You are on page 1of 452

GOVERNMENT OFGUJARAT

DAMREHABILITITIONANDIMPROVEMENTPROJECT (Phase-II)
REQUEST FOR BIDS NO..........2020/21

NATIONAL OPEN COMPETITIVE PROCUREMENT


(Single Stage Two-Envelope BiddingProcesswith e-Procurement)

(FOR ITEMRATE/ADMEASUREMENTCONTRACTS INCIVIL WORKS)


NAME OF WORK : CONSTRUCTION NEW ADMENSTRATIVE BLOCK &
FLOOD CELL AT DIWADA COLONY

From
To
PERIOD OF SALE OF BIDDING
DOCUMENT

TIME AND DATE OF PRE-BID Date Time


MEETING 14:00 HOURS

LAST DATE AND TIME FOR Date Time


RECEIPT OF BIDS 16:00 HOURS

TIME AND DATE OF OPENING Date Time


OF BIDS- Technical Part 16:30 HOURS

PLACE OF OPENING OFBIDS :OFFICEOFSUPERINTENDING ENGINEER,PANAM


PROJECT CIRCLE, GODHARA

OFFICER INVITING BIDS :OFFICE OF EXECUTIVE ENGINEER,


KADANA DIVISION NO.1 ,DIWADA COLONY -389250,
KADANA,PANCHMAHAL, GUJARAT

…2021
REQUESTFORBIDS

(RFB)

GOVERNMENT OFGUJARAT
DAMREHABILITITIONANDIMPROVEMENT PROJECT

REQUEST FORBIDS (RFB) E-


Procurement Notice
(Single Stage Two-EnvelopeBiddingProcess with e-Procurement)

NATIONALOPENCOMPETITIVEPROCUREMENT

NameofProject:DamRehabilitationandImprovementProject(DRIP-II)

Contract Title: CONSTRUCTION NEW ADMENSTRATIVE BLOCK & FLOOD CELL AT


DIWADA COLONY, Ta: Kadana, Dist: Panchamahal.

LoanNo./Credit No./ Grant No.: ……………………………………….

RFBReferenceNo.: ……………………………
Date: …………………….

1. The Government of India has applied for financing from the World Bank toward the cost
of the Dam Rehabilitation and Improvement Project and intends to apply part of the
proceeds toward eligible payments under the contract for construction of works as
detailed below.

2. Bidding will be conducted through national open competitive procurement using a


Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for
IPF Borrowers, July 2016,_Revised August 2018 (“Procurement Regulations”), and is
open to all Bidders as defined in the Procurement Regulations.

3. Bidders from India should, however, be registered with the Government of India or
other State Governments/Government of India, or State/Central Government
Undertakings.

4. The Executive Engineer, Kadana Division No.1, Diwada Colony, Kadana now invites online
Bids from eligible Bidders for the construction of works detailed below in the table. The
bidders may submit bids for any or allof the works indicated therein. Interested bidders
may obtain further information and inspect the bidding document at the address given
below during office hours.Bidders are advised to note the clauses on eligibility (Section I
Clause 4) and minimum qualification criteria (Section III – Evaluation and Qualification

Page | 2
Criteria), to qualify for the award of the contract. In addition, please refer to paragraphs
3.14 and 3.15 of the “Procurement Regulations” setting forth the World Bank’s policy on
conflict of interest.

5. Thebiddingdocumentis are availableonlineonwww.nwr.nprocure.com,from…………..to


…………….foranon-refundablefee as indicated in the table below, in the form of
Demand Draft (DD) on any Scheduled/Nationalized bank payable atUkaiinfavourof The
Executive Engineer, Kadana Division No.1, Diwada Colony, Kadana (Payment documents
are to be submitted as per the procedure described in paragraph 9 below). Bidders will
be required to register on the website.The bidders would be responsible for ensuring
that any addenda available on the website is also downloaded and incorporated.

6. Bidders who wish to participate in this tender shall have to register on


nwr.nprocure.com Bidders who wish to participate in online bid shall have to procure
Digital Certificate as per Information Technology Act-2000 using which they can sign
their electronic bids. Bidders can procure the same from the below mentioned address
and they shall assist them in procuring the same.
Address: (n) code solution –A division of GNFC Ltd. 301, GNFC Info tower, S.G. Road,
Bodakdev, Ahmedabad: 380054 (Gujarat), Toll Free No.18002331010 (Extn.no.321).
Email: djkantharia@gnfc.net. www.ncodesolutions.com Phone No.079-26857316 / 17 / 18
Fax: 079- 26857321

7. Bidscomprise two Parts, namely the Technical Part and the Financial Part, andboth parts
must be submitted simultaneously online website: www.nwr.nprocure.com, on or before
16:00 hours on ……2021and the ‘Technical Part’ of the bids will be publicly opened online
on ……2021at 16:30 hours, in the presence of the bidders designated representatives
who wish to attend.The “Financial Part” shall remain unopenedin the e-procurement
system until the second public Bid opening for the financial part. Any bid or modifications
to bid (including discount) received outside e-procurement system will not be considered.
If the office happens to be closed on the date of opening of the bids as specified, the bids
will be opened on the next working day at the same time and venue. The electronic
bidding system would not allow any late submission of bids.

8. All Bids must be accompanied by a Bid Security of the amount specified for the work in
the table below, drawn in favour of The Executive Engineer, Kadana Division No.1, Diwada
Colony, Kadana Bid security will have to be in any one of the forms as specified in the
bidding document and shall have to be valid for 45 days beyond the validity of the bid.
Procedure for submission of bid security is described in Para 9.

9. The bidders are required to submit (a) original payment documents towards the cost of
bid document; and registration on e-procurement website (if applicable); (b) original bid
security; and (c) original affidavit regarding correctness of information furnished with bid
document with The Executive Engineer, Kadana Division No.1 ,Diwada Colony - 389250,
Taluka-Kadana, Dist. Panchmahal, Gujarat before the bid submission deadline, either by
registered post/speed post/courier or by hand, failing which the bids will be declared non-
responsive and will not be opened.

Page | 3
10. A pre-bid meeting will be held on……2021at 14:00 hours at the office of Office of Chief
Engineer and Additional Secretary (South Gujarat), Block No. 09, 2nd Floor, Sachiwalay,
Gandhinagar, Gujarat to clarify the issues and to answer questions on any matter that may
be raised at that stage as stated in ITB Clause 7.4 of ‘Instructions to Bidders’ of the
bidding document.Bidders are advised to download the bidding document prior to the
pre-bid meeting in order for bidders to have a good understanding of the scope of work
under this contract for discussion and clarification at the pre-bid meeting.

11. Other details can be seen in the bidding document.The Employer shall not be held liable
for any delays due to system failure beyond its control. Even though the system will
attempt to notify the bidders of any bid updates, the Employer shall not be liable for any
information not received by the bidder. It is the bidders’ responsibility to verify the
website for the latest information related to this bid.

12. The address for communication is as under:


Office of Executive Engineer
Kadana Division No.1, Diwada Colony - 389250,
Ta. Kadana, Dist. Panchamahal
Contact No.
E-Mail Id:

TABLE

Package NameofWork Bid Security Costof Periodof


No (Rs.) Document Completion
(Rs.)
1 2 3 4 5
01 CONSTRUCTION NEW Rs.3,72,499 /- Rs. 5,000/- 18 Months
ADMENSTRATIVE BLOCK & (Including
FLOOD CELL AT DIWADA Rainy
season)
COLONY

Executive Engineer
Kadana Division.1,
Diwada Colony

Page | 4
TableofContents

NATIONAL OPEN COMPETITIVE PROCUREMENT ................................................................................. 1


PART 1 – Bidding Procedures ................................................................................................................ 7
Section I - Instructions to Bidders......................................................................................................... 8
A. General ............................................................................................................................................. 8
1. Scope of Bid ....................................................................................................................... 8
2. Source of Funds ................................................................................................................. 9
3. Fraud and Corruption........................................................................................................ 10
4. Eligible Bidders ................................................................................................................. 10
5. Eligible Materials, Equipment and Services ...................................................................... 13
B. Contents of Bidding Document ....................................................................................................... 13
6. Sections of Bidding Document ......................................................................................... 13
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ......................................... 14
8. Amendment of Bidding Document ................................................................................... 16
C. Preparation of Bids .......................................................................................................................... 16
9. Cost of Bidding ................................................................................................................. 16
10. Language of Bid ................................................................................................................ 16
11. Documents Comprising the Bid ........................................................................................ 16
12. Process of Bid Submission ................................................................................................ 18
13. Alternative Bids................................................................................................................. 18
14. Bid Prices and Discounts ................................................................................................... 19
15. Currencies of Bid and Payment ......................................................................................... 21
16. Documents Comprising the Technical Proposal ............................................................... 21
17. Documents Establishing the Eligibility and Qualifications of the Bidder .......................... 21
18. Period of Validity of Bids ................................................................................................... 22
19. Bid Security ....................................................................................................................... 22
20. Format and Signing of Bid ............................................................................................... 24
D. Online Submission and Opening of Bids..........................................................................................25
21. Preparation of Bids ...........................................................................................................25
22. Deadline for Submission of Bids ...................................................................................... 26
23. Late Bids .......................................................................................................................... 26
24. Withdrawal, Substitution, and Modification of Bids ........................................................ 26
E. Public Opening of Technical Parts of Bids ....................................................................................... 27
25. Public Opening of Technical Parts of Bids......................................................................... 27
F. Evaluation of Bids – General Provisions .......................................................................................... 28
26. Confidentiality ................................................................................................................. 28
27. Clarification of Bids .......................................................................................................... 28
28. Deviations, Reservations, and Omissions ........................................................................ 28
29. Nonmaterial Nonconformities ......................................................................................... 29
G. Evaluation of Technical Parts of Bids.............................................................................................. 29
30. Evaluation of Technical Parts ........................................................................................... 29
31. Determination of Responsiveness ................................................................................... 29
32. Qualification of the Bidder............................................................................................... 30
33. Subcontractors ................................................................................................................. 31
H. Public Opening of Financial Parts of Bids ........................................................................................ 31
34. Public Opening of Financial Parts ..................................................................................... 31
I. Evaluation of Financial Parts of Bids ................................................................................................. 32
35. Evaluation of Financial Parts ............................................................................................. 32
36. Correction of Arithmetical Errors .....................................................................................33
37. Conversion to Single Currency ......................................................................................... 34
38. Margin of Preference ....................................................................................................... 34
Page | 5
39. Comparison of Financial Parts ......................................................................................... 34
40. Abnormally Low Bids ....................................................................................................... 34
41. Unbalanced or Front-Loaded Bids ................................................................................... 34
42. Most Advantageous Bid ...................................................................................................35
43. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ..................................35
44. Standstill Period ................................................................................................................35
45. Notice of Intention to Award ............................................................................................35
J. Award of Contract ............................................................................................................................35
46. Award Criteria ...................................................................................................................35
47. Notification of Award ...................................................................................................... 36
48. Debriefing by the Employer ............................................................................................. 36
49. Signing of Contract .......................................................................................................... 36
50. Performance Security .......................................................................................................37
51. Adjudicator ...................................................................................................................... 38
Section II - Bid Data Sheet (BDS) ........................................................................................................ 39
Section III - Evaluation and Qualification Criteria................................................................................ 45
Section IV - Bidding Forms .................................................................................................................. 58
Section V - Eligible Countries ............................................................................................................. 148
Section VI - Fraud and Corruption...................................................................................................... 149
PART 2 – Work’s Requirements .......................................................................................................... 151
Section VII-Works’ Requirements ...................................................................................................... 153

PART 3 – Conditions of Contract and.................................................................................................. 24


Contract Forms .................................................................................................................................. 148
Section VIII - General Conditions of Contract .................................................................................... 142
Section IX -Particular Conditions of Contract .................................................................................... 193
Salient Features of Labour & Environment Protection Laws ............................................................ 216
Appointment of Adjudicator ............................................................................................................. 225

Page | 6
PART 1 – BIDDING PROCEDURES

Page | 7
Section – I – Instructions to Bidders

Section I - Instructions to Bidders

A. General

1. Scope of Bid 1.1 In connection with the Specific Procurement Notice - Request
for Bids (RFB), specified in the Bid Data Sheet (BDS),the
Employer, as specified in the BDS, issues this bidding
document for the provision of Works as specified in Section
VII, Works’ Requirements. The name, identification and
number of lots (contracts) of thisRFB are specified in the BDS.
1.2 Throughout this bidding document:
(a) the term “in writing” means communicated in written
form (e.g. by mail, e-mail, and fax, including if specified
in the BDS, distributed or received through the
electronic-procurement system used by the Employer)
with proof of receipt
(b) if the context so requires, “singular” means “plural” and
vice versa
(c) “Day” means calendar day, unless otherwise specified
as “Business Day”. A Business Day is any day that is
working day of the Borrower. It excludes the Borrower’s
official public holidays
(d) the term “ES” means environmental and social (including
Sexual Exploitation, and Abuse (SEA), and Sexual
Harassment (SH));

(e)“Sexual Exploitation and Abuse” “(SEA)” stands for the


following:
(i) Sexual exploitation is defined as any actual or
attempted abuse of position of vulnerability,
differential power or trust, for sexual purposes,
including, but not limited to, profiting monetarily,
socially or politically from the sexual exploitation of
another.
(ii)
(ii) “Sexual Abuse” is defined as the actual or
threatened physical intrusion of a sexual nature,
whether by force or under unequal or coercive
conditions;

Page | 8
Section – I – Instructions to Bidders

f) “Sexual Harassment” “(SH)” is defined as unwelcome sexual


advances, requests for sexual favors, and other verbal or
physical conduct of a sexual nature by the Contractor’s
Personnel with other Contractor’s or Employer’s Personnel;

(g) “Contractor’s Personnel” is as defined in Sub-Clause 1 (ii)of


the General Conditions of Contract and
(h) “Employer’s personnel” is as defined in GCC Sub-Clause 1
(nn) of the General Conditions of Contract.

A non-exhaustive list of (i) behaviors which constitute SEA and (ii)


behaviors which constitute SH is attached to the Code of Conduct
form in Section IV.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”)


specified in the BDS has received or has applied for financing
(hereinafter called “funds”) from the International Bank for
Reconstruction and Development or the International
Development Association (hereinafter called “the Bank”) in an
amount specified in the BDS, toward the project named in the
BDS. The Borrower intends to apply a portion of the funds to
eligible payments under the contract(s) for which this bidding
document is issued.
2.2 Payment by the Bank will be made only at the request of the
Borrower and upon approval by the Bank, and will be subject,
in all respects, to the terms and conditions of the Loan (or
other financing) Agreement. The Loan (or other financing)
Agreement prohibits a withdrawal from the loan account for
the purpose of any payment to persons or entities, or for any
import of goods, equipment, plant, or materials, if such
payment or import is prohibited by a decision of the United
Nations Security Council taken under Chapter VII of the
Charter of the United Nations. No party other than the
Borrower shall derive any rights from the Loan (or other
financing) Agreement or have any claim to the proceeds of the
Loan (or other financing).

Page | 9
Section – I – Instructions to Bidders

3. Fraud and 3.1 The Bank requires compliance with the Bank’s Anti-Corruption
Corruption Guidelines and its prevailing sanctions policies and procedures
as set forth in the WBG’s Sanctions Framework, as set forth in
Section VI.
3.2 In further pursuance of this policy, bidders shall permit and
shall cause their agents (whether declared or not),
subcontractors, sub-consultants, service providers, suppliers,
and personnel, to permit the Bank to inspect all accounts,
records and other documents relating to any initial selection
process, prequalification process, bid submission, proposal
submission, and contract performance (in the case of award),
and to have them audited by auditors appointed by the Bank.
4. Eligible Bidders 4.1 A Bidder may be a firm that is a private entity, or a state-
owned enterprise or institution subject to ITB 4.6, or any
combination of them in the form of a joint venture (JV), under
an existing agreement, or with the intent to enter into such an
agreement supported by a letter of intent, unless otherwise
specified in the BDS. In the case of a joint venture, all
members shall be jointly and severally liable for the execution
of the entire Contract in accordance with the Contract terms.
The JV shall nominate a Representative who shall have the
authority to conduct all business for and on behalf of any and
all the members of the JV during the Bidding process and, in
the event the JV is awarded the Contract, during contract
execution. This authorization shall be evidenced by submitting
a power of attorney signed by legally authorized signatories of
all members. Unless specified in the BDS, there is no limit on
the number of members in a JV. The joint venture agreement
shall be registered in the place specified in BDSsoastobe
legally valid and binding on members.
4.2 A Bidder shall not have a conflict of interest. All Bidders found
to have a conflict of interest shall be disqualified. A Bidder
may be considered to have a conflict of interest for the
purpose of this Bidding process, if the Bidder:
(a) directly or indirectly controls, is controlled by or is under
common control with another Bidder; or
(b) receives or has received any direct or indirect subsidy

Page | 10
Section – I – Instructions to Bidders

from another Bidder; or


(c) has the same legal representative as another Bidder; or
(d) has a relationship with another Bidder, directly or
through common third parties, that puts it in a position
to influence the Bid of another Bidder, or influence the
decisions of the Employer regarding this bidding
process; or
(e) any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of
the works that are the subject of the Bid; or
(f) any of its affiliates has been hired (or is proposed to be
hired) by the Employer or Borrower as Project Manager
(Engineer) for the Contract implementation
(g) would be providing goods, works, or non-consulting
services resulting from or directly related to consulting
services for the preparation or implementation of the
project specified in the BDS ITB 2.1 that it provided or
were provided by any affiliate that directly or indirectly
controls, is controlled by, or is under common control
with that firm;
(h) has a close business or family relationship with a
professional staff of the Borrower (or of the project
implementing agency, or of a recipient of a part of the
loan) who: (i) are directly or indirectly involved in the
preparation of the bidding document or specifications
of the contract, and/or the Bid evaluation process of
such contract; or (ii) would be involved in the
implementation or supervision of such contract
unlessthe conflict stemming from such relationship has
been resolved in a manner acceptable to the Bank
throughout the procurement process and execution of
the contract.
4.3 A firm that is a Bidder (either individually or as a JV member)
shall not participate in more than one Bid, except for
permitted alternative Bids. This includes participation as a
Subcontractor in other Bids. Such participation shall result in
the disqualification of all Bids in which the firm is involved. A

Page | 11
Section – I – Instructions to Bidders

firm that is not a Bidder or a JV member may participate as a


subcontractor in more than one Bid.
4.4 A Bidder may have the nationality of any country, subject to
the restrictions pursuant to ITB 4.8. A Bidder shall be deemed
to have the nationality of a country if the Bidder is
constituted, incorporated or registered in and operates in
conformity with the provisions of the laws of that country, as
evidenced by its articles of incorporation (or equivalent
documents of constitution or association) and its registration
documents, as the case may be. This criterion also shall apply
to the determination of the nationality of proposed
subcontractors or sub-consultants for any part of the
Contract including related Services.
4.5 A Bidder that has been sanctioned by the Bank, pursuant to
the Bank’s Anti-Corruption Guidelines, in accordance with its
prevailing sanctions policies and procedures as set forth in the
WBG’s Sanctions Framework as described in Section VI
paragraph 2.2 d., shall be ineligible to be prequalified for,
initially selected for, bid for, propose for, or be awarded a
Bank-financed contract or benefit from a Bank-financed
contract, financially or otherwise, during such period of time
as the Bank shall have determined. The list of debarred firms
and individuals is available at the electronic address specified
in the BDS.
4.6 Bidders that are state-owned enterprises or institutions in the
Employer’s Country may be eligible to compete and be
awarded a Contract(s) only if they can establish, in a manner
acceptable to the Bank, that they (i) are legally and financially
autonomous (ii) operate under commercial law, and (iii) are
not under supervision of the Employer.
4.7 A Bidder shall not be under suspension from Bidding by the
Employer as the result of the operation of a Bid–Securing or
Proposal-Securing Declaration.
4.8 Firms and individuals may be ineligible if so indicated in Section
V and (a) as a matter of law or official regulations, the
Borrower’s country prohibits commercial relations with that
country, provided that the Bank is satisfied that such exclusion

Page | 12
Section – I – Instructions to Bidders

does not preclude effective competition for the supply of


goods or the contracting of works or services required; or (b)
by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s country prohibits any import
of goods or contracting of works or services from that
country, or any payments to any country, person, or entity in
that country. When the Works are implemented across
jurisdictional boundaries (and more than one country is a
Borrower, and is involved in the procurement), then exclusion
of a firm or individual on the basis of ITB 4.8 (a) above by any
country may be applied to that procurement across other
countries involved, if the Bank and the Borrowers involved in
the procurement agree.
4.9 A Bidder shall provide such documentary evidence of eligibility
satisfactory to the Employer, as the Employer shall reasonably
request.

5. Eligible 5.1 The materials, equipment and services to be supplied under


Materials, the Contract and financed by the Bank may have their origin in
Equipment and any country subject to the restrictions specified in Section V,
Services Eligible Countries, and all expenditures under the Contract will
not contravene such restrictions. At the Employer’s request,
Bidders may be required to provide evidence of the origin of
materials, equipment and services.
B. Contents of Bidding Document

6. Sections of 6.1 The bidding document consists of Parts 1, 2, and3, which


Bidding include all the sections specified below, and which should be
Document read in conjunction with any Addenda issued in accordance
with ITB 8.
PART 1 Bidding Procedures
• Section I - Instructions to Bidders (ITB)
• Section II - Bid Data Sheet (BDS)
• Section III - Evaluation and Qualification Criteria
• Section IV - Bidding Forms
• Section V - Eligible Countries

Page | 13
Section – I – Instructions to Bidders

• Section VI - Fraud and Corruption


PART 2 Works’ Requirements
• Section VII - Works’ Requirements
PART 3 Conditions of Contract and Contract Forms
• Section VIII - General Conditions of Contract (GCC)
• Section IX –ParticularConditions of Contract (PCC)
• Section X - Contract Forms

6.2 The Specific Procurement Notice - Request for Bids (RFB)


issued by the Employer is not part of this bidding document.
6.3 Unless obtained directly from the Employer or downloaded
from the official website specified in the ‘E-Procurement
Notice’, the Employer is not responsible for the completeness
of the bidding document, responses to requests for
clarification, the minutes of the pre-Bid meeting (if any), or
Addenda to the bidding document in accordance with ITB 8.
In case of any contradiction, documents obtained directly
from the Employer or downloaded from the official website
specified in the ‘E-Procurement Notice’ shall prevail.
6.4 The Bidder is expected to examine all instructions, forms,
terms, and specifications in the bidding documentand to
furnish with its Bid all information and documentation as is
required by the bidding document.
7. Clarification of 7.1 The electronic bidding system specified in the BDS provides
Bidding for online clarifications. A Bidder requiring any clarification on
Document, Site the bidding document may notify the Employer online or raise
Visit, Pre-Bid its inquiries during the pre-Bid meeting if provided for in
Meeting accordance with ITB 7.4. Clarifications requested through any
other mode shall not be considered by the Employer. The
Employer will respond to any request for clarification,
provided that such request is received prior to the deadline
for submission of Bids within a period specified in the BDS.
Description of clarification sought and the response of the
Employer shall be uploaded for information of all Bidders
without identifying the source of request for clarification.
Should the clarification result in changes to the essential
elements of the bidding document, the Employer shall amend

Page | 14
Section – I – Instructions to Bidders

the bidding document following the procedure under ITB 8


and ITB 22.2. It is the bidder’s responsibility to check on the e-
procurement system, for any addendum/ amendment/
corrigendum to the bidding document.
7.2 The Bidder is advised to visit and examine the Site of Works
and its surroundings and obtain for itself on its own
responsibility all information that may be necessary for
preparing the bid and entering into a contract for
construction of the Works. The costs of visiting the Site shall
be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and
lands for the purpose of such visit, but only upon the express
condition that the Bidder, its personnel, and agents will
release and indemnify the Employer and its personnel and
agents from and against all liability in respect thereof, and will
be responsible for death or personal injury, loss of or damage
to property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.
7.4 If sospecified in the BDS, the Bidder’s designated
representative is invited to attend a pre-Bid meeting and/or a
Site of Works visit. The purpose of the meeting will be to
clarify issues and to answer questions on any matter that may
be raised at that stage.
7.5 The Bidder is requested, to submit any questions only through
the e-procurement portal, not later than one week before the
meeting. Clarifications requested through any other mode
shall not be considered by the Employer.
7.6 Minutes of the pre-Bid meeting, if applicable, including the
text of the questions asked by Bidders, without identifying
the source, and the responses given, together with any
responses prepared after the meeting, will be uploaded
online on e-procurement system. Any modification to the
bidding document that may become necessary as a result of
the pre-Bid meeting shall be made by the Employer exclusively
through the issue of an addendum pursuant to ITB 8 and not
through the minutes of the pre-Bid meeting. It is the bidder’s

Page | 15
Section – I – Instructions to Bidders

responsibility to check on the e- procurement system, for any


addendum/ amendment/ corrigendum to the bidding
document. Nonattendance at the pre-Bid meeting will not be
a cause for disqualification of a Bidder.
8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the
Bidding Employer may amend the bidding document by issuing
Document addenda.
8.2 Any addendum issued shall be part of the bidding document
and shall be deemed to have been communicated to all the
bidders. The addenda will appear on the e-procurement
system under “Latest Corrigendum”, and Email notification is
also automatically sent to those bidders who have started
working on the tender, unless otherwise specified in the BDS.
The Employer shall not be liable for any information not
received by the bidder. It is the bidders’ responsibility to verify
the website for the latest information related to this bid.
8.3 To give prospective Bidders reasonable time in which to take
an addendum into account in preparing their Bids, the
Employer may, at its discretion, extend the deadline for the
submission of Bids, pursuant to ITB 22.2.

C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation
and submission of its Bid, and the Employer shall in no case be
responsible or liable for those costs, regardless of the
conduct or outcome of the Bidding process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating
to the Bid exchanged by the Bidder and the Employer, shall be
written in English. Supporting documents and printed
literature that are part of the Bid 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 Bid, such translation shall govern.
11. Documents 11.1 The Bid shall comprise two Parts, namely the Technical Part
Comprising the and the Financial Part. These two Parts shall be submitted
Bid simultaneously.
11.2 The Technical Part shall contain the following:

Page | 16
Section – I – Instructions to Bidders

(a) Letter of Bid– Technical Part prepared in accordance


with ITB 12 and ITB 14,
(b) Bid Security or Bid-Securing Declaration in accordance
with ITB 19.1,
(c) Alternative Bid – Technical Part, if permissible, in
accordance with ITB 13, the Technical Part of any
Alternative Bid,
(d) Authorization: written confirmation authorizing the
signatory of the Bid to commit the Bidder, in accordance
with ITB 20.3, and in accordance with ITB 20.4 in case of
a JV,
(e) Bidder’s Eligibility: documentary evidence in
accordance with ITB 17 establishing the Bidder’s
eligibility to Bid,
(f) Qualifications: documentary evidence in accordance
with ITB 17 establishing the Bidder’s qualifications to
perform the contract if its Bid is accepted,
(g) Conformity: a technical proposal in accordance with ITB
16,
(h) Construction methodology as detailed in Para 1.1 of
Section III Evaluation Criteria,
(i) Contractor Registration certificate (as per RFB); and
(j) any other document required in the BDS.
11.3 The Financial Part shall contain the following:
(a) Letter of Bid – Financial Part: prepared in accordance
with ITB 12 and ITB 14,
(b) Completed Schedules including priced Bill of Quantities
in accordance with ITB 12 and ITB 14, as specified in BDS,
(c) Alternative Bid - Financial Part: if permissible in
accordance with ITB 13; and
(d) any other documentrequired in the BDS.
11.4 The Technical Part shall not include any information related to
the Bid price. Where material financial information related to
the Bid price is contained in the Technical Part the Bid shall be
declared non-responsive.
11.5 In addition to the requirements under ITB 11.2, Bids submitted
by a JV (where permitted) shall include a copy of the Joint

Page | 17
Section – I – Instructions to Bidders

Venture Agreement entered into by all members.


Alternatively, a letter of intent to execute a Joint Venture
Agreement in the event of a successful Bid shall be signed by
all members and submitted with the Bid, together with a copy
of the proposed Agreement.
11.6 The Bidder shall furnish in the Letter of Bid – Financial Part
information on commissions and gratuities, if any, paid or to
be paid to agents or any other party relating to this Bid.
12. Process of Bid 12.1 The Letter of Bid – Technical Part, Letter of Bid – Financial Part,
Submission Schedules including Bill of Quantities, and all documents
listed under Clause 11, shall be prepared using the relevant
forms furnished in Section IV, Bidding Forms. The forms must
be completed without any alterations to the text, and no
substitutes shall be accepted except as provided under ITB
20.3. All blank spaces shall be filled in with the information
requested.
12.2 Entire Bid including the Letters of Bid, schedules and filled-up
Bill of Quantitiesshall be submitted online on e-procurement
system specified in ITB 7.1. Details and process of online
submission of the tender and relevant documents are given in
the website mentioned above. Scanned copies of documents
listed in ITB Clauses 11 and 12.3 should also be uploaded on
this website.
12.3 Submission of Original Documents: The bidders are required
to separately submit (i) original payment documents towards
the cost of bid document; and registration on e-procurement
website (if applicable); (ii) original bid securityor Bid-Securing
Declaration in approved form; and (iii) original affidavit
regarding correctness of information furnished with bid
document, with the office specified in the BDS, before the
Bid submission deadline, either by registered/speed
post/courier or by hand, failing which the bids will be
declared non-responsive and will not be opened. Hard copy
of rest of the bid or any other document are not to be
submitted.
13. Alternative Bids 13.1 Unless otherwise specified in the BDS, alternative Bids shall
not be considered.

Page | 18
Section – I – Instructions to Bidders

13.2 When alternative times for completion are explicitly invited, a


statement to that effect will be included in the BDS and the
method of evaluating different alternative times for
completion will be described in Section III, Evaluation and
Qualification Criteria.
13.3 Except as provided under ITB 13.4 below, Bidders wishing to
offer technical alternatives to the requirements of the
bidding document must first price the Employer’s design as
described in the bidding document and shall further provide
all information necessary for a complete evaluation of the
alternative by the Employer, including drawings, design
calculations, technical specifications, breakdown of prices,
and proposed construction methodology and other relevant
details. Only the technical alternatives, if any, of the Bidder
with the Most Advantageous Bid conforming to the basic
technical requirements shall be considered by the Employer.
13.4 When specified in the BDS, Bidders are permitted to submit
alternative technical solutions for specified parts of the
Works. Such parts will be identified in the BDS and described
in Section VII-Works’ Requirements. The method for their
evaluation will be stipulated in Section III-Evaluation and
Qualification Criteria.
14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of
Discounts Bid –Financial Part and in the Schedules including Bill of
Quantities shall conform to the requirements specified
below.
14.2 The Bidder shall submit a Bid for the whole of the Works
described in ITB 1.1 by filling in prices for all items of the
Works, as identified in Section IV - Bidding Forms along with
the total bid price (both in figures and words). The Bidder
shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no
rate or price is entered by the Bidder 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 Bill of
Quantities. Corrections if any, in the bid can be carried out by
editing the information before electronic submission on e-

Page | 19
Section – I – Instructions to Bidders

procurement portal.

14.3 The price to be quoted in the Letter of Bid – Financial Part, in


accordance with ITB 12.1, shall be the total price of the Bid,
excluding any discounts offered.
14.4 The Bidder shall quote any discounts and indicate the
methodology for their application in the Letter of Bid –
Financial Part in accordance with ITB 12.1.
14.5 Unless otherwise specified in the BDS and the Conditions of
Contract, the prices quoted by the Bidder shall be fixed.
14.6 Ifsospecified in ITB 1.1, Bids are invited for individual lots
(contracts)or for any combination of lots (packages). Bidders
wishing to offer discounts for the award of more than one
Contract shall specify in their Bid the price reductions
applicable to each package, or alternatively, to individual
Contracts within the package. Discounts shall be submitted in
accordance with ITB 14.4, provided the Bids for all lots
(contracts) are opened at the same time.
14.7 All duties, taxes, and other levies payable by the Contractor
under the Contract, or for any other cause, as of the deadline
for submission of Bids, shall be included in the rates and
prices and the total Bid price submitted by the Bidder.
14.8 Bidders may like to ascertain availability of tax/duty exemption
benefits available in India. They are solely responsible for
obtaining such benefits which they have considered in their
bid and in case of failure to receive such benefits for reasons
whatsoever, the Employer will not compensate the bidder
(Contractor). The bidder shall furnish along with his bid a
declaration to this effect in the Declaration Format provided
in Section IV of the bidding document.
Where the bidder has quoted taking into account such
benefits, it must give all information required for issue of
certificates in terms of the Government of India’s relevant
Notifications as per the declaration format. In case the bidder
has not provided the required information or has indicated to
be furnished lateron in the Declaration Format, the same
shall be construed that the goods/construction equipment

Page | 20
Section – I – Instructions to Bidders

for which certificate is required is Nil.


To the extent the Employer determines the quantities
indicated therein are reasonable keeping in view the
quantities in bill of quantities, construction program and
methodology, the certificates will be issued within 60 days of
signing of the contract and no subsequent changes will be
permitted. In case of materials pertaining to Variation items
and quantities, the certificate shall be issued only on request
from the Contractor when in need and duly certified by the
Project Manager.
No certificate will be issued for items where no
quantity/capacity of equipment is indicated in the statement.
If the bidder has considered the tax/duty exemption for
materials/construction equipment to be bought for the work,
the bidder shall confirm and certify that the Employer will not
be required to undertake any responsibilities of the
Government of India Scheme or the said exemptions being
available during the contract execution, except issuing the
required certificate. The bids which do not conform to the
above provisions or any condition by the bidder which makes
the bid subject to availability of tax/duty exemption for
materials/construction equipment or compensation on
withdrawal of any variations to the said exemptions will be
treated as non-responsive and rejected.
Any delay in procurement of the construction equipment/
machinery/goods as a result of the above shall not be a cause
for granting any extension of time.
15. Currencies of Bid 15.1 The unit rates and prices shall be quoted by the Bidder and
and Payment shall be paid for, entirely in Indian Rupees.
16. Documents 16.1 The Bidder shall furnish a technical proposal in the Technical
Comprising the Part of the Bid, including a statement of work methods,
Technical equipment, personnel, schedule and any other information as
Proposal stipulated in Section IV, Bidding Forms, in sufficient detail to
demonstrate the adequacy of the Bidders’ proposal to meet
the work’s requirements and the completion time.
17. Documents 17.1 To establish Bidder’s eligibility in accordance with ITB 4,
Establishing the Bidders shall complete the Letter of Bid – Technical Part,

Page | 21
Section – I – Instructions to Bidders

Eligibility and included in Section IV, Bidding Forms.


