magnetic contractors high
and low pressure cut-out, anti recycling time guard and all other
standard accessories complete in al
respect having interlocked with the
fan coil unit.

ii) Specified Nos. of matching


ceiling/wall/ floor mounted direct
expansion system from fan coil
unit (FCU) having well balanced
direct driven centrifugal type fan,
fancy and adjustable air circulating
louver grill removable and
washable type filter, condensing
water tray, condense water
drain out PVC flexible pipe/PVC
pipe with necessary insulation,
thermostatic switch etc. connected
by individual refrigerant circuit
with individual compressor of the
condensing unit.

Ceiling Suspended Type :


(Carrier/Daikin/Dunhumbush/
General/
Miller/
Trane/
Toshiba/York/ ( Assembled in
Thailand/Malayasia/
Taiwan/
Korea/Japan/USA/EU Countries
or equivalent approved by the
Engineer in charge.
a) 60000 BTU/HR Capacity

Each
6 Nos.

Total Tk.

107

239475352.doc

ABSTRACT OF COST

PROJECT : CONSTRUCTION OF VERTICAL EXPANSION (5 TH FLOOR REST PART)


WITH ANCILLARY WORK OF MOGHBAZAR TELEPHONE EXCHANGE BUILDING
AT MOGHBAZAR, DHAKA.

A.

VERTICAL EXPANSION (5th FLOOR REST PART) :

1.

Civil works

Tk.

2.

Sanitary & Water supply works

Tk

3.

Electrical works

Tk.

Total Tk.

Total ( Tk. ---------------------------------------------------------------------------------------------- ) only.

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

4. BRICK FLAT SOLING:


One layer of first class or well shaped picked jhama bricks shall be laid floats or as specified in
consolidated surface and the joints shall be filled with local sand and water. The laying shall be
regular and uniform. The foundation, first class or well shaped picked jhama, bricks shall be laid
on earth properly dressed, leveled and compacted. No brick shall be laid on loose earth or earth
filling which are not compacted to the desired degree. Bricks shall not be laid on the floor or
foundation bed before it is inspected and approved by the Engineer-in-charge.
5. CEMENT CONCRETE:
5.1 GENERAL:
Cement concrete in foundation and floor shall be made with 3/4 down well graded first
class picked jhama aggregates/ stone chips, clean sand of fineness modules not less than
1.8 and fresh cement in proportion as specified in schedule of works. All mixing shall be
done in mixer machine. Hand mixing may be allowed under unavoidable circumstances
and in that case 15% extra cement will have to be added without any addition charges
by the contractor.
The method of preparation, depositing and use of mixes shall be same in general as specified
for reinforced cement concrete works. Concrete shall be laid on brick soling or sand fill
in floors or in foundation as the case may be in thickness .50 more than that shown in
drawings and then brought down to the required thickness by tamping or vibrating.
Measurement shall be made on the finished work. The concrete floor foundation shall
be cured for at least two weeks.
5.2 WORKABILITY-SLUMP TEST :
It may be defined as the case with which concrete can be mixed handled transported and placed.
Workability will therefore, very according to the type of mould that is being used for the concrete
structure under construction and the obstruction to the free flow of concrete caused by the spacing
and nature of the reinforcement. In determining workability slump test shall be carried out daily
at site and grading adjusted to give the required slump keeping the quantity of cemented water
constant. For carrying out the slump test, the newly mixed concrete shall be placed in a truncate
cone-shaped metal mold 12 high and 4 dia metal at the top 8 diameter at the bottom and
provided with handles. The concrete shall be lightly tamped with a rod as it is the mold which
when filled, shall be immediately removed and the slump or the settlement of the concrete
measured.
5.3 VALUES OF SLUMPS FOR DIFFERENT CONCRETE MIXTURE:
Sl. No.
Description of Concrete
1
For pre-cast and vibrated concrete work in piles
and molded work.
2
For roads, slabs, foundation concrete.
3
For normal reinforced concrete work in columns,
walls, beams etc. without vibration.
4
------- do ------with vibration.
5
------- do ------without vibration, but in
intricate position.

Acceptable slump value in inches


1 inch
2 inches
3 inches
1 to 2 inches
5 inches

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.

6.2 MASONRY GENERAL:


No bricks shall be used until after they have been soaked in water for at least two hours.
Whenever practicable the whole masonry in any structure must be carried up at a uniform level
throughout. Where break are unavoidable the joints shall be made in gradual steps.
Corners will be rounded where required or specified such work being payable separately in the
case masonry to be plastered. Unless other wise specified, the bound used shall be that known as
English Bond. Masonry laid in cement mortar shall be protected during construction from the
effects of the sun and rain by suitable covering and shall be kept moist for a period of seven days.
6.3 FIRST CLASS BRICKS WORK:
Unless otherwise specified brick work shall consist of first class bricks laid on mortar, work shall
be strictly as specified in drawings and specification.
The bricks to be used will be thoroughly and equally burnt throughout of uniform size( the
standard size bricks 9.5 x 4.5 x 2.75 shape and color, regular in size, true in shape a clean
ringing sound when struck against one another with the crushing strength of 2500 psi. minimum).
Before use, all bricks shall be soaked in clear water in tanks or pits for at least two hours. Bricks
shall be placed in the tank or pit by hands one at a time and not thrown or tipped in. Care should
be taken that bricks are perfectly clean and free from direct of any kinds, if necessary bricks
should be scrubbed. Bricks shall be laid in English bond, with frogs upwards, unless directed
otherwise by the Engineer-in-charge. Each bricks shall be set with both horizontal and vertical
joints filled with mortar and bricks bedded in by tapping with the handle of the trowel, simple
lapping with mortar at the edit is prohibited. During the brick work of any kind of wall the height
should not be more than 3 feet all around at a time.
6.4 CURING:
Masonry works shall be cured for at least 7(Seven) days.
6.5 MACHINE MADE BRICKS:
Machine made pressed bricks should be of the size shown in the drawing and shall be standard
commercial products of approved manufacturer. It must have uniform color throughout and true
to size and perfect smooth sides, ends, and edges. Before use the bricks must be approved by the
Engineer-in-charge. Specification for machine made bricks will be the same as specified herein
before.
7. REINFORCED CEMENT CONCRETE:
7.1 MATERIALS:
A) Cement:
The cementing materials shall have the adhesive and cohesive properties, necessary strength and
durability. The cement to be used shall be Portland cement conforming to BDS EN-197-1-CEM
1( 32.5 to 52.5N)/ ASTM-C 150 Type-1.
The word Portland signifies only the kind and not the brand. The cement shall perform in all
respects to the requirements of the following general standard specification for Portland cement.
For all practical purposes 1 bag= 112 lbs.= 50 kg. = 1-25 cft. In storing cement all possible
precautions for keeping moisture away shall be taken. The storage shed should have a pucca floor
raised at 1 rest 2 inches above ground, with airtight doors and windows. Then cement should be
kept on wooden dungaree of at least 6 high.
B) Coarse Aggregate:
111

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

Fine and dry river sand(Loose)


Medium and dry river sand(Loose)
Coarse and dry sand(Loose)

- 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

7.12 CURING OF CONCRETE:


The concrete shall be protected from the direct rays of sun and from dry winds using mat
canopies or shading. The concrete shall be cured/maintained in a moist condition at least for 21
days when using ordinary Portland cement. Care should be exercised to protect the concrete from
all sharing, jarring and other disturbance during the period of curing. No pressure must come
upon the structure after completion not shall it be loaded in any way, for at least one month, or
longer as ordered by the Engineer-in-charge.
Table showing the minimum curing time for R.C.C. works.
Part of structure

Ordinary port land cement

Wall, beam sides columns


Slabs ( re-shored).
Shores to slabs
Beams bottom ( re-shored)
Shores to beam bottom

7 days
21 days
21 days
21 days
28 days

Rapid hardening
Portland cement.
5 days
14 days
14 days
14 days
21 days

7.13 FORM OF WORK:


The forms shall be carefully designed and recited with suitable materials and approved by the
Engineer-in-charge before any concrete work is taken in hand.
The form work should be designed to withstand a live load of 75 lbs. per sft. for ordinary floors
and 100 lbs. per sft for heavy construction besides the dead loan of forms and concrete. For wall
and columns, the horizontal pressure from wet concrete should be taken into consideration as
below:
HEAD OF WET CONCRETE
Pressure per foot depth of
concrete

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

8.3 STORAGE AND CARE:


All reinforcing steel when received on the works, prior to its used shall be stacked off the ground
and shall be kept free from dirt, oil, grease or avoidable rust. It shall be clean and free from loose
rust and loose mill scale at the time of fixing in position and subsequent concreting.
The bars shall be bent cold, to the pertinent dimensions with equipment and method approved by
the Engineer. The contractor shall submit bar schedule and bending diagrams of all bars for
approval.
When it is necessary to bend mild steel reinforcement already cast in the concrete, the internal
fades of bend shall be not less than twice the diameter of the bar.
8.4 PLACING OF REINFORCEMENT:
Reinforcement shall be placed, supported and maintained in the position shown in the contract
and shall be checked and approved by the Engineer-in-charge before placement of concrete
begins. Unless otherwise permitted by the Engineer, all intersecting bars, shall be tied together
with wire and ends of wire shall be turned into the main body of the concrete.
8.5 SPLICING OF REINFORCEMENT:
No splices shall be made in the reinforcement except where described in the contract. Whenever
it is necessary to splice reinforcement at points other than those shown in the plans drawings
location of each splice shall be submit to, approved by the Engineer before the reinforcing steel is
placed. Splices shall be avoided at points of maximum steel.
They shall be staggered and shall be designed to develop the strength of the bar with out
exceeding the allowable unit stress. Unless otherwise shown on the deformed bars shall be lapped
a minimum of 20 (Twenty) diameters to make the splice with hook, without hook the over
lapping distance must be 60 times the dia of bars. In case of welding the lap length will be 15
times the dia, of deformed bars. All bar splices shall be approved by the Engineer prior to placing
concrete.
8.6 SUPPORTS:
Pre-cast mortar blocks or metal supports of adequate strength, of proper depth and in sufficient
number shall be used for supporting the bars in position. Mortar blocks shall be as small as
possible consistent with their purpose, of a shape acceptable to the Engineer and designed so that
they will not overturn when concrete is placed. They shall be made of concrete with 3/8
maximum aggregates size from same materials and of the same six. Proportion is that the
concrete in which they are to be used. They shall be cast and properly curbed for at least seven
days before use and shall have sire or other devices cast in the reinforcement.
8.7 WELDING OF REINFORCEMENT:
Reinforcement in structure shall not be welded except where permitted in the contract. All
welding procedures shall be subject to the prior approval of the Engineer-in-writing. If welded
connections are made intermediate grade reinforcing steel to hold bars in position, low hydrogen
electrodes shall be used.
8.8 PROTECTIVE COATING:
All exposed reinforcing steel at construction joints shall be protected with a brush coat of neat of
neat cement, mixing to a consistency of thick paint, within one week after the placing of the
initial concrete, unless it is definitely known that the steel with the embedded within 60 days.
This coating shall be entirely removed, by lightly tapping with a hammer or other tool, not more
than one week previous to bah placing of the final pour.
8.9 INSPECTION:
The contractor shall notify the Engineer-in-charge or his authorized representative when the steel
has been placed in position ready for concrete and no concrete shall be placed before the
Engineer-in-charge has inspected the steel and give his approval in writing.
9. PLASTERING AND POINTING:
117