Qualifications of 17.2 In accordance with Section III, Evaluation and Qualification
the Bidder Criteria, to establish its qualifications to perform the
Contract, the Bidder shall provide the information requested
in the corresponding information sheets included in Section
IV, Bidding Forms.
18. Period of Validity 18.1 Bids shall remain valid for 90 days or for the Bid Validity period
of Bids specified in the BDS. The Bid Validity period starts from the
date fixed for the Bid submission deadline (as prescribed by
the Employer in accordance with ITB 22.1). A Bid valid for a
shorter period shall be rejected by the Employer as
nonresponsive.
18.2 In exceptional circumstances, prior to the expiration of the Bid
validity period, the Employer may request Bidders to extend
the period of validity of their Bids. The request and the
responses shall be made in writing. If a Bid Security is
requested in accordance with ITB 19, it shall also be extended
for forty-five (45) days beyond the deadline of the extended
validity period. A Bidder may refuse the request without
forfeiting its Bid Security. A Bidder granting the request shall
not be required or permitted to modify its Bid, except as
provided in ITB 18.3.
18.3 If the award is delayed by a period exceeding fifty-six (56) days
beyond the expiry of the initial Bid validity period, the
Contract price shall be determined as follows:
(a) in the case of fixed price contracts, the Contract price
shall be the Bid price adjusted by the factor specified in
theBDS.
(b) in the case of adjustable price contracts, no adjustment
shall be made; or
(c) in any case, Bid evaluation shall be based on the Bid
price without taking into consideration the applicable
correction from those indicated above.
19. Bid Security 19.1 The Bidder shall furnish as part of the Technical Part of its Bid,
either a Bid-Securing Declaration or a Bid Security as
specified in the BDS, in original form; and, in the case of a Bid
security, for the amount specified in the BDS.

Page | 22
Section – I – Instructions to Bidders

19.2 A Bid Securing Declaration shall use the form included in


Section IV, Bidding Forms.
19.3 If a Bid Security is specified pursuant to ITB 19.1, the Bid Security
shall be a demand guarantee in any of the following forms at
the Bidder’s option:
(a) an unconditional bank guarantee issued by a
Nationalized or Scheduled bank located in India.
(b) an irrevocable letter of credit issued by a Nationalized or
Scheduled bank located in India.
(c) a cashier’s or certified check or demand draft issued by
a Nationalized or Scheduled bank located in India.
(d) another security specified in the BDS,
In the case of a bank guarantee, the Bid Security shall be
submitted using the Bid Security Form included in Section IV,
Bidding Forms. The form must include the complete name of
the Bidder. The Bid Security shall be valid for forty-five (45)
days beyond the original validity period of the Bid, or beyond
any period of extension if requested under ITB 18.2.
19.4 If a Bid Security or Bid Securing Declaration is specified
pursuant to ITB 19.1, any Bid not accompanied by a
substantially responsive Bid Security or Bid Securing
Declaration shall be rejected by the Employer as non-
responsive.
19.5 If a Bid Security is specified pursuant to ITB 19.1, the Bid
Security of unsuccessful Bidders shall be returned as promptly
as possible upon the successful Bidder’s signing the Contract
and furnishing the Performance Security and if required in the
BDS, the Environmental and Social (ES) Performance Security
pursuant to ITB 50.
19.6 The Bid Security of the successful Bidder shall be returned as
promptly as possible once the successful Bidder has signed
the Contract and furnished the required Performance Security
and if required in the BDS, the Environmental and Social (ES)
Performance Security. .
19.7 The Bid Security may be forfeited, or the Bid-Securing
Declaration executed:
(a) if a Bidder withdraws/modifies/substitutes its Bid during

Page | 23
Section – I – Instructions to Bidders

the period of Bid validity specified by the Bidder on the


Letter of Bid - Technical Part and repeated in Letter of
Bid - Financial Part, or any extension thereto provided
by the Bidder; or
(b) if the Bidder does not accept the correction of its Bid
Price pursuant to ITB 36; or
(c) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 49; or
(ii) furnish a Performance Security and if required in the
BDS, the Environmental and Social (ES) Performance
Security in accordance with ITB 50.
19.8 The Bid Security or the Bid-Securing Declaration of a JVshall be
in the name of the JVthat submits the Bid. If the JVhas not
been constituted into a legally enforceable JV, at the time of
Bidding, the Bid Security or the Bid-Securing Declaration shall
be in the names of all future members as named in the letter
of intent mentioned in ITB 4.1 and ITB 11.2.
19.9 If a Bid Security is not required in the BDS, pursuant to ITB
19.1, and:
(a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder in the Letters of Bid; or
any extended date provided by the Bidder; or
(b) if the successful Bidder fails to: sign the Contract in
accordance with ITB 49; or furnish a Performance
Security and if required in the BDS, the Environmental
and Social (ES) Performance Security in accordance with
ITB 50.
the Borrower may, if provided for in the BDS, declare the Bidder
ineligible to be awarded a contract by the Employer for a periodof
time as stated in the BDS.
20. Format and 20.1 The Bidder shall prepare the Bid as per details given in ITB 21.
Signing of Bid
20.2 Bidders shall mark as “CONFIDENTIAL” information in their
Bids which is confidential to their business.
20.3 The Bid shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall consist of a
written confirmation as specified in the BDS and shall be

Page | 24
Section – I – Instructions to Bidders

uploaded along with the Bid. The name and position held by
each person signing the authorization must be typed or
printed below the signature.
20.4 In case the Bidder is a JV, the Bid shall be signed by an
authorized representative of the JV on behalf of the JV, and
so as to be legally binding on all the members as evidenced
by a power of attorney signed by their legally authorized
representatives. Documents establishing authority to sign the
bid on behalf of the JV shall be uploaded along with the bid.
20.5 Any interlineations, erasures, or overwriting shall be valid only
if they are signed or initialed by the person signing the Bid.

D. Online Submission and Opening of Bids


21. Preparation of 21.1 Bids, both Technical and Financial Parts, shall be submitted
Bids online on the e-procurement system specified in BDS 7.1.
Detailed guidelines for viewing bids and submission of online
bids are given on the website. The Request for Bids under
this Project is published on this website. Any citizen or
prospective bidder can logon to this website and view the
Request for Bids and can view the details of works for which
bids are invited. A prospective bidder can submit its bid
online; however, the bidder is required to have
enrolment/registration in the website, and should have valid
Digital Signature Certificate (DSC) in the form of smart card/e-
token obtained from any certifying agency authorised by the
Government of India (for class of DSC specified in BDS). The
bidder should register in the website using the relevant
option available. Then the Digital Signature registration has
to be done with the e-token, after logging into the website.
The bidder can then login the website through the secured
login by entering the password of the e-token & the user id/
password chosen during registration. After getting the bid
schedules, the Bidder should go through them carefully and
submit the specified documents, along with the bid,
otherwise the bid will be rejected.
21.2 The completed bid comprising of documents indicated in ITB
12, should be uploaded on the e-procurement portal along

Page | 25
Section – I – Instructions to Bidders

with scanned copies of requisite certificates as are


mentioned in different sections in the bidding document and
scanned copy of the bid security.
21.3 All the documents are required to be signed digitally by the
bidder. After electronic online bid submission, the system
generates a unique bid identification number which is time
stamped as per server time. This shall be treated as
acknowledgement of bid submission.
21.4 Physical, e-mail, Telex, Cable or Facsimile bids will be rejected
as non-responsive.
22. Deadline for 22.1 Bids, both Technical and Financial Parts, must be uploaded
Submission of online no later than the date and time specified in the BDS.
Bids 22.2 The Employer may, at its discretion, extend the deadline for
the submission of Bids by amending the bidding document in
accordance with ITB 8, in which case all rights and obligations
of the Employer and Bidders previously subject to the
deadline shall thereafter be subject to the deadline as
extended.
23. Late Bids 23.1 The electronic bidding system would not allow any late
submission of bids after due date & time as per server time.
24. Withdrawal, 24.1 Bidders may modify their bids by using the appropriate option
Substitution, and for bid modification on e-procurement portal, before the
Modification of deadline for submission of bids. For this the bidder need not
Bids make any additional payment towards the cost of bid
document. For bid modification and consequential re-
submission, the bidder is not required to withdraw his bid
submitted earlier. The last modified bid submitted by the
bidder within the bid submission time shall be considered as
the bid. For this purpose, modification/withdrawal by other
means will not be accepted. In online system of bid
submission, the modification and consequential re-submission
of bids is allowed any number of times. A bidder may
withdraw his bid by using the appropriate option for bid
withdrawal, before the deadline for submission of bids,
however, if the bid is withdrawn, re-submission of the bid is
not allowed (or allowed if specified in BDS).

Page | 26
Section – I – Instructions to Bidders

24.2 Bids requested to be withdrawn in accordance with ITB 24.1


shall not be opened.
24.3 No Bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of Bids and the
expiration of the period of Bid validity specified by the Bidder
on the Letter of Bid or any extension thereof. This will result in
the forfeiture of the Bid Security pursuant to ITB 19.7.

E. Public Opening of Technical Parts of Bids


25. Public Opening 25.1 The Employer shall publicly open Technical Parts of all Bids
of Technical received by the deadline, at the date, time and place specified
Parts of Bids in the BDS, in the presence of Bidders’ designated
representatives and anyone who chooses to attend, and this
could also be viewed by the bidders online. The Financial Parts
of the bids shall remain unopened in the e-procurement
system, until the subsequent public opening, following the
evaluation of the Technical Parts of the Bids. In all cases,
original documents submitted as specified in ITB 12.3 shall be
first scrutinized, and Bids that do not comply with the
provisions of ITB 12.3 will be declared non-responsive and will
not be opened. Thereafter, bidders’ names,the presence or
absence of a Bid Security or Bid Securing Declaration, if one
was required, alternative bids – technical parts, if any, and
such other details as the Employer may consider appropriate
will be notified, online by the Employer at the time of bid
opening.
In the event of the specified date of bid opening being
declared a holiday for the Employer, the bids will be opened at
the appointed time and location on the next working day.
25.2 The electronic summary of the bid opening will be generated
and uploaded online. The Employer will also prepare minutes
of the Bid opening, including the information disclosed and
upload the same for viewing online. Only Technical Parts of
Bids, and technical parts of Alternative Bids if any, that are
opened at technical Bid opening shall be considered further
for evaluation.

Page | 27
Section – I – Instructions to Bidders

F. Evaluation of Bids – General Provisions


26. Confidentiality 26.1 Information relating to the evaluation of Bids and
recommendation of contract award, shall not be disclosed to
Bidders or any other persons not officially concerned with
the Bidding process until information on Intention to Award
the Contract is transmitted to all Bidders in accordance with
ITB 45. In cases where ITB 45 is not applicable, such
information shall not be disclosed until Notification of Award
is transmitted in accordance with ITB 47.
26.2 Any effort by a Bidder to influence the Employer in the
evaluation of the Bids or Contract award decisions may result
in the rejection of its Bid.
26.3 Notwithstanding ITB 26.2, from the time of Bid opening to the
time of Contract award, if a Bidder wishes to contact the
Employer on any matter related to the Bidding process, it
shall do so in writing.
27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of
Bids the Bids, and qualification of the Bidders, the Employer may,
at its discretion, ask any Bidder for a clarification of its Bid
giving a reasonable time for a response. Any clarification
submitted by a Bidder that is not in response to a request by
the Employer shall not be considered. The Employer’s request
for clarification and the response shall be in writing. No
change, including any voluntary increase or decrease in the
prices or substance of the Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the
Bids, in accordance with ITB 36.
27.2 If a Bidder does not provide clarifications of its Bid by the date
and time set in the Employer’s request for clarification, its Bid
may be rejected.
28. Deviations, 28.1 During the evaluation of Bids, the following definitions apply:
Reservations, (a) “Deviation” is a departure from the requirements

Page | 28
Section – I – Instructions to Bidders

and Omissions specified in the bidding document,


(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the
requirements specified in the bidding document; and
(c) “Omission” is the failure to submit part or allofthe
information or documentation required in the bidding
document.
29. Nonmaterial 29.1 Provided that a Bid is substantially responsive, the Employer
Nonconformities may waive any non-conformities in the Bid which do not
constitute a material deviation, reservation or omission.
29.2 Provided that a Bid is substantially responsive, the Employer
may request that the Bidder submit the necessary
information or documentation, within a reasonable period of
time, to rectify nonmaterial nonconformities in the Bid related
to documentation requirements. Requesting information or
documentation on such nonconformities shall not be related
to any aspect of the price or substance of the Bid. Failure of
the Bidder to comply with the request may result in the
rejection of its Bid.
29.3 Provided that a Bid is substantially responsive, the Employer
shall rectify quantifiable nonmaterial nonconformities related
to the Bid Price. To this effect, the Bid Price shall be adjusted,
for comparison purposes only, to reflect the price of a missing
or nonconforming item or component in the manner
specified in the BDS.

G. Evaluation of Technical Parts of Bids


30. Evaluation of 30.1 In evaluating the Technical Parts of each Bid, the Employer
Technical Parts shall use the criteria and methodologies listed in this ITB and
Section III, Evaluation and Qualification Criteria. No other
evaluation criteria or methodologies shall be permitted.
31. Determination of 31.1 The Employer’s determination of a Bid’s responsiveness is to
Responsiveness be based on the contents of the Bid itself, as defined in ITB 11.
31.2 A substantially responsive Bid is one that meets the
requirements of the bidding document without material
deviation, reservation, or omission. A material deviation,
reservation, or omission is one that:

Page | 29
Section – I – Instructions to Bidders

(a) if accepted, would:


(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the
Contract; or
(ii) limit in any substantial way, inconsistent with the
bidding document, the Employer’s rights or the
Bidder’s obligations under the proposed Contract;
or
(b) if rectified, would unfairly affect the competitive position
of other Bidders presenting substantially responsive
Bids.
31.3 The Employer shall examine the technical aspects of the Bid
submitted in accordance with ITB 16, in particular to confirm
that all requirements of Section VII, Works’ Requirements
have been met without any material deviation, reservation or
omission.
31.4 If a Bid is not substantially responsive to the requirements of
the bidding document, it shall be rejected by the Employer
and may not subsequently be made responsive by correction
of the material deviation, reservation, or omission.
32. Qualification of 32.1 The Employer shall determine to its satisfaction whether the
the Bidder eligible Bidders that have submitted substantially responsive
Bid - Technical Parts meet the qualifying criteria specified in
Section III, Evaluation and Qualification Criteria.
32.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications
submitted by the Bidder, pursuant to ITB 17. The
determination shall not take into consideration the
qualifications of other firms such as the Bidder’s subsidiaries,
parent entities, affiliates, subcontractors (other than
Specialized Subcontractors if permitted in the bidding
document), or any other firm different from the Bidder.
32.3 If a Bidder does not meet the qualifying criteria specified in
Section III, Evaluation and Qualification Criteria, its Bid shall
be rejected by the Employer and may not subsequently be
made responsive by correction of the material deviation,
reservation, or omission.

Page | 30
Section – I – Instructions to Bidders

32.4 Only Bids that are both substantially responsive to the bidding
documentand meet all Qualification Criteria shall have the
Financial Parts of their Bids opened at the second public
opening.
33. Subcontractors 33.1 Unless otherwise stated in the BDS, the Employer does not
intend to execute any specific elements of the Works by
subcontractors selected in advance by the Employer.
33.2 The subcontractor’s qualifications shall not be used by the
Bidder to qualify for the Works unless their specialized parts of
the Works were previously designated by the Employer in the
BDS as can be met by subcontractors referred to hereafter as
‘Specialized Subcontractors’, in which case, the qualifications
of the Specialized Subcontractors proposed by the Bidder may
be added to the qualifications.
33.3 Bidders may propose subcontracting up to the percentage of
total value of contracts or the volume of works as specified in
the BDS.Subcontractors proposed by the Bidder shall be fully
qualified for their parts of the Works.

H. Public Opening of Financial Parts of Bids


34. Public Opening 34.1 Following the completion of the evaluation of the Technical
of Financial Parts Parts of the Bids, and the Bank has issued its no objection (if
applicable), the Employer shall notify in writing those Bidders
whose Bids were considered non-responsive to the bidding
document or failed to meet the Qualification Criteria,
advising them of the following information:
(a) the grounds on which their Technical Part of Bid failed
to meet the requirements of the bidding document.
(b) their Financial Part of Bid shall not be opened; and
(c) notify them of the date, time, and location for public
opening of Financial Parts of the Bids.
34.2 The Employer shall, simultaneously, notify in writing those
Bidders whose Technical Part have been evaluated as
substantially responsive to the bidding document and met all
Qualifying Criteria, advising them of the following
information:
(a) their Bid has been evaluated as substantially responsive

Page | 31
Section – I – Instructions to Bidders

to the bidding document and met the Qualification


Criteria,
(b) their Financial Part of Bid will be opened at the public
opening of the Financial Parts; and
(c) notify them of the date, time and location for public
opening of the Financial Parts of the Bids, as specified in
the BDS.
34.3 The opening date should allow Bidders sufficient time
tomakearrangements for attending the opening. The
Financial Part of the Bids shall be opened publicly in the
presence of Bidders’ designated representatives and anyone
who chooses to attend, and this could also be viewed by the
bidders online. The bidder’s names, the Bid prices, per lot
(contract) if applicable, including any discounts and
Alternative Bid - Financial Part if any, and such other details as
the Employer may consider appropriate, will be notified
online by the Employer at the time of bid opening.
In the event of the specified date of bid opening being
declared a holiday for the Employer, the bids will be opened
at the appointed time and location on the next working day.
34.4 The electronic summary of the bid opening will be generated
and uploaded online. The Employer will also prepare minutes
of the Bid opening, including the information disclosed and
upload the same for viewing online. Only Financial Parts of
Bids, Financial Parts of Alternative Bids, and discounts that are
opened at Bid opening shall be considered further for
evaluation.

I. Evaluation of Financial Parts of Bids


35. Evaluation of 35.1 To evaluate the Financial Part, the Employer shall consider the
Financial Parts following:
(a) the Bid price, excluding Provisional Sums and the
provision, if any, for contingencies in the Summary Bill of
Quantities for admeasurement contracts;but including
Daywork1items, where priced competitively;

1
Daywork is work carried out following instructions of the Project Manager and paid for on the basis of time spent by
workers, and the use of materials and the Contractor’s equipment, at the rates quoted in the Bid. For Daywork to be

Page | 32
Section – I – Instructions to Bidders

(b) price adjustment for correction of arithmetic errors in


accordance with ITB 36.1;
(c) price adjustment due to discounts offered in accordance
with ITB 14.4;
(d) Not used.
(e) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 29.3;and
(f) the additional evaluation factors are specified in Section
III, Evaluation and Qualification Criteria.
35.2 The estimated effect of the price adjustment provisions of the
Conditions of Contract, applied over the period of execution
of the Contract, shall not be taken into account in Bid
evaluation.
35.3 If this bidding document allows Bidders to quote separate
prices for different lots (contracts), the methodology to
determine the lowest evaluated cost of the contract
combinations, including any discounts offered in the Letter
of Bid – Financial Part, is specified in Section III, Evaluation
and Qualification Criteria
36. Correction of 36.1 In evaluating the Financial Part of each Bid, the Employer shall
Arithmetical correct arithmetical errors on the following basis:
Errors (a) only for admeasurement contracts, if there is a
discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and
quantity, the unit price shall prevail, and the total 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 arithmetic error, in
which case the amount in figures shall prevail subject
to (a) and (b) above.

priced competitively for Bid evaluation purposes, the Employer must list tentative quantities for individual items to be
costed against Daywork (e.g., a specific number of tractor driver staff- days, or a specific tonnage of Portland cement),
to be multiplied by the Bidders’ quoted rates and included in the total Bid price.

Page | 33
Section – I – Instructions to Bidders

36.2 Bidders shall be requested to accept correction of arithmetical


errors. Failure to accept the correction in accordance with ITB
36.1, shall result in the rejection of the Bid and the Bid Security
may be forfeited in accordance with ITB Sub-Clause 19.7.
37. Conversion to 37.1 Not used.
Single Currency
38. Margin of 38.1 Not applicable.
Preference
39. Comparison of 39.1 The Employer shall compare the evaluated costs of all
Financial Parts responsive and qualified Bids to determine the Bid that has
the lowest evaluated cost.
40. Abnormally Low 40.1 An Abnormally Low Bid is one where the Bid price, in
Bids combination with other constituent elements of the Bid,
appears unreasonably low to the extent that the Bid price
raises material concerns as to the capability of the Bidder to
perform the Contract for the offered Bid price.
40.2 In the event of identification of a potentially Abnormally Low
Bid, the Employer, unless otherwise specified in the BDS, shall
seek written clarifications from the Bidder, including detailed
price analyses of its Bid price in relation to the subject matter of
the contract, scope, proposed methodology, schedule,
allocation of risks and responsibilities and any other
requirements of the bidding document.
40.3 After evaluation of the price analyses, in the event that the
Employer determines that the Bidder has failed to demonstrate
its capability to perform the Contract for the offered Bid Price,
the Employer shall reject the Bid.
41. Unbalanced or 41.1 If the Bid for an admeasurement contract, which results in the
Front-Loaded lowest evaluated cost is, in the Employer’s opinion, seriously
Bids unbalanced or, front-loaded, the Employer may require the
Bidder to provide written clarifications. Clarifications may
include detailed price analyses (with breakdown of unit rates)
to demonstrate the consistency of the Bid prices with the
scope of works, proposed methodology, schedule and any other
requirements of the bidding document.
41.2 After the evaluation of the information and detailed price
analysis presented by the Bidder, the Employer may as

Page | 34
Section – I – Instructions to Bidders

appropriate:
(a) accept the Bid without any additional Performance
Security; or
(b) require that the amount of the Performance Security be
increased at the expense of the Bidder to a level not
exceeding twenty percent (20%) of the Contract Price to
protect the Employer against financial loss in the event of
default of the successful Bidder under the Contract; or
(c) reject the Bid if the risk cannot be mitigated through
additional performance security.
42. Most 42.1 Having compared the evaluated costs of Bids, the Employer
Advantageous shall determine the Most Advantageous Bid. The Most
Bid Advantageous Bid is the Bid of the Bidder that meets the
Qualification Criteria and whose Bid has been determined to
be:
(a) substantially responsive to the bidding document; and
(b) the lowest evaluated cost.
43. Employer’s Right 43.1 The Employer reserves the right to accept or reject any Bid,
to Accept Any and to annul the Bidding process and reject all Bids at any
Bid, and to time prior to Contract Award, without thereby incurring any
Reject Any or All liability to Bidders. In case of annulment, all documents
Bids submitted and specifically, Bid securities, shall be promptly
returned to the Bidders.
44. Standstill Period 44.1 Standstill Period shall not apply.
[Note 1: where it is proposed to permit Standstill Period, incorporate
all changes as indicated in Attachment 1 at the end of this document.

Note 2: Standstill period shall not apply where only one bid is
submitted or where the bidding process is in response to an
emergency situation recognized by the Bank].
45. Notice of 45.1 Not used.
Intention to
Award

J. Award of Contract
46. Award Criteria 46.1 Subject to ITB 43, the Employer shall award the Contract to
the successful Bidder. This is the Bidder whose Bid has been

Page | 35
Section – I – Instructions to Bidders

determined to be the Most Advantageous Bid as specified in


ITB 42.
47. Notification of 47.1 Prior to the expiration of the Bid Validity Period, the Employer
Award shall transmit the Letter of Acceptance to the successful
Bidder. The Letter of Acceptance shall specify the sum that
the Employer will pay the Contractor in consideration of the
execution of the contract (hereinafter and in the Conditions
of Contract and Contract Forms called “the Contract Price”).
47.2 Within ten (10) Business Days after the date of transmission of
the Letter of Acceptance, the Employer shall publish the
Contract Award Notice which shall contain, at a minimum, the
following information:
(a) name and address of the Employer;
(b) name and reference number of the contract being
awarded, and the selection method used;
(c) names of all Bidders that submitted Bids, and their Bid
prices as read out at Bid opening, and as evaluated;
(d) names of all Bidders whose Bids were rejected either as
nonresponsive or as not meeting qualification criteria, or
were not evaluated, with the reasons; therefor, and
(e) the name of the successful Bidder, the final total
contract price, the contract duration and a summary of
its scope.
47.3 The Contract Award Notice shall be published on a National
GOIwebsite: http://tenders.gov.in or GoI Central Public
Procurement Portal https://eprocure.gov.in/cppp/) or on the
Employer’s website, and on the e-procurement system.
47.4 Until a formal contract is prepared and executed, the
notification of award shall constitute a binding Contract.
48. Debriefing by 48.1 Not used.
the Employer
49. Signing of 49.1 Promptly upon Notification of Award, the Employer shall
Contract prepare the Contract Agreement, and keep it ready in the
office of the Employer for the signature of the Employer and
the successful Bidder, within 21 days following the date of
Letter of Acceptance. The Contract Agreement shall
incorporate all agreements between the Employer and the

Page | 36
Section – I – Instructions to Bidders

successful Bidder.

49.2 Within twenty-one (21) days of receipt of the Letter of


Acceptance, the successful Bidder shall (a) furnish the
performance security and if required in the BDS, the
Environmental and Social (ES) Performance Security in
accordance with ITB Clause 50 and revised construction
methodology; (b) if the successful bidder is a JV, it shall also
furnish the JV agreement duly signed by all the members, if it
had submitted only a letter of intent to execute the JV
agreement along with the bid; and (c) shall sign, date and
return the Agreement to the Employer along with the
documents stated at (a) and (b) above.
50. Performance 50.1 Within twenty-one (21) days of the receipt of the Letter of
Security Acceptance from the Employer, the successful Bidder shall
furnish the Performance Security and if required in the BDS,
the Environmental and Social (ES) Performance Security in
accordance with the General Conditions of Contract, subject
to ITB 41.2 (b), using for that purpose the Performance
Security and ES Performance Security Forms included in
Section X, Contract Forms. The performance security and if
required in the BDS, the Environmental and Social (ES)
Performance Security of a Joint Venture shall be in the name
of the Joint Venture specifying the names of all members.
50.2 Failure of the successful Bidder to submit the above-
mentioned Performance Security and if required in the BDS,
the Environmental and Social (ES) Performance Security or to
sign the Contract Agreement shall constitute sufficient
grounds for the annulment of the award and forfeiture of the
Bid Security. In that event the Employer may award the
Contract to the Bidder offering the next Most Advantageous
Bid.
50.3 Upon the successful Bidder’s signing the Agreement and
furnishing of the Performance Security and if required in the
BDS, the Environmental and Social (ES) Performance Security
pursuant to ITB Clause 50.1, the Employer shall promptly
notify the name of the winning bidder to each unsuccessful

Page | 37
Section – I – Instructions to Bidders

bidder and shall discharge the Bid Securities of the bidders


pursuant to ITB Clause 19.5 and 19.6.
51. Adjudicator 51.1 The Employer proposes the person named in the BDS to be
appointed as Adjudicator under the Contract, at the daily fee
specified in the BDS, plus reimbursable expenses (actual
boarding, lodging, travel and other incidental expenses). If
the Bidder disagrees with this proposal, the Bidder should so
state in his Bid. If, in the Letter of Acceptance, the Employer
does not agree on the appointment of the Adjudicator, the
Employer will request the Appointing Authority designated in
the Particular Conditions of Contract (PCC) pursuant to
Clause 23.1 of the General Conditions of Contract (GCC), to
appoint the Adjudicator.

Page | 38
Section II – Bid Data Sheet

Section II - Bid Data Sheet (BDS)

The following specific data for the Works to be procured shall complement, supplement,
or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict,
the provisions herein shall prevail over those in ITB

ITB A.General
Reference
ITB 1.1 ThenumberoftheRequestforBidsis: ……………. 2020/21 Commented [SD1]: Insert the reference number

TheEmployeris: The Executive Engineer, Kadana Division No.1, Diwada


Colony- 389250, Kadana,Gujarat

Thereferencenumberofthe Request forBids (RFB)is:……..2020/21

Thename oftheRFBis: CONSTRUCTION NEW ADMENSTRATIVE BLOCK


& FLOOD CELL AT DIWADA COLONY
Thenumber and identification oflots(contracts)comprisingthisRFBis:
…………………….2020/21 (Single Contract)
ITB 1.2 TheEmployer shalluse thee-procurement systemspecifiedinBDS7.1.
ITB 2.1 TheBorrower is:Government ofIndia.
Thesub-Borrower is Government of Gujaratand
Employer is The Executive Engineer, Kadana Division No.1, Diwada Colony-
389250, Kadana,Gujarat

Loan or FinancingAgreementamount: [insert USequivalent]

Thename oftheProject is:Dam Rehabilitationand Improvement Project


(DRIP-II)
ITB 4.1 Joint Ventures NOTALLOWED

ITB 4.5 A listof debarred firms and individuals is available on theBank ‘s


external
website: http://www.worldbank.org/debarr.
ITB 4.7 Deleted

B.Contentsof BiddingDocument
ITB 7.1 Electronic–Procurement System
TheEmployer shalluse the following electronic-procurement system to
managethis Biddingprocess:www.nwr.eprocurement.com

Page | 39
Section II – Bid Data Sheets (BDS)

Requestsfor clarificationshould be received bytheEmployerno later


than:17 days priortothedeadline forsubmission of bids
ITB 7.4 A Pre-Bid meetingshalltakeplace.
It will be heldat officeofChief Engineer and Additional Secretary (South
Gujarat), Block No. 09, 2nd Floor, New Sachivalay, Gandhinagar, Gujarat
on date………. at 14:00Hours.
A site visit conducted by the Employer shall be organized on
date………. at Kadana Project Site.
ITB 8.2 [Modify the second sentence as required based on features of e-
procurement system being used. If no change is required, delete this BDS
entry]
C.Preparation of Bids
ITB11.2 (j) The Bidder shallsubmit the following additional documentsinits Bid:
(i) Contractor Registration certificate on e-procurement system as
per RFB, if applicable
(ii) GST registration
(iii) Code of Conduct for Contractor’s Personnel (ES)

The Bidder shall submit its Code of Conduct that will apply to Contractor’s
Personnel (as defined in Sub-Clause 1 (ii) of the General Conditions of
Contract), to ensure compliance with the Contractor’s Environmental and
Social (ES) obligations under the Contract. The Bidder shall use for this
purpose the Code of Conduct form provided in Section IV. No substantial
modifications shall be made to this form, except that the Bidder may
introduce additional requirements, including as necessary to take into
account specific Contract issues/risks.
Management Strategies and Implementation Plans (MSIP) to manage
the (ES) risks
The Bidder shall submit Management Strategies and Implementation
Plans (MSIPs) to manage the following key Environmental and Social (ES)
risks:

1. Resource Conservation Plan (RCP)


2. Labour Management Plan (LMP)
3. Occupational Health and safety Management Plan (OHSP)
4. Muck Management Plan (MMP)
5. Plan for GBV/SEAH (Gender based violence/ Sexual exploitation,
abuse and harassment) Risks
6. Any other plans, deemed necessary for compliance of ESMP/ESDD

Page | 40
Section II – Bid Data Sheet

ITB 11.3 (b) The followingschedulesshall be submittedwith the bid:PricedBill


ofQuantities
ITB 11.3 (d) The Bidder shall submit the following additional documents in its Bid:
Nil
ITB 12 NoteforBidders:Biddershaveto submit the bids on the e-procurement
portalalong with the relevant required documents.Forthis purpose, the
bidders shall fill up online, the forms that areavailableforonlinefilling on
the e-portal. The rest of the forms shall be downloadingby the bidders
and filled up. Thefilled up pages shall thenbescannedand uploaded on
the e- procurement portalalong with the scanned copiesofthe
supporting documents.
ITB 12.3 For submission of original documents, the Employer’s address is:

Attention: ………[insert full name of person, if applicable]


Street Address: …………[insert street address and number]
Floor/ Room number: …….[insert floor and room number, if applicable
City: ………[insert name of city or town]
PIN/Postal Code: ………[insert postal (PIN) code, if applicable]
Country: INDIA
ITB 13.1 Alternative Bids shall not be permitted.
ITB 13.2 Alternative times for completion shall notbepermitted.
ITB 13.3 Not Applicable
ITB 13.4 Alternative technical solutions shall be permitted for the following
parts of the Works:Not Applicable
ITB 14.5 The prices quoted by the Bidder “shall be” subject to adjustment during
the performance of the Contract.
The adjustment of contract price, if provided, will be done in
accordance with GCC Clause 49 and corresponding provisions under
PCC and Appendix 2 to PCC.
ITB 18.1 The Bid validity period shall be 120 days.

ITB 18.3 (a) TheBid priceshall beadjusted bythefollowingfactor: Not Applicable.


ITB19.1 A Bid Security “shall be” required

The Bidder shall furnish a Bid Security in the amount of Rs. 3,72,499/-
ITB 19.3 (d) Other types of acceptable securities are:
Fixed Deposit/Time Deposit certificate issued by a Nationalized or

Page | 41
Section II – Bid Data Sheets (BDS)

Scheduled Bank located in India for equivalent or higher values are


acceptable provided it is pledged in The Executive Engineer, Kadana
Division No.1, Diwada Colony- 389250, Kadana,Gujarat

and such pledging has been noted and suitably endorsed by the bank
issuing the certificate.

Online cash transfer (if applicable, provide full details)

ITB 19.9 Deleted


ITB 20.3 Thewritten confirmation of authorization to sign on behalf ofthe Bidder
shall consist of:
“(a) Legally valid Power of Attorneyis required to demonstrate the
authority of the signatory to sign the Bid; and
(b) In the case of Bids submitted by an existing or intended JV, if
permitted as per ITB 4.1, the authorization shall be evidenced by a
Power of Attorney signed by legally authorized signatories of all
the members

D.Online Submission and OpeningofBids


ITB 21.1 Class ofDSCrequired is:
ITB 22.1 Thedeadlinefor uploadingtheBids is:………upto 16:00 Hours
ITB 24.1 Re-submission of thebidisNot allowed, if withdrawn.
E. Public Openingof TechnicalPartsof Bids
ITB25.1 Theonline Bid openingof Technical Parts ofBidsshall takeplaceat:
Office of Superintending Engineer, Panam Project Circle , Panam
Colony, Godhra-389001,
Ta. Shahera, Dist. Panchamahal
Gujarat-389001
Country:INDIA

Date: ……………
Time:16:30 Hours
F.Evaluation of Bids–GeneralProvisions
ITB29.3 The adjustment shall be based on the highestprice of the item or
component as quoted in other substantially responsive Bids, subject to
a maximum of the estimated price of the item. If the price of the item
or component cannot be derived from the price of other substantially
responsive Bids, the Employer shall use its best estimate.