239475352.doc

9.1 CEMENT PLASTERING:


All joints in masonry works shall be ranked out to depth of .50 with a nail and the loose mortar
dust cleaned and the surface well washed and wetted before plastering.
This raking out of joints shall be done while work is in progress and the joints are soft.
Unless otherwise specified the plaster shall be exceed .50 in thickness or shall be less .25 at the
thickness part. The mortar shall consist or one part of Portland cement to 2 parts of sand for
special works and I part of Portland cement and 4 parts of sand for ordinary work. For works in
water tanks where a water proof surface is desired, the mortar shall consist of I part of cement 2
parts of sand and if necessary a water proofing compound shall have to be added to the required
proportion.
The mortar shall be mixed on a cleaned water-tight platform, cement and sand shall be mixed dry
to a uniform color. Water will then be added to get the desired consistency during the process of
mixing. The whole mix should be turned a number of times so as to ensure proper mixing.
The plaster should be laid to a pure and plumb surface with tested frequently during progress with
a straight edge sufficiently during progress with a strength edge sufficiently long.
Cement plaster must be kept damp for 10 days by applying water in a fine spray. Excessive
apportion may be prevented by hugging soaked noting, gunny bags on the outside of the plaster.
Care and adequate preventive measures must be taken against rain immediately after the
plastering time it has fully set and hardened.
9.2 CEMENT POINTING:
The surface to be cement pointed shall be prepared in a manner as prescribed for plastering. The
mortar shall be composed or proportion or as specified by the Engineer-in-charge.
A) FLUSH POINTING:
The ranked out clean joints of each course shall be filled flush with the mortar and neatly finished
off. The actual pointing must be kept to the width of the mortar joint of the course.
No steel of Iron shall be fixed or embedded in otherwise contracted with lime work or lime
concrete.
10. HOLD FAST FOR DOORS:
Hold fast for doors and windows shall be of mild steel bars, the size of hold fast for doors and
windows shall not be less than 12 x 1-.50 x .25. One end of the hold fast shall be solute and
bent. The hold fast is embedded in cement concrete 1:2:4 for the full length, and the width of the
width of the wall, the depth of embedding shall be as per direction of the Engineer.
10.1 STEEL DOORS & WINDOWS:
All steel shapes used shall be products of reputable manufacturers and shall conform to be
requirement of B.S. 4 part I 1962 hot robed structural steel sections. The sections, size and
profiles shall be as per requirement for the specific works as shown in the drawings. Joints
between the doors, windows ventilations, frames and walls or R.C.C. structures shall be filled
with mastic filler for air-tightness of as directed by the Engineer-in-charge. Locks, Handles,
Rings,
Bolts and other iron or brass fittings shall be provided as per drawings and direction of the
Engineer-in-charge. The finishing, fixing shall be such as that the shutters can be operated
smoothly and without strain and fit in perfectly in to the frame. All fittings and accessories and
other materials shall has prior approval of the Engineer-in-charge.
10.2 IRON CREATING TO WINDOWS:
Gratings shall be of mold steel bars and sections which shall conform to the requirements of
B.S.785 and B.S. 4 part - I : 1962. The gratings shall be as per drawing supplied and the outer
frame.
Shall fit in tightly with the window chow at so that they can taken out easily. The gratings shall be
fixed to the window frames with sufficient number of outer sunk, screws,. For steel frames the
118