Page | 42
Section II – Bid Data Sheet

G.Evaluationof Bids- TechnicalParts


ITB33.1 At this time the Employer “does not intend”]to execute certain specific
parts of the Works by subcontractors selected in advance.

ITB33.2 NA
ITB33.3 (a) Contractor’s proposed subcontracting: Maximum percentage of
subcontracting permitted is::25%of the total contract amount
(b) Bidders planning to subcontract more than 10% of total volume of work
shall specify, in the Letter of Bid, the activity (ies) or parts of the Works to be
subcontracted along with complete details of the subcontractors and their
qualification and experience. The qualification and experience of the sub-
contractors must meet the minimum criteria for the relevant work to be
sub-contracted failing which such sub-contractors will not be permitted to
participate.
(c) Subcontractors’ qualification and experience will not be considered for
evaluation of the Bidder. The Bidder on its own (without taking into account
the qualification and experience of the sub-contractor) should meet the
qualification criteria.
[Note-Work should not be split into small parts and sub-contracted].
H. Public OpeningofFinancialParts
ITB 34.2 (c)
Following the completion of the evaluation of the Technical Parts of the
Bids, the Employer will notify all Bidders of the date, time, and location of
the public opening of Financial Parts.

The online bid opening of Financial Parts of Bids shall take place at:
Office of Superintending Engineer,
Panam Project Circle , Panam Colony, Godhra-389001, Ta. Shahera, Dist.
Panchamahal, Gujarat-389001
Country:INDIA
Date & Time: To be Informed after evaluation of Technical bids through
www.nwr.nprocure.comportal
InadditiontotheabovetheEmployershallpublishanoticeofthepublic
openingofthe
FinancialPartsoftheBidonitswebsite:www.nwr.nprocure.com
I.Evaluation of Bids- FinancialParts
ITB40.2 Provisions related to Abnormally Low Bids do not apply

Page | 43
Section II – Bid Data Sheets (BDS)

J.Award of Contract
ITB 50.1 and The successful Bidder shall also be required to submit an Environmental
50.2
and Social (ES) Performance Security.

Throughout this bidding document the term ’performance security’,


unless the context clearly indicates otherwise, means and includes both
‘the performance security and the ES performance security’ to be
submitted by the successful bidder in the amounts specified in GCC/ PCC
54.

ITB51 The Adjudicator proposed by the Employer is: _________________[

The daily fee for this proposed Adjudicator shall be::Rs.10.000/-perday


withoverallpaymentnotmorethanRs. 50,000/-
andreimbursableexpenses–boarding /lodging / traveletc.
asapplicabletothedesignationasper GovernmentofGujarattravelling
allowancerulesamendeduptodate of uploadingof tenders.
Thebiographical dataofthe proposedAdjudicatoris as follows:
Educational Qualification:……………
Age: ……. Years
Professional Experience:………. Years
Nationality:Indian
Last Position Held:……………………………………

Page | 44
Section III – Evaluation and Qualification Criteria

Section III - Evaluation and Qualification Criteria

This section contains all the criteria that the Employer shall use to evaluate Bids and qualify
Bidders through post-qualification.No other factors, methods or criteria shall be used other
than specified in this bidding document. The Bidder shall provide all the information
requested in the forms included in Section IV, Bidding Forms.
.

Page | 45
Section III – Evaluation and Qualification Criteria

1. Technical Part

1.1 Adequacy of Technical Proposal

Evaluation of the Bidder's Technical Proposal will include

(i) an assessment of the Bidder's technical capacity to mobilize key equipment and
personnel for the contract consistent with its proposal regarding work methods,
scheduling, material sourcing, and quality control/ assurance in sufficient detail and
fully in accordance with the requirements stipulated in Section VII, Works’
Requirements.

For thispurpose the Bidder should also submit:

A detailed note outlining its proposed methodology and program of construction


including Contractor’s Environmental and Social, Health Management Strategies and
Implementation Plans (ES-MSIP), backed with equipment, materials and manpower
planning and deployment, duly supported with broad calculations and quality control
system/assurance procedures proposed to be adopted, justifying their capability of
execution and completion of the work as per technical specifications within the
stipulated period of completion as per milestones.

(ii) an assessment of the details of subcontracting elements of works amounting to


more than 10% of the bid price; for each element proposed to be sub-contracted furnish
details whether the identified Sub-contractor possesses the required qualifications and
experiences to execute that element satisfactorily. [Work should not be split into small
parts and sub-contracted].

(iii) Bidders shall submit an undertaking from each proposed subcontractor to confirm
that they have read, understand and will comply with the ES obligations and code of
conduct for Contractor’s Personnel.

1.2 Alternative Technical Solutions for specified parts of Works(ITB13.4) – Not Applicable

1.3 Specialized Subcontractors -NA

[Note: provide details if the clause is relevant. Insert ‘Not Applicable’ or delete the clause,
if not relevant]
If permitted under ITB33, only the specific experience of Subcontractors for specialized
works permitted by the Employer will be considered. The general experience and
financial resources of the Specialized Subcontractors shall not be added to those of the
Bidder for purposes of qualification of the Bidder.

The specialized sub-contractors proposed shall be fully qualified for their work
proposed, and meet the following criteria:

Page | 46
Section III – Evaluation and Qualification Criteria

2.1 Qualification Criteria

Pursuant to ITB 32.1, the Employer shall assess each Bid against the following
Qualification Criteria. Requirements not included in the text below shall not be
used in the evaluation of the Bidder’s qualifications.

Page | 47
Section III – Evaluation and Qualification Criteria

Eligibility and Qualification Criteria Compliance Documentation


Requirements
Joint Venture (existing or intended)where permitted
No. Subject Requirement SingleEntity Submission
All Each Member Atleastone
Requirements
members Member
Combined

1. Eligibility
1.1 Nationality Nationality in accordance Must meet N/A N/A N/A Forms ELI – 1.1
with ITB 4.4 requirement and 1.2, with
attachments
1.2 Conflict of No conflicts of interest in Must meet N/A N/A N/A Letter of Bid
Interest accordance with ITB 4.2 requirement
1.3 Bank Eligibility Not having been declared Must meet N/A N/A N/A Letter of Bid
ineligible by the Bank, as requirement
described in ITB 4.5.
1.4 State- Meets conditions of ITB Must meet N/A N/A N/A Forms ELI –
owned 4.6 requirement 1.1 and 1.2,
enterprise with
or attachments
institution
of the
Borrower
country
1.5 United Nations Not having been excluded Must meet N/A N/A N/A Forms ELI –
resolution or as a result of prohibition in requirement 1.1 and 1.2,
Borrower’s the Borrower’s country with
country law laws or official regulations attachments
against commercial
relations with the Bidder’s
country, or by an act of
compliance with UN
Security Council resolution,
both in accordance with
ITB 4.8 and Section V.

Page | 48
Section III – Evaluation and Qualification Criteria

2. Historical ContractNon-Performance
2.1 History of Non- Non-performance of a contract2 did not Must meet N/A N/A N/A Form CON-2
Performing occur as a result of contractor default since requirement2&3
Contracts 1st June 2013
2.2 Suspension Not under suspension based on execution Must meet N/A N/A N/A Letter of Bid
Based on of a Bid/ Proposal Securing Declaration requirement
Execution of Bid/ pursuant to ITB 4.7 or withdrawal of the
Proposal Securing Bid pursuant ITB 19.9
Declaration by
the Employer or
withdrawal of the
Bid within Bid
validity period
2.3 Pending Bidder’s financial position and prospective Must meet N/A N/A N/A Form CON – 2
Litigation long-term profitability sound according to requirement
criteria established in 3.1 below and
assuming that all pending litigation will be
resolved against the Bidder
2.4 Litigation History No consistent history of court/arbitral Must meet N/A N/A N/A Form CON – 2
award decisions against the Bidder3 since requirement
1stApril 2013
2.5 Declaration: Declare any civil N/A N/A N/A
work contracts that have beensuspended Must make the
Environmental or declaration
and Social terminated and/or performance security
(ES)past

2Non-performance, as decided by the Employer, shall include all contracts where (a) non-performance was not challenged by
the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b)
contracts that were so challenged but fully settled against the contractor. Non-performance shall not include contracts
where Employers decision was overruled by the dispute resolution mechanism. Non-performance must be based on all
information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the
dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have
been exhausted.
3The Bidder shall provide accurate information on the Letter of Bid about any litigation or arbitration resulting from contracts

completed or ongoing under its execution over the last five years. A consistent history of court/arbitral awards against the
Bidder or any member of a joint venture may result in disqualifying the Bidder.

Page | 49
Section III – Evaluation and Qualification Criteria

performance called by an employer for reasons of Where there are


breach of environmental, Specialized Sub-
or social (including contractor/s, the
Sexual Exploitation, and Assault) Specialized
contractual obligations in the past Sub- Form CON-3
Seven years4 . contractor/s ES
must also Performance
make the Declaration
declaration.

3. FinancialSituationandPerformance
3.1 Financial ((i) The Bidder shall demonstrate that it Mustmeet N/A N/A N/A FormFIN– 3.1,
Capabilities has access to, or has available, liquid requirement Withattachmen
assets, unencumbered real assets, lines ts
of credit5, and other financial means
(independent of any contractual
advance payment) sufficient to meet
the construction cash flow
requirements estimated as Rs.0.6
Croresfor the subject contract(s) net of
the Bidder’s other commitments
(ii) The Bidders shall also demonstrate, Mustmeet N/A N/A N/A
to the satisfaction of the Employer, that requirement
it has adequate sources of finance to
meet the cash flow requirements on
works currently in progress and for
future contract commitments.
(iii) The audited balance sheets or, if not Must meet N/A N/A N/A
required by the laws of the Bidder’s requirement
country, other financial statements
acceptable to the Employer, for the last
seven years shall be submitted and must
demonstrate the current soundness of
the Bidder’s financial position and

4The Employermayusethisinformationtoseekfurtherinformationorclarificationsincarryingoutitsdue diligence..


5In case the bidder submits a letter of intent from a commercial bank with the bid, firm commitment from the bank to provide
line of credit shall be required before contract signing.

Page | 50
Section III – Evaluation and Qualification Criteria

indicate its prospective long-term


profitability
Note: The construction cash flow requirement should be for a number of months determined as the total time needed to pay contractor invoice by the employer. The cash flow
should not normally exceed 3 months peak contract requirements and availability should be certified by Bank (Nationalized or Scheduled Bank In India) in form Fin 3.3
3.2 Average Minimum average annual construction Must meet N/A N/A N/A FormFIN– 3.2
Annual turnover of. I N R 5 Cr (five requirement
Construction Crores))calculated as total certified
Turnover payments received for contracts in
progress and/or completed within the
last seven financial years, divided by
Seven years.
Note: The amount stated should normally not be less than twice the estimated annual turnover or cash flow in the proposed Works contract (based on a straight-line
projection of the Employer's estimated cost, over the contract duration).
4. Experience
4.1 General Experience under construction Must meet N/A N/A N/A FormEXP – 4.1
(a) Construction contracts i.e. supply and installation of requirement
Experience major rock fall protection/ slope
stabilization/ soil erosion control work
using steel wire mesh/ Geo-composite
along with deep surface anchoring on
steep vertical slopes on Dam/ Highways/
Embankment/ River Training project in
the role of prime contractor, JV
member,subcontractor, for at least last
Seven years starting 1st April 2013.
4.2 Specific A minimum number of contract of supply Must meet N/A N/A N/A FormEXP4.2(a)
(a) Construction& and installation of major rock fall requirement
Contract protection/ slope stabilization/ soil
Management erosion control work using steel wire
Experience mesh/ Geo-composite along with deep
surface anchoring on steep vertical slopes
on Dam/ Highways/ Embankment/ River
Training project6 in India as a prime

6
Cost of completed works of previous years shall be given weightage @5% per year based on rupees value to
bring them to the price level of the financial year in which bids are received.
6
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the
Bidder’s share, by value, shall be considered to meet this requirement

Page | 51
Section III – Evaluation and Qualification Criteria

contractor, joint venture member, sub-


contractor7 between 1st April 2013 and
bid submission deadline:

a) One(1) contract of similar work, of


minimum value INR 2.98 Crores each–
or
b) Two (2) contracts of similar work, of
minimum value INR 2.24 Cr each or
c) Three (3) contracts of similar work, of
minimum value INR 1.49 Cr
- Construction method, technology
and/or other characteristics including
part of the requirements that may be
met by specialized subcontractors, if
permitted in accordance with ITB 33.3]

o Definition of Similar work: work


involving Construction / Rehabilitation
Design, supply and installation of major
rock fall protection/ slope stabilization/
soil erosion control work using steel
wire mesh/ Geo-composite along with
deep surface anchoring on steep
vertical slopes on Dam/ Highways/
Embankment/ River Training project in
India under NH/R&B/WRD depart
project works.
4.2 For the above and any other contracts Mustmeetreq N/A N/A N/A FormEXP – 4.2
(b) [substantially completed and under uirements (b)
implementation]as prime contractor, [Specify
jointventure member, or sub- activitiesthat
contractor between 1st April 2013and maybemetthro
Application submission deadline, a ugh a
minimum construction experience in specialized
the following key activities successfully subcontractor,
completed in past seven years:` ifpermittedin

Page | 52
Section III – Evaluation and Qualification Criteria

Rock fall Protection work accordance


with ITB
33.2]

4.2 Bid Capacity


(c)
Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity for construction work is equal to or more than the total bid
value of the work. The available bid capacity will be calculated as under:
Assessed Available bid capacity = (A*N*1.15-B)
Where,A = Maximum value of civil engineering works executed in any one year during the last seven years (updated to the price level of the financial year ….. at the
rate of 5% per year), taking into account the completed as well as works in progress).
N = Number of years prescribed for completion of the works for which bids are invited (period upto 6 months to be taken as half-year and more than 6 months as one
year).
B = Value, at the current price level, of existing commitments on on-going works to be completed during the period of completion of the works for which bids are
invited.
Note: the statements in Section IV showing the value of existing commitments of on-going works as well as the stipulated period of completion remaining for each of
the works listed should be countersigned by the Project Manager, not below the rank of an Executive Engineer or equivalent.

Page | 53
Section III – Evaluation and Qualification Criteria

3. KeyPersonnel

The Bidder must demonstrate that it will have suitably qualified (and in adequate
numbers) minimum Key Personnel, as described in the Table below, that are required
to perform the Contract.

The Bidder shall provide details of the Key Personnel and such other Key Personnel that
the Bidder considers appropriate, together with their academic qualifications and work
experience. The Bidder shall complete the relevant Forms in Section IV, Bidding Forms.

The Contractor shall require the Employer’s consent to substitute or replace the Key
Personnel (reference the Particular Conditions of Contract 9.1).

KeyPersonnel

Position/specialization Relevant
academic Minimumyears
Item ofrelevant work
No. qualificcation
experience

Contractor’s Representative / 10-year Exp. (5


1 ProjectManager-1(One) BE(Civil) years on road
construction)
10-year Exp.
2 SiteEngineer-2(Two) BE(Civil) (5 years on
road
construction)
3 Site Supervisor (Three) BE/Diploma(Mechani 5-year Exp..
cal)
4 Material & Quality Control BE/Diploma(Civil) 2-year Exp
Engineer (One)

Suitable experts in the following specializations


[Environmental Specialist] Degree in relevant 5 [years] in
5 environmental field similar work
environments
[Health and Safety Specialist] Degree in relevant 5 [years] in
6 field similar work
environments
[Social Specialist] Degree in relevant 5 [years] in
7 field similar work
environments
Sexual Exploitation, Abuse and Degree in relevant 5 [years] in
Harassment Expert field similar
work
[Where a Project SEA risks are
8 environme
assessed to be substantial or
nts
high, Key Personnel shall
include an expert(s) with
relevant experience in
Page | 54
Section III – Evaluation and Qualification Criteria

addressing sexual exploitation,


sexual abuse and sexual
harassment cases]
Note.: -Availability for this work of Project Manager having Degree in Civil
Engineering with at least ten years experience including at least five years
constructionon road construction works and a Material & Quality control
Engineer having degree in Civil Engineering with at least two years road
construction experience.
The Bidder must not have in his employment:
[i] the near relations (defined as first blood relations, and their spouses, of the
bidder or the bidder’s spouse) of persons of the following Government
Departments.

1. Water Resources Department State


2. Water Resources Planning Department
[ii] Without Government permission, any person who retired as gazetted officer
within the last two years.

4. Equipment

TheBidder must demonstrate that it will have access to the keyContractor


‘sequipmentlistedbelow:

[Specifyrequirementsfor each lotas applicable]

1 JCB/Excavator 1

2 Dumper 2

3 Generator 1

4 Hydraulic Rock Splitter 2

5 Compressor 2

6 Mechanical Hoist 1

7 HP Groove Cutting Mach. 2

8 Drilling Machines 2

9 Leveling Instrument 2 Sets

TheBidder shallprovidefurtherdetails of proposed items of equipment usingthe relevant


Page | 55
Section III – Evaluation and Qualification Criteria

Form in SectionIV.

Note:"Form for Equipment" must be prepared for each equipment. Affidavit in place of
Agreement regarding availability of equipment i.e. rented/ leased/ specially manufactured is
acceptable.

Page | 56
Section III – Evaluation and Qualification Criteria

2. Financial Part
2.1 Margin of Preference - Not Applicable
2.2 Multiple Contracts: Not Applicable
2.3 Sustainable procurement (Section VII - Specifications) – Not Applicable
2.4 Alternative Completion Times (ITB 13.2) - Not Applicable
2.5 Alternative Technical Solutions for specified parts of the Works (ITB 13.4)-
Not Applicable
2.6 Other criteria (if permitted under ITB 35.1(f)): Not Applicable

Page | 57
SECTION IV - BIDDING FORMS
Section III – Evaluation and Qualification Criteria

Letter of Bid – Technical Part

INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE DOCUMENT

The Bidder must prepare this Letter of Bid on stationery with its letterhead clearly showing the
Bidder’s complete name and business address.

Note: All italicized text is to help Bidders in preparing this form.

Date of this Bid submission: [insert date (as day, month and year) of Bid submission]

RFB No.: [insert number of RFB process]

Alternative No1.:[insert identification No. if this is a Bid for an alternative]

To: [insert complete name of Employer]

We, the undersigned, hereby submit our Bid, in two parts, namely:

(a) the Technical Part, and

(b) the Financial Part

In submitting our Bid, we make the following declarations:

(a) No reservations: We have examined and have no reservations to the bidding


document, including Addenda issued in accordance with ITB 8;

(b) Eligibility: We meet the eligibility requirements and have no conflict of interest in
accordance with ITB 4;

(c) Bid-Securing Declaration: We havenot been suspended nor declared ineligible by the
Employer based on execution of a Bid-Securing Declaration or Proposal-Securing
Declaration in the Employer’s Country in accordance with ITB 4.7

(d) Conformity: We offer to execute in conformity with the bidding document the
following Works: [insert a brief description of the
Works]__________________________________

1
Delete if not applicable
Page | 59
Section III – Evaluation and Qualification Criteria

(e) Bid Validity Period: Our Bid shall be valid for a period specified in BDS ITB 18.1 (or as
amended if applicable) from the date fixed for the Bid submission deadline specified
in BDS 22.1 (or as amended if applicable), and it shall remain binding upon us and may
be accepted at any time before the expiration of that period;

(f) Performance Security: If our Bid is accepted, we commit to obtain a performance


security [and an Environmental and Social (ES) Performance Security, Delete if not
applicable] in accordance with the bidding document;

(g) One Bid Per Bidder: We are not submitting any other Bid(s) as an individual Bidder or
as a subcontractor, and weare not participating in any other Bid(s) as a Joint Venture
member, and meet the requirements of ITB 4.3, other than alternative Bids
submitted in accordance with ITB 13;

(h) Suspension and Debarment: We, along with any of our subcontractors, suppliers,
consultants, manufacturers, or service providers for any part of the contract, are not
subject to, and not controlled by any entity or individual that is subject to, a
temporary suspension or a debarment imposed by the World Bank Group or a
debarment imposed by the World Bank Group in accordance with the Agreement for
Mutual Enforcement of Debarment Decisions between the World Bank and other
development banks. Further, we are not ineligible under the Employer’s Country
laws or official regulations or pursuant to a decision of the United Nations Security
Council;

(i) State-owned enterprise or institution: We are not a state-owned enterprise or


institution/ We are a state-owned enterprise or institution but meet the
requirements of ITB 4.62;

(j) Binding Contract: We understand that this Bid, together with your written
acceptance thereof included in your Letter of Acceptance, shall constitute a binding
contract between us, until a formal contract is prepared and executed;

(k) Not Bound to Accept: We understand that you are not bound to accept the lowest
evaluated cost Bid, the Most Advantageous Bid or any other Bid that you may
receive; and

(l) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no
person acting for us or on our behalf engages in any type of Fraud and Corruption;
and

(m) Adjudicator: We accept the appointment of [insert name proposed in Bid Data Sheet]
as the Adjudicator.

[or]

2
Use one of the two options as appropriate
Page | 60
Section III – Evaluation and Qualification Criteria

We do not accept the appointment of [insert name proposed in Bid Data Sheet] as the
Adjudicator, and propose instead that [insert name] be appointed3 as Adjudicator, whose
daily fees and biographical data are attached.

Name of the Bidder: *[insert complete name of person signing the Bid]

Name of the person duly authorized to sign the Bid on behalf of the Bidder:**[insert
complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid: [insert complete title of the person signing the Bid]

Signature of the person named above: [insert signature of person whose name and
capacity are shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture
as Bidder

**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid

3
In case appointment of Adjudicator was proposed from the list provided by an Institution in ITB 51, the
replacement should also be proposed from the list of same institution.
Page | 61
Section III – Evaluation and Qualification Criteria

Technical Proposal

Technical Proposal Forms

- Key Personnel Schedule

- Equipment

- Site Organization

- Method Statement

- Mobilization Schedule

- Construction Schedule

- ES Management Strategies and Implementation Plans

- Code of Conduct for Contractor’s Personnel (ES)

- Sub-contracting elements or works which in aggregate adds to more than 10% of


Bid price (for each the qualifications and experiences on the identified subcontractor
in the relevant field should be given)

Note: Work should not be split into small parts and sub-contracted; but sub-contracting
specialized elements of works is acceptable.

- Others

- Bidder’s Qualification

- Form of Bid Security - Bank Guarantee

- Form of Bid-Securing Declaration


Page | 62
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part: Personnel

Forms for Personnel

Form PER – 1: Key Personnel Schedule

Bidders should provide the names and details of the suitably qualified Key Personnel to
perform the Contract. The data on their experience should be supplied using the Form
PER-2 below for each candidate.

Key Personnel

1. Title of position:

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this
appointment: position will be engaged]

Time [insert the number of days/week/months/ that has been


commitment: for scheduled for this position]
this position:

Expected time [insert the expected time schedule for this position (e.g. attach
schedule for this high level Gantt chart]
position:

2. Title of position: [Environmental Specialist]

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this
appointment: position will be engaged]

Page | 63
Section III – Evaluation and Qualification Criteria

Time [insert the number of days/week/months/ that has been


commitment: for scheduled for this position]
this position:

Expected time [insert the expected time schedule for this position (e.g. attach
schedule for this high level Gantt chart]
position:

3. Title of position: [Health and Safety Specialist]

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this
appointment: position will be engaged]

Time [insert the number of days/week/months/ that has been


commitment: for scheduled for this position]
this position:

Expected time [insert the expected time schedule for this position (e.g. attach
schedule for this high level Gantt chart]
position:

4. Title of position: [Social Specialist]

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this
appointment: position will be engaged]

Time [insert the number of days/week/months/ that has been


commitment: for scheduled for this position]
this position:

Expected time [insert the expected time schedule for this position (e.g. attach
schedule for this high level Gantt chart]
position:

5. Title of position: Sexual Exploitation, Abuse and Harassment Expert


[Where a Project SEA risks are assessed to be substantial or high, Key Personnel shall
include an expert with relevant experience in addressing sexual exploitation, sexual
abuse and sexual harassment cases]

Page | 64
Section III – Evaluation and Qualification Criteria

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this
appointment: position will be engaged]

Time [insert the number of days/week/months/ that has been


commitment: for scheduled for this position]
this position:

Expected time [insert the expected time schedule for this position (e.g. attach
schedule for this high level Gantt chart]
position:

6. Title of position:

Name of candidate
Duration of [insert the whole period (start and end dates) for which this
appointment: position will be engaged]

Time [insert the number of days/week/months/ that has been


commitment: for scheduled for this position]
this position:

Expected time [insert the expected time schedule for this position (e.g. attach
schedule for this high level Gantt chart]
position:

Page | 65
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Form PER-2:

Resume and Declaration

Key Personnel

Name of Bidder

Position [#1]: [title of position from Form PER-1]

Personnel Name: Date of birth:


information

Address: E-mail:

Professional qualifications:

Academic qualifications:

Language proficiency:[language and levels of speaking, reading and writing


skills]

details
Address of employer:

Telephone: Contact (manager / personnel


officer):

Fax:

Job title: Years with present employer:

Page | 66
Section III – Evaluation and Qualification Criteria

Summarize professional experience in reverse chronological order. Indicate particular


technical and managerial experience relevant to the project.

Duration of
Project Role involvement Relevant experience
[From - To]
[main [role and
[describe the experience relevant to this
project responsibilities on the [time in role]
position]
details] project]

Declaration

I, the undersigned Key Personnel, certify that to the best of my knowledge and belief,
the information contained in this Form PER-2 correctly describes myself, my
qualifications and my experience.
I confirm that I am available as certified in the following table and throughout the
expected time schedule for this position as provided in the Bid:

Commitment Details
Commitment to duration of [insert period (start and end dates) for which this Key
contract: Personnel is available to work on this contract]
Time commitment: [insert the number of days/week/months/ that this Key
Personnel will be engaged]

I understand that any misrepresentation or omission in this Form may:


(a) be taken into consideration during Bid evaluation;
(b) result in my disqualification from participating in the Bid;
(c) result in my dismissal from the contract.

Name of Key Personnel: [insert name]

Page | 67
Section III – Evaluation and Qualification Criteria

Signature: __________________________________________________________

Date: (day month year): _______________________________________________

Countersignature of authorized representative of the Bidder:

Signature: ________________________________________________________

Date: (day month year): __________________________________

Page | 68
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part: Equipment

Forms for Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for the key equipment listed in Section III (Evaluation
and Qualification Criteria). A separate Form shall be prepared for each item of equipment
listed, or for alternative equipment proposed by the Bidder. The Bidder shall provide all the
information requested below, to the extent possible. Fields with asterisk (*) shall be used
for evaluation.

Type of Equipment*

Equipment Name of manufacturer, Model and power rating


Information
Capacity* Year of manufacture*

Current Current location


Status
Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Page | 69
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Site Organization
[insert Site Organization information]

Page | 70
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Method Statement

[insert method Statement – A detailed note should be submitted outlining bidders


proposed methodology and program of construction including Contractor’s Environmental
and Social, Health Management Strategies and Implementation Plans (ES-MSIP), backed
with equipment, materials and manpower planning and deployment, duly supported with
broad calculations and quality control system/assurance procedures proposed to be
adopted, justifying their capability of execution and completion of the work as per technical
specifications within the stipulated period of completion as per milestones]

Page | 71
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Mobilization Schedule
[insert Mobilization Schedule]

In accordance with the Particular Conditions, Sub-Clause 16.2, the Contractor shall not
carry out mobilization to Site unless the Project manager gives consent that appropriate
measures are in place to address environmental and social risks and impacts, which as a
minimum shall include applying the Management Strategies and Implementation Plans
(MSIPs) and Code of Conduct for Contractor’s Personnel, submitted as part of the Bid
and agreed as part of the Contract.

Page | 72
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Construction Schedule

[insert Construction Schedule]

The construction schedule shall include the following key milestone - No-objection to the
Code of Conduct for Contractor’s Personnel and Contractor’s MSIPs, which collectively form
the C-ESMP, in accordance with the Particular Conditions of Contract Sub-Clause 16.2.

Page | 73
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Environmental and Social, Health Management Strategies and Implementation Plans

(ES-MSIP)

The Bidder shall submit comprehensive and concise Environmental and Social
Management Strategies and Implementation Plans (ES-MSIP) as required by ITB 11.2
(j) of the Bid Data Sheet. These strategies and plans shall describe in detail the
actions, materials, equipment, management processes etc. that will be implemented
by the Contractor, and its subcontractors.
In developing these strategies and plans, the Bidder shall have regard to the ES
provisions of the contract including those as may be more fully described in the
Works Requirements in Section VII.

Page | 74
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part


Code of Conduct for Contractor’s Personnel(ES) Form

Note to the Employer:


The following minimum requirements shall not be modified. The Employer may add additional
requirements to address identified issues, informed by relevant environmental and social
assessment.
The types of issues identified could include risks associated with: labour influx, spread of
communicable diseases, and Sexual Exploitation andAbuse(SEA), Sexual Harassment (SH) etc.
Delete this Box prior to issuance of the bidding document.

Note to the Bidder:


The minimum content of the Code of Conduct form as set out by the Employer shall not be
substantially modified. However, the Bidder may add requirements as appropriate, including to
take into account Contract-specific issues/risks.

The Bidder shall initial and submit the Code of Conduct form as part of its bid.

CODE OF CONDUCT FOR CONTRACTOR’S PERSONNEL

We are the Contractor, [enter name of Contractor]. We have signed a contract with
[enter name of Employer] for [enter description of the Works]. These Works will be carried
out at [enter the Site and other locations where the Works will be carried out]. Our
contract requires us to implement measures to address environmental and social risks
related to the Works, including the risks of sexual exploitation, sexual abuse and sexual
harassment.

This Code of Conduct is part of our measures to deal with environmental and social risks
related to the Works. It applies to all our staff, laborers and other employees at the
Works Site or other places where the Works are being carried out. It also applies to the
personnel of each subcontractor and any other personnel assisting us in the execution of
the Works. All such persons are referred to as “Contractor’s Personnel” and are subject
to this Code of Conduct.

This Code of Conduct identifies the behavior that we require from all Contractor’s
Personnel.

Our workplace is an environment where unsafe, offensive, abusive or violent behavior


will not be tolerated and where all persons should feel comfortable raising issues or
concerns without fear of retaliation.

Page | 75
Section III – Evaluation and Qualification Criteria

REQUIRED CONDUCT
Contractor’s Personnel shall:
1. carry out his/her duties competently and diligently;
2. comply with this Code of Conduct and all applicable laws, regulations and other
requirements, including requirements to protect the health, safety and well-being of
other Contractor’s Personnel and any other person;
3. maintain a safe working environment including by:
a. ensuring that workplaces, machinery, equipment and processes under each
person’s control are safe and without risk to health;
b. wearing required personal protective equipment;
c. using appropriate measures relating to chemical, physical and biological
substances and agents; and
d. following applicable emergency operating procedures.
4. report work situations that he/she believes are not safe or healthy and remove
himself/herself from a work situation which he/she reasonably believes presents an
imminent and serious danger to his/her life or health;
5. treat other people with respect, and not discriminate against specific groups
such as women, people with disabilities, migrant workers or children;
6. not engageinSexual Harassment, which means unwelcome sexual advances,
requests for sexual favors, and other verbal or physical conduct of a sexual nature with
other Contractor’s or Employer’s Personnel;
7. not engage in Sexual Exploitation, which means any actual or attempted abuse
of position of vulnerability, differential power or trust, for sexual purposes, including, but
not limited to, profiting monetarily, socially or politically from the sexual exploitation of
another;
8. not engage in Sexual Abuse, which means the actual or threatened physical
intrusion of a sexual nature, whether by force or under unequal or coercive conditions;
9. not engage in any form of sexual activity with individuals under the age of 18,
except in case of pre-existing marriage;
10. complete relevant training courses that will be provided related to the
environmental and social aspects of the Contract, including on health and safety matters,
and Sexual Exploitation, and Abuse (SEA) and Sexual Harassment (SH);
11. report violations of this Code of Conduct; and
12. not retaliate against any person who reports violations of this Code of Conduct,
whether to us or the Employer, or who makes use of the grievance mechanism for
Contractor’s Personnel or the project’s Grievance Redress Mechanism.

Page | 76
Section III – Evaluation and Qualification Criteria

RAISING CONCERNS
If any person observes behavior that he/she believes may represent a violation of this
Code of Conduct, or that otherwise concerns him/her, he/she should raise the issue
promptly. This can be done in either of the following ways:
1. Contact [enter name of the Contractor’s Social Expert with relevant experience in
handling gender-based violence, or if such person is not required under the Contract,
another individual designated by the Contractor to handle these matters] in writing at this
address [ ] or by telephone at [ ] or in person at [ ]; or
2. Call [ ] to reach the Contractor’s hotline (if any) and leave a message.

The person’s identity will be kept confidential, unless reporting of allegations is


mandated by the country law. Anonymous complaints or allegations may also be
submitted and will be given all due and appropriate consideration. We take seriously all
reports of possible misconduct and will investigate and take appropriate action. We will
provide warm referrals to service providers that may help support the person who
experienced the alleged incident, as appropriate.
There will be no retaliation against any person who raises a concern in good faith about
any behavior prohibited by this Code of Conduct. Such retaliation would be a violation of
this Code of Conduct.
CONSEQUENCES OF VIOLATING THE CODE OF CONDUCT
Any violation of this Code of Conduct by Contractor’s Personnel may result in serious
consequences, up to and including termination and possible referral to legal authorities.