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

13. CLEANING AFTER COMPLETION:


The contractor shall thoroughly clean all work upon completion. Clean of all stains marks,
sports and disfigurements from all works, touch up as required, clean all window panes,
remove all rubbish and debris from building and site and leave premised clean and tidy
and fit for occupation in all respects and to the entire satisfaction of the Engineer-incharge.
14. PAINTING AND VARNISHING:
14.1 PAINTING WOOD WORK:
A)
Before applying priming coast all knots in wood work shall be skilled by cleaning and
covering with a mixture of red lead ground in water and mixed with strong glue size. It shall be
applied hot and should dry out in less than 15 minutes. A second coast of red lead ground in oil
and thinned out with boiled linseed oil or turpentine shall be applied after the first coast has not.
When quite dry, it should be rubbed with sand paper.
B)
Approved quality of ready mixed primmer shall taken be applied over the surface after
the treatment of knots.
C)
After the primary coat has dried out, the subsequent coast shall be applied to the numbers
specified, each coat being allowed to dry thoroughly before the next coat is approved, each cost
when dry expect the finishing coat should be light rubbed down with sand paper and cleaned
before the next coat is applied.
Painting shall be applied with best quality brushed. Any paint work due to inferior brushing shall
be rejected by the Engineer-in-charge. The paint shall be applied evenly and properly by means of
crossing and laying off, the latter in the direction of the grain of the wood work. Care must be
taken that no cross brush marks are left visible on the surface. The paint shall not be allowed to
settle in the cans. The contractor from which the paint is taken for use must be thoroughly stirred
before filling the paint pots.
No hair or other marks shall be left on the finished work and no clogged at corner, moldings or
angles. The contractor shall be responsible for all damages done by dropping or splash old paint
unless otherwise stated in the contract.
A brush in which the paint has been allowed to dry shall not be allowed to be reused on the work.
In painting doors and windows the putty round the classes must also be painted end and after the
completion of the final coat all the glasses will be cleaned of stains from paint etc. by application
of little turpentine or spirit, cleaning of the glasses will not be paid extra.
14.2 OILING WOOD WORK:
When wooden doors and windows are not be painted, they must be oiled with linseed oil, either
raw or boiled, according to whether afloat or glazed surface is required, or with earth oil where
this is specified. The wood must be perfect smooth and clean. The oil will rubbed into the wood
until surface is dry.
14.3 COAT TURNING:
For coat tarring on wood or iron, the surface must first be well cleaned and dry and the following
mixture used: For gallons of best coal tar.
One gallons kerosene.
Eight sounds un-slaked lime.
The whole is to be boiled and applied while oiling. If allowed to cool the mixture will harden, so
only a small amount shall be mixed at a time. It should be applied like paint with a brush.
14.4 PAINTING IRON AND STEEL WORK:
The paint used should be as stated in the schedule of items, or as approved by the Engineer-incharge. Before the first coat is applied, the surface of the iron work shall be thoroughly cleaned of
rust, scale or other adherent materials using emery paper and wire brushes, and all edges and
welds shall be smooth and fair. The primary coat of red oxide shall be applied by brush which
120

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.

16. DAMP PROOF COURSE:


16.1 DAMP PROOF COURSE IN BRICK WORK:
Unless otherwise specified or directed by the Engineer-in-charge the damp proof course shall
consist of at least 1-.50 thick of cement concrete of proportion 1:1-.50:3 with cement, sand
(Min. F.M. 2) and .50 down graded stone ships with an admixture of 5% of cemcon / Pudlo ( 3%
by volume of cement).
The period of curing should normally be at least a week.
17. FLOORING:
17.1 SLOPE FLOOR:
For internal floor the surface of the foundation shall be prepared perfectly level. For verandah and
both room the surface shall be prepared with a slope as the direction of the Engineer-in-charge.
17.2 BASE OF FLOORING:
Floor the plinth filling has been prepared, a sub-layer or sand 1 st. deep shall laid, watered and
brought to an even surface over the sand, a foundation course of bricks shall be laid flat and the
interstices filled in with sand. The bricks shall be tightly packed and laid so as to break joint. On
layer of brick on edge soling to be provided on flat soling if required so as per direction.
On the prepared foundation a 3 thick cement concrete base slab should be placed and
approximately brought to grade. The materials are to be well tamped and consolidated. While the
soil is still soft enough to receive and retain the impression shall be brushed with still bristled
broom to remove laitance scum and inadequately embedded coarse aggregate.
The scores and marks of the bristle should remain to provided a mechanical bond for the topping.
During the interval between the placing of the base and the topping the base should be protected
from the deposit of grease paint or any other foreign matter.
18. IN SITU MOSAIC:
Terrazzo or mosaic floor shall consist of best quality marble chips of different colors and colored
cement in the proportions as for colored polished floors except that the proportion of aggregate
required shall be thoroughly mixed with dry cement for lighter colors, white cement shall be
snowcem brand or approved equal.
Coloring materials shall be of best quality of mineral high purity and shall be finely ground, sun
proof and with materials shall not exceed 5% by weight of cement used. Terrazzo floors shall be
laid over previously roughened cleaned sand watered concrete surfaces. The panels for terrazzo
floor shall be of the size as indicated in the Schedule of Items or as direction by the Engineerin-charge, with the help of bleak color, using fine black marble chips. Use of water should be
minimum to the approval of the Engineer-in-charge. The curing must be done after laying the
mosaic work by wet sacking. Any defect or cracks in the mosaic work after completion of the job
shall have to be repaired by the contractor at his own cost.
Polishing shall commence two weeks after laying the mosaic floors and shall be done by machine
or carborundum in successive course. Medium and find quality(80 - 240 grit), rubbing shall be
done in plenty of water, stains shall be removed by moistening with oxide and rubbing with water
and properly waxed.
The skirting to walls shall be thickness and height as indicated in the schedule of items or
directed by the Engineer-in-charge. Terrazzo composition for skirting shall be same as for main
flooring. The finishing shall be in the man as described for floors.
19. MOSAIC TILE:

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.

25. WHITE WASHING, COLOR WASHING, DISTEMPERING:


25.1 WHITE WASHING:
Before wash is applied, the surface or the structure shall be thoroughly cleaned and free from all
dust or dirt, if necessary by sand papering. The wall should be washed by taint ring solution of
white wash. The white wash shall be made form pure lime brought to the work in an unslaked
condition. Water shall be added to this time a tub until the mixture is a consistency of a thin
cream. When thoroughly mixed. It shall be strained through a clean strainer into a second tub,
good arabic gum shall be used. The required quantity of copper sulphate(BLUE) shall be added.
Each coat shall be applied vertically and horizontally and allowed to dry before succeeding coat
is applied. All now works shall have 3 coats.
Every precaution shall be taken to prevent white wash dropping or being splashed on any surface
or article and any splashes or sports getting on any surface shall be removed at once. On
completion of the work all wood work, etc. adjacent to the white washed surface be cleaned so as
to leave a neat cleaned so as to leave a neat clear and clean border.
25.2 COLOR WASHING:
New plaster for distempering shall be sand papered to remove all irregularities and any in
equalities made good. The plaster shall be absolutely dry when distempering is commenced.
Distempering shall not be carried out in damp weather or when the weather is excessively hot and
dry.
Only such brand of distemper shall be used as has been specified unless otherwise ordered by the
Engineer-in-charge the mixing of distemper shall be carried out in accordance with the
instructions issued by the manufacturer or the particular brand of distemper that is to be used.
Before distempering old plaster, the surfaces shall be thoroughly cleaned. Before starting work
enough distemper shall be mixed to finish one room. Each room shall be finished in one operation
and work shall not be started in a room so late that it can not be finished the same dry.
Distemper is to be applied quickly and boldly leaving to dry edges. The brush is to be dipped and
stroked cross wise of the wall, which immediately stroked up and down and steeped. No parch
overlaps will be tolerated under any circumstances. Distemper shall only be applied with proper
distemper brushes as supplied or recommended by the manufacturers. The brushes shall be
washed in hot water after work of each day and hung up to dry. Old brushes caked with dry
distemper shall not allowed on the work.
26. PLASTIC EMULSION PAINT, SNOWCEM PAINT:
Before applying the paint on plastered or other surfaces the surfaces must be thoroughly smooth
and cleaned from grass, dirt and other foreign materials. Painting shall not be carried out in damp
weather not when weather is excessively hot and dry. No painting shall be done on a surface
having direct sun raise at the time of painting. No painting shall be done if there is a chance of
rain. Snowcem painted surface should be cured sprinkling water like concrete surface for
consecutive few days.
The plastic paint should be standard commercial product and must be approved by the Engineerin-charge.
27. WOOD WORK:
27.1 GENERAL:
126

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

(B) DETAIL SPECIFICATION OF SANITARY & PLUMBING:


1. SCOPE OF WORK:
This item of work shall include furnishing by the contractor of all plant, machinery & equipment
& fuel: supplying of all materials and labor and cost of all auxiliary and secondary works such as
laying, painting, fitting, shoring, scaffolding, testing, bedding, trenching, grooving and making
holes in concrete & mending good the damages if any etc. complete in all respect.
The work shall conform to plumbing code( ASA A40. 8-1955) published by the American society
of Mechanical Engineers unless otherwise specified, General arrangement for drainage &
plumbing as shown in drawing shall be followed. If any change is required for any reason the
mater shall be taken to the notice of the Engineer. The sample of materials shall be of approved
quality. Pipes etc. shall be kept absolutely free from earth, debris, superfluous cement and other
obstructions during laying and until the completion of contract.
In case where piping continues crossing the expansion joints of the building, loaf in pipe
connection at building joints must be provided.
1.1. SPECIFICATION OF PIPES:
a) H.C.I. pipes:
Cast iron pipes shall be of approved quality and of requited local manufacturers with hub &
spigot ends or bub ends only. The iron shall conform to ASTM A 74-42. The transverse &
hydrostatic test result for 1/4 dia to 18 pipe shall at least conform to the following requirements:
Breaking load at centre
Deflection at centre
Minimum hydrostatic pressure

=
=
=

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

Waste water pipe

Rain water 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

4. TRAPS AND STRAINERS:


Lavatory basins, water closets and urinals shall be fitted with suitable traps with water seals. The
collection point in toilet room floor collecting the waste water shall be fitted with 10 mm thick
cast iron strainer with 5 mm to 6 mm wide slite and 10 mm wide ribs and provided with a flat
bottom trap.
The rain water stacks shall have 300 mm dia C.I. bell-mouth circular cone with 19 mm thick C.I.
hemispherical grating at the top( Bell mount circular cone and hemispherical grating are payable
under separate item).
If for some unavoidable reasons, flat strainers are used with prior approval of the Engineer. The
available inlet area shall be double the pipe area. The strainer shall be firmly secured to the pipe
by means of bell and spigot joint or 4 nos. units and bolts 6 mm dia. The thick necessary of cast
iron strainers shall be 19 mm, the strainer holes shall be more than 3 mm but less than 8 mm, and
the width of metal between holes shall not be less than 6 mm.

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.

Each work in excavation and refill.


Cement concrete work in 1:2:4 using jhama brick chips as course aggregate and medium
sand as fine aggregate.
Brick-work, first class in 1:4 cement-sand mortars using medium sand.
Brick-work, first class in 5 thick partition wall and baffle wall 1:3 cement sand mortar
using medium sand.

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.

17. SANITARY EQUIPMENTS:


A) Water closet, western type:
It shall be white vitreous china siphon-jet water closet with elonted rim, of brand
mentioned in the schedule of items with auxiliary fitting.
i). Floor mounted with close coupled tank:

131

239475352.doc

(1)
(2)
(3)
(4)
(5)

1 Set tank trim, exposed trim C.


1 no. 12 mm C.P. wall supply with stop.
1 no. floor flange with wax gasket for 4 inch lead pipe connection or 1 no. , floor
flange with was gasket for 4 inch iron pipe caulked connection.
1 set 2 screws to floor.
1 no. solid plastic closed front seat and cover.

ii). Floor mounted with tank not close coupled:


(1)

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. 1.5 inch C.P. inlet soud.