FOR CONTRACTOR’S PERSONNEL:

I have received a copy of this Code of Conduct written in a language that I comprehend.
I understand that if I have any questions about this Code of Conduct, I can contact [enter
name of Contractor’s contact person with relevant experience] requesting an explanation.
Name of Contractor’s Personnel: [insert name]

Signature: __________________________________________________________

Date: (day month year): _______________________________________________


Countersignature of authorized representative of the Contractor:
Signature: ________________________________________________________
Date: (day month year): ______________________________________________

ATTACHMENT 1: Behaviors constituting Sexual Exploitation and Abuse (SEA) and


behaviors constituting Sexual Harassment (SH)

Page | 77
Section III – Evaluation and Qualification Criteria

ATTACHMENT 1 TO THE CODE OF CONDUCT FORM

BEHAVIORS CONSTITUTING SEXUAL EXPLOITATION AND ABUSE (SEA) AND BEHAVIORS


CONSTITUTING SEXUAL HARASSMENT (SH)
The following non-exhaustive list is intended to illustrate types of prohibited behaviors:
(1) Examples of sexual exploitation and abuse include, but are not limited to:
• A Contractor’s Personnel tells a member of the community that he/she can get them
jobs related to the work site (e.g. cooking and cleaning) in exchange for sex.
• A Contractor’s Personnel that is connecting electricity input to households says that he
can connect women headed households to the grid in exchange for sex.
• A Contractor’s Personnel rapes, or otherwise sexually assaults a member of the
community.
• A Contractor’s Personnel denies a person access to the Site unless he/she performs a
sexual favor.
• A Contractor’s Personnel tells a person applying for employment under the Contract
that he/she will only hire him/her if he/she has sex with him/her.
(2) Examples of sexual harassmentin a work context
• Contractor’s Personnel comment on the appearance of another Contractor’s Personnel
(either positive or negative) and sexual desirability.
• When a Contractor’s Personnel complains about comments made by another
Contractor’s Personnel on his/her appearance, the other Contractor’s Personnel
comment that he/she is “asking for it” because of how he/she dresses.
• Unwelcome touching of a Contractor’s or Employer’s Personnel by another
Contractor’s Personnel.
• A Contractor’s Personnel tells another Contractor’s Personnel that he/she will get
him/her a salary raise, or promotion if he/she sends him/her naked photographs of
himself/herself.

Others

Page | 78
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Sub-Contracting

SCHEDULE OF SUBCONTRACTORS

Item Element of % of bid Name and Qualification and


work price address of experience of sub-
sub- contractor on similar
contractor works of the elements
executed

The Bidder shall enter in this schedule a list of the major sections and appropriate value
of the work for which he proposed to use subcontractors [for those costing more than
10% of the bid price for each element], together with the names, addresses and experiences
of the proposed subcontractors.

The capability of the sub-contractor will also be assessed (on the same lines as for the
main Contractor) before according approval to him.

(Work should not be split into small parts and sub-contracted; but sub-contracting
specialized elements of works is acceptable).

Page | 79
Section III – Evaluation and Qualification Criteria

APPENDIX TO TECHNICAL PART


OTHERS

Page | 80
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Bidder’s Qualification

To establish its qualifications to perform the contract in accordance with Section III
(Evaluation and Qualification Criteria) the Bidder shall provide the information requested
in the corresponding Information Sheets included hereunder

Page | 81
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Form ELI -1.1: Bidder Information Form

Date: _________________
RFB No. and title: _________________
Page__________of_______________pages

Bidder's legal name


In case of Joint Venture (JV), legal name of each member:
Bidder's actual or intended country of registration:
[indicate country of Constitution]

Bidder's actual or intended year of incorporation:

Bidder's legal address [in country of registration]:

Bidder's authorized representative information


Name: _____________________________________
Address: ___________________________________
Telephone/Fax numbers: _______________________
E-mail address: ______________________________

1. Attached are copies of original documents of


Articles of Incorporation (or equivalent documents of constitution or association),
and/or documents of registration of the legal entity named above, in accordance with ITB
4.4.
Authorization to represent the firm or JV named in above, in accordance with ITB 20.
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
In case of state-owned enterprise or institution, in accordance with ITB 4.6 documents
establishing:
• Legal and financial autonomy
• Operation under commercial law
• Establishing that the Bidder is not under the supervision of the Employer
2. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

Page | 82
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part


Form ELI -1.2: Information Form for JV Bidders
(Where permitted as per BDS ITB 4.1)

(to be completed for each member of Joint Venture)

Date: _______________
RFB No. and title: __________________
Page _______________ of ____________ pages

JV Information

Bidder’s Joint Venture legal name:


JV member’s legal name:
JV member’s country of registration:
JV member’s year of constitution:
JV member’s legal address in country of constitution:
JV member’s authorized representative information
Name: ____________________________________
Address: __________________________________
Telephone/Fax numbers: _____________________
E-mail address: _____________________________

1. Attached are copies of original documents of


Articles of Incorporation (or equivalent documents of constitution or association),
and/or registration documents of the legal entity named above, in accordance with ITB
4.4.
Authorization to represent the firm or JV named in above, in accordance with ITB 20.
In case of a state-owned enterprise or institution, documents establishing legal and
financial autonomy, operation in accordance with commercial law, and is not under
the supervision of the Employer, in accordance with ITB 4.6.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

Page | 83
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Form ELI -1.2 A

Specialized Subcontractor’s Information Form


(to be completed for each Specialized Subcontractor)

Date: _______________
RFB No. and title: __________________
Page _______________ of ____________ pages
Bidder’s legal name:

Specialized Subcontractor’s legal name:

Specialized Subcontractor’s country of registration:

Specialized Subcontractor’s year of constitution:

Specialized Subcontractor’s legal address in country of constitution:

Specialized Subcontractor’s authorized representative information


Name: ____________________________________
Address: __________________________________
Telephone/Fax numbers: _____________________
E-mail address: _____________________________
Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.4.
Authorization to represent the Specialized Subcontractor.

Page | 84
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

DETAILS OF PARTICIPATION IN THE JOINT VENTURE


(Where permitted as per BDS ITB 4.1)

PARTICIPATION DETAILS FIRM ‘A’ FIRM ‘B’ FIRM ‘C’

(Lead Member)

Financial

Name of the Banker(s)

Planning

Construction Equipment

Key Personnel

Execution of Work (Give


details on proposed

The Joint Venture should indicate the details of participation as above.

Page | 85
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Form CON – 2: Historical Contract Non-Performance, Pending Litigation and Litigation


History

[to be completed for the Bidder and for each member of a Joint Venture]

Bidder’s Name: ________________


Date: ______________________
Joint Venture Member’s Name_________________________
RFB No. and title: ___________________________
Page _______________of ______________pages

Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
Contract non-performance did not occur since 1st January [insert year]specified in Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.1.
Contract(s) not performed since 1st January [insert year] specified in Section III, Evaluation
and Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (Rs.)
portion of
contract
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Evaluation and Qualification Criteria
No pending litigation in accordance with Section III, Evaluation and Qualification Criteria,
Sub-Factor 2.3.
Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-
Factor 2.3 as indicated below.

Page | 86
Section III – Evaluation and Qualification Criteria

Year of Amount in Contract Identification Total Contract


dispute dispute (Rs.) Amount (Rs.)
[insert [insert amount] Contract Identification: [indicate [insert amount]
year] complete contract name, number,
and any other identification]

Name of Employer: [insert full


name]

Address of Employer: [insert


street/city/country]

Matter in dispute: [indicate main


issues in dispute]

Party who initiated the dispute:


[indicate “Employer” or
“Contractor”]

Status of dispute: [Indicate if it is


being treated by the Adjudicator,
under Arbitration or being dealt
with by the Judiciary]

Page | 87
Section III – Evaluation and Qualification Criteria

[insert [insert amount] Contract Identification: [indicate [insert amount]


year] complete contract name, number,
and any other identification]

Name of Employer: [insert full


name]

Address of Employer: [insert


street/city/country]

Matter in dispute: [indicate main


issues in dispute]

Party who initiated the dispute:


[indicate “Employer” or
“Contractor”]

Status of dispute: [Indicate if it is


being treated by the Adjudicator,
under Arbitration or being dealt
with by the Judiciary]
Litigation History in accordance with Section III, Evaluation and Qualification Criteria

No Litigation History in accordance with Section III, Evaluation and Qualification


Criteria, Sub-Factor 2.4.

Litigation Historyin accordance with Section III, Evaluation and Qualification


Criteria, Sub-Factor 2.4 as indicated below.

Year Outcome as Contract Identification Total Contract


of percentage of Amount (Rs.)
award Net Worth

Page | 88
Section III – Evaluation and Qualification Criteria

[insert [insert Contract Identification: [indicate [insert amount]


year] percentage] complete contract name, number,
and any other identification]

Name of Employer: [insert full name]

Address of Employer: [insert


street/city/country]

Matter in dispute: [indicate main


issues in dispute]

Party who initiated the dispute:


[indicate “Employer” or “Contractor”]

Reason(s) for Litigation and award


decision [indicate main reason(s)]

Page | 89
Section III – Evaluation and Qualification Criteria

Appendix to Technical Part

Form CON – 3: Environmental and Social (ES) Performance Declaration

[The following table shall be filled in for the Bidder, each member of a Joint Venture and each
Specialized Subcontractor]

Bidder’s Name: ___________[insert full name]


Date: ______________[insert day, month, year]
Joint Venture Member’s or Specialized Subcontractor’s Name: ________[insertfull name]
RFB No. and title: _________________[insert RFB number and title]
Page ________[insert page number] of ________[insert page number] pages

Environmental and Social Performance Declaration

in accordance with Section III, Qualification Criteria, and Requirements


No suspension or termination of contract: An employer has not suspended or terminated a
contract and/or called the performance security for a contract for reasons related to
Environmental or Social (ES) performance since the date specified in Section III,
Qualification Criteria, and Requirements, Sub-Factor 2.5.
Declaration of suspension or termination of contract: The following contract(s) has/have
been suspended or terminated and/or Performance Security called by an employer(s) for
reasons related to Environmental or Social (ES) performance since the date specified in
Section III, Qualification Criteria, and Requirements, Sub-Factor 2.5. Details are described
below:

Year Suspended Contract Identification Total Contract


or Amount (Rs.)
terminated
portion of
contract

[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and name/ number, and any other identification]
percentage] Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]


Reason(s) for suspension or termination: [indicate
main reason(s) e.g. for gender-based violence; sexual
exploitation or sexual abuse breaches]

Page | 90
Section III – Evaluation and Qualification Criteria

[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and name/ number, and any other identification]
percentage] Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]


Reason(s) for suspension or termination: [indicate
main reason(s)]

… … [list all applicable contracts] …

Performance Security called by an employer(s) for reasons related to ES performance

Year Contract Identification Total Contract


Amount (Rs.)

[insert Contract Identification: [indicate complete contract name/ number, [insert amount]
year] and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for calling of performance security: [indicate main
reason(s) e.g. for gender-based violence; sexual exploitation or sexual
abuse breaches]

Page | 91
Section IV – Bidding Forms
Appendix to Technical Part

Form CCC: Current Contract Commitments / Works in Progress

Bidders and each member of a JV should provide information on their current


commitments on all contracts that have been awarded, or for which a letter of
intent or acceptance has been received, or for contracts approaching completion,
but for which an unqualified, full completion certificate has yet to be issued.

(A) Existing commitments and on-going works:

Description Place Contract Name Value of Stipulated Value of Average


of Work & No. & and Contract period of works11 Anticipated Monthly
State Date Address (Rs. completion remaining date of Invoicing
of equivalent to be completion Over Last
Employer in million) completed Six Months
(Rs. (Rs./month)
equivalent Equivalent
in million) in millions)

(1) (2) (3) (4) (5) (6) (7) (8) (9)

(B) Works for which bids already submitted and likely to be awarded – expected additional
commitment.

Description Place & Name and Address Estimated value Stipulated period Date when
of Work State of Employer of Works (Rs. of completion decision is Remarks,
equivalent in expected if any
million)

(1) (2) (3) (4) (5) (6) (7)

11
Attach certificate(s) from the Engineer(s)-in-Charge.

Page | 92
Section IV – Bidding Forms

Appendix to Technical Part

Form FIN – 3.1: Financial Situation and Performance

[To be completed by the Bidder and by each member of a Joint Venture]

Bidder’s Legal Name: ________________


Date: ______________________
Joint Venture Member’s Legal Name_________________________
RFB No. and title: ___________________________
Page _______________of ______________pages

1. Financial data

Type of Financial information in Historic information for previous _________years,

(Rs.) ____________

(amount in Rs.)
Year 1 Year 2 … … Year 7

Statement of Financial Position (Information from Balance Sheet)


Total Assets (TA)
Total Liabilities (TL)
Total Equity/Net Worth (NW)
Current Assets (CA)
Current Liabilities (CL)
Working Capital (WC)
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes (PBT)
Cash Flow Information
Cash Flow from Operating
Activities
This information should be extracted from the Annual Financial Statements/ Balance sheets,
which should be enclosed. Year 1 will be the latest year for which audited financial statements
are available. Year 2 shall be the year immediately preceding year 1 and year 3 shall be the year
immediately preceding Year 2.

Page | 93
Section IV – Bidding Forms
2. Sources of Finance

Specify sources of finance to meet the cash flow requirements on works


currently in progress and for future contract commitments.

No. Source of finance Amount (Rs.)

3. Financial documents

The Bidder and its parties shall provide copies of financial statements for
_________years pursuant Section III, Evaluation and Qualifications Criteria, Sub-factor
3.2. The financial statements shall:

(a) reflect the financial situation of the Bidder or in case of JV member, and
not an affiliated entity (such as parent company or group member).

(b) be independently audited or certified in accordance with local legislation.


In case of Indian bidders, the financial statements shall be audited by a certified
chartered accountant.

(c) be complete, including all notes to the financial statements.

(d) correspond to accounting periods already completed and audited.


Attached are copies of financial statements12(balance sheets, including all related notes,
and income statements) for the ____________years required above; and complying
with the requirements

12
If the most recent set of financial statements is for a period earlier than 12 months from the date of
bid, the reason for this should be justified.
Page | 94
Section IV – Bidding Forms
Appendix to Technical Part

Form FIN - 3.2: Average Annual Construction Turnover

[To be completed by the Bidder and by each member of a Joint Venture]

Bidder’s Legal Name: ________________


Date: ______________________
Joint Venture Member’s Legal Name_________________________
RFB No. and title: ___________________________
Page _______________of ______________pages

Annual turnover data (construction only)

Year Amount in Rs.

[indicate [insert amount]


year]

Average
Annual
Construction
Turnover *

* See Section III, Evaluation and Qualification Criteria, Sub-Factor 3.2.


Annual construction turnover calculated as total certified payments received for
work in progress or completed, for 7 years. This should be certified by a Chartered
Accountant.

Page | 95
Section IV – Bidding Forms
Appendix to Technical Part
JOINT VENTURE
(Where permitted as per BDS ITB 4.1)

Names of all members of a joint venture

1. Member in charge
2. Member
3. Member

Total value of annual construction turnover, in terms of work billed to clients, in


Rupees
Annual Turnover Data (construction only; in Rs. *)

Member Form 3.2 Year 1 Year 2 … … Year 7 Average


pageNo.
1. Member
in charge
2. Member

3. Member

TOTALS

* To be certified by a chartered accountant

Name and address of Bankers to the Joint Venture


Provide details regarding financial responsibility and participation (percentage
share in the total) of each firm in the Joint Venture. Attach a Memorandum of
Understanding for the Proposed Agreement of joint Venture which should lay
down responsibility regarding work and financial arrangements in respect of each
of the firm in the Joint Venture (Refer also ITB Clause 4.1).

Page | 96
Section IV – Bidding Forms
Appendix to Technical Part

Form FIN - 3.3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real


assets, lines of credit, and other financial means, net of current commitments,
available to meet the total construction cash flow demands of the subject contract
or contracts as specified in Section III, Evaluation and Qualification Criteria.

Source of financing Amount (Rs.)


1.

2.

3.

4.

FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CASH FLOW

[To be given from a Nationalized or Scheduled Bank in India]

Clause 3.1(ii) of Section III – Qualification Criteria

(1) AVAILABILITY OF CASH FLOW (WORKING CAPITAL)

This is to certify that M/s. ______________________________ is a reputed


company with a good financial standing.

If the contract for the works, namely


_________________________________________ [funded by the World Bank] is
awarded to the above firm, we shall be able to provide overdraft/credit facilities
to the extent of Rs. equivalent _______ to meet their capital requirements for
executing the above contract.

-- Sd. --

Name of Bank
Manager

Senior Bank Manager

Address of the Bank


Page | 97
Section IV – Bidding Forms

* Change the text as follows for Joint venture: (Where permitted as per BDS ITB
4.1)

This is to certify that M/s. ………………………………. who has formed a JV with M/s.
………………………….. and M/s. …………………………….. for participating in this
bid, is a reputed company with a good financial standing.

If the contract for the work, namely


…………………………………………………………. [funded by the World Bank] is
awarded to the above Joint Venture, we shall be able to provide overdraft/credit
facilities to the extent of Rs. …………… to meet the working capital requirements for
executing the above contract.

[This should be given by the JV members in proportion to their financial participation.]

Page | 98
Section IV – Bidding Forms

Appendix to Technical Part

Form EXP - 4.1: General Construction Experience

[The following table shall be filled in for the Bidder and for each member of a Joint
Venture]

Bidder’s Legal Name: ________________


Date: ______________________
Joint Venture Member’s Legal Name_________________________
RFB No. and title: ___________________________
Page _______________of ______________pages

[Identify contracts that demonstrate continuous construction work over the past [7]
years pursuant to Section III, Qualification Criteria and Requirements, Sub-Factor 4.1.
List contracts chronologically, according to their commencement (starting) dates.]

Starting Ending Contract Identification Role of

Month/ Year Month/ Year Bidder


[“Contractor” or “JV
Member” or
“Subcontractor” or
“Contract Manager”]
Contract name: ____________________

Brief Description of the Works


performed by the

Bidder:
_____________________________

Amount of contract:
___________________

Name of Employer:
____________________

Address:
_____________________________

Contract name:
_________________________

Brief Description of the Works

Page | 99
Section IV – Bidding Forms
performed by the

Bidder:
_____________________________

Amount of contract:
___________________

Name of Employer:
___________________

Address: _________________________

Contract name:
________________________

Brief Description of the Works


performed by the

Bidder: __________________________

Amount of contract:
___________________

Name of Employer:
___________________

Address: _________________________

Page | 100
Section IV – Bidding Forms
Appendix to Technical Part
Form EXP - 4.2(a): Specific Construction and Contract Management Experience
[The following table shall be filled in for contracts performed by the Bidder, each
member of a Joint Venture, and specialist sub-contractors]

Bidder’s Legal Name: ________________


Date: ______________________
Joint Venture Member’s Legal Name_________________________
RFB No. and title: ___________________________
Page _______________of ______________pages

Work performed as prime Contractor or JV Member or Sub-Contractor or


Management Contractor (in the same name and style) on construction works of a
similar nature and volume over the last seven years13. [Attach certificate from the
Engineer-in-charge.]

Information
Similar Contract No.

Contract Identification
Award date
Completion date
Prime Member in JV Management Sub-
Role in Contract
Contractor Contractor contractor

Total Contract Amount Rs. *

*
If member in a JV or subcontractor,
specify participation in total
Contract amount

Employer's Name:

Address:

Telephone/fax number

E-mail:

13
Immediately preceding the financial year in which bids are received.
Page | 101
Section IV – Bidding Forms
Appendix to Technical Part

Form EXP - 4.2(a) (cont.)

Specific Construction and Contract Management Experience (cont.)

Similar Contract No. Information

Description of the similarity in


accordance with Sub-Factor 4.2(a)
of Section III:

1. Amount

2. Physical size of required works


items

3. Complexity

4. Methods/Technology

5. Construction rate for key


activities

6. Other Characteristics

Page | 102
Section IV – Bidding Forms
Appendix to Technical Part

Form EXP - 4.2(b ): Construction Experience in Key Activities

Bidder’s Legal Name: ________________


Date: ______________________
Joint Venture Member’s Legal Name_________________________
Subcontractor's Legal Name14 (as per ITB 33.2 and 33.3): ________________

RFB No. and title: ___________________________


Page _______________of ______________pages

Subcontractor's Name (as per ITB 33.2 and 33.3): ________________

All subcontractors for key activities must complete the information in this form as
per ITB 33.2 and 33.3 and Section III, Qualification Criteria and Requirements, Sub-
Factor 4.2.
1. Key Activity No One: ________________________

Information

Contract Identification
Award date
Completion date
Prime Member Management Sub-
Role in Contract
Contractor in Contractor contractor
JV

Total Contract Amount Rs.

Quantity (Volume, number or rate of Total quantity in Percentage Actual


production, as applicable) the contract Quantity
participation
performed under the contract per Performed
(i)
year or part of the year in the last 7 (ii)
(i) x (ii)
years

Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7

14 If applicable.
Page | 103
Section IV – Bidding Forms

Information
2.Activ
ity No. Employer’s Name15:
Two
Address:
3.
…… Telephone/fax number
……
……
E-mail:

Information

Description of the key activities in


accordance with Sub-Factor 4.2(b) of
Section III:

15Attach certificate from the Engineer-in-charge


Page | 104
Section IV – Bidding Forms
Appendix to Technical Part

Form EXP - 4.2(c)

Specific Experience in Managing ES aspects

(If applicable under 4.2 (c) of Section –III : Evaluation and Qualification Criteria)

[The following table shall be filled in for contracts performed by the Bidder,
and each member of a Joint Venture]

Bidder's Name: ________________


Date: ___________________
Bidder's JV Member Name: __________________
RFB No. and title: _____________________

Page __________________of ________________pages

1. Key Requirement no 1 in accordance with 4.2 (c): ______________________

Contract Identification
Award date
Completion date
Role in Contract Prim Mem Manag Subcon
e ber in ement tractor
Contr JV Contrac
Total Contract Amount actor tor
Rs.

Details of relevant
experience

2. Key Requirement no 2 in accordance with 4.2 (c): ______________________


3. Key Requirement no 3 in accordance with 4.2 (c): ______________________

Page | 105
Section IV – Bidding Forms
Appendix to Technical Part

Form…..

(Name of the Project)

(Declaration regarding tax/duty exemption for materials/construction equipment


bought for the work)

(Bidder’s Name and Address)

To: …………………..

(Name of the Employer& address)

Dear Sir:

Re: [Name of Work]…………………….

Certificate for Import/Procurement of Goods/Construction Equipment

Government Order/Circular Number under which tax/duty Exemption is being


sought: …

1. We confirm that we are solely responsible for obtaining tax/duty waivers


which we have considered in our bid and in case of failure to receive such
waivers for reasons whatsoever, the employer will not compensate us.

2. We are furnishing below the information required by the Employer for issue
of the necessary certificates in terms of the Government of India’s
relevant Notifications.

3. The goods/construction equipment for which certificates are required are as


under:

Items Make/ Capacity Quantity Value State whether it Remarks


[where will be procured regarding
(modify the list Brand
applicable] locally or justification
suitably for each Name
imported [if so for the
specific work)*
from which quantity and
country] their usage in
works.

Goods

[a]Bitumen

[b]Cement

Page | 106
Section IV – Bidding Forms
[c]Steel

Construction Equipment

4. We agree that no modification to the above list is permitted after bids are
opened.

5. We agree that the certificate will be issued only to the extent considered
reasonable by the Employer for the work, based on the Bill of Quantities
and the construction program and methodology as furnished by us along
with the bid.

6. We confirm that the above goods and construction equipment will be


exclusively used for the construction of the above work and the
construction equipment will not be sold or otherwise disposed of in any
manner for a period of seven years from the date of acquisition.

Date: ___________________
(Signature)______________________

Place:___________________ (Printed
Name)__________________

(Designation)____________________

(Common Seal)
___________________

[This certificate will be issued within 60 days of signing of contract and no


subsequent changes will be permitted.]

* Modify the above to suit the requirements given in Government of India’s


Notifications as current of date of bidding.

Page | 107
Section IV – Bidding Forms
Appendix to Technical Part: Bid Security

Form of Bid Security - Bank Guarantee

[Guarantor letterhead or SWIFT identifier code]

Bank Guarantee No…………………….[insert guarantee reference number]

Date………………………….[insert date of issue of the guarantee]

WHEREAS, _______________________ [name of Bidder]16 (hereinafter called


"the Applicant") has submitted his Bid dated _______________________ [date] or
will submit his Bid for the construction of
_____________________________________ [name of Contract] (hereinafter
called "the Bid") under Request for Bids No……………………….[insert number]
(hereinafter called “the RFB”)

KNOW ALL PEOPLE by these presents that We


______________________________ [name of bank] of
____________________________ [name of country] having our registered office
at ___________________________________ (hereinafter called "the Bank") are
bound unto ______________________________[name of Employer] (hereinafter
called "the Employer") in the sum of ___________________ 17for which payment
well and truly to be made to the said Employer the Bank binds itself, his
successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ day of
__________ 20____.

16Insertname of the Bidder, which in the case of a joint venture shall be (a) the name of the joint venture that submits
the bid if the JV has been constituted into a legally enforceable JV, or (b) the names of all future members of the JV
as named in the letter of intent to execute the JV Agreement submitted by the bidder alongwith its bid.
17The Applicant should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This

figure should be the same as shown in Clause 19.1 of the Instructions to Bidders.
Page | 108
Section IV – Bidding Forms

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Applicant (a) withdraws his bid during the period
of Bid validity specified in the Letter of Bid, or any extended dateprovided by the
Applicant (“the Bid Validity Period”); or (b) does not accept the correction of the
Bid Price pursuant to ITB 36;

Or

(2) If the Applicant having been notified of the acceptance of his bid by the
Employer during the period of Bid validity:

(a) fails or refuses to execute the Contract Agreement in accordance with


the Instructions to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security and if required, the
Environmental and Social (ES) Performance Security, in accordance with the
Instruction to Bidders.

we undertake to pay to the Employer up to the above amount upon receipt of his
first written demand, without the Employer having to substantiate his demand,
provided that in his demand the Employer will note that the amount claimed by
him is due to him owing to the occurrence of one or any of the four conditions,
specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date


____________________ 18days after the deadline for submission of Bids as such
deadline is stated in the Instructions to Bidders or as it may be extended by the
Employer, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this guarantee should reach the Bank not later than the
above date.

DATE _______________ SIGNATURE OF THE BANK _________________________

WITNESS ____________ SEAL _______________________________________

_________________________________________________________________

[signature, name, and address]

1845 days after the end of the validity period of the Bid.

Page | 109
Section IV – Bidding Forms
Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

Page | 110
Section IV – Bidding Forms
Appendix to Technical Part

Form of Bid-Securing Declaration

(Where allowed under ITB 19.1)

Date: [insert date (as day, month and year)]

RFB No.: [insert number of Bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Employer]

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a


Bid-Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding
or submitting proposals in any contract with the Employer for the period of time
of [insert number of months or years] starting on [insert date], if we are in breach
of our obligation(s) under the bid conditions, because we:

(a) have not accepted the correction of the Bid Price pursuant to ITB 36; or

(b) have withdrawn our Bid during the period of Bid validity specified in the
Letter of Bid or any extended date provided by us; or

(c) having been notified of the acceptance of our Bid by the Employer during
the period of bid validity, (i) fail or refuse to execute the Contract, if required, or
(ii) fail or refuse to furnish the Performance Security and, if required, the
Environmental and Social (ES) Performance Security, in accordance with the ITB.

We understand this Bid-Securing Declaration shall expire if we are not the


successful Bidder, upon the earlier of (i) our receipt of your notification to us of
the name of the successful Bidder; or (ii) forty-five days after the expiration of our
Bid.

Name of the Bidder* [insert complete name of


person signing the Bid]

Name of the person duly authorized to sign the Bid on behalf of the Bidder**
[insert complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the
Bid]

Signature of the person named above [insert signature of person


whose name and capacity are shown above]
Page | 111
Section IV – Bidding Forms
Date signed _[insert date of signing]day of [insert month], [insert year]

*: In the case of the Bid submitted by joint venture specify the name of the Joint
Venture as Bidder

**: Person signing the Bid shall have the power of attorney given by the Bidder to
be attached with the Bid[Note: In case of a Joint Venture, the Bid-Securing
Declaration must be in the name of all members to the Joint Venture that submits
the Bid.]

Page | 112
Section IV – Bidding Forms
Appendix to Technical Part
Affidavit regarding correctness of information provided
(To be produced on Rs 100/- Stamp paper and duly Notarized)

(to be Produced for each member of Joint Venture separately)

To: …………………..

(Name of the Employer& address)

Dear Sir:

Re: [Name of Work]……………………………………………………………….

The documents attached/information provided by us for the aforesaid work in


technical part are as follows :-

S.No. Information/Documents attached

(1) We confirm that we are solely responsible for trueness and correctness
of the all certificates/documents and information provided by us for above
mentioned work.

Authorized Signatory……………………………
Name
……………………………………………..
For M/s
…………………………………………..
Address
…………………………………………..
Date :-
……………………………………………
[ Notary ]

Page | 113
Section IV – Bidding Forms
We hereby do solemnly affirm with oath that the all information and
certificates/documents provided by us in the above mentioned work are
absolutely true and correct to the best of our knowledge and we are wholly
responsible for all information and certificates/documents provided.

Authorized
Signatory……………………………
Name
……………………………………………..
For M/s
…………………………………………..
Address
…………………………………………..
[ Notary] Date :-
……………………………………………

Page | 114
Section IV – Bidding Forms

Letter of Bid - Financial Part

INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE
DOCUMENT

The Bidder must prepare this Letter of Bid on stationery with its letterhead clearly
showing the Bidder’s complete name and business address.

Note: All italicized text is to help Bidders in preparing this form.

Date of this Bid submission: [insert date (as day, month and year) of Bid
submission]

Request for Bid No.: [insert identification]

Alternative No.19:[insert identification No if this is a Bid for an alternative]

To: [insert complete name of Employer]

We, the undersigned, hereby submit the second part of our Bid, the Bid Price and
Bill of Quantities. This accompanies the Letter of Bid - Technical Part.

In submitting our Bid, we make the following additional declarations:

(a)Bid Validity Period: Our Bid shall be valid for a period specified in BDS 18.1 (or
as amended if applicable) from the date fixed for the Bid submission deadline
specified in BDS 22.1 (or as amended if applicable), and it shall remain binding
upon us and may be accepted at any time before the expiration of that period;

(b)Bid Price: The total price of our Bid, excluding any discounts offered in item (c)
below is: [Insert one of the options below as appropriate]

[Option 1, in case of one lot:] Total price is: [insert the total price of the Bid in Rs. in
words and figures];

Or

[Option 2, in case of multiple lots:] (a) Total price of each lot [insert the total price
of each lot in Rs. in words and figures]; and (b) Total price of all lots (sum of all lots)
[insert the total price of all lots in Rs. words and figures];

19
Delete if not applicable
Page | 115
Section IV – Bidding Forms
(a) Discounts: The discounts offered and the methodology for their
application are:
(i) The discounts offered are: [Specify in detail each discount offered]

(ii) The exact method of calculations to determine the net price after application
of discounts is shown below: [Specify in detail the method that shall be used to
apply the discounts];

(b) Commissions, gratuities and fees: We have paid, or will pay the following
commissions, gratuities, or fees with respect to the Bidding process or execution
of the Contract: [insert complete name of each Recipient, its full address, the reason
for which each commission or gratuity was paid and the amount and currency of
each such commission or gratuity].

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

Name of the Bidder:*[insert complete name of person signing the Bid]

Name of the person duly authorized to sign the Bid on behalf of the Bidder: **
[insert complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid: [insert complete title of the person signing the
Bid]

Signature of the person named above: [insert signature of person whose name and
capacity are shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the
Joint Venture as Bidder.

**: Person signing the Bid shall have the power of attorney given by the Bidder.
The power of attorney shall be attached with the Bid Schedules

Page | 116
Section IV – Bidding Forms

Appendix to Financial Part: Schedules

Sub-contracting

SCHEDULE OF SUBCONTRACTORS

[Note: Entries in this Schedule shall be the same as included in the same Schedule in
the technical part of the bid, except for the column on ‘Approximate value of
subcontract’ added in the table below]

Item Element of Approximate % of Name and Qualification and


work value of bid address of experience of sub-
subcontract price sub- contractor on
contractor similar works of the
elements executed

The Bidder shall enter in this schedule a list of the major sections and appropriate
value of the work for which he proposed to use subcontractors [for those costing
more than 10% of the bid price for each element], together with the names,
addresses and experiences of the proposed subcontractors.

The capability of the subcontractor will also be assessed (on the same lines as for
the main Contractor) before according approval to him.

(Work should not be split into small parts and subcontracted; but subcontracting
specialized elements of works is acceptable).

Page | 117
Section IV – Bidding Forms

APPENDIXTOFINANCIALPART: SCHEDULES

Page | 118
Section IV – Bidding Forms

Name of Work : CONSTRUCTION NEW ADMENSTRATIVE BLOCK & FLOOD CELL AT DIWADA COLONY.
Item TOTAL Amount
Description UNIT Rate
no. QTY in Rs.
In In
words figures
Excavation for foundation upto 1.5 m depth including
sorting out and stacking of useful materials and
1 disposing off the excavated stuff upto 50 Meter lead.(A)
1110 CU.MT
Loose or soft soil
Excavation for foundation for depth from 1.5 m to 3.0 m
including sorting out and stacking of useful materials and
2 960 Cu.m
disposing off the excavated stuff upto 50 Meter lead.(B)
Dense or Hard soil
Providing and laying controlled cement concrete M-150
and curing complete including the cost of form work but
3 excluding cost of reinforcement for reinforced concrete 120 Cu.m
work in : (a) Foundations, footings Bases of columns and
the like and mass concrete.
Providing and laying controlled cement concrete M 250
using B.T. stone aggregate and curing complete including
the cost of form work but excluding the cost of
4 reinforcement for reinforced concrete work in. (A)
519 CU.MT
Foundation footing, base of
columns & mass concrete.
Providing and laying controlled cement concrete M 250
using B.T. stone aggregate and curing complete including
5 the cost of form work but 14 CU.MT
excluding the cost of reinforcement for reinforced
concrete work in. For RCC Columns up to Plinth level.

Page | 119
Section IV – Bidding Forms

Providing and laying cement concrete 1:4:8 (1- Cement :


4- coarse sand : 8- hand broken stone aggregates 40 mm
6 156.4 CU.MT
nominal size) and curing complete including cost of
formwork in (A) Foundation and Plinth

Provinding and Laying controlled cement concrete M-250


& including finising smooth with curing complete
including the cost of form work but excluding cost of
7 reinforcement concrete for RCC PLINTH BEAM for any
40 CU.MT
cross sectional area of
Beam.
Brick work using common Brunt clay building bricks
having crushing strength not less than 35 Kg./Sq.cm.. in
8 cement mortar 1:6 (1cement : 6 fine sand) (b) 3024.55 CU.MT
Conventional In Foundation and
Plinth
Filling in foundation and plinth with murrum or selected
soil in layers of 20cm. thickness including watering,
9 1699 CU.MT
ramming and consolidating
etc. completed.
Applying general insecticide pest control treatment to
floors, cupboards etc including labour material etc.
complete. Using Heptachloride 20 EC. As Per 6113_pests
Consentration Weight 0.50 percent is recommended one
10 litre chemical emulsion dillute with 39 liter of water will 2152 SQ.mt
give. Total dillute concrentration will be 40 litre inclusive
of one litre chemical emulsion appication 0.5 Litre
chemical / Sqm of surface is recommended as per
I.S

Page | 120
Section IV – Bidding Forms

Providing and laying controlled cement concrete M-200


and curing comp. including the cost of form work but
11 excluding the cost of reinforcement for reinforced 29 CU.MT
concrete work for
Columns AT GROUND FLOOR
Provinding and Laying controlled cement concrete M-200
and with curing etc.complete. Including the cost of
formwork but excluding the cost of reinforcement for
12 54.85 CU.MT
R.C.C work in beam heving any cross section area of
BEAM. for
Ground floor.
Providing and laying controlled cement concrete M-200
and curing complete including the cost of form work but
13 excluding the cost of reinforcement for reinforced 123.5 CU.MT
concrete work in
SLABS for GROUND FLOOR
Providing and laying controlled cement concrete M-200
and curing complete including the cost of form work but
14 excluding the cost of reinforcement for reinforced 28 CU.MT
concrete work in
Lintels Ground Floor
Providing I.S.I. mark Fe-415 T.M.T. bar reinforcement for
R.C.C. work including bending, binding and placing in
15 position upto floor two
113420 KG
level for all floor.
Providing and laying brick work using common burnt clay
building conventional type bricks having crushing
16 strength not less than 35 Kg./Sqcm. in super structure 223 CU.MT
in cement mortar 1:6 (1 cement : 6 fine sand) for
Ground floor

Page | 121
Section IV – Bidding Forms

Providing 10 mm thick cement plaster in single coat on


fair side brick/concrete walls for interior plastering upto
floor two level and finished even and smooth in cement
17 mortar 1:3 (1 cement : 3 sand) including finishing with a 704 SQ.mt
floating coat of neat cement slurry etc. complete for
Ceiling
Ground floor.
Providing 15mm thick MALA Trowel Finished cement
plaster in single coat on brick/concrete walls for interior
18 plastering upto floor two level and finished even and 1981 SQ.mt
smooth in (i) Cement mortar 1:4 (1-cement:4-sand)
including Curing etc. complete. for Ground Floor

Applying two coats of Birla (white cement based) or


Asian (acrylic lapy- putty) or equivalent & two coats of
primer of approved brand and manufacture on new wall
19 surface to give an even shade including thoroughly
7567 SQ.mt
brushing the surface free from mortar dropping and
otherforeign matter and sand papered smooth.

Wall painting (two coats) with plastic emulsion paint of


approved brand and manufacture on undecorated wall
20 surface to give an even shade including throughly 5454 SQ.mt
brushing the surface free from mortar droppings and
other foreign matter and sand papered smooth.

Finishing of Wall with Clusterstone (Lightweight


21 Concrete Façade) For Exterior Wall including labour 1576 SQ.mt
charge

Page | 122
Section IV – Bidding Forms

Providing and fixing Green / Black granite in window jams


of 16 mm to 18 mm thickness with inside & out side Edge
Half Round moulding and polishing of the stone, fixing
22 with cement mortar and filling the joints with necessary 141 SQ.mt
materials like araldite, with necessary fixtures and
fastening etc. complete or as directed By Engineer in
Charge.
Steel Work,Providing M S Grill for Window, Ventilators,
Wethershed , & Iron Double shutter door With frame &
Window Gril, using Riveted in buildt up sections framed
work, chanels, Washers, angles, flats, hollow section,
23 Square Bar, Round bar, iron plates, including 10823 KG
cutting,hoisting welding, bending ,fixtures & fasting,
fixing in position and applying a priming coat of lead
paint… etc complated as per Drawing & as directed by
Engineer in charge

Painting two coats (excluding priming coat) on new steel


and other metal surface with enamel paint, brushing,
24 interior to give an even shade including cleaning the 139 SQ.mt
surface an even shade including cleanicn the surface of
all dirt, dust and other foreign matter.

Page | 123
Section IV – Bidding Forms

Providing and fixing window having extruded aluminum


Colour anodized section frame main outer size 95mm x
24mm x 1.17mm (of Jindal Section no:2459 @ wt.of 0.738
Kg/mt), horizontal Three track member size 92mm x
31.75mm x 1.30mm (of Jindal Section no:8688,@
Wt.1.07
Kg/mt), vertical member of size 92mm x31.75mm
x 1.50mm (of Jindal Section no:8933,@ Wt. 1.06 Kg/mt)
25 139 SQ.mt
with sliding shutters of horizontal member size 40
mmx18mm x1.29mm (of Jindal Section no:8947@ wt.of
0.456 Kg/mt), vertical member of size 40mm x 18mm x
1.29 mm (of Jindal Section no:8949 @ wt.of 0.456Kg/mt/
with 5 mm thick transparent bronze colour tinted float
glass with powder coated aluminum fittings and fixtures
and transparent silicon sealant glass fixing to frame as
per details etc
Providing Curtain of Vertical blinds with runners, blind
ferbic, rollar thread, manual powder coated channel with
26 necessaray fiiitings, fixtures & fastening for moving of
353 SQ.mt
blinds etc completed as directed by Engineer in charge.
Providing and fixing black / Green granite two frame for
door Jems of 16mm to 18 mm thickness with outside &
inside Half Round moulding and polishing both sides of
27 the stone, fixing with cement mortar and filling the joints 109 SQ.mt
with necessary materials like araldite, with necessary
fixtures and fastening etc. complete or as directed by
Engineer in Charge

Page | 124
Section IV – Bidding Forms

Providing and fixing 35 mm thick shutters for Doors,


windows andclerestory windows including Indian teak
wood frames 12 cm x 7 cm.size including anodized
28 122 SQ.mt
alluminium fixtures andfastenings includingprimer coat
of approved quality and two coats of oil painting etc,
complete. (ii) Fully Panelled.
Providing and laying Marbo Grenite tiles 8 to 10
mm thick , 24'' x 24'' in flooring treads of steps and
landing laid on a bed of 12mm thick cement mortar 1:3 (1-
29 cement : 3-coarse sand ) finishing with flush pointing in
651 SQ.mt
white cement. (upto 10
Ton)

Providing and laying Ceramic tiles 6mm thick in skrting


risers of steps and dedo on 10mm thick cement plaster
30 181 SQ.mt
1:3 (1-cement : 3-coarse sand) and jointed with white
cement slurry (upto 10 Ton)

Providing and laying Ceramic tiles 6mm thick in flooring


treads of steps and landing laid on a bed of 12mm thick
31 cement mortar 1:3 (1- cement : 3- coarse sand ) finishing 855 SQ.mt
with flush pointing in
white cement. (upto 10 ton)

Page | 125
Section IV – Bidding Forms

Providing and fixing eco-friendly light weight calcium silicate false ceiling tiles having
Tegular edge & 15 mm Thick Densified edges on the Tile Periphery for Extra Strength
The Light weight calcium silicate ceiling tiles shall have , light reflection 85% non
combustible as per B.S. 476 part IV, 100% humidity resistance and also havin thermal
conductivity0.043° w/m KC.for the best thermal Insulation . The Light weight calcium
Silicate tile shall be of approved texture Fine fissured/ Spintone/Cosmos having NRC
value of
0.5 & Globe having NRC value of 0.75 NRC or
equivalent of size 595 X 595 mm to be laid on true horizontal level suspended inter
locking metal grid of hot dipped galvanized steel sections (galvanizing @120 grams
per sqm including both side) consisting of main ‘T’ runner suitably spaced at joints to
get required length and size of 24X38mm made from 0.30 mm thick (minimum) sheet,
1200mm centre to centre, and cross ‘T’ of size 24X28mm made out of 0.33mm
(Minimum) sheet spaced 1200mm along spaced between main ‘T’ at 600mm centre to
centre to form agrid of 1200X600mm and secondary cross ’T’ of length 600mm
and size 24x28mm made of 0.30
mm thick (Minimum) sheet to be interlocked at middle of the 1200X600mm panel to
32 form grid of size 600X600mm resting on periphery walls/partitions on a perimeter 1267 SQ.mt
wall angle pre- coated steel of size (24X24X3000mm made of 0.40mm thick
(minimum) sheet with the help of rawl plugs at 450mm centre to centre with 25mm
long dry wall screws @ 230mm interval and laying 15mm thick Densified edges light
weight calcium silicate ceiling tiles of approved texture (Fine
Fissured/Cosmos/Spintone) in the grid including, cutting /making opening for services
like diffusers, grills, light fittings, fixtures, smoke detectors etc., wherever required,
Main ‘T’ runners to be suspended from ceiling using G.I. slotted cleats of size
25X35X1.6mm fixed to ceiling with 12.5mm dia and 50mm long dash fasteners, 4mm
G.I. adjustable rods level clips of size 85X30X0.8mm, spaced at 1200mm centre to
centre long main ‘T’ bottom exposed with 24mm of all T-sections shall be pre-baked
paint, for all heights, as per specifications, drawings and as directed by engineer-in-
charge.Note:- Only calcium silicate false ceiling area will be measured from wall to
wall. No deduction shall be made for exposed frames/opening (cut outs) having area
less than 0.30 sqm. The calcium silicate ceiling tiles shall have NRC. Value of 0.50
(Minimum) for Fine fissured/Spintone/Cosmos and 0.75 NRC for Globe, light reflection
85% non- combustible as per B.S. 476 part IV, 100% humidity resistance and also having
thermal conductivity. 0.043° w/m KC.for the best thermal Insulation

Page | 126
Section IV – Bidding Forms

Constructing Sandwitch Platform of 18 to 25 mm thick


Polished Black Granite at top and 25 mm thick Kota stone
slab using cement mortar 1:3 for sandwich and fitting at
bottom & edges with waterproof rigid adhesives
including
macking necessary grooves in walls with Vertical
33 Kotastone 30 mm x 2 No sandwitch thick every
6 RMT
60 cm centre to cenre including all labour material of
approved quality incl. full moulded round front edge
fixed in wall for partition and jointed with grey cement
slurry including rubbing
and polishing etc. complete
Providing and fixing chromium plated brass half trun
34 flush cock of approved quality including fixing in pipe line 21 NOS
etc. complete ( ii ) 25 mm dia.
Providing and laying Urinal Flow Sensor Urinal( Star
White Color) Make by Hindware including installing and
35 fitting as per manufacturers standards by skilled trained 28 NOS
plumber including testing etc complete quality and brand
as approved by Engineer in charge.

Page | 127
Section IV – Bidding Forms

Providing laying and jointing in true line and level, Consil


25mm dia. U.P.V.C. Pipe (SCH- 40) for cold water
including fittings make PRINCE / SUPREME / ASTRAL /
FINOLEX or equivalent as approved by Engineer In
Charge. Pipe shall be fixed on the wall with the help of
clamp at every two metre C/C or shall be concelled as
36 directed including necessary 25mm tube MT fittings, 818 RMT
such as such ruducing coupler, union, band plug, endcap,
pipe clip, Tee, hex nipple, elbow, cuopler,..etc complete
As directed By Engineer in Charge & using bonding
materials.fittings etc. including testing of pipe and joints
and fixing the same with adhesive solvent, including cost
of all materials, Labours. Etc.
Providing laying and jointing in true line and level, Consil
50mm dia. U.P.V.C. Pipe (SCH- 40) for cold water
including fittings make PRINCE /
SUPREME / ASTRAL / FINOLEX or equivalent
asapproved by Engineer In Charge. Pipe shall be fixed on
the wall with the help of clamp at every two metre C/C or
37 shall be concelled as directed including necessary 50 mm 64 MT
tube MT fittings, such as such ruducing coupler, union,
band plug, endcap, pipe clip, Tee, hex nipple, elbow,
cuopler,..etc complete As directed By Engineer in Charge
& using bonding materials.fittings etc. including testing
of pipe and joints and fixing the same with adhesive
solvent, including cost of all materials, Labours. Etc

Providing and fixing 600mm x 450mm bevelled edge


mirrror of superior glass mounted on 6mm thick A.C.
38 25 NOS
sheet or plywood sheet and fixing to wooden pluge with
C.P. brass screws and washers.

Page | 128
Section IV – Bidding Forms

Providing & fixing fiber / PVC Netlon Jali I Mosquate of


Best Quaility approved by Engineer including necessarty
39 fittings, 35mm vide velcrow, 40mm vide X 12mm thick 45 SQ.mt
Teak Wood Patti, stric etc completed as directed by
Engineer in charge.
Providing and fixing Granite of 18 to 20mm thick having
minimum single plece length of 210mm to be fixed on
Walls to act as Study Table/ Wash Basin, including fixing
the same using cement mortar in proportion 1:1 etc.
comp, Necessary Grove in Walls By Machine, Front Side
Round the edge and cutting hole in granite stone for
40 wash basin, Computer Wire, including rubbing and
13 NOS
polishing finishing jointed with grey cement slurry
including rubbing and polishing finishing etc complete.
etc complete.. with all labour & material &
equipment.....etc. Completed as directed by Engineer-in-
charge (A) Granite slab 18mm thick
Providing and fixing Table Top wash basin Jaguar
Continental series CNS-WHT-WB03 with pillar cock (LYR-
3805B ), waste coupeling, fisher union, bottle trap,
angular stop cock, etc complete unit of jaquar Brand (or
41 equvalant) including installling and fitting as per 13 NOS
manufacturers standards by skilled trained plumber
including testing etc complete - quality and brand as
approved by engineer in charge. (providing and fixing
granite table top is to be paid saparatly)
Providing and fixing Bib taps of 15 mm dia size of Jaquar
Branch (Or equivalent) Quality and brand as Approved by
42 Engineer in charge. Including fitting the same by skilled 41 NOS
trained plumber as per manufacturers standard as
directed

Page | 129
Section IV – Bidding Forms

Providing and fixing Toilet paper holder with flap of


Jaquar Brand (Or equivalent) Quality and brand as
Approved by Engineer in Charge. Including fitting the
43 same by skilled trained plumber as per manufacturers
21 NOS
standard as
Directed
Providing and fixing shop dish of jaquar Branch (Or
Equivalent) Quality and brand as Approved by Engineer
44 in charge. Including fitting the same by skilled trained 21 NOS
plumber as per manufacturers
standard as directed
Providing and laying wash down water closet (european
type WallHung WC pan) Florentine series FLS-WHT 0111B
including providing and fixing metropole Flush cock seat
cover, jet wash etc complete unit of jaquar Branch (or
45 equvalant) 21 NOS
including installing and fitting as per
manufacturers standards by skilled trained plumber
including testing etc complete quality and brand as
approved by Engineer in charge

Providing and fixing Towel ring of Jaquar Brand (or


equivalent) Quality and brand as Approved by Engineer
46 in Charge. Including fitting the same by skilled trained 21 NOS
plumber as per manufacturers
standard as directed

Page | 130
Section IV – Bidding Forms

Providing and fixing PVC SWR Nahni trap IS 14735 for


drain - 100 mm diameter with jali of the following
nominal diameter of self cleansing design with C.I scread
47 down or hinged grating including the cost of cutting and
35 NOS
making good the
Walls.
Providing erecting and fixing double coated Syntex PVC.
(ISI) water tank of required capacity each with all
48 6000 LITRE
necessary fittings and connection
etc. complete on terrace.
Supply, fixing and commissioning of 1x36 W tubelight
fitting with lamp (Philips make Batten TMS21/136 HPF
series (Box Type with reflector) or equivalent from
49 Crompton, Bajaj GE). Rate to include all accessories,
257 NOS
interconnection of wires from ceiling rose to the fittings
and fluorescent tube /GLS/PL lamps, copper choke etc.
Providing & fixing MS fan hooks with 16 mm dia MS bar
bent to shape with hooked ends in RCC Slab during
50 laying including painting the exposed
97 Nos.
Portion.
Supplying and fixing of the ceiling fans of
approved make with detail as below : Sweep
:1400/ 1200 mm (as per HPCL requirement)
Colour :White
51 Bearing type : Double ball bearing Down Rod : Clear 300
97 Nos.
mm long
Regulator : Electronic type ANCHOR/MK make
Accessories : Screws, wall nuts etc.

Page | 131
Section IV – Bidding Forms

Providing and laying point wiring in concealed conduits


for the required points as per drawing/ Engineer-in-
charge using 1100V grade PVC insulated, FRLS
multistranded 3 x 1.5 sqmm copper conductor wires.
Rate to include supplying, laying and securing in position
in roof slabs and brick walls or concrete columns 25mm
dia rigid PVC conduits of approved make with necessary
accessories, junction boxes, pull boxes etc. Rate includes
wall chasing and rough plastering. Rate to include
52 providing and fixing in the brick wall flush type metal 455 Nos.
switch boxes of approved make, shade and sufficient
size to accomodate all 6A Modular switches/3 pin socket,
screws, holders, ceiling roses and fan regulator wherever
required. Rate to include providing and fixing single pole
5A modular plate switches of MK or ANCHOR make of
approved colour. One switch shall be provided for each
light and fan point. Rate to also include providing main
circuit wiring from DB to switch boards with 2.5 sqmm
copper wire.

Page | 132
Section IV – Bidding Forms

Providing and laying point wiring in concealed conduits


for the required points as per drawing/ Engineer-in-
charge using 1100V grade PVC insulated, FRLS
multistranded 3 x 1.5 sqmm copper conductor wires.
Rate to include supplying, laying and securing in position
in roof slabs and brick walls or concrete columns 25mm
dia rigid PVC conduits of approved make with necessary
accessories, junction boxes, pull boxes etc. Rate includes
wall chasing and rough plastering. Rate to include
providing and fixing in the brick wall flush type metal
53 23 Nos.
switch boxes of approved make, shade and sufficient
size to
accomodate all 6A Modular switches/3 pin socket,
screws, holders, ceiling roses and fan regulator wherever
required. Rate to include providing and fixing single pole
5A modular plate switches of MK or ANCHOR make of
approved colour. One switch shall be provided for each
light and fan point. Rate to also include providing main
circuit wiring from DB to switch boards with
2.5 sqmm copper wire. ( Two Way Switch)

Page | 133
Section IV – Bidding Forms

Providing and laying point wiring in concealed conduits


for the required points as per drawing/ Engineer-in-
charge using 1100V grade PVC insulated, FRLS
multistranded 3 x 1.5 sqmm copper conductor wires.
Rate to include supplying, laying and securing in position
in roof slabs and brick walls or concrete columns 25mm
dia rigid PVC conduits of approved make with necessary
accessories, junction boxes, pull boxes etc. Rate includes
wall chasing and rough plastering. Rate to include
providing and fixing in the brick wall flush type metal
switch boxes of approved make, shade and sufficient
54 size to accomodate all 6A Modular switches/3 pin socket,
380 Nos.
screws, holders, ceiling roses and fan regulator wherever
required. Rate to include providing and fixing single pole
5A modular plate switches of MK or ANCHOR make of
approved colour. One switch shall be provided for each
light and fan point. Rate to also include providing main
circuit wiring from DB to switch boards with
2.5 sqmm copper wire. but for 5A socket
controlled by one 5A switch independently mounted
including wiring through PVC conduit & providing and
fixing 5A socket (5A SOCKET ON NEW BOARD)

Page | 134
Section IV – Bidding Forms

Providing and laying point wiring in concealed conduits


for the required points as per drawing/ Engineer-in-
charge using 1100V grade PVC insulated, FRLS
multistranded 3 x 1.5 sqmm copper conductor wires.
Rate to include supplying, laying and securing in position
in roof slabs and brick walls or concrete columns 25mm
dia rigid PVC conduits of approved make with necessary
accessories, junction boxes, pull boxes etc. Rate includes
wall chasing and rough plastering. Rate to include
providing and fixing in the brick wall flush type metal
switch boxes of approved make, shade and sufficient
size to accomodate all 6A Modular switches/3 pin socket,
55 80 Nos.
screws, holders, ceiling roses and fan regulator wherever
required. Rate to include providing and fixing single pole
5A modular plate switches of MK or ANCHOR make of
approved colour. One switch shall be provided for each
light and fan point. Rate to also include providing main
circuit wiring from DB to switch boards with
2.5 sqmm copper wire. but for AC point with 2
runs of 4 sqmm (P&N) and 1 run of 2.5 sqmm PVC
insulated, FRLS multistrand copper cable in PVC conduit
from MCB DB to 20A power-socket. Rate includes supply
and fixing of 20A industrial socket controlled by 20A SP
MCB.
Supply, fixing and commissioning of 1x60 W Bulkhead
luminaire & lamp (Phillps cat no. NXC
56 101 or equivalent) - Outside building. Rate to 31 Nos.
include all accessories, interconnection of wires from
ceiling rose to the fittings.

Page | 135
Section IV – Bidding Forms

PLATE EARTHING Construction of Earth Pit as per IS 3043


at various Retail Outlets under Rajkot Retail Region. Job
includes
Excavation to minimum 3.0m depth. (Soil, rock, RCC
etc.).
Providing 600X600X6mm GI Plate.
Providing two 50X6mm GI Stripes from Plate to the top.
Providing 40mm dia medium duty GI Pipe with
8mm holes from Plate to the top.
Providing GI Funnel with Wire-mesh on top of GI Pipe.
57 7 Nos.
Connecting all the above parts with necessary nuts, bolts
& washers.
Filling the pit in Alternate layers of 300mm thick Charcoal
& Salt.
Constructing 400 X 400 X 400 mm Plastered Brick
Chamber with ISA 25X25X3 Frame, necessary hold fasts &
CI/ 12mm thick MS Cover.
Providing & Fixing 250X150X3mm Painted MS Sheet
indicating Earthing Details.
Carrying out & Submitting Test Report.
Supply and fixing of wall mounting type meter board
(Electricity Board approved) made out of 16 SWG CRCA
sheet steel and single iron with 3 nos 200A Fuse cutouts
N.L ,1 no. earth link, 1 no neutral link and space for
58 accommodating 1 no. 3 ph, 4 wire KWH meter complete
4 Nos.
with adequate size of copper wire interconnections,
powder
coating etc. complete.
Supply, fixing and commissioning of 230mm dia Exhaust
59 fans including bird louvers, frame works and other civil 21 Nos.
works like chipping and making the surface good etc.

Page | 136
Section IV – Bidding Forms

Supply and installation of 1HP Kirloskar make


submersible water motor pumpset, including fitting of
60 3 Nos.
switch/ starter/ cable/ panel at electrical room within 25
RMT distance.
Providing water proofing agent for RCC (Perma- Plast SL
for M-25 Concrete) as per approved quality of ASTMC
61 1145 KG
494 conforming IS 9103-2007
& 2645-2003
Providing water proofing agent for plastering
62 44478 KG
(Perma Grout -500).
Providing Perma bitu coat for Foundation.
63 (Waterproofing agent as well as anti terminite treatment 337 KG
for footing and Column
Providing and laying controlled cement concrete M-200
and curing comp. including the cost of form work but
64 29 CU.MT
excluding the cost of reinforcement for reinforced
concrete work for Columns AT FIRST FLOOR
Providing and Laying controlled cement concrete M-200
and with curing etc.complete. Including the cost of
65 formwork but excluding the cost of reinforcement for 62 CU.MT
R.C.C work in beam heving any cross section area of
BEAM. For First floor.

Providing and laying controlled cement concrete M-200


and curing complete including the cost of form work but
66 excluding the cost of reinforcement for reinforced
144 CU.MT
concrete work in SLABS for FIRST FLOOR

Page | 137
Section IV – Bidding Forms

Providing and laying controlled cement concrete M-200


and curing complete including the cost of form work but
67 excluding the cost of reinforcement for reinforced
45 CU.MT
concrete work in Lintels FIRST Floor

Providing and laying brick work using common burnt clay


building conventional type bricks having crushing
strength not less than 35 Kg./Sqcm. in super structure
68 in cement mortar 1:6 (1 cement : 6 fine sand) for
212 CU.MT
First floor including the cost of all materials and labour
charges etc. complete.
Providing 10 mm thick cement plaster in single coat on
fair side brick/concrete walls for interior plastering upto
floor two level and finished even and smooth in cement
69 mortar 1:3 (1 cement : 3 sand) including finishing with a
922 SQ.MT
floating coat of neat cement slurry etc. complete for
Ceiling First floor.
Providing 15mm thick MALA Trowel Finished cement
plaster in single coat on brick/concrete walls for interior
70 plastering upto floor two level and finished even and 1892 SQ.MT
smooth in (i) Cement mortar 1:4 (1-cement:4-sand)
including Curing etc. complete. for First floor

Providing and laying Marbo Grenite tiles 8 to 10


mm thick , 24'' x 24'' in flooring treads of steps and
71 landing laid on a bed of 12mm thick cement mortar 1:3 (1- 1597 SQ.MT
cement : 3-coarse sand ) finishing with flush pointing in
white cement. (upto 10 Ton)

Page | 138
Section IV – Bidding Forms

Providing & fixing fiber / PVC Netlon Jali I Mosquate of


Best Quaility approved by Engineer including necessarty
72 fittings, 35mm vide velcrow, 40mm vide X 12mm thick 94 SQ.MT
Teak Wood Patti, stric etc completed as directed by
Engineer in charge.

Providing and laying point wiring in concealed conduits


for the required points as per drawing/ Engineer-in-
charge using 1100V grade PVC insulated, FRLS
multistranded 3 x 1.5 sqmm copper conductor wires.
Rate to include supplying, laying and securing in position
in roof slabs and brick walls or concrete columns 25mm
dia rigid PVC conduits of approved make with necessary
accessories, junction boxes, pull boxes etc. Rate includes
wall chasing and rough plastering. Rate to include
73 providing and fixing in the brick wall flush type metal 57 NOS
switch boxes of approved make, shade and sufficient
size to accomodate all 6A Modular switches/3 pin
socket, screws, holders, ceiling roses and fan regulator
wherever required. Rate to include providing and fixing
single pole 5A modular plate switches of MK or ANCHOR
make of approved colour. One switch shall be provided
for each light and fan point. Rate to also include
providing main circuit wiring from DB to switch boards
with 2.5 sqmm copper wire. ( Two Way Switch)
Providing and laying controlled cement concrete M-200
and curing comp. including the cost of form work but
74 excluding the cost of reinforcement for reinforced 40 CU.MT
concrete work for Columns AT SECOND FLOOR. & MISC.
WORK

Page | 139
Section IV – Bidding Forms

Provinding and Laying controlled cement concrete M-200


and with curing etc.complete. Including the cost of
75 formwork but excluding the cost of reinforcement for 67 CU.MT
R.C.C work in beam heving any cross section area of
BEAM. For SECOND FLOOR. & MISC. WORK
Providing and laying controlled cement concrete M-200
and curing complete including the cost of form work but
76 excluding the cost of reinforcement for reinforced 178 CU.MT
concrete work in SLABS for SECOND FLOOR. & MISC.
WORK
Providing and laying brick work using common burnt clay
building conventional type bricks having crushing
strength not less than 35 Kg./Sqcm. in super structure
77 347 CU.MT
in cement mortar 1:6 (1 cement : 6 fine sand) for
First floor including the cost of all materials and labour
charges etc. complete.

Providing 10 mm thick cement plaster in single coat on


fair side brick/concrete walls for interior plastering upto
floor two level and finished even and smooth in cement
78 mortar 1:3 (1 cement : 3 sand) including finishing with a
989 SQ.MT
floating coat of neat cement slurry etc. complete for
Ceiling SECOND FLOOR. & MISC. WORK
Providing 15mm thick MALA Trowel Finished cement
plaster in single coat on brick/concrete walls for interior
plastering upto floor two level and finished even and
79 smooth in (i) Cement mortar 1:4 (1-cement:4-sand)
2481 SQ.MT
including Curing etc. complete. For SECOND FLOOR. &
MISC. WORK

Page | 140
Section IV – Bidding Forms

Providing & Fixing a Solar Street Light as per


approved brand by Engineer In Charge
1、Material:Sheet metal bending + paint
2、Solar panel:Solar cell (monocrystalline
silicon) 6V/11W 3、Battery:High temperature
rechargeable lithium battery 3.7V/24.2A
80 4、Working time: plenty of sun charge 8 hours 14 NO.
can work 24hours.
5、LED:42pcs (Tai Wan's Epistar,2835 pure
white, 5700- 6500MCD )
6、Rainy days: full of electricity for 3 days
7、Work mode: always bright at night
8、Lighting condition:Start light intensity:

In and out Gate for Office as per detailed


81 2 NO.
specification attached in Drawing.
Provideing & Fixing of Philips Smart Post top G3
82 49 NO.
Model No BGP161 LED2500/NW PSU 220-240V

Philips LED wall amount Model No. BWS150


83 LED200/NW PSU 220-240V 7043 (detailed
300 NO.

Excavation for foundation upto 1.5 m depth including


sorting out and stacking of useful materials and
84 disposing off the excavated stuff upto 50 Meter lead.(A)
345.3 CU.MT
DENSE or HARD soil

Excavation for foundation for depth from 1.5 m to 3.0 m


including sorting out and stacking of useful materials and
85 62.3 CU.MT
disposing off the excavated stuff upto 50 Meter lead.(B)
Dense or Hard soil

Page | 141
Section IV – Bidding Forms

Providing and laying cement concrete work 1:2:4 (1-


Cement : 2- Coarse sand : 4- graded stone
aggregates 20 mm nominal size) and curing
86 complete excluding cost of formwork and
0.3 CU.MT
reinforcement for reinforced concrete work in
Foundation & Plinth

Providing 15mm thick WATER PROOF cement


plaster in single coat on fair side brick work or
concrete wall for interior plastering up to floor to level
and finishing even smooth in cement mortar 1:3 (1
87 cement:3 sand) finished with floating coat of neat
44 SQ.MT
cement slurry including providing and mixing water
proofing materials in proportion recommended by the
manufacturers for all floor.

Providing cement vata (10cm. x 10 cm. size) quarter


88 round in cement mortar 1:1 including neat cement 22 RMT
finishing, watering etc. complete

Providing I.S.I. mark Fe-415 T.M.T. bar


reinforcement for R.C.C. work including bending,
89 binding and placing in position upto floor two level
505 KG
for Any floor.

Excavation for foundation ABOVE 3.0mt depth


including sorting out and stacking of useful materials
90 and disposing the excavated stuff upto any. lead
14.2 CU.MT
(D)In Dense or Hard Soil

Page | 142
Section IV – Bidding Forms

Brick Bat filling 40mm thick at requred depth as per


91 Drawing and specification and direction of Engg- in - 7.1 CU.MT
charge.
Providing 15mm thick MALA Trowelled Finished cement
plaster in single coat on brick/concrete walls for interior
92 plastering upto floor two level and finished even and 73.8 SQ.MT
smooth in (i) Cement mortar 1:3 (1-cement: 3-sand) etc.
complete. for Ground Floor

Box cutting the road surface to proper slope and camber


for making a base for road work including removing the
93 excavated stuff and depositing on the road side slope as
154 Cu.m
directed upto any.lead.

Providing and laying Compacted WBM 125 mm thickness


of Grading I,using BTMC metal of size 22.3mm to 53mm
94 size including using 13% stone Screening 13.2mm size and 32 Cu.m
8% stone dust as filler including spreading watering and
Consolidation by Vibratory Rolleretc.complete. GradeI

Providing and laying cement concrete 1:4:8 (1- Cement :


4- coarse sand : 8- B T stone aggregates 40 mm nominal
95 32 Cu.m
size) and curing complete excluding cost of formwork in
(A) Foundation and Plinth

Providing and laying cement concrete work 1:2:4 (1-


Cement : 2- Coarse sand : 4- graded stone aggregates 20
96 mm nominal size) and curing complete excluding cost of 1.5 Cu.m
formwork and reinforcement for reinforced concrete
work in Foundation & Plinth

Page | 143
Section IV – Bidding Forms

Providing and fixing pre cast Rubber Dye inter locking


concrete block 60mm thick with grade of concrete M200
pnumatic compresed by mechanically pressed and as per
97 approved design including 75mm Sandlayer for levelling 1785.75 SQ.MT
and filling the joint with sand in proper line and level
etc.complete.
Constructing

Steel work, riveted in built up sections framed work


including cutting, hoisting, fixing in position and applying
a priming coat of read lead paint. (A) In beams and joists,
98 channels angles Tees, flats, with connecting plates or 31.4 KG
angle cleats as in main and cross beams. Hip and jack
rafters, purlins conneted to common rafters and the
like.

Providing corrugated G.I. sheets roofing fixed with


glavanished iron J or L Hooks, Bolts and nuts 8mm
99 diameter with bitumen and G.I. limpet washer. filled with 285.5 SQ.MT
white lead complete-excluding the cost of purlins,
Rafters and Trusses (1) 0.80 mm thick sheet.

Providing and Laying Controlled cement concrete M-200


and finishing smooth with curing etc. complete including
100 the cost of formwork but excluding the cost of
3 CU.MT
reinforsement for R.C.C work in Coping & Lintel bend.

Page | 144
Section IV – Bidding Forms

Finishing wall with weatherproof exterior emulsion


paint on wall surface (two coats) to give an required
101 shape even shade after thoroughly brushing the surface 65 SQ.MT
to remove all dirt and remains of loose powdered
materials.etc.complete.

Supplying of yellow or Goradu soil & filling with all


102 lead and lift including spreading watering,dressing 102 CU.MT
and rolling with hand roller etc.ccmplete.
Supplying and planting dibbing semi carpet lawn at
distance of about 15cm x 15cm after proper anti
103 255 SQ.MT
termite treatment and rolling the same by hand roller
and watering etc.complete.