4 nos. screws to floor.
1 no. solid plastic closed from set without cover.
1 no. G.I. elbow pipe.
1 no. rubber packing.

B) Water closet, Eastern Type:


It shall be white vitreous China with integral raised foot rest with strap and back inlet. It
shall be of brand mentioned in the schedule of items. The item is used with the following
auxiliary fittings.
i)

With flush valve:


1.
2.
3.
4.
5.

1No. 32 mm C.P. bend flush pipe


1 No. 32 mm C.P. pipe holder.
1 No. rubber inlet jet.
1 No. 25 mm C.P. flush valve with supply bend 32 mm.
1 No. 32 mm C.P. inlet spud.

C) Lavatory Basin, wall hung type:


It shall be in white vitreous China flat top with antis plash with one centre faucet hole and
chain stay hole, of brand as mentioned in the schedule of items with following auxiliary
fittings:
1.
2.
3.
4.
5.

1 No. 12 mm C.P. lavatory self closing faucet with loungers.


1 No. 32 mm C.P. plug and chain waste.
1 No. 12 mm C.P. wall supply with stop.
1 No. 32 mm C.P. P-trap.
1 set back hangers and screws.

D) Urinals, wall hung type:


It shall be in white vitreous China with integral trap of brand mentioned in the schedule of
items. It shall have following auxiliary fittings.
1.
2.
3.
4.
5.

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.

E) Urinals, squatting type:


It shall be in white vitreous China of brand motioned in Schedule of items with the following
auxiliary fittings:
1. 1 No. 12mm C.P. urinal flush valve, push bottom type with 15mm supply.
2. 1 No. 15mm C.P. inlet spud.
3. 1 No. C. waste with strainer and integral trap for 32mm iron pipe connection.
18. SANITATION FIXTURE:
132

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.

(C). DETAIL SPECIFICATION OF ELECTRICAL WORKS:


1. TECHNICAL SPECIFICATIONS:
1.1 GENERAL:
1.2 STANDARD CODES AND REGULATIONS:
The installation in general shall be carried out in conformity with Electricity rule of the
Government of Bangladesh(Indian Electricity Act and rules as adopted in Bangladesh) and the
14th addition of the Regulation for Electrical Equipments if buildings or the institute of Electrical
Engineers of Buildings of the Institute of Electrical Engineers(London), hereinafter referred as
I.E.E. wiring regulations and the British standard code or practice for the relevant works. But
whereas the under-noted specifications differ from the rules, and standards, the specifications
written hereunder shall be followed. Any special requirement of the Electrical Inspector,
Government of Bangladesh or the Power Development Board, or the Telegraph & Telephone
Board, or any other Legal Authority shall also be completed with at no extra cost to the Authority.
Only licensed skilled workman, authorized by the Government of Bangladesh to undertake such
electrical works under the provisions of the Indian Electricity Act and rules( as adopted in
Bangladesh) shall be engaged under the direct supervision of whole time electrical supervisor
having a certificate of competency for the type of work under execution. The name of Electrical
supervisor and particulars of his license shall be submitted in writing to the Engineer-in-charge.
1.3 WORKMANSHIP AND MATERIALS:
The materials used or supplied by the contractor and workmanship must be approved quality. The
tenderer shall supply and fix all cables, wires, conduits, switches, ceiling roses, switch board, all
consumables materials and labor etc. complete in every respect. Besides all tools and tackles, the
contractor shall also provided ladders, plans, scaffolding etc. for his own use at his own cost and
expense to the satisfaction of Engineer-in-charge and this will removed from site and his own cost
after the completion of work. The materials shall if not specially mentioned otherwise, generally
conform to the British standards. If the specifications contained herein differ from B.B. the
specifications and stipulations written herein under shall have precedence.
1.4 SAMPLES:
Sanokes if conduits, enables, bends, socket outlets, switched sockets, steel installation boxes,
various fittings, etc. shall have to be submitted to the Engineer-in-charge for his approval prior to
use and these shall be keep in his office ( properly tagged) till completion of the entire job.
Materials actually used in the work must conform to such approved samples.
1.5 SETTING OF ELECTRICAL EQUIPMENTS:
The setting of conduit runs, cables, controls, fittings, accessories, etc. shall be in accordance with
the drawings and settled on site in conjunction with the direction of the Engineer-in-charge. Any
deviation from the drawings and specifications shall be always properly written and entire as
built. The height from finished floor level to the bottom of fittings shall be as follows, unless
otherwise specified in the drawings or directed by the Engineer-in-charge.
i.
ii.
iii.
iv.
v.

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.

1.6 CO-ORDINATION WITH CIVIL WORKS:


All electrical work shall be come in co-ordination with the civil & sanitary works in such a
manner as not to impede progress of any of them.