Bowing and developing flowering plants grown in


nursery having approximate height 4 to 5 ft or height as
per land scape plan with natural growth and natural
colour planted in a lump of soil packed in polithin bag or
earthan pot.including organic & chemical fertilizer
104 pestisides,fungicides,hormones & Maintaining the plants 0
up to three month as
deserted.including labour charges for planting in pits and
placing properly and filling the pit with required
prepared mix soil and watering and disporting.
(Market Rate)

(A) Bottom Palm 60 NOS

(B) Triangle Palm 60 NOS

(c)Jasud 60 60 NOS

Page | 145
Section IV – Bidding Forms

(D) Croton 60 NOS

(E)Golden Durenta Varigated 60 NOS

(F) Green Mahindi 60 NOS

(G) Varigated Ficus 60 NOS


(H) New black Ficus 60 NOS
(I) Pendula asopalav 60 NOS

Providing laying and jointing in true line and level, Consil


25mm dia. U.P.V.C. Pipe (SCH- 40) for cold water
including fittings make PRINCE / SUPREME / ASTRAL /
FINOLEX or equivalent as approved by Engineer In
Charge. Pipe shall be fixed on the wall with the help of
clamp at every two metre C/C or shall be concelled as
105 directed including necessary 25mm tube MT fittings, 40 RMT
such as such ruducing coupler, union, band plug, endcap,
pipe clip, Tee, hex nipple, elbow, cuopler,..etc complete
As directed By Engineer in Charge & using bonding
materials.fittings etc. including testing of pipe and joints
and fixing the same with adhesive solvent, including cost
of all materials, Labours. Etc.

Plantation of tree in soil including digging 45x45x45cm


size pits preparing soil & providing and mixing organic
106 60 NOS
fertilizer watering ,planting and filling the pits as per
direction of engineer in charge.

Page | 146
Section IV – Bidding Forms

Providing Tree Plants having minimum 1.mtr height


and healthy growth of various kinds as like plat form
Gulmahore,Kanaj,Ambla,Ranitree,Saptarani,Cherry,
107 60 NOS
Cryjeliya,Spethodia,Paras Pipala, Galmalo, Nem,
Borsalli,Kadam,Buch,Chompo,Asopalav and as
suggested etc.complete.

SUB TOTAL =
GRAND TOTAL =

1 Item for which no rate or price has been entered in will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices
in the Bill of Quantities (refer:ITB Clause 14.2 and GCCClause 41.3).

2 Unit rates and prices shall be quoted by the bidder inIndianRupees(refer:ITB Clause 14.1 and ITB Clause 15.1).

3 Wherethereisadiscrepancybetweentheunitrateandthelineitemtotalresulting frommultiplyingtheunitratebyquantity,theunitratequotedshallgovern(refer:
ITBClause36).[Note:delete thispointifthee-procurementsystemautomatically calculates the total from theunitrateand quantity]
4 Wherethereisadiscrepancybetweentherateinfiguresand words,the ratesin wordswillgovern(refer:ITBClause36). [Note: delete thispointifthee-
procurementsystem automaticallypopulatestheamountinwordsfromtheamount in figures]

Page | 147
Part- 2 : Works’ Requirements
Section V - Eligible Countries

Eligibility for the Provision of Goods, Works and Non-consulting Services in Bank-
Financed Procurement

Inreference to ITB 4.8, and 5.1,for the information of the Bidders, at the present time
firms, goods and services from the following countries are excluded from this Bidding
process:

UnderITB4.8(a)and5.1:None
Under ITB4.8(b)and5.1:None

Page | 148
Part- 2 : Works’ Requirements

Section VI - Fraud and Corruption

(Section VIshallnotbemodified)

1. Purpose

1.1 TheBank‘sAnti-CorruptionGuidelinesandthisannexapplywithrespect toprocurement


under BankInvestment Project Financingoperations.

2. Requirements

2.1The Bank requires that Borrowers (including beneficiaries of Bank financing);


bidders(applicants/proposers),consultants,contractorsandsuppliers;anysub-
contractors, sub-consultants,serviceprovidersorsuppliers;any
agents(whetherdeclaredornot);and any oftheir
personnel,observethehigheststandardofethicsduring theprocurement process,
selection andcontract execution ofBank-financed contracts, and refrain from Fraudand
Corruption.

2.2To this end, the Bank:

a. Defines, for thepurposesof this provision, the terms set forth below as follows:

i. ―corruptpracticeǁistheoffering,giving, receiving,or soliciting,directly


orindirectly,ofanythingofvaluetoinfluenceimproperly theactionsof anotherparty.

ii. ―fraudulent practiceǁis any act or


omission,includingmisrepresentation,thatknowingly orrecklesslymisleads,orattemptsto
mislead, a partyto obtainfinancialorotherbenefitortoavoidanobligation.

iii.―collusivepracticeǁisanarrangementbetweentwoor more parties designedtoachieve


animproperpurpose,including toinfluence improperlythe actions ofanotherparty.

iv. ―coercivepracticeǁisimpairingorharming,orthreateningtoimpairor harm,directly


orindirectly,any party ortheproperty oftheparty to influenceimproperlytheactions of
aparty.

v. ―obstructivepracticeǁis:

(a) deliberatelydestroying, falsifying,altering,orconcealingof evidence material to the


investigation or making false statements toinvestigators in order to materially impede
a Bankinvestigationintoallegationsof a corrupt,fraudulent, coercive,or
collusivepractice;and/orthreatening,harassing,or intimidatingany
partytopreventitfromdisclosingits knowledge of matters relevanttothe investigationor
from pursuingthe investigation;or
Page | 149
Part- 2 : Works’ Requirements
(b)actsintendedtomateriallyimpedetheexerciseoftheBank ‘s
inspectionandauditrightsprovided forunder paragraph2.2e. below.

b. RejectsaproposalforawardiftheBankdeterminesthatthefirmorindividual
recommendedforaward,any ofitspersonnel,oritsagents,oritssub-consultants, sub-
contractors,serviceproviders,suppliersand/ortheiremployees,has,directly or indirectly,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices
incompeting for the contract inquestion;

c. InadditiontothelegalremediessetoutintherelevantLegalAgreement,may take other


appropriate actions, including declaring misprocurement, if the Bank
determinesatany timethatrepresentativesoftheBorrowerorofa recipient toany
partoftheproceedsoftloanengagedincorrupt,fraudulent,collusive,coercive,
orobstructivepracticesduringtheprocurementprocess,selectionand/orexecution of the
contract in question, without the Borrower having taken timely and
appropriateactionsatisfactorytotheBanktoaddresssuchpractices whenthey
occur,including byfailingtoinformtheBankinatimely manneratthetime they knew ofthe
practices;

d. PursuanttotheBank‘sAnti-CorruptionGuidelinesandinaccordancewiththe
Bank‘sprevailingsanctionspoliciesandprocedures,may sanctionafirmor
individual,eitherindefinitely orforastatedperiodoftime,includingbypublicly declaring
suchfirmorindividual ineligible(i)tobeawardedorotherwisebenefit fromaBank-
financedcontract,financiallyorinanyothermanner;10 (ii)tobea nominated11sub-
contractor, consultant,manufacturer or supplier,or serviceprovider
ofanotherwiseeligiblefirmbeing awardedaBank-financedcontract;and(iii)to receivethe
proceedsof anyloanmadebytheBank or otherwiseto participate further in
thepreparation orimplementation of anyBank-financed project;

e. Requiresthataclause beincludedinbidding/requestfor proposalsdocumentsandin


contractsfinanced by aBankloan,requiring(i)bidders(applicants/proposers),
consultants,contractors,andsuppliers,andtheir sub-contractors,sub-consultants, service
providers, suppliers, agents personnel, permit the Bank to inspect 12
allaccounts,recordsandotherdocumentsrelating totheprocurementprocess,selection
and/orcontractexecution,andtohavethemauditedby auditorsappointedby the Bank.
10For theavoidance of doubt,asanctionedparty‘s ineligibilityto beawardedacontractshallinclude,without
limitation,(i) applying for pre-qualification,expressing interestinaconsultancy,andbidding,either directlyor as
anominatedsub-contractor, nominated consultant,nominated manufacturer or supplier,or nominated
serviceprovider,inrespect of suchcontract,and (ii) entering intoan addendumor amendment
introducingamaterialmodificationto anyexisting contract.
11 Anominatedsub-contractor, nominatedconsultant,nominatedmanufacturer or supplier,or
nominatedserviceprovider (differentnames areuseddepending on theparticularbiddingdocument)is
onewhich hasbeen: (i) includedbythe bidder initspre-qualification
Applicationorbidbecauseitbrings specificandcriticalexperienceand know-howthatallowthe bidder to
meetthe qualification requirements forthe particular bid;or(ii) appointedbytheBorrower.
12 Inspectionsinthiscontextusuallyare investigative (i.e., forensic)in nature. Theyinvolve fact-finding activities
undertakenbytheBankorpersons appointedbytheBanktoaddress specific matters relatedto
investigations/audits,suchas evaluating the veracityof an
allegationofpossibleFraudandCorruption,throughtheappropriatemechanisms.
Suchactivityincludesbutisnotlimitedto:accessing andexamining a firm's orindividual's financial records and

Page | 150
Part- 2 : Works’ Requirements
information,andmakingcopies thereof as relevant;accessingand examining anyother documents,dataand
information(whether inhard copyor electronicformat)deemedrelevantfor the investigation/audit,and
makingcopies thereof as relevant; interviewing staff and other relevantindividuals;performing physical
inspections and site visits;and obtainingthirdpartyverificationofinformation.

PART 2 – WORK’S REQUIREMENTS

Page | 151
Part- 2 : Works’ Requirements
SCOPE OF WORKS

S.No. SCOPEOFWORK

i 1. Name of Work : CONSTRUCTION NEW ADMENSTRATIVE BLOCK & FLOOD


CELL AT DIWADA COLONY.

Page | 152
Section VII – Works’ Requirements

SECTION VII-WORKS’ REQUIREMENTS

Page | 153
DESCRIPTION OF WORKS

S. No. DESCRIPTIONOFWORK

i
Name of Work : CONSTRUCTION NEW ADMENSTRATIVE BLOCK & FLOOD
CELL AT DIWADA COLONY.

Page | 154
GENERAL TECHNICAL SPECIFICATIONS

1. GENERAL REQUIREMENTS

The Technical Specification shall form a part of the contract and shall be read in conjunction with
other bidding documents. If required, the Project Managermay issue special specifications
modifying, amending, or supplementing the requirements spelt out in this Technical
Specification. In such a case, the provision in the Special Specification shall prevail over those in
the Technical Specification.
1.1 Acronyms

BM, B.M. Benchmark Lit, Litre

BOQ, B.O.Q. Bill of Quantities LS, L.S. Lump sum

CE, C.E. Chief Engineer M, m, Met, met. Meter

Cm, cm Centimetre mm Millimetre

Cum, CuM Cubic Meter MT Metric Tonne

Sqcm, CM2, Squire Centimetre m3, M3 Cubic meter

ºC Degree Celsius MDD Maximum Dry Density

Cc, CC Cubic Centimetre N Newton

EIC, E.I.C. Engineer in Charge No, no Number

Gm, gm Gram OMC Optimum Moisture Content

Hr, hr Hour Qtl, Qntl Quintal

Km, KM Kilometre RM, Rm, rm Running Meter

Kg, KG Kilogram Sq. M, Sqm, Sq Met Squire Meter


Crushed Crushed Black Trap B.T. Chips Black Trap chips
B.T.
1.2 Standards and Specifications

The term, Indian Standard specifications (issued by the Bureau of Indian Standards) here in
after referred as BIS used herein means the relevant Bureau of Indian Standard codes with
all amendments published up to the date of submission of tenders. A Statement of BIS as
applicable to the context of present work is listed below.
The list is not exhaustive.

Page | 2
3
LIST OF INDIAN STANDARDS

Sl.
Short title B. I. S. Number
No.
(I) CEMENT
(1) 33 Grade ordinary Portland cement 269-1989
(2) Low heat Portland Cement 12600
Portland pozzolana cement (fly ash
(3) 1489 (Part I)
based)
(4) Portland slag cement (Third Revision) 455 – 1989
Method for Physical tests for hydraulic
(5) 4031 – 1 996
cement (Reaffirmed 1980)
Method of chemical analysis of hydraulic
(6) cement (First revision) 4032 - 1985

(7) Rapid hardening Portland cement 8041 – 1990


(8) 43 Grade ordinary Portland cement 8112
(9) 53 Grade ordinary Portland cement 12269
(10) Sulphate resisting Portland cement 12330
(11) Fly Ash 3812-2003
(12) Micro-Silica 15388-2003
Ground Granulated Blast Furnace Slag
(13) 66699
(GGBS)
(II) AGGREGATES
Specification for coarse and fine
(1)
AGGREGATE
from natural source for concrete 383 – 1970
Specification for Sand for Masonry
(2) 2116 – 1980
Mortars
2386 - 1969
Method of Tests for aggregates for
(3) (Part – I to Part –
Concrete
VIV)
Standard sand for testing of cement (First
(4) revision) with amendment 1 & 2 650 – 1991
Reaffirmed 1980
Method for sampling of aggregates for
(5) 2430 – 1969
concrete
Method of test for determining
5640 – 1970
(6) aggregates impact
value of soft coarse aggregates
STEEL
III
Code of practice for bending and fixing of
1 bars 2502 – 1963
for concrete reinforcement

Page | 3
Sl.
Short title B. I. S. Number
No.
Specification for cold worked steel
2 Deformed bars for concrete 1786 – 1985
reinforcement
Code of practice for Welding of M. S. Bars
3 2751 – 1966
used forReinforced Concrete Construction
Recommendations for detailing of
4 reinforcement in reinforced concreted 5525 – 1969
works
Specification of Mild Steel and Medium
5 432 - 1966
Tensile Bars for concrete reinforcement
Code for practice for safety and health
6 requirement in Electric and Gas welding 818 – 1968
and cutting operations
Code for practice for Fire precautions in
7 3016 – 1966
welding and Cutting operations
Measurement of Building and Civil
8 Engineering Works, method Part – VIII 1200 - 1974(Part – VIII)
steel work and Iron work
Code of procedure for manual or metal
9 823 – 1964
ARC welding of Mild Steel
IV CONCRETE
Method of Measurement of building and
1 Civil Engineering works Part – II cement 1200 - 1968(Part – II)
concrete works
Code of practice for plain and reinforced
2 456 – 2000
concrete
3 Methods of tests for strength of concrete 516 – 1959
5 Specification for Admixtures for concrete 9013 – 1979
Methods of Sampling and Analysis of
6 1199 – 1959
concrete
General requirements for Concrete
7 2505 – 1992
Vibrators – immersion type
General requirement for concrete vibrator
8 2506 – 1985
screed board type (first revision)
Code of practice for use of immersion
9 vibrator for consolidating concrete (first 3558 – 1983
revision)
Method for testing performance of batch
10 4634 – 1990
type concrete mixer
11 Form vibrators for concrete 4656 – 1991
12 Ready mixed concrete (First revision) 4926 – 1990
14 Vibrating plate compactor 5889 – 1994
15 Concrete Pavers 7245 – 1991
16 Concrete slump test apparatus 7320 – 1992
Method of making curing and determining
17 compressive Strength of accelerated 9013 – 1979
cured concrete test specimen
Page | 4
5
Sl.
Short title B. I. S. Number
No.
18 Guidelines for concrete mix design 10262 – 1982
V EARTH WORK
Method of Measurement of building and
1 Civil Engineering Works Part – I Earth 1200 - 1992(Part – I)
Work
Safety code for piling and other deep
2 5121 – 1994
foundations
Code of practice Design Installation,
observation and maintenance of uplift
3 6532 – 1992
pressure pipes for Hydraulic structures on
permeable foundation
4 Safety code for excavation works 3764 – 1992
Code of practice for Protection of slope
5 8237 – 1990
for reservoir embankments
8 Method of test for soils Part – II 2720 – 1973(Part – II)
Determination of water content
Method of test for soils Determination of
9 Water content Dry density relation using 2720 – 1995(Part – VII)
light compaction
Method of test for soils Determination of
2720 – 1974(Part –
10 dry density of soils in place by the sand
XXVIII)
replacement method
Method of test for soils Determination of
2720 - 1975(Part –
11 dry Density of soils in place by the core
XXIX)
cutter method
Classification & identification of soils for
12 general Engineering purpose (first 1498 – 1970
revision)
Safety code for working with construction
13 7293 – 1996,
machinery
14 Filtration media – sand & gravel 8419 – 1990 (Part – I)
2720 - 1997(Part – I to
17 Methods of tests of soils
X)
Method of load test on soils (Second
18 revision) 1888 – 1999

19 Method for standard penetration tests for 2131 – 1997


soils (First revision)
Method of sampling and preparation of
20 4332-1995
stabilized soils for testing

Any materials for which no standard is referred to or has not been fully specified in the
Specifications shall be of 1st class quality and the contractor is to carry out the necessary tests
based on International Testing Standard as per direction of Project Manager.

1.3 Contrctor's Temporary Facilities

1.3.1 Contractor's Offices, Stores, Etc.


Page | 5
The Contractor shall be responsible for the land he deems necessary for his offices, stores, and
warehouse and for the housing and welfare of his employees. The Contractor shall also be
responsible for the construction, maintenance, operation and subsequent removal of such
temporary facilities. These facilities shall be equipped with adequate electricity and potable
water supplies.

The temporary quarters and camp accommodation shall be run and maintained in an efficient
manner for the duration of the Contract, and shall be open to the inspection of the
Government Medical Officer of Health at all times, and any instruction given by him for the
cleaning, disinfecting, and general maintenance thereof shall be carried out by the Contractor
The above facilities shall from the time of their erection until the completion of the Works will
remain the property of the Employer and the Contractor shall not demolish or remove any
facilities or part thereof without the written permission of the Project Manager. On the
completion of the Works they shall become the property of the Contractor who shall, if so
ordered remove them and the associated services and restore the Site to the approval of the
Project Manager.
The Contractor shall submit, for the approval of the Project Manager, within fourteen (14) days
from the Commencement Date his detailed plan and/or construction drawings of his offices,
stores, and warehouse that he proposes to construct or rent, including his proposals for water
and power supply and sewage facilities. All facilities shall conform to the Employer's standards.

1.3.2 Contractor's Transport

The Contractor shall make his own arrangements for the transport, where necessary, of his staff
and workmen to and from the site of the works at his own expenses. No payment shall be made
on this item, and such costs in this item are deemed to be covered in the unit rate.

1.3.3 Temporary Access Road

If only deemed necessary for the Rehabilitation Works, the Contractor shall construct and
maintain temporary access roads including temporary access bridges necessary for the
construction of the Works and transportation of the materials. The access roads to the borrow
pits and for constructing the dam and roads shall be constructed by rehabilitating and
reinforcing the existing roads, where available. The access roads shall be constructed in such a
manner that all of the temporary access roads and bridges ensure the passage of heavy
equipment and trucks during the whole construction period. The Contractor shall also pay
compensation to the owner(s) if he constructs the temporary access roads on privately owned
land. To the possible extent the contractor should avoid agricultural lands and forest lands.
Not less than 14 days before he intends to start construction of any part of the temporary
access roads, the Contractor shall submit to the Project Managerhis detailed construction
program, and drawings of:
Page | 6
7
a) the temporary access roads including temporary access bridges; and

b) any other temporary works which he considers necessary for the proper execution of the
Works

The Contractor shall not start the construction of any temporary access road until the Project
Manager's approval thereto has been obtained. However, such approval shall not relieve the
Contractor of any liability or obligation under the Contract.

The Contractor shall construct the temporary access roads and bridges in accordance with the
approved drawings and construction program and shall maintain and repair such roads so as to
ensure the passage of heavy equipment and trucks throughout the construction period of the
works, giving special attention to watering the access road(s), unless otherwise specified or
directed by the Project Manager. On completion of the works, such as drain, road, bridge,
culvert, etc., he shall remove such access road and bridge from the site as directed by the
Project Manager.

The public and village roads may also be used as temporary access road. The Contractor shall
maintain and repair them to the satisfaction of the authorities concerned.

The Contractor shall facilitate the use of such roads by the public in a friendly co-operative
manner.

All costs, including cost of land compensation, therefore incurred by the Contractor in
complying with the requirements of this Sub-Clause shall be deemed to be included in the
respective item rates in the Bill of Quantities. No separate payment for these items shall be
made.

1.4 Borrow Area & Quarries

The Contractor has to arrange or procure borrow areas or procure construction materials from
certified suppliers at his own cost.

In the case of borrow area arranged by the Contractor, the Project Managershall have the
power to disallow the method of construction and/or the use of any borrow/quarry area if, in
his opinion, the stability and safety of the existing dam and appertenunt structures, all Works
or any adjacent structure is endangered, or there is undue interference with the natural or
artificial drainage, or the method or use of the area will promote undue erosion.
All areas susceptible to erosion shall be protected as soon as possible either by temporary or
permanent drainage works. All necessary measures shall be taken to prevent concentration of
surface water and to avoid erosion and scouring of slopes and other areas. Any newly formed
channels shall be backfilled.

Borrow/quarries shall be located away from the population centers, drinking water intakes and
drainage systems. The cutting of trees shall be minimized. Temporary ditches and/or settling

Page | 7
basins shall be dug to prevent erosion. The undesirable ponding of water shall be prevented
through temporary drains discharging into natural drainage channels.

Borrow pits shall not be more than 1m in depth and 25 m in length. A clear distance of 1m shall
be left between the pits. The bed of borrow pits shall be left reasonably smooth and even.

Borrow pits shall be drained to avoid stagnation of water and the bottom level of borrow pits
should be fixed with reference to the prevailing ground slope towards the nearest natural
drainage course.

Borrow pits should be avoided within the forest areas. Earthwork operations shall be strictly
limited to the areas to be occupied by the permanent Works and approved borrow areas and
quarries, unless otherwise permitted by the Project Manager. Due provision shall be made for
temporary drainage. Erosion and/or instability and/or sediment deposition arising from
earthwork operations not in accordance with the Specifications shall be made good
immediately.

The Contractor shall obtain the permission of the Project Managerbefore opening up any
borrows or quarries. Such borrow pits and quarries may be prohibited or restricted in
dimensions and depth by the Project Managerwhere:

(i) they might affect the stability or safety of the existing dam and appurtenant structures, all
Works or adjacent property;

(ii) they might interfere with natural or artificial drainage or irrigation;

(iii) they may be environmentally unsuitable.

(iv) the contractor should enter into an equitable agreement with landowner for borrow area
redevelopment if any landowner requires and after completion of the borrow area the
contractor obtains a “Satisfaction Letter “ or “No – objection Letter” from the land owner
on a stamp paper

At least 14 days before he intends to commence opening up any approved borrow pit or
quarry, the Contractor shall submit to the Project Managerhis intended method of working
and restoration. These shall include but not be limited to:

(i) the location, design and method of construction of any access track;

(ii) the volume and nature of materials to be removed

(iii) the sequence and method of excavation of materials;

(iv) measures for controlling runoff and sediment from the site during operations; and

(v) proposals for site restoration including approximate finished levels, drainage, erosion and
sediment control, slope stabilization and re-vegetation, including reinstatement of any
access track.

Page | 8
9
The operation of borrow pits or borrow areas shall not be permitted until the method of
working for that particular pit or area has been approved by the Project Managerin writing.
Restoration shall be to the satisfaction of the Project Manager.

Disposalof Construction Debris

Materials in excess of the requirements for permanent works and unsuitable materials shall be
disposed of in locations and in the manner as agreed with the Project Manager. The locations
of disposal sites shall be such as not to promote instability, destruction of properties and water
supply systems. Exposed areas of such disposal sites shall be suitably dressed and be planted
with suitable vegetation.

The Contractor shall plan his works in such a way that there is no spillage or seepage of
petroleum products to the surface or sub-surface water.

1.5 Construction Program

Withinten (10) days from the Commencement Date the Contractor shall submit to the Project
Managerfor approval a complete and practicable construction program showing the orderly
performance of the Works. The Construction Program shall show in detail the proposed
method of operations, including purchase and delivery of materials and equipment, as well as
the construction. The Construction Program shall show in a bar chart each major item of the
Works and the Temporary Works on separate horizontal lines, sequence of operation and the
period required for the completion of each activity and preferably using Microsoft Project 2007
software. The Construction Program shall, when approved by the Project Manager, become a
part of the Contract.
In amplification, the particulars supplied by the Contractor with the program shall include the
following details:

(a) a statement giving the numbers and categories of supervisory and technical staff and
skilled/unskilled labor to be employed on the Works;

(b) a list and type/details of the Contractor's Equipment (including vehicles) which the
Contractor proposes to employ on the Works, stating whether they are to be acquired
from inside or outside India, including program dates for order and delivery;

(c) a list detailing the purchase and delivery of materials and Plant from both inside and
outside India;

(d) details of the Contractor's methods of working for all operations including construction by
sequence. The program shall also indicate the proposed temporary flow diversions and
arrangements for de-watering illustrating the sequence of various critical stages of
construction;

(e) a statement and outline layout giving the proposals for location of offices and stores at the
Site; and
Page | 9
(f) details of the program for the construction of the works from the Commencement Date,
including a complete resource allocation showing the number of units and allotted times
for each unit of the Contractor's Equipment, Plant, materials and labor allocated for each
part of the works.

(g) The program shall show the start and completion dates of the various activities, in order to
complete the entire project by the Intended Completion Date.

(h) No separate payment shall be made to the Contractor for complying with this Sub-Clause.

1.6 Progress Reporting and Review Meetings

Monthly Report
The Contractor shall furnish to the Project Manager, at the Contractor's own cost, at regular
one (1) month intervals and in a form and number of copies determined by the Project
Manager, the following:
(i) physical and financial progress for the preceding months and estimated progress for the
report month.

(ii) completion schedules (target and actual) based on the approved Construction Program.

(iii) estimated expenditures for the report month.

(iv) a tabulation of construction equipment, listing the major items and pieces of equipment
which were utilized for performance of the Works during the preceding month.

(v) a tabulation of employees, showing the supervisory staff and the numbers of several
classes of laborers employed by the Contractor in the preceding month.

(vi) purchase and expenditure report covering the Plant and materials furnished by the
Contractor for the Works.

(vii) the climatic conditions prevailing during the report month.

(viii) the environmental and social measures carried out by the contractor; and

(xi) any report which may be specifically requested by the Employer and/or the Project
Manager

Final or Completion Report

Within 30 days from the Provisional Acceptance Date, the Contractor shall submit to the Project
Manager Completion Report in 30 copies. The Report should include :

a) Inventory of executed works.

b) Financial statement.
Page | 10
1
c) Main issues encountered. 1

d) List of the equipment and staff mobilized and

e) Recommendations

The report should also include: as-built drawings of the various structures.

Site/Works Meetings

The Contractor shall attend all the Site/Work Meetings (periodical or exceptional) called by the
Project Manager. A Minutes of Meeting should be prepared and jointly signed by the Contractor
(or its representative) and the Project Manager.

Site Diary Book

The Contractor shall maintain a site diary book in which all the main activities in the site should
be daily recorded including inventory of existing staff and equipment, works progress, incidents,
executed tests and samples collection, visits and particular or exceptional events. The diary
should be jointly signed by the Contractor's representative and the Project Manager.

Audits bythe Employer

The Contractor shall note that the Employer shall be entitled, at its discretion, to conduct audits
in respect to:

(a) costs incurred in the event of termination; and

(b) any other costs that the Contractor claims from the Employer which are not specifically
covered by the terms of the Contract.

(c) The Contractor shall be obliged to keep accurate up-to-date accounts with records
concerning the above items.

Progress Photographs:

The Contractor shall make all arrangements to provide a minimum of 20 daily geo tagged
progress photographs by a digital camera in albums, but not pasted, showing the work
progress and shall promptly supply four copies of such photographs, larger than 10 cm x 15 cm
in size, of such portions of the works in progress and/or completed as may be directed by the
Project Manager. Each print shall contain on its back the date and title of the view taken. The
digital files of the photographs shall be the property of the Employer and no prints from those
shall be supplied to any persons without the approval of the Project Manager. No payment on
the account shall be made to the contractor.
1.7 Quality Control andField-Testing Laboratory

The Contractor shall be responsible for the quality of the work and shall conduct all quality
Page | 11
control tests required for the work and arrange for the testing of all materials in accordance
with Indian standard.

The Contractor will establish and maintain field laboratory for basic and routine tests (including
suitable building, furniture and equipment) at his own cost to conduct different field tests and
arrange on site or NABL accredited third-party laboratory for adavanced testing. Equipments
and materials as necessary to conduct the tests shall be procured by the Contractor and
brought to site or arranged at NABL accredited third-party laboratory by the contractor. A list
indicating some of the required tests but not limited to and main equipment/materials are
given below for reference of the Contractors. The Contractor shall also procure other
equipments or arrange at NABL accredited third-party, if necessary, to conduct tests specified
for different items of work to the satisfaction of the Project Manager. All necessary testing
arrangement will be subject to verification and approval by the EngineerIn Charge and the
Contractor should follow instructions to be given by the Project Manager.

Material/ Works Test


Sieve Analysis
Atterberg Limits
Soil
Proctor Compaction
Field Compaction
General Properties
Chemical Properties
Coarse Aggregate
Sieve Analysis
Abrasion
General Properties
Fine Aggregate
Sieve Analysis
General Properties
Cement
Compressive Strength
Compressive Strength
Concrete
NDT (Rebound)
Gradation
Bitumen Content
Road works
Density
Marshal Test
Bricks Compressive Strength
Physical
Reinforcement bar Chemical
Deformation

The Contractor shall, within fourteen (14) days from the Commencement Date, submit a Quality
Assurance Plan. The plan shall include testing schedules, list of material sources, quality control
procedures to ensure the provision of adequate materials and the execution of the works
according to the technical specifications, the Contractor's internal organization ensuring good
Page | 12
1
quality of constructions works, procedures3for supplying of suitable materials, procedures for
verification of drawings and other items as required by the Project Manager. The Contractor
shall implement the quality control procedures in compliance with the approved Quality
Assurance Plan

1.8 Construction Supervision

Three tier system is proposed to be implemented for CS and QA activities. The first level CS&QA
is the responsibility of contractor, second level with the dam owner and third level called Third
Party CS & QA is entrusted with CPMU, Central Water Commission through Engineering and
Management Consultant. Supervision of construction work will be done by the Project
Managerand his site staff on a day-to-day basis and periodically by the concerned
Superintending Engineer and Chief Project Managerof the Project or any authorized
agency/officials by the engineer-in charge.

Regarding the material sampling and testings, by the second party and third party, it is the sole
responsibility of the dam owner and the CPMU, CWC without any financial implications to the
contractor. The representatives of the second and third party are authorized to inspect any time
the ongoing rehabilitation works even at a short notice, can take the samples of construction
materials for appropriate testing. The construction material samplings and testing shall be done
at independent material testing laboratories by each agency.

1.9 Materials and Samples


The Contractor shall submit to the Project Managera list of all suppliers of manufactured items
from whom he proposes to purchase, and the locations of quarries, material sources from which
he proposes to extract material aggregates, stones, fill materials etc. If the contractor is
purchasing the aggregates from the vendor he should obtain the material from the licensed
quarry where the Rajasthan Pollution Control Board has given Consent for Establishment and
Operation for the crusher. In addition the Contractor should enclose a copy of the Consent for
establishment and operation as part of the Vendor approval. All materials and articles shall,
whether specified or otherwise, be suitable for the use intended and shall be approved by the
Project Manager. Samples of all materials or articles to be incorporated in the Works as may be
called for by the Project Manageror his Representative shall be submitted as and when required
for retention by the Project Manager's Representative. Manufacturer's test certificates shall be
supplied in respect of cement, steel, pipes, etc.
The Contractor shall maintain a detailed record of all materials delivered to his stores or working
areas, and shall make these records available to the Project Manager's representative. All goods
and materials used in the Permanent Works shall be new, unused, of the most recent or current
models, and incorporate all recent improvements in design and materials unless provided
otherwise in the Contract.

All materials and works rejected by the Project Manager's representative shall be promptly

Page | 13
removed from the site.

Inspection and Tests

All materials and goods furnished and works performed under these specifications shall be
subject to the inspection of the Project Manageror his authorized representative to determine
that they meet the requirements of these specifications. The Contractor shall notify the Project
Manager, not less than 15 days in advance of the date and place that the materials will be
available for inspection. Acceptance of materials or the waiving of inspection, thereof, shall not
relieve the Contractor of the responsibility for furnishing materials and goods or performing
works in accordance with the requirements of the Contract Documents.

The Contractor shall provide all labor, and equipment necessary for the performance of all tests
required, or he may employ an approved independent testing laboratory to carry out all or part
of the testing. The contractor shall obtain approval of his proposed testing arrangement and
shall submit all results without delay.

The Contractor shall be responsible for delivering all samples to the laboratory and for collecting
the results. The original test certificates shall be presented to the Project Managerfor his review
and approval.

The Project Managershall have easy access to the laboratory/ies at all reasonable times.

1.10 Interference with Existing Works

The Contractor shall not interfere in any way with any existing works whether they are the
property of the Employer or of a third party and whether the position of such works is indicated
to the Contractor by the Project Manageror not, except where such interference is specifically
described as part of the Works either in the Contract or in the Project Manager's instructions.

The Contractor shall at his own expense provide and erect, to the approval of the Project
Manager, such supports as may be required to protect efficiently all structures or works which
may be endangered by the execution of the Works and he shall remove such supports on
completion of the Works or otherwise take such permanent measures as may be required by the
Project Managerto protect the structures or works.

The Contractor is to execute the Works in such a manner that he does not damage or interfere
with existing services which are located in proximity to the Site. The Contractor shall be
responsible for any damage or interference which may be caused to these services due to the
execution of the Works and shall carry out all necessary repairs at his own expense and to the
satisfaction of the Project Manager.

1.11 Field Records and As-Built Drawings

During the progress of the work, the Contractor shall maintain a continuous up-to-date copy and
Page | 14
1
record in softcopy and hard copy ( in PDF, 5 DOC,DWX OR DWG format) of all drawings,
specifications, supplementary data, latest revisions and field deviations from the drawings, if
any, approved by the Project Manager.

As soon as any section of the Works has been completed the Contractor shall bring the
construction drawings up to “As-Built” status incorporating all modifications, additions,
alterations etc., which may have been made during the construction period. All “As-Built”
drawings shall be subject to verification and approval by the Project Manager. Within the
contractually stated period following the date of the issue of the Certificate of Completion for
the Works or parts of the Works, the Contractor shall complete and submit one full set of such
approved drawings together with one set of auto-positives to the Project Manager.

1.12 Protection of Completed Works

The Contractor shall protect completed Works from damage from subsequent operations, from
the weather or any other cause, including the naturally aggressive nature of the environment in
which the works are to be constructed and make good any damage so arising until the work is
fully completed and handed over to the Project Manager.