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

Rubber of No. i. Not exceeding 10 mm


ii. Exceeding 10 mm but
not exceeding 25 mm.
iii. Exceeding 25 mm.
iv. Armored (any)

PVC (solid aluminum or


shaped copper conductor

Factor to be applied to over all diameter of cable


to determined minimum internal radius of bend.
3
4
6
6

Non-armored
or armored

Any

iii. CABLE TERMINATION AND JOINTS:


The cables up to 2.5 mm sqm size shall be sold conductor and, therefore, jointing of these cables
are to be done through porcelain connector and the connector would with PIB tape before placing
in the box. If connectors are not available twisting shall be allowed, and in that case every
connection shall have at less .50 of twisting( minimum 10 twists per inch.) and the twisted
partition bent at right enable to place it in parallel to the cable with a minimum of 2 layers of PIB
taps wound ever it for a length of 1 termination of cables up to 2.5 mm sqm shall be done by
making a hook at the end, and for higher sizes, brass cable terminals must be used. Tee-off joint
in the cable to lighting point, switches, etc. shall not be made looping in system of wiring is to be
followed and joints are to be made in the switch boards only. All 3 - 4 core PVC cables shall be
terminated using brass cable glands of proper size.
iv. CONNECTION TO SWITCHES:
The phase wire should be connected to the switches and the neutral wire is to be kept solid in all
switch connections.
Two wire single phase A.C. system:
Black for common reture.
White for other phase.
Three or four wire three phase A.C. system:
Red for first phase.
White for second phase.
Black for neutral.
Two wire D.C. system:
Red for positive or switch wire.
Black for negative.
For two wire final sub-conduits.
For two wire final sub-circuit.
Whether A.C. or D.C. supply lighting or power circuits, the neutral or Middle wire shall always
be black and the phase or outer wire 9 no matter which phase it is connected to) shall always be
red. For lighting the red wire shall always feed the switch and a red a red wire shall always be
used for the switch to the light.
v. CONSTRUCTION JOINT CROSSING:
At construction joint crossing, a brass expansion joint fittings as per drawing is to be installed and
the cables are to be run through such fitting.
vi. CABLE TRENCH:

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 location of outlets shown on diagrammatic wiring pans shall be considered as


approximate and it shall be incumbent upon the contractor, before installation of outlets
boxes, to study all pertinent drawings and obtain precise information from the
architectural schedule, scale drawings. Large scale and full size details of finished rooms
and approved shop drawings of other trades. It shall be under stood that any outlets may
be relocated at a distance not exceeding 15 from the location shown on the
drawings. In centering outlets, due allowance shall be for overhead, piping ducts, window
and door frame, variations in thickness or fitting, plastering etc. as erected, regarding less
of conditions which may be otherwise shown on small scale drawings outlets incorrectly
located shall be properly relocated as the contractors expense.

8.3 METHOD OF MEASUREMENT:


Measurement for payment shall be made by units of lights installed in place each fittings
complete with all accessories and consumable shall be considered as one unit.
9. BASIS OF PAYMENT:
The amount of completed and accepted work, measured above shall be paid for at consist ate full
compensation for furnishing all labor tools and materials including supply of consumables
accessories and incidentals necessary to complete this item of work.
10. CEILING / EXHAUST/ WALL FANS:
10.1 MATERIALS:
i. FAN CLAMPS:
The U type fans clamps shall be made of dia M.S. rod as per drawing. The ceiling rose shall
be of molded plastic of approved quality.
ii. CEILING FANS:
Ceiling fans shall be of capacitor type, A.C. 240V. single phase 50 Hz. complete with regulator,
suspension rod or required length canopy, and shall be constructed in accordance with applicable,
B.S. The minimum air velocity for 56 fans at horizontal distance or 2-0 from the fan centre
and vertical distance of 6-6 shall be 155 ft. / min.
Appropriate samples shall be submitted prior to installation of fans.
iii. EXHAUST FAN:
The exhaust fan shall be constructed in accordance with applicable B.S. Appropriate sample shall
be submitted prior to installation of fans.
iv. INSTALLATION:
i.

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.

Ceiling fan bottom


Exhaust fans top

: 8- 6 from the floor.


: 1- 6 from the ceiling.

c. Wall fan blast and


iii.

: 8- 6 from the floor.

Further, specifications setout in Article 2.04-B( III ) shall also supply:

10.2 METHOD OF MEASUREMENT:


Measurement for payment shall be made by unit of clamp installed in place. Each fan/fan clamp
complete with all accessories, e.g. fan regulator, ceiling rose etc. shall be considered as one unit
of fan/fans clamps.
10.3 BASIS OF PAYMENT:
The amount of complete and accepted work measured as provided above shall be paid for at the
contract, unit price, per each which payment shall constitute full compensation for furnishing all
labor, tools and installation materials including regulators and all other consumables and
incidentals necessary to complete this them of work.
11. MAIN DISTRIBUTION BOARD/DISTRIBUTION BOARD, EMERGENCY DISTRIBUTION BOARD/SUBDISTRIBUTION BOARDS/EMERGENCY SUB-DISTRIBUTION BOARDS:

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.

The location of MDB/DB/SDB/ESDB shown on diagrammatic wiring plans shall be


considered as approximate and it shall be incumbent upon the contractor, before
installations of DB study all pertinent drawings and obtain precise information from the
architectural schedule scale drawings, large scale and full size details of finished rooms
and approved shop drawings of other trades. It shall be under stood that any
MDB/DB/SDB/EDB/ESDB due allowance shall be made for overhead piping, ducts
window and door trim, variations in regardless of conditions which may be otherwise

142

239475352.doc

shown on small drawings. MDB/DB/EDB/ESDB incorrectly located shall be properly


rekicated at the contractors expenses.
11.3 METHOD OF MEASUREMENT:
Measurement for payment shall be by units of BD/EDB/SDB/ESDB installed in place. Each
M/DB/EDB/ESDB complete with all accessories shall be considered as one unit.