1.13 Signboards

Notice boards shall be in Hindi and English and shall be displayed in suitable position on the Sites
to show the Employers name together with the name of the Project and the names of the co-
financer, Consultant and Contractor. The boards shall have a minimum overall size of 1.5m x 1m
and shall be in a format to be provided by the Project Manager.

1.14 Safety Meaures

The contractor shall be responsible for ensuring throughout the contract period all the safety
measures at site of work so as to prevent loss of life, property and damage of partially or
completed works.

1.14.1 Safety Precautions

The Contractor shall comply with any safety instruction given by the Project Manager. In the
performance of the Works, the Contractor shall exercise every reasonable precaution to protect
persons or property from injury. The Contractor shall erect and maintain all necessary temporary
fencing, barricades, barriers, signs and lights and provide fire alarm, fire extinguishing and fire-
fighting services at strategic points on the Site. The Contractor shall adopt and enforce such
rules and regulations as may be necessary, desirable or proper to safeguard the public and all
persons engaged in the work and its supervision.

1.14.2 Safety measures

The safety measures taken by Contractor shall include but shall not be limited to the following:
Page | 15
(a) Temporary Fencing – The Contractor shall erect, maintain and remove suitable and
approved temporary fencing to enclose such areas of the Permanent Works and areas of
land occupied by the Contractor within the Site as may be necessary to implement his
obligations under theContract, to the satisfaction of the Project Manager. Where any
temporary fence has to be erectedalongside a public road, footpath, etc., it shall be of the
type required by and shall beerected to the satisfaction of the Government authority
concerned.

(b) Lighting –The Contractor shall provide sufficient lighting in all places where work is in
progress, such that:

(i) Safe working conditions are provided both for the Contractor's personnel, sub-
contractor's personnel and for personnel of the Project Manager;

(ii) The Works can be constructed in complete compliance with the Contract; and

(iii) A complete inspection of all Works in progress can be made by the Project Manager.

(c) The minimum service luminance on ground or working surfaces to be provided for the
various operations or work areas shall be as directed by the Project Manager.

(d) The Contractor shall supply a suitable instrument to the Project Managerfor measuring the
intensity of illumination

(e) All mobile equipment or plant used during night operations, as and when approved by the
Project Manager, shall be equipped with sufficient lights and reflectors to ensure safe
working conditions

(f) Not less than fourteen (14) days before the start of night operations, the Contractor shall
submit his proposals for lighting in the areas in which he proposes to work at night to the
Project Manager. The Contractor shall modify the proposals if required by the Project
Manager, and shall not begin operations at night until the proposals for lighting (in an
amended form if required) have been approved

(g) Approval of the Contractor's proposals for lighting shall not relieve the Contractor of any of
his liabilities or obligations under the Contract.

(h) Work in the vicinity of electrical equipment – in the interest of safety and security, the
Contractor shall complete the erection of any safety fencing around electrical and
mechanical apparatus by the time that the said apparatus is connected to any electricity
supply.

(i) Explosives – in the use, handling and storage of explosives, the Contractor shall comply with
the guidelines given in Section 3.4, under Earthworks of this Specification and with all
statutory regulations of law. The Contractor's attention is drawn to the fact that, depending
Page | 16
1
on the nature of work in progress, the7 Project Managermay require the Contractor to
discontinue the handlingoruseofexplosivesduring the approach and progress of severe
thunderstorms in which case all persons shall be removed from danger areas to a place of
safety during such periods.

(j) Safety Instructions – the Contractor shall at his own cost supply and issue to his employees
and those of his subcontractors and the staff of the Project Managerprinted booklets, of
pocket- size, on the scale of one per person, in English and in other languages used by his
employees at Site, instructions based on good practice. Within sixty (60) days of the Project
Manager's written order to commence the Works at Site, proof copies of the booklet shall
be submitted for approval before printing and amendments shall be made to the booklet to
his entire satisfaction. The Contractor shall issue the booklet immediately after printing as
required by this Clause and ensure that all employees are fully conversant with the
instructions. Safetyinstructions shall deal with all safety including:

(i) Protective clothing, headgear and footwear;

(ii) Use of lifting equipment;

(iii) Use of drilling equipment;

(iv) Contract with and use of electrical equipment;

(v) Use and storage of explosives;

(vi) Compressed air;

(vii) Welding;

(viii) Routine for accidents or fires; and

(ix) Watchmen, warning notices and barriers.

(k) The Contractor shall allow for 20 booklets for the use of the Project Manager. The
Contractor shall provide for the Project ManagerandProject Manager's supervisory staff the
protective clothing, headgear and footwear necessary for the proper discharge of their
duties on Site.

(l) Accident Reports – the Contractor shall promptly report to the Project Manager, all
accidents involving death or serious injury to staff or workmen, and furnish monthly reports
of all accidents to staff or workmen involving loss of time, giving such information as may
be prescribed by the Project Manager.

(m) The Contractor shall provide all necessary signs for the works.

(i) These shall include, but not be limited to:

• use of sirens before blasting and a all-clear indication

Page | 17
• standard road signs;
• warning signs;
• danger signs;
• control signs;
• safety signs; and
• direction signs

(ii) Wording on all signs shall be in English and Hindi and other approved languages. The
size, color, lettering and location of all signs will be subject to approval and attention
shall be paid to international signs.

(iii) The Contractor shall maintain all signs placed by him as well as those placed by the
Employer.

(iv) If the Project Managerconsiders that the system of signs provided by the Contractor is
inadequate to ensure safety, or unsatisfactory in other respects, the Contractor shall
add to, amend, or otherwise change the system to the satisfaction of the Project
Manager.

(v) The Contractor shall at his own cost make suitable replacement as directed by the
Project Managerin case of loss or damage to any signs provided by the Contractor
under this Sub-Clause.

(vi) The Contractor shall at his own cost adopt such measures as the Project Managermay
consider reasonable and necessary to minimize nuisance from dust, noise or other
disturbance created while or in carrying out the Works.

(vii) The Contractor shall at his own cost adopt such measures as the Project Managermay
consider reasonable and necessary to minimize nuisance from dust, noise or other
disturbance created while or in carrying out the Works.

Separate payment will not be made for complying with the provisions of this Clause and all
costs shall be deemed to be included in the various rates in the priced Bill of Quantities.

1.15 Fire Prevention:

The Contractor shall provide and maintain adequate fire-fighting equipment and take adequate
fire precaution measures for the safety of all personnel, temporary and permanent works, and
shall take action to prevent damage to or destruction by fire of trees, shrubs or grasses.The
Contractor shall ensure that fire extinguishers of needed types are duly installed in all sensitive
places, such as, stores containing electrical material and those containing inflammable items
and, that his personnel are given regular training to operate these devices.

Separate payment will not be made for the provision of fire prevention measures.

1.16 First Aid & Medical Facilities:

Page | 18
1
General 9

The Contractor shall in all respects be fully responsible for ensuring necessary first-aid services
to his employees and employees of his subcontractors, including transport for injured personnel
to hospital or other appropriate accommodation as and when required.

Staff

To enable the fulfillment of his obligations under this Clause, the Contractor shall engage
qualified resident first-aid staff and shall arrange for the treatment of casualties on the Site in
first-aid units and for removal.

Separate payment will not be made for first aid and medical facilities provided by the Contractor
for his employees and the employees of his subcontractors. The facility shall be also available for
the use of staff of Project Manager.

Contractor with the help of local medical department should conduct AIDS awareness Campaign
for every six months to bring awareness to the labor employed by him.

1.17 Protection of Real Estate

The Contractor shall control the movement of his crews and equipment on any right-of- way,
including access routes approved by the Project Managerso as to minimize damage to crops and
property and shall Endeavour to avoid marring the lands. Ruts and scars shall be obliterated,
damage to land shall be corrected and the land shall be restored as neatly as practicable to its
original condition.

The Contractor shall be responsible directly to the Employer for any excessive or unnecessary
damage to crops or lands resulting from the Contractor's operations whether on lands adjacent
to a right-of-way or on approved access roads, and deductions shall be made from payments
due to the Contractor to cover the amount of such excessive or unnecessary damage as
determined by the Project Manager.

No separate payment shall be made to the Contractor for complying with the stipulations of
this Sub-Clause.

1.18 Environmental Protection Works

The Environment is defined as meaning the surrounding area, including human and natural
resources, to be affected by the execution and completion of the Works.

Page | 19
The Contractor shall take all precautions for safeguarding the environment during the
construction of the Works. He shall abide by all prevailing laws, rules and regulations governing
pollution and environmental protection.

The Contractor shall prohibit employees from unauthorized use of explosives, poaching wildlife
and cutting trees. The Contractor shall be responsible for the action of his employees.

a) Hazardous Materials

The Contractor shall not store hazardous materials near water surfaces. The Contractor shall
provide protective clothing or appliances when it is necessary to use hazardous substances.

High concentration of airborne dust resulting in deposition and damage to crops and water
resources shall be avoided. The Contractor shall take every precaution to control excessive noise
resulting in disruption to wildlife and human populations.

b) Provision and Maintenance of Stores, and Equipment

Space allocated for storage of materials such as cement, gabion wire, reinforcing wire etc. shall
in general be damp-free, rainproof and away from petroleum products storage.
Written information must be given to, and approval be taken from, the Project
Managerregarding the proper establishment and maintenance of such stores. Failure to comply
with the Project Manager's instruction in respect of overall standards will lead to the reduction
or withholding of payment.

c) Sanitation
The Contractor is to arrange for a high standard of sanitation to be maintained throughout his
offices, stores, and warehouse, and the Works. Sanitary conveniences for the use of persons
employed in the works shall be provided and maintained by the Contractor in accordance with
the appropriate laws and regulations in force in India to the extent and in such a manner and at
such places as may be approved by the Project Manager, and all persons connected with the
works shall be obliged to use them

d) Reinstatement of Environment

The Contractor shall arrange and execute works as well as related activities in such a way that
environmental conditions are reinstated. He may be required to carry out filling, removal and
disposal works, along with planting of grass and trees at identified locations to reinstate
environment as directed by the Project Manager.

Page | 20
2
1.19 ENVIRONMENT-General 1

The role of Contractor is very important to ensure that the environmental and social risks and
impacts for implementation of the construction works are minimized, and that all aspects of the
Environmental and Social Management Plan (ESMP) are implemented as published on
borrower’s website. The activities would be carried out in Consultation with Project Manager
under the guidance of Environmental and Social Experts to look after the implementation of
ESMP in all the Packages.

PRE-CONSTRUCTION/EARLY CONSTRUCTION PERIOD ACTIVITIES

The following environmental related activities are to be implemented during the pre-
construction/construction (early part) periods:

1. Contractor, in consultation with Project Manager, shall identify the resource requirement
including water and power for work items as per the guidelines provided in Resources
Conservation Plan.
2. Contractor shall submit the required documents confirming compliance to Labour
Management Procedure.
3. Contractor, in consultation with Project Manager, shall identify the location of labour
camp and make adequate arrangement of water and power supply, waste collection and
disposal from the camp.
4. Contractor shall make adequate security arrangement at Labour camp to ensure
compliance with GBV/SEAH risks mitigation plan.
5. Contractor shall identify the suitable government approved borrow area(s) with valid
environment clearance and submit the details to Project Manager.
6. Contractor shall identify the muck/debris disposal area as per the guidelines provided in
ESMP and get approval of Project Manager.
7. Contractor, in consultation with Project Manager, shall identify the quantum and type of
waste generation from other activities such as electromechanical work, paint work, etc.
and categorize them as hazardous and non-hazardous waste and shall identify authorized
waste collectors accordingly.
8. Contractor shall train, all the staff and labour, for their code of conduct, environment and
safety procedures to be followed and other compliance requirements and submit the
record to Project Manager.
9. Contractor shall make aware, all the staff and labour, about the presence of Grievance
Redressal Mechanism (GRM) and procedure to be followed and submit the record to
Project Manager.
10. Contractor shall ensure that all the vehicles used for the project have valid fitness
certificates and valid PUC (Pollution UnderControl) certificates.
11. Contract shall create a “sense” of environmental/safety awareness within all
construction activities for all personnel to be employed by constant referral to
environmental requirements, implications, and responsibilities.
12. Contractor shall ensure compliance with all the requirement as per ESMP and submit its
compliance strategy in the form of C-ESMP.

Page | 21
a) Environmental Safety
As mentioned in the specification in Section under safety

b) Monitoring of Contractor's Facilities, Plant and Equipment

All issues related to negative environmental impacts of the Contractor's Facilities, Plant and
equipment are to be controlled through:
• The Contractor's self-imposed Quality Assurance Plan
• Regular/periodicinspection of the Contractors Plant and Equipment and producing
Fitness and Pollution Under Control certificates time to time.
1.20 Construction Materials

The standard and specification of different construction Materials are given in detail in
respective Sections of this specification. The contractor shall procure construction materials in
confirmation to the required specification.

1.21 Setting Out of Work

i. Before starting any work and during execution (if required), the contractor shall erect
reference Benchmarks, reference lines and check profiles at convenient locations as per the
direction of the Project Manager. The centreline of the dam and the reference line for all
alignments for demarcation purpose shall be laid by dug belling on the ground. The reference
line shall comprise the base line properly dug belled on the ground with the numbered
concrete / masonry R. D. pillars suitably spaced.

ii. The zones of full cutting section, full filling section, partial cutting and filling sections shall be
separated by conspicuous demarcation in the field

The curves stipulated in construction drawings shall be carefully laid in the field by adopting
approved method of curve layout. The curve shall be marked on the ground by fixing pegs at
very close intervals and joining the peg-point by dug-belling to a suitable depth.

The locations of different structures indicated in construction drawing shall also be clearly
marked on the ground along the alignment of the dam. The control structure locations of off-
taking dams shall also be clearly demarcated, so that unnecessary excavation or filling at
these locations can be avoided.

The spoil dumping zones shall clearly be demarcated in the field. These zones should be at
least 2 m. beyond the location of catch water drains.

Page | 22
2
iii. To ensure accuracy in execution of cutting, 3 the dam embankment, spoil banks and the
structures, their layout shall be given in an appropriate manner with pegs and pillars, suitably
placed in relation to outer dimensions of these elements.

iv. All materials and labor for setting out works mentioned in paragraph (i) to paragraph (iii),
as may be required at the various stages of the construction, shall be supplied by the
Contractor at his own cost. The cost of such works shall be deemed to have been included in
the cost of the items in BOQ.

2. QUALITY CONTROL MEASURES &FREQUENCY OF TESTING


2.1. General
(i) For all field test contractor shall established a fully equipped field laboratory at site at his
own cost with all testing equipment,laboratory personnel as desired by Project
Managerfor smooth working of quality control lab. The Contractor will maintain the
record of testing.
(ii) Also, the contractor will provide all necessary laboratory personnel labor, tools,
equipment etc for observing the testing of material and other as and when demand at
site at his own level.
(iii) Any test / periodically test which are being conducted time to time outside field
laboratory will be got conducted by contractor at his own cost, as per direction of Project
Managerfrom recognized laboratory.
(iv) The quality control manual and relevant IS Code shall be basis of conducting all such tests.
(iv) The sample of each specimen shall be preserved under the sealed cover duly signed by
the site Engineer and Authorized representative of contractor. The sample shall be
preserved and deposited in the office of the executive wing by the Contractor.
(vi) The contractor shall have to exercise quality control measures and frequency of testing as
defined in the specification.
(i) The Quality control of the department and relevant specification and IS Code shall be
basis for testing of materials, Civil work and required testing after completion of the work
in case of any discrepancy relevant IS Code shall be final.

The actual frequencies shall be determined by the Project Managerto suit the nature and variability
of material placed and the rate of fill placement with the objective of ensuring best quality control
and quality construction.

2.2. Quality Control Measures”

A Central Quality Control Laboratory and field labs with requisite equipments as per requirement
satisfactory to the Project Manager, to be established by the contractor at convenient location
as per direction of Engineer-in charge, along with the required number of mobile testing units
with requisite testing equipment relevant to the tests required to be performed in the Package.
vehicles and personnel regarding testing of material and other test concerning with

Page | 23
specification of work, shall be arranged by the bidder. Tests which cannot be conducted at
central laboratory will have to be got done at ID&R Raipur or at such other laboratory of repute
as directed by Project Manager by the bidder at his own cost. No separate payment will be made
to the bidder on this account by the Department.

O.K. cards shall have to be maintained by contractor for each major activity specified in bid
document, bidder shall get it issued from Project Manager. The O.K. cards contain important
entries/ information during execution of work at all stages and liable to be referred/ perused at a
later stage also.

The O.K. card is condensed form of specifications and essential requirement for achieving
specified workmanship and quality level of output. Each work is sub divided into various
construction activities in proper sequence/order methodology for construction of work.

Besides the location and type of work, the first column of O.K. card is to be filled by the
construction agency (Contractor) by preparing each feature and making it ready for inspection
by project construction engineer who okay through his signatures and then puts up to Q.C.
engineer for his final O.K. If. Q.C. Engineer is not available at site then O.K. given by construction
engineer will be treated as final if anything otherwise is not observed. If anything, otherwise be
found, the O.K. card shall not be signed by him and ask the construction engineer/Agency for
necessary rectification before starting the work.

Subsequently, O.K. card should refer to defects removed, if pointed out previously in O.K. card
and counter reference to the previous check and should be singed of Okayed.

The O.K. cards shall be maintained in triplicate in three colors. After processing through various
levels and entering observations and rectification. O.K. card will be closed at the time of taking
measurement for releasing payment to the contractor. Confirmation regarding rectification of
defects be obtained from Q.C. unit before making payment once in three bills and final bill of
contractor.

Specimen of O.K. cards for various work such as embankment, concrete masonry etc. have been
enclosed herewith. However, O.K. cards other then above if found necessary during course of
execution will be prescribe in consultation with Q.C. unit of W.R. Department. Shall have to be
maintained by the contractor.

Note: All expenditure towards testing before commencement of work, doing work and after
completion to test finished section shall have to be borne by bidder. The expenditure towards
laboratory testing, transportation of samples, vehicles requires for supervision of work etc. shall
have to be borne by bidder. The bidder should quote his rate accordingly. Separate payment for
their activity shall not be payable.

Page | 24
2
5

Page | 25
2.3. O.K.Card for Quality Control of Works

PLAIN & REINFORCED CEMENT CONCRETE


Name of Division: -
Name of work:
Agreement No.
Name of Agency:
Date:
Location:

Remarks & Dated Signature of


Remarks & Remarks & Dated
Description of Construction Staff
Dated Signature of Q.C/.
activities Superviso
Signature JEN AEN inspection Engineer
r
MATERIAL
SUITABILITY
1.Cement
2.Bitumen
3.Aggregate 20 mm
4.Sand
5.Water
6.Steel
OK FOR MATERIALS
Form work &
Centering
(i)Tightness, Stability,
Smoothness
(ii) Cleaning, oiling,
Perfectness of form
work
(iii)R.L. of
Centering/lift and its
alignment
(iv)Checking of
reinforcement
OK FOR PLACEMENT
1.Design mix.
Measurement
2.Mixing/Consistency
3.Slump
Page | 26
2
7
Remarks & Dated Signature of
Remarks & Remarks & Dated
Description of Construction Staff
Dated Signature of Q.C/.
activities Superviso
Signature JEN AEN inspection Engineer
r
4.Compaction of
concrete
5.Joints
6.Finishing
7.Casting of cubes
8.Curing
9.Compressive
strength 28 days
FINAL O. K
Note: Before pouring of concrete the reinforcement should be checked by Q.C. Unit working
stand by vibrator &mixer should be kept at site before start of concreting.

Page | 27
LOAD REGISTER

Name of Division: -

Name of work:

Agreement No.

Name of Agency:

Date:

Location:

S. Agg Agg AEA /


Cement Sand Water Sig. Remarks
No 10mm 20mm Other

Page | 28
2
SIEVE ANALYSIS9 COARSE AGGREGATE

Name of Division: -

Name of work:

Agreement No.

Name of Agency:

Date:

Location:

Source-------------------------- Sample No.-----------------

Note: Specimen of course aggregate form query & form site shall be preserved as per instruction
of site in charge/ Project Manager.

Page | 29
F.M. TESTING FINE AGGREGATE

Name of Division: -

Name of work:

Agreement No.

Name of Agency:

Date:

Location:

Source-------------------------- Sample No.--------------------

S.No. Sieve Size 4.75 2.36 1.18 600 300 150 75 Pan Total

1. Weight
Retained

2. Cumulative Wt.
Retained

3. Cumulative %
Retained

4. Cumulative %
weight Passing

% O/S % SILT F.M ------------ =

100

Note: Specimen of fine aggregate form query & form site shall be preserved as per instruction of
site in charge/ Project Manager.

Page | 30
3
1 Density by Core Cutter Method
Observation Sheet for Dry Bulk

Name of Division: -

Name of work:

Agreement No.

Name of Agency:

Source-------------------------- MDD------------------ OMC-------------------------

Site Description---------------------------------------------------------------.--------------------

Sample No.----------------------------------------------------------------------------------------

Date of Receipt-----------------------------------------------------------------------------------

Date of Testing-----------------------------------------------------------------------------------

A. DETERMINATION OF FIELD DENSITY

1. Wt. of Core cutter (gm) W1


2. Wt. of Cutter + Wt. of Soil (gm) W2
3. Wt. of wet soil (gm) W2 - W1 = W3
4. Volume of Core Cutter (cm3) V1
5. Field Density v = W3 / V1 g/cm3
B. DETERMINATION OF WATER CONTENT

1. Container No.
2. Wt. of Container +Moist Soil (gm) W1
3. Wt. of Container +Dry Soil (gm) W2
4. Wt. of Container (gm) W3
5. Wt. of Water (W1- W2) = W4
6. Wt. of Dry Soil (W2- W3) = W5
7. Water Content W = W4 / W5 ratio

In place dry density Vd = V g/cm3

1+W

Results:
Comments if any:
Test Performed by:
Checked By: Assistant Engineer
Page | 31
CEMENT REGISTER

Name of Division: -

Name of work:

Agreement No.

Name of Agency:

Date -----------------

Location : ---------------------------------------------------------------------

Signat
Ope Bill No. Vehicl Closin
S. Sig. of ure of Signatur
ning R.R.No. e No. g Rema
N Date Receipt Issue Agenc Project e of
Bala Batch & Balan rks
o. y Manag officer
nce No. Type ce
er

Page | 32
3
CUBE CASTING & 3TESTING REGISTER

Name of Division: -

Name of work:

Agreement No.

Name of Agency:

Da Location Compressive
te of Sample Strength Dated
S. Speci Mark W/C Sig. of
of Proporti Slu initial
No men Bloc RL on the Rati 7 28 Site in-
cas on mp of QC
. no. k RD Cube o days days charge
tin unit
g

1 2 3 4 5 6 7 8 9 10 11 12 13

Note:

1. Three specimens shall be tested after 7 days and three after 28 days as per frequency
specified in specification.

2. One specimen from each sample shall be preserved duly signed by bidder for his
authorized representative &Project Manageror his authorized representative duly
marked with date.

Page | 33
Page | 34
3
5 REGISTER
INSPECTION

(for Departmental Officer’s)

Name of Division: -

Name of work:

Agreement No.

Name of Agency:

Remark of Name and Compliance Name and


S.No. Inspecting Designation of Date by execution designation of
Officer Inspecting Officer Units officer

Page | 35
INSTRUCTION/INSPECTION REGISTER

(for Contractor)

Name of Division: -

Name of work:

Agreement No.

Name of Agency:

Dated initial
Name and
of bidder of is Signature
S. Remark of Designation Compliance Dated
authorize of
No Department of Date made by initial of
representativ accepting
. Officers Department bidder bidder
e as a token officers
Officer
of acceptance

Page | 36
3
7

GENERAL TECHNICAL SPECIFICATIONS FOR BUILDING WORKS

GENERAL:
1. In the specifications, “as directed” / “Approved” shall be taken to mean “as directed” /
“approved” by the Engineer-in- charge.
2. Wherever a reference to any Indian Standard appears in the specifications, it shall be taken to
mean as a reference to the latest edition of the same in force on the date of agreement.
3. In “Mode of Measurement” in the specifications wherever a dispute arises in the absence
of specific mention of a particular point or aspect, the provisions on these particular points,
or aspects in the relevant Indian Standards shall be referred to.
4. All measurements and computations, unless otherwise specified, shall be carried out
nearest to the following limits : (i) Length, width and depth (height) 0.01 Metre.
(ii) Areas .......................................................................................... 0.01 Sq. Mt.
(iii) Cubic Contents........................................................................... 0.01Cu.Mt.
In recording dimensions of work, the squence of length, width and height (depth) or thickness shall be
followed.
5. The distance which constitutes lead shall be determined along the shortest practical route
arid not necessarily the route actually taken. The decision of the Engineer-in-charge in this
regard shall be taken as final.
6. Where no lead is specified, it shall mean “all leads”.
7. Lift shal1 be measured from plinth level.
8. Upto “floor two level” means actual height of floor (Maxi. 4 M.) upto 3 Mt. above plinth level.
9. Definite particulars covered in the items of work, though not mentioned or elucidated in
it, specifications shall he deemed to be included therein.
10. Reference to specifications of materials as made in the detailed specification of the items
of work is in the form of a designation containing the number of the specification of the
material and prefix ‘M’ e.g. ‘M-5’.
11. Approval to the samples of various materials given by the Engineer-in-charge shall not absolve
the contractor from the responsibility of replacing defective material brought on site or
materials used in the work found defective at a later date. The contractor shall have no claim
to any payment or compensation whatsoever on account of any such materials being rejected
by the Engineer-in-charge.
12. The contract’ rate of the item of work shall be for the work completed in all respects.
13. No collection of materials shall be made before it is got approved from the Engineer-in-charge.
14. Collection of approved materials shall be done at site of work in a systematic manner.
Materials shall be stored in such a manner as to prevent damage, deterioration or
intrusion of foreign matter and to ensure the preservation of their quality and fitness for
the work.

Page | 37
15. Materials, if and when rejected by the Engineer-in-charge, shall be immediately removed from
the site of work.
16. No materials shall be stored prior to, during and after execution of a structure in such a way
as to cause or lead to damage or overloading of the various components of the structure.
17. All works shall be carried out in a workmanlike manner as per the best techniques for the
particular item.
18. All tools, templates, machinery and equipment for correct execution of the work as well as for
checking lines, levels, alignment of the works during execution shall be kept in sufficient
numbers and in good working condition on the site of the work.
19. The mode, procedure and manner of execution shall be such that it does not Cause damage or
over loading of me various components of the structure during execution or after completion
of the structure.
20. Special modes of construction not adopted in general Engineering practice, if proposed to be
adopted by the Contractor, shall be considered only if the contractor provides satisfactory
evidence that such special mode of construction is safe, sound and helps in speedy
construction and completion of work to the required strength and quality. Acceptance of
the same by the Engineer-in-charge shall not, however, absolve the contractor of the
responsibility of any adverse effects and consequences of adopting the same in the course of
execution of completion of the work.
21. All installations pertaining to water supply and fixtures thereof as well as drainage lines
and sanitary fittings shall he deemed to be completed only after giving satisfactory tests by
the Contractor.

Page | 38
22. The contractor shall be responsible for observing the rules and regulations imposed under
“Minor Minerals Act”, and such other law’s and rules prescribed by Government from time
to time.
23. All necessary safety measures and precaution (including those laid down in the various
relevnt Indian Standards) shall be taken to ensure the safety of men, materials and
machinery on the works as also of the work itself.
24. The testing charges of all materials shall be borne by the Contractor unless recovery a£ one
percent towards usting charges is separately made.
25. Approval to any of the executed items for the work does not in any way relieve the
contractor of his responsibility for the correctness, soundness and strength of the structure
as per the drawings and specification.
SPECIFICATIONS OF MATERIALS
M-l Water
1.1 Water shall not be salty or brackish and shall be clean, reasonably clear and free from
objectionable quantities of silt and traces of oil and injurious alkalies, salts, organic matter and other
deleterious material which will either weaken the mortar or concrete or cause efflosrescence or
attack the steel in R.C.C: Container for transport, storage and .handling of water shall be clean.
Water shall conform to the standards specified in I.S. 456-1978.
1.2 If required by Engineer-in-charge it shall be tested by comparison with distilled water.
Comparision shall be made by means of standard cement tests for soundness, time of setting and
mortar strength as specified in I.S. 269-1976. Any indication of unsoundness, change in time of
setting by 30 minutes or more or decrease of more than 10 percent in strength of mortar
prepared with water sample when compared with the results obtained with mortar prepared
with distilled water shall be sufficient cause for rejection of water under test.
1.3 Water for curing mortar, concrete or masonary should not he too acidic or too alkaline. It shall
.he free of elements which significantly affect the hydration relation or otherwise interfere with
the hardening of concrete during curing or those which produce, objectionable stains or other
unsightly deposits on concrete or mortar surfaces.
1.4 Hard and bitter water shall not be used for curing.
1.5 Potable water will be generally found suitable for curing mortar or concrete.
M-2. Lime
2.1 Lime shall be hydraulic lime as per I.S. 712-1973. Necessary test shall be carried out as per I.S.
6,932 (Parts I to X) 1973.
2.2 The following field tests for limes are-to be carried out:
(1) A very rough idea can be formed about the type of lime by its visual examination i.e. fat lime
bears pure white colour, lime in form of porous lumps of dirty while colour indicates quick lime, and
solid lumps are the unburnt lime stone.
(2) Acid tests for determining the carbonate content in lime. Excessive amount of impurities and
rough determination of class of lime.
2.3 Storage shall comply with I.S. 712-1973. The slaked lime, if stored, shall be kept in a weather proof

Page | 4
5
and damp-proof shed with impervious-floor and sides to protect it against rain, moisture, weather
and extraneous materials mixing with it. All lime that has been damaged in any way shall be
rejected and all rejected materials shall be removed from site of work.
2.4 Field testing shall be done according to I.S. 1624- 1974 to show the acceptability of materials.
M-3. Cement
3.1 Cement shall be ordinary portland slag cement as per I.S. 269-1976 or Portland slag cement as per
I.S. 455-1976.
M-4. .White Cement
4.1 The white cement shall conform to I.S.,80412”-E 1978.
M-5. Coloured Cement
5.1 Coloured cement shall be with white or gray portland cement as specified in the item of the work.
5.2 The pigments used for coloured cement shall be of approved quality-and shall not exceed 10% of
cement used in the Mix, The mixture of pigment shall be properly grounded to have a uniform
colour and shade. The pigments shall have such properties to provide-for dutability under
exposure to sunlight and weather.
5.3 The pigment shall have the property such that it is neither affected by the cement nor detrimental
to it.
MS. Sand
6.1 . Sand shall be natural sand, clean, well graded, hard strong durable and gritty particle free from
injurious-amounts of dust clay, kankar nodules, soft or flaky particles Shale, alkali, salts-organic
matter, loam, mica or other deleterious sunstance and shall be got approved, from the Engineer-in-
charge. The sand shall not contain more than 8 percent of silt as determined by field test. If
necessary the sand shall be washed to make it clean.
6.2 Coarse Sand :
The fineness, modulus of coarse sand shall not be less than 2.5 and shall not exceed 3.00. The
sieve analysis of coarse shall be as under:

I.S. Sieve Percentage by Weight I.S. Sieve Percentage by Weight Passing


Designati Designati sieve
Passing sieve
on on
4.75 mm 100 600 Micron 30-100
2.36 mm. 90 to 100 300 Micron 5-70
1.18 mm. 70-100 150 Micron 0-50
6.3. Fine Sand
The fineness modulus shall not exceed 1.0. The sieve analysis of fine sand shall be as under :
I.S Sieve Percentage by Passin I.S. Sieve Designation Percentage by
Designatio weight g Weight
n through Passing through
4.75 mm. 100 600 Micron 40-85
2.36 mm 100 300 Micron 5-50
1.18 mm 70 – 100 150 Micron 0-10

Page | 5
M-7. Stone Dust
7.1. This shall be obtained from crushing hard black trap or equivalent.. It shall not contain- more
than 8% of silt as, determined by field test with measuring cylinder. The method of determining silt
contents by field test is given as under:
7.2. A sample of stone dust to be tested shall be placed without drying in 200mm. measuring
cylinder. The quantity of . the sample shall be such that it fills the cylinder upto 100 mm. mark. The
clean water shall be added upto 150 mm. mark. The mixture shall be stirred vigorously and the
content allowed to settle for 3 hours.
7.3 The height of sill visible as settled layer above the stone dust shall be expressed as percentage
of the height of the stone dust below. The stone dust containing more than 8% silt shall be washed
so as to bring the silt content within the allowable limit.
7.4 The fineness modulus of stone dust shall not be less than 1.80.
M-8 Stone Grit
8.1 Grit shall consist of crushed or broken stone and be hard strong, dense, durable, clean, of proper
gradation and free from skin or coating likely to prevent adhesion of mortar Grit shall generally be
cubical in shape and as far as possible flaky elongated pieces shall be avoided. It shall generality
comply with the provisions of I.S. 383-1970. Unless special stone of particular quarries is
mentioned, grit shall be obtained from the best black trap or equivalent hard stone as approved
by the Engineer-in-charge. The grit shall have no deleterious reaction with cement.
8.2 The grit shall conform to the following gradation as per sieve analysis :

I.S Sieve Percentage by Passing I.S. Sieve Designation Percentage by


Designati weight Weight Passing
on through through
12.50 mm. 100% 4.75 mm 0-20%
10.00 mm 85-100% 2.36 mm. 0-25%
8.3. The crushing strength of grit will be such as to allow the concrete in which it is used to built up
the specified strength of concrete.
8.4. The necessary tests for grit-shall carried out as per the requirements of I.S. 2386 (Parts I to VII)
1963, as per instructions of the Engineer-in-charge. The necessity of test will be decided by the
Engineer-in-charge.
M-9 Cinder:
9.1 Cinder is well burnt furnace residue which has- been fused of sintered into lumps of varying sizes. .
9.2. Cinder aggregates shall be well burnt furnace residue obtained from furnace using coal
fuel only. It shall be sound clean free from clay, dirt, ash or other deleterious matter.
9.3. the average grading for cinder aggregates shall be as mentioned below :

Page | 6
7

I.S Sieve Percentage Passing I.S. Sieve Designation Percentage


Designati Passing
on
20 mm. 100 4.75 mm 70
10 mm 86 2.36 mm. 52
M.10. Lime Mortar
10.1 Lime shall conform to Specification M-2. Water shall conform to
specification M-l. Sand shall conform to specification M-6.
10.2. Proportion of Mix :
10.2.1 Mortar shall consist of such proportions of slaked lime and sand as may be specified in
the item. The slaked lime and sand be measured by volume.
10.3 Preparation of mortar :
10.3.1 Lime mortar shall be prepared by wet process as per I.S. 1625-1971. Power driven mill shall be

used for preparation of lime mortar. The slaked lime shall be placed in the mill in an-even layer .and
ground for .the 180 revolution’s with a sufficient water. Water shall be added as required during
grinding (care being taken not to add more water) that will bring the mixed material to-a
consistency-of stiff paste. Thoroughly wetted sand shall then be added evenly and the mixture
ground for another 180 revolutions.
10.4 Storage:
10.4.1. Mortar shall always be kept damp, protected from san and rain till used up, covering it
by tarpaulin or open sheds.
10.5. Use :
10.5.1. All mortar shall be used as soon as possible after grinding. It should be used oft the day en
which it is prepared. But in no case mortar made earlier than 36 hours shall be permitted for use.
M-11 Cement Mortar :
11.1. Water shall conform to specification M-l. Cement shall conform to specification M-3. Sand shall
conform to M-6.
11.2. Proportion of Mix :
1-1.2.1. Cement and sand shall be mixed to specified proportion, sand being measured by measuring
boxes. The proportion of cement will be by volume on the basis of 50 Kg./Bag of cement being equal
to 0.0342 Cu.m. The mortar may be hand mixed or machine mixed as directed.
11.3. Preparation of mortar:
11.3.1 In hand mixed mortar cement and sand in the specified proportions shall be thoroughly mixed
dry on a clean Impervious platform by turning over at least 6 times or more till a homogenous
mixture of uniform colour is obtained. Mixing platform shall be so arranged that no deleterious
extraneous material shall get mixed with mortar-or mortar shall flow out. While mixing, the water
shall be gradually added and thoroughly-mixed to form a stiff plastic mass of uniform colour so that
each particle of sand shall be completely covered with a film of wet cement. The water cement
ratio shall be adopted as directed.
11.3.2 The mortar so prepared shall be used within 30 minutes of adding water. .Only such quantity

Page | 7
of mortar shall be prepared as can be used within 30 minutes.
M-12. Stone Coares Aggregate for Nominal Mix Concrete
12.1 Coarse aggregate shall be machine crushed stone of black trap or equivalent and be hard,
strong, dense, durable, clean and free from skin and coating likely to prevent proper adhesion of
mortar.
12.2 The aggregate shall generally the cubical in .shape. Unless special stones of particular quarries
arc mentioned aggregates shall be machine crushed from the best black trap or equivalent hard
stone as approved. Aggregate shall have
no deleterious reaction with cement. The size of the coarse aggregate for plain-cement concrete and
ordinary reinforced cement concrete shall generally be as per the table given below. “However in
case of reinforced cement concrete the maximum limit may be restricted to 6 mm. less than the
minimum lateral clear distance between bars or 6 mm. less than the cover, whichever is smaller.