11.4 BASIS OF PAYMENT:


The amount of complete and accepted work, measured as provided 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 equipment and installation materials including switch board fan
regulator board complete with plate switches, regulators and other accessories, consumables and
incidentals necessary complete this of works.
12. SOCKET/MCB/MCCB/OUTLETS:
12.1 MATERIAL:
i.

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 location of boards shown in diagrammatic wiring plan shall be considered as


approximate and it shall be incumbent upon the contractor, before installation of switch
board/regulator board boxes to study all pertinent drawings and obtain precise
information from the architectural schedules, scales drawing, large scale and full size
details of finished rooms approved shop drawings of other trades. It shall be understand
that any outlet may relocated at a distance not exceeding 15 from the location shown on
the drawing.
In earthing outlets, due allowance shall be made for overhead piping ducts, window and
door trim, variations in thickness of furnishing, plastering, etc. as erected, regardless of
conditions which may be otherwise shown on small scale drawings. Switch
boards/regulator boards incorrectly located shall be properly relocated at the contractors
expenses.

12.4 METHOD OF MEASUREMENT:


Measurement for payment shall be units of switch boards and or fan regulator boards in places.
Each switch board or regulator boards with over, switches, sheet steel box etc. shall be considered
as one unit. per each which payment shall constitute full compensation for furnishing all labor,
tools, materials such as MDB/DB/SDB/ESDB, insulator etc. equipments, and accessories
fabricated angle iron platform pipe supports, cable gland etc. equipments, and accessories
fabricated angle iron platform pipe supports, cable gland etc. and all other consumables and
incidentals necessary complete this item of work in all respect.
13. METER BOARD:
13.1 MATERIALS:
All maters and cutout are of ratings given in schedule fixed 16 SWG sheet steel box with locking
arrangement. The box must be hammer painted. The materials shall be submitted to authority for
approval before installation.
13.2 INSTALLATION:
I.

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.

i) EARTH INSPECTION PIT:


The earth inspection pit shall be constructed as per schedule and direction. The slab shall have
level surface and the pit shall have well formed regular sides. Water curing for the slab and the pit
shall be done for a minimum of 6 days.
ii) EARTH ELECTRODES:
a) PIPE ELECTRODE:
The pipe earth electrode shall be carried. The earth lead from the DB to the main earth electrode
shall be installed in G.I. pipe of specified diameter. The terminal connection, the clamp shall be
covered with bitumen poured hot, and covered with jute cloth.
i) EARTHING LEADS:
The earthing leads from the earth electrode shall be connected to the earthing block near DB. A
double run of specified copper conductor ( preferably tinned) shall be brought out from the
electrode( to be connected in a ring if required) and connected to the earth block. The earthing
leads shall be connected to the earth electrode as per drawing. The joints shall be made
mechanically strong and electrically continuous with minimum resistance.
ii) MAXIMUM EARTH LOOP RESISTANCE:
The maximum earth 100p resistance from any point in the installation including earthing lead to
the earth electrode shall not exceed the resistance specified in the schedule or that indicated by
the Chief Electrical Engineer. The contractor must ensure that leads are efficiently bond to all
metal works other than the current carrying part so that the above resistance level in exceed. It
will be the duty of the contractor to provide worth tester to test the installation in presence of the
authorized representative of the authority and submit earth test report to the authority for
approval. Tinted copper submit earth test report to the authority for approval. Tinted copper lugs
of size as detailed in the schedule and drawing.
15. INSTALLATIONS:
15.1. AIR -TERMINALS:
Air terminals shall be clamped with the building, as per drawing and in a manner that there is not
possibility of over training, where necessary additional branches, permanently and rigidly
attached with the building, shall be used. On mortar and brick work, all holes shall be made with
proper tool such as rowel bit, and shall be made in brick rather than in the mortar joint.
All air terminals shall be installed in a manner to brig the tip not less than ten inches above the
object to be projected.
15.2 ROOF CONDUCTOR:
Roof conductor shall be continuous and without any point between termination. All
terminations shall be permanent both electrically and mechanically. Where joints in a
conductor absolutely unavoidable, it shall be made after expressed comment of the
consultants shall be mechanically strong and well made and provide adequately
electrical conductivity, which shall be sectional area of the conductor.
No bend in the conductor shall have radios of less than 8 the angle of any turn shall not be lesser
than 90 degree. All conductor tunes shall preserve a downward or horizontal course.
145

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

I.P. MANAGEMENT ROOM


139'-9"x40'-8"

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 :-

MODERN ENGINEERS & ARCHITECTS LTD.


46, KAZI NAZRUL ISLAM AVENUE KAWRAN BAZAR DHAKA -1215 PHONE # 8130615, 9117465.

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

TOTAL FLOOR AREA=16365 SFT=1521 SQM


PROPOSD FLOOR AREA=10231 SFT=951 SQM
PROJ ECT :-

CONSTRUCTION OF VERTICAL EXPANSION ( 5TH FLOOR


REST PART) OF MOGHBAZAR TELEPHONE EXCHANGE
BUILDING AT MOGHBAZAR, DHAKA .

OWNER:

ARCHITECTS

MD. AMIR HOSSAIN

B.T.C.L
ENGINEERS

DRGTITLE:-

MD.MESBA UL KABIR
Auto CADBY :-

DR.MD.MOZAMMEL HOQUE MD. MOFIZUL ISLAM


MUNIR M. SARKAR

5TH FLOOR PLAN

S-ar putea să vă placă și