Page | 8
TABLE

I.S. Sieve Percentage passing for I.S. Sieve Percentage passing for
Designati
Designatio single sized aggregates single sized aggregates
on
n of Nominalsize. of Nominalsize.
40 20mm 16 40m 20m 16m
mm mm m m m
80 — — — 12.5 mm. — — —
mm.
63 100 — 10 0.5 0.02 0.30
mm. mm.
40 85- 100 — 4.75 mm. — 0.5 0.5
mm. 100
20 0-20 85-100 100 2.35m — — —
mm. m
16 — — 85-
mm. 100
Note : This percentage may be varied .some what by Engineer- in-charge when considered necessary
for obtaining better density and strength of concrete.
12.3 The grading test shall be taken in the beginning and at the change of source of materials. The
necessary test indicated in
I.S. 383-1970 and I.S, 456-1978 shall have to be carried out to ensure the acceptability. The aggregates
shall be stored separately and handled in such a manner as to prevent the intermixing of different
aggregates, If the aggregates are covered will dust they shall be washed with water to make them
clean.
M-13. Blak Trap or Equivalent Hard Stone Coares.
13.1. Aggregate For Design Mix Concrete : Coarse aggregate shall be of machine crushed stone of
black trap or equivalent hard stone and be hard strong dense, durable clean and free from skin
and coating likely to prevent proper adhesion of mortar.
13.2. The aggregates shall generally be cubical in shape. Unless special stones of particular quarries
are mentioned, aggregate shall be machine crushed from4he best, black trap or equivalent hard
stones as approved. Aggregate shall have no deleterious reaction with cement.
13.3. The necessary tests indicated in I.S. 383-1970 and I.S. 456-1978 shall have to the carried oat
to. ensure the acceptability of the material.
13.4. If aggregate is covered with dust it shall be washed with water to make it clean..
M-14. Brick Bats Aggregate
14.1. Brick bat aggregate shall be broken from well burnt or slightly over burnt and dense brick. It
shall be homogeneous in texture roughtly cubical in shape, clean and free from dirt of any other
foreign material. The brick bats shall be of 40 mm. to 50 mm. size unless otherwise specified in
the item. The under burnt of over burnt brick bats shall not be allowed.
14.2. The brick’ bats shall be measured by volume by suitable boxes or as directed.

Page | 6
7
M-15. Brick
15.1. The bricks shall be hand or machine moulded and made from suitable soils and klin-burnt.
They shall be free Iron crack and nodules of free lime. They shall have smooth rectangular faces
with sharp corners and shall be of uniform colour.
The bricks shall be moulded with a frog of 100mm. x 40 mm. and 10mm. to 20 mm. deep on one of its
flat sides. The bricks shall not break when thrown oft the ground from a height of 600 mm.
15.2. The size of modular bricks shall be 190 mm. x 90 mm. x 90 mm.
15.3. The size of the conventional bricks shall be as under :

(9” x 4 3/8 “ X2 3/4 “) 225 x 110 x 75 mm.


15.4. Only bricks of one standard size shall be used on one work. The following n-.rrances shall be
permitted in the conventional size adopted in a particular work.
Length + 1/8 “ (3.0 mm.) Width : ±1/16” (1.50 mm,.) Height :± 1/6” (1.50 mm.)
15.5. The crushing strength of the bricks shall not be less than 35 Kg./Sq.Cm. The average water
absorption shall not be more than 20 percent by weight. Necessary tests for crushing
strength and water absorption etc. shall be carrieel. out as per I.S. 3495 (Part-I to IV) 1976.
M-16 Stone
16.1. The stone shall be of the specified variety such as Granite/Trap Stone/Quarzite or any other type
of good hard stones.

Page | 7
The stones shall be obtained only from the approved quarry and shall be hard, sound, durable and
free from defects like cavities, cracks, sand holes, flaws, injurious veins, patches of loose or soft
materials etc. and weathered portions and other structural defects or imperfections tending to affect
their soundness and strength. The stone with round surface shall not be used. The percentage of
water absorption shall not be more than 5% of dry weight, when tested in accordance , with I.S. 1134-
1974. The minimum crushing strength of the stone shall be 200 Kg./Sq.Cm. unless otherwise specified.
16.2. The samples of the stone to be used shall be got approved before the work is started.
16.3. The Khanki facing stone shall be dressed by chisel as specified in the item for khanki facing in
required shape and size. The face of stone shall be so dressed that the bushing on the exposed
face shall not project by more than 40 mm. from the general wall surface and on face to be
plastered it shall not project by more than 19 mm. nor shall it have depressions more than 10 mm.
from the average wall surface.
M-17. Laterite stone
17.1 Laterite stone shall be obtained from the approved quarry. It shall be compacted in texture,
sound, durable and free from soft patchs. It shall have a minimum crushing strength of 100
Kg./Sq.Cm. in its dry condition. It shall not absorb water more than 20% of its own weight, when
immersed for 24 hours in water. After quarrying the stone shall be allowed to weather f6r some time
before using in work.
17.2. The stone shall be dressed into regular rectangular blocks so that all faces are free from -
waviness and uneveness, edges true and square.
17.3 Those types of stone in which white clay occure, should not be used.
17.4 Special corner stones shall be provided where so directed.
M-18. Mild Steel Bars
18.1 Mild steel bars reinforcement for R.C.C. work shall conform to I.S, 432 (Part-II) 1966 and §hail be
of tested quality. It shall also comply with relevant part of I.S. 456- 1978.
18.2 All the reinforcement shall be clean and free from dirt, paint, grease, mill scale or loose or thick
rust at the time of placing.
18.3 For the purpose of payment, the bar shall be measured correct upto 100 mm. length and
weight payable worked out at the rate specified below :

1. .6 mm. 0,22 Kg./Rmt. 8 20 mm. 2.47 Kg./Rmt.


2. 8 mm. 0.39 Kg./Rmt. 9. 22. mm. 2.98 Kg./Rmt.
3. 10mm. 0.62 Kg./Rmt. 10. 25 mm. 3.85 Kg./Rmt.
4. 12 mm. 0.89 Kg./Rmt. 11. 28 mm. 4,83 Kg./Rmt.
5. 14 mm. 1.21 Kg./Rmt. 12. 32 mm. 6.3.1 Kg./Rmt.
6. 16mm. 1 .58 Kg./Rmt, 13. 36 mm. 7.99 Kg./Rmt.
7. 18 mm. 2.00 Kg./Rmt. 14. 40 mm. 9.86 Kg/Rmt.
M-19. High Yield Strength Steel Deformed Bars
19.1. High yield strength steel deformed bars be either cold twisted or hot/rolled, shall conform to
I.S. 1739-1966 and I.S.1139-1966 respectively.
19.2. Other provision and requirements shall conform to specification No. M-18. for Mild steel bars.
M-20 High Tensile Steel Wires
Page | 8
9
20.1. The high tensile wires for the use in prestressed concrete work shall conform to I.S. 2090-1962.
20.2. The tensile strength of the high tensile steel bars shall be as specified in the item. In absence
of the given strength, the minimum strength shall be taken as per para 6.1 of I.S. 1785-1962, Testing
shall be done as per I.S. requirements.
20.3. The high tensile steel shall be free from loose mill scale, rust oil, grease, or any other harmful
matter. Cleaning of steel bars may be carried out by immersion in solvent solution, wire brushing
or passing through a pressure box containing carborundum.
20.4. The high tensile wire shall be obtained from manufactures in coil having diameter not
less than 350 times the diameter of wire itself so that wire springs back straight on being
uncoiled.
M-21 Mild Steel Binding Wire
21.1. The mild steel wire-shall be of 1.63 rnm. or 1.22 mm. (16 or 18 guage) diameter and shall conform
to I.S. 280- S 972.

Page | 9
21.2. The use of black wire will be permitted for binding reinforcement bars, ft shall be free from
rust, ojl paint, grease, loose mill scale or any other undesirable coating which may prevent adhesion
of cement mortar.
M-22. Structural Steel
22.1. All structural steel shall conform to I.S. 226-1965. The steel shall be free from the defects
mentioned in I.S. 226- 1975 and shall have a smooth finish. The material shall be free from loose mill
scale, rust pits or other defects affecting the strength and durability. Rivet bars shall conform to
I.S. 1148-1973.
22.2, When the steel is supplied by the Contractor test certificates of the manufacturers shall be
obtained according to I.S. 226-1975 and other relevant Indian Standards.
M-23. Galvanised Iron Sheets
23.1 The galvanised iron sheets shall be plain or corrugated .sheets of specified in item. The G.I.
Sheets all conform to I.S 277-1977. The sheets shall be undamaged in carriage and handling either by
rubbing off of zinc coating or otherwise they shall have clean and bright surface and shall be free
from dents, holes, rust or white powdery deposit.
23.2. The length and width Of G.I. sheet shall be as directed as per site condition.
M-23-A; G.I. Valleys gutter ridges
23.A.1. The G.I. ridges and hips shall be of plain galvanised sheets class-3 of the thickness as specified
item. These shall be 600 mm. in width and properly bent up to shape without damage to the sheets
in process of bending.
23.A.2. Valleys gutters and flashings shall also be galvanised sheet of thickness as specific in item,
Vallev’s shall be 900 mm. wide overall and fishing shall be 380 mm. wide overall. They shall be bent
(o the required shape without damage to the sheet in (he process of bending.
M-24. Asbestos Cement Sheets
24.1. Asbestos cement sheets plain, corrugated or semi corrugated shall conform to I.S. 459-1970.
The thickness of fee sheets shall be as specified in the item. The shells shall be free front all defects
such as cracks, holes deformities, chipped edges or otherwise damaged.
24.2. Ridged-& Hips
24.2.1. Ridges and hips shall be of same thickness at that of A.C. sheets. The types of ridges suitable
for the type of sheets and location’s.
24.2.2. Other accessories to be used in roof such as flashing pieces, caves filler pieces, valley gutters,
north light and ventilator curves, barge boards etc. shall be standard manufacture and shall be
suitable for the type of sheets and location. M-25. Mangalore Pattern Roof Tiles
25.1. The Mangalore pattern tiles shall conform to I.S. 654-1972 for Class AA or Class ‘A’ type as
specified in item. Samples of the tiles to be provided shall be got approved from the engineer in
charge. Necessary tests shall be carried out as directed.
M-26. Shuttering
26.1. The shuttering shall be either of Wooden planking of 30 mm. minimum thickness with or
without steel lining or of steel plates stiffened by steel angles. The shuttering shall be supported on
battens and beams and props of vertical ballies properly cross braced together so as to make the

Page | 8
9
centering rigid. In places of bullie props, brick pillar of adequate section built in mud mortar may 6e
used.
26.2. The form work shall be sufficiently strong and shall have camber, so that it assumes correct
shape after deposition of the concrete and shall be able to resist forces caused by vibration of live
load of men working over it and other incidental loads associated with it. The shuttering snail
have smooth and even surface and its joints shall not permit leakage of cement grout.
26.3. If at any stage of work during or after placing concrete in the structure, the form work sags or
bulges out beyond the required shape of the structure, the concrete shall be removed and work
redone with fresh concrete and adequately rigid form work. The complete form work shall be got
inspected by and got approved from the Engineer-in-charge, before the reinforcement bars are
placed in position.
26.4. The props shall consist of bullies having 100 mm. minimum diameter measured, at mix length
and 80 mm, at thin end and shall be placed as per design requirement. These shall rest squarely on
wooden sole plates 40 mm; thick and minimum bearing are if 0.10 sq. m. laid on sufficiently hard
base.
26.5. Double wedges shall further be provided between the sole plate and the wooden props so as
to facilitate tightening and easing of shuttering” without jerking thei concrete.

Page | 9
26.6 The. timber used in shuttering shall not be so dry as to absorb water from concrete and swell or
bulge nor so green or wet as to shrink after erection. The timber shall be properly sawn and planed
on the sides and surface coming in contact with concrete. Wooden form work with metal sheet
lining or steel plates stiffened by steel angles shall be permitted.
26.7 As far as practicable, clamps shall be used to hold the forms together and use of nails and spikes
avoided.
26.8 The surface of timber shuttering that would come in contact with concrete shall be well wetted
and coated with soap solution before the concreting is done. Alternatively coat of raw linseed oil or
oil of approved manufacturer may be applied in place of soap solution. In case of steel shuttering
either soap solution or raw linseed oil shall be applied after thoroughly cleaning the surface. Under
no circumstances black or burnt oil shall be permitted.
26.9 The shuttering for beams and slab’s shall have camber of 4 mm. per metre (1 in 250) or as
directed by the Engineer-in- charge so as to offset the subsequent deflection. For cantilevers, the
camber at free end shall be 1/50 of the projected length or as directed by the Engineer-in-Charge.
M-27. Expansion joints- Premoulded filter:
27.1 .The item provides for expansion joints in R.C.C. frame structures for internal joints, as well as
exposed pints, with the use of premoulded bituminious joint filler.
27.2. Premoulded bituminous joint filler, i.e. performed strip of expansion joint filler shall not get
deformed or broken by twisting, bending or other handling when exposed to atmospheric condition.
Pieces of joint filler that have been damaged shall be rejected.
27.3 Thickness of the pro-moulded joint filler shall be 25 mm. unless otherwise specified.
27.4 Premoulded bituminuous joint filler shall conform to I.S. 1838-1961
M-28. Expansion joints-Copper strips & hold fasts:
28.1 The item provide for expansion joints in R.C.C. frame structure for internal joint as well as for
exposed joints with the use of necessary copper strip and holdfasts.
28.2 Copper sheet shall be of 1.25 mm. thick and of 1.25 mm. width with the ‘U’ shape in the middle.
Copper strip shall have holdfast of 3 mm. diameter copper rod fixed to the plate soldered on strip at
intervals of about 30 cm. or as shown in the drawing or as directed. The width” of each flange
(horizontal side) of the copper plate to be embedded in the concrete work shall be 25 mm. Depth of
‘U’ to be provied in the expasion joint, in the copper plate shall be of 25 mm.
M-29. Teak wood:
29.1 The leak wood shall be of good quality as required for the item to be executed. When the kind
of wood is not specifically mentioned, good Indian teak wood as approved shall be used.
29.2 Teak wood shall generally be free from large, loose, dead or cluster knots, flaws, shakes, warps,
twists bends, or any other-defects. H shall generally be uniform in substance and of stright fibres as
far as possible. It shall be free from rot, decay, harmful fungi and other defects of harmful nature
which will affect the strength durability of its usefulness for the purpose for which it is required.
The colour shall be uniform as far as possible. Any effort like painting, using any adhesive or resins
materials made to hide the defects shall render the pieces liable to rejection by the Engineer in-
charge.

Page | 10
1
1
293. All scantlings; planks etc. shall be sawn in straight lines and planes in the direction of grains and of
uniform thickness.
29.4. The tolerances in the dimensions shall be allowed at the rate of 1.5 mm. per face to be planed.
29.5. First class teak wood : 29.5.1. First clalss teak wood shall have no individual hard and sound
knots, more than 6 sq. cm. size and the aggregate area of such knots shall not be more than 1% of
area of piece. The timber shall be closed grained.
29.6 Second Class Teak wood: 29.6.1. No individual hard and sound knots shall be more than 15 sq.
cms. in size and aggregate area of such knots shall not exceed 2% of the area of piece.
M-29. A. Non-teak wood:
The non teak wood shall be chemically treated, seasoned as per IS Specifications and of good quality.
The type of wood shall be got approved Before collecting the same on site. Fabrication of wooden
members shall be started only after approval.
For this purpose wood of Bio, Kalali, Siras, Bchda, Jamun, Sisoo will be used for door frames where as
only Kalali, Siras, Halda, Kalam etc, will be permitted for shutters after proper seasoning and chemical
treatment.
The non-teak wood shall be-free from large, loose, dead of cluster knots, flows shakes, warps, bends
or any other defect. It Pigtail-be uniform in substance and of straight fibers as far as possible. It shall
be free from rots, decay harmful fungi and other

Page | 11
10

defects of nature which effect the strength, durability or it usefulness for the purpose for which it is
required. The colour of wood shall be uniform as far as possible. The scantlings planks etc. shall be
sawn in straight lines and planes in the direction of grain and uniform thickness.
The department will use the Agency to produce certificate from Forest Department in event of
Dispute and the decision of the Department shall be final and binding to me contractor.
The tolerance in the dimension shall be allowed as 1.5 mm. per face to be planed.
M-30. Wooden flush door shutters (solid core):
30.1. The solid core type flush door shutters shall be decorative or non-decorative type as specified in
the drawing. The-size and thickness of the shutter shall be as specified in drawings or as directed.
The limber, species for core shall be used as per
I.S. 2202 - (Part-I) 1980. The timber shall be free from decay and insect attack. Knots and knot holes
less than half the width of cross-section of the members in which they occur may be permitted. Pitch
pockets, pitch streaks and harmless pin holes shall be permissible except in the exposed edges of the
core members. The commercial plywood, cross-bands shall conform to I.S. 303-1275.
30.2. The face panel of the shutters shall be formed by gluing by the hot press process on both face
of the core with either ply wood or cross-bands and face veneers. The hopping rebating opening of
glazing Venetian etc. shall be provided if specified in the drawing.
30.3. All edges of the door shutters shall be square. The shutters shall be free from twist or warp in
its plane. Both faces of the shutters shall be sand papered to smooth even texture.
30.4. The shutters shall be tested for
(1) End immersion test.: The test shall be carried out as per l.S. 2202 (part-I) 1980. There shall be no
delamination at the end of the test.
(2) Knife Test: The face panel when tested in accordance with l.S. 1659-1979 shall pass the test.
(3) Glue adhesion test :The flush door shall be tested for glue adhesive test in .accordance with
KS..2202 (Pan 4) 1930, The shutters shall be considered to have passed the test if no delamination
occurs in the-glue lines in the plywood and if no single delamination more than 80 mm. in length
and more than 3 mm. in depth has occnred in the assembly glue lines between the . plywood face
and the style and rail. Delamination at the comer shall be measured continuously around the comer.
Delamination at the knots, knot holes and other permissible wood defects shall not be considered
in assessing the sample.
30.5. The tolerance in size of solid core type flush door
shall be as under. In Normal thickness ±1.2 mm. In
Normal height ± 3 mm.
30.6. The thick of the shutters .shall be uniform throughout with a permissible variation of not more
than 0.8 mm. when
measured at any two points.

Page | 12
M-31. Aluminium doors, windows, ventilators
31.1 Aluminium alloy used in the manufacture of extruded window sections shall conform to I.S.
designation HEA-WP of I.S.: 733-3975 and also to I.S. Designation WVG-WP of I.S. 1285-1975. The
Section shall be as specified in the drawing and design. The fabrication shall be done as directed.
31.2. The hinges shall be cast or extruded aluminium hinge of same type as in window but of large size.
313. The hinges shall normally be of 50 mm. projecting type. Non-projecting type of hinges may also
be used if directed. The handles of door shall be of specified design. A suitable lock for the door
operatable either from outside or inside shall be provided. In double shutter door, the first closing
shutter shall have concealed aluminium alloy bolt at top and bottom.
M-32. Rolling Shutters:
32.1. The rolling shutters shall conform to 1 .S. 6248-1979. Rolling shutters shall be supplied of
specified type with accessories. The size of the rolling shutters shall be specified in the drawings.
The shutters shall be constructed with interlocking lath sections formed from cold rolled steel strips
not less than 0.9 mm. thick and 80 mm: wide for shutters upto 3.5mm., width not less than L25 mm.
thick and 80 mm; wide for shutters 3.5 mm in width and at above unless otherwise specified.
32.2. Guide channels shall be of mild steel deep channel section and of rolled pressed or built up
(fabricated) joint construction. The thickness of sheet used shall not be less than 3.15mm.
32.3. Hood covers shall be made of M.S. Sheets not less than 0 92 mm. thickness. For shutters having
width 3.5 Meter and

Page | 13
11
above, the thickness of M.S. Sheet for the hood cover shall be not less than 1.25 mm.
32.4. The spring shall be of best quality and shall be manufactured from tested high tensile spring
steel wire or strip of adequate strength to balance the shutters in all position. The spring pipe shaft
etc. shall be supported on strong M.S. or malleable C.I. brackets. The brackets shall be fixed on or
under the lintel as specified with raw plugs and screws bolts etc.
32.5. The roiling shutters shall be of self rolling type up to 8 Sq. in. clear area without ball bearing
and up to 12 sq. m. clear area with ball bearing. If the rolling shutters are larger, then gear
operated type shutters shall be used.
32.6. The locking arrangement shall be provided at the bottom of shutter at both ends. The
shutters shall be opened from outside.
32.7. The shutters shall be completed with door suspention shafts, locking arrangements, pulling
hooks, handles and other accessories.
M-33. Collapsible. Steel-Gate:
33.1. The collapsible steel gate shall be in one or two leaves and size as per approved drawings or as
specified. The gate shall be fabricated from best quality mild steel channels, flats etc. Either steel
pulleys or ball bearings shall be provided in every double channel. Unless otherwise specified the
particulars of collapsible gate shall be as under :
(a) Pickets: These shall be of 20 mm. M.S., channels of heavy sections unless otherwise shown on
drawings. The distance centre to centre of pickets shall be 12 cms. with an opening of 10 cms.
(b).Pivoted M.S. flats shall be 20 mm x 6 mm.
(c) Top and bottom guides shall be from tee or flat iron of approved size.
(d) The fittings like stoppers, fixing hold fasts, locking cleats, brass handles and cast iron rollers
shall be of approved design and size.
M-34. Welded Steel Wire Fabric :
34.1. Welded steel wire fabric for general purpose shall be manufactured from cold drawn steel wire
“as drawn” or galvanised steel conforming to I.S. 226-1975 with longitudinal and transverse wire
securely connected at every intersection by a process of electrical resistance welding and conforming
to I.S. 4948-1974. It shall be fabricated and finished in workmanlike manner and shall be free from
injurious detects and shall be rustproof. The type of mesh shall be oblong or square as directed. The
mesh sizes and size of wire for square as well as oblong welded steel wire fabric shall be as directed
The steel wire fabric in panels shall be in one whole piece in each panel as far as stock size permit.
M-35. Expanded Metal Sheets :
35.1. The expanded metal sheets shall be free from flaws, joints, broken strands, laminations and
other harmful surface. Expanded metal steel sheet shall conform to I.S. 412-1975, except that blank
sheets need not be with guaranteed mechanical properties. The size of the diamond mesh of
expended metal and dimensions of strands (width and thickness) shall be as specified. The tolerance
in nominal weight of expanded metal sheets shall be of + 10 percent.
35.2 Expanded metal in pannels shall be in one whole piece panel each as far as stock size permit. The
expanded metal sheets shall be coated with suitable protective coating to prevent corrosion.
M-36. Mild Steel Wire (Wire Gauze Jali) :
36.1 Mild steel wire, may be galvanised, as indicated. All finished steel wire shall be well cleanly drawn
to !he dimensions and-size of wire as specified in item. The wire shall be sound, free from splits,

Page | 11
surface flaws, rough jagfied and imperfect edges and other harmful surface defects and shall
conform to I.S. 280-1978.
M-37. Plywood :
37.1. The plywood for general purpose shall conform I:S. 303- 1975.
Plywood is made by cementing together thin boards or sheets of wood into panels. There are always
an odd number of layers 3, 5,7, 9 ply etc. The plies are placed so that grain of each layer is right angle
to the grain in the adjacent layer.
37.2. The chief advantages of plywood over a signal board of the same thickness is the more uniform
strength of the plywood, along the length and width of the plywood and greater resistance to
cracking and splitting with change in moisture content,
37.3. Usually synthetic resins are used for gluing, pherolic resins are usually cured in a hot press
which compresses and simultaneously heats the plies between hot plates which maintain a
temperature of 90 degree. C. to 140 degree C. and a pressure of 11 to 14 Kg/Sq. Cm. on the wood.
The times of healing may be anything from 2 to 60 minutes depending upon thickness.

Page | 12
13

37.4. When water glue are used, the wood absorbs so much water that the finished plywood must
be dried carefully. When synthetic resins are use as adhesive finished plywood must be exposed to
an atmosphere of controlled humidity until the proper amount of moisture, has been absorbed.
37.5. According to I.S. 303-1975 the plywood for general purpose shall be of three grades namely
BWR, WWR and CWR, depending upon the adhesives used for bonding and veneers, and it will be
farther classified into six types namely AA. AB. AC, BB, BC and C,C based on the quality of the two
faces, each face being of three finds namely, A, B. and C. After pressing, the finished ply wood
should be reconditioned to a moisture content not less than 8 percent and not more than 16
percent.
37.6. Thickness of ply wood Boards :
TABLE

Board Thickne Boar Thicknes Boar Thicknes Board Thickne


ss d, s d s ss
3 ply 3mm 5 ply 5mm 7 ply. 9mm 9 ply. 16mm.
4 mm. 6mm. 13mm. 19 mm.
5 mm: 8mm. 16mm. 11 Ply. 19 mm.
6 mm. 9mm. 9 13mm. 22mm.
Ply.
25 mm.

M.38. Glass:

38.1 All glass shall be of the best quality, free from specks, bubbles, smokes, veins, air holes blisters
and other defects. The kind of glass to be used shall be mentioned in the item or specification or in
the special provisions or as shown in detailed drawings. Thickness of glass panes shall be uniform.
The specifications of different kinds of glass shall be as under: 38.2.Sheet Glass:
38.2.1. In absence of any specified thickness or weight in the item or detailed specifications of the
item of work, sheet glass shall be weighing 73 Kg/Sq.m. for panes upto 600 mm x 600 mm.
38.2.2. For panes larger than 600 mm. x 600 mm. and upto 800 mm. x 800 mm. the glass weighing not
less than 8.75 Kg/Sq
m. shall be used. For bigger panes upto 900 mm. x 900 mm. glass weighing not less than 11.25 Kg/Sq. m.
shall be used.
38.2.3. Sheet glass shall be paten, flattened glass of best quality and for glazing and framing
purposes shall conform to I.S.: 1761 -1960. Sheet glass of the specified colours shall be used, if so
shown on detailed drawings or so specified. For important buildings and for panes with any
dimension over 900 mm. plate glass of specified thickness shall be used.
38.3. Plate Glass. 38.3.1. When plat, glass is specified, it shall be ‘Polished patent plate glass’ of best
quality. It shall have both the surface ground flat and parallel and polished to obtain clear
undistrubed vision and reflection. The plate glass shall be of the thickness mentioned in the item or
as shown in the detailed drawing or as specified. In absence of any specified thickness the thickness

Page | 13
of plate glass to be supplied shall be 6mm and a tolerance of 0.20 mm. shall be admissible.
38.4. Obscured Glass : 38.4.1. This type of glass transmits light so that vision is partially or almost
completely obscured. Glass shall be plain rolled, figured, ribbed or fluted or frosted glass as may be
specified as required. The thickness and type of glass shall be as per details on drawings or at
specified or as directed.
38.5. Wired Glass: 38.5.1. Glass shall be with wire netting embedded in a sheet of plate glass
electrically welded 13 mm. Georgian square mesh may be used. Thickness of glass shah riot be less
than 6 mm. Wired glass shall be of type and thickness as specified.
M-39. Acrylic Sheets:
39.1. Acrylic sheet shall be of thickness as specified in the item and of an specified shape and size as
the case may be. Panels may be flat or curved. It should be light in weight. It shall be colourless or
coloured or opaque as specified in the item. Colourless sheet shall be as transparent as the finest
optical glass, its light transmission rate shall be about 95%. Transparency shall not bef affected for the
sheets of larger thickness. It shall be extremely .resistant to sunlight, weather and low temperatures.
It shall not show any significant yellowing or change in physical properties or loss of light
transmission over a longer period of use. The sheet Shall be impact resistant also. Sheets should be
available in complete range of standard transparent, translucent and opaque colours. Sheets shall be
of such quality that they can be cut bent and jointed as desired. Solution for the joints shall be used as
per the requirement of manufacturer.

Page | 14
15

M-40. Particle board : 40.1. The particle boards used for face panels shall be of best quality free
from any defects. The particle boards shall be made with phenoimaldehyde adhesive. The particle
boards shall conform to I.S. : 3087-1965. “Specification for wood particle board for general
purpose”. The size and the thickness shall be as indicated.
M-41. Expanded polystyrene of framed styroper slabs :41.1. The expanded polystytrene ceiling
boards and files shall be of approved make and shall be of size, thickness, finish and colour as
indicated. It shall be of high density and suitable for use as insulating material. The insulating material
shall be like slab of Thermocole etc.
M-42. Resin bonded fibre glass : 42.1 The resin bonded fibre glass tiles, or rolls shall be of approved
make and shall be of sizes, thickness and finish as indicated.

42.2. For test of Minerral wool thermal insulation Blanket I.S.: 3144/1965 shall be followed.
42.3. Insulation wool blanket shall be with following coverings on one or both sides as indicated.
(1) Bituminised hessain Kraft paper suitable for use in position where moisture has to be excluded.
(2) Hessian cloth or Kraft paper for keeping out dust.
(3) G.I. wire netting, suitable for surfaces to be plastered over.
M-43. Fixtures and fastenings :
43.1. General:
43.1.1. The fixtures and fastenings, that is, butt, hinges, tee and strap hinges, sliding door bolts,
tower bolts, door latch, bath room latch, handles, door stoppers, casement window fasteners,
casement stays and ventilators catch shall be made of the metal as specified in the item or its
specifications.
43.1.2. They shall be of iron, brags, aluminium, chromium plated iron, chromium plated brass, copper
oxidised iron, copper oxidised brass or anodised aluminium as specified.
43.1.3. The fixtures shall be heavy, medium or light type. The fixtures and fastenings shall be smooth
finished and shall be such as will ensure ease of operation.
43.1.4. The samples of fixtures and fastenings shall be got approved as regards quality and shape
before providing them in position.
43.1.5. Brass and anodised aluminium fixtures and fastenings shall be bright finished.
43.2. Holdfasts: 43.2.1. Holdfasts shall be made from mild steel flat 30 cm. length and one of the
holdfasts shall be bent at right angle and two nos. of 6 mm. diameter holes shall be made in it for
fixing it to the Farme with screws. At the other end, the holdfast shall be forked and bent at right
angles in opposite directions.
43.2. Butt hinges:
43.3.1. Railway standard heavy type butt hinges shall be used when so specified. 43.3.2. Tee and strap
hinges shall be manufactured from M.S. Sheet.
43.4. Siding door bolts (Aldrops): 43.4.1. The aldrops as specified in the item shall be used and shall be
got approved.
43.5. Tower bolts (Barrel Type): 43.5.1. Tower bolts as specified in the item shall be used and shall be

Page | 15
got approved.
43.6. Door latch : 43.6.1. The size of door latch shall be taken as the length of latch.
43.7. Bathroom Latch : 43.7.1. Bathroom latch shall be similar to tower bolt.
43.8. Handle: The size of the handles shall be determined by the inside grip length of the handles.
Handles shall have a base plate of length 50 mm. more than the size of the handle.
43.9. Door Stoppers: 43.9.1. Door stoppers shall be either floor door stopper type or door catch type.
Floor stopper shall be of overall size as specified and shall have a rubber cushion.
43.10. Door Catch : 43.10.1. Door catch shall be fixed at a height of about 900 mm. from the floor
level so that one part of the catch is fitted on the inside of the shutter and the other part is fixed in
the wall with necessary wooden plug arrangements for appropriate fixity. The catch shall be fixed
20 mm. inside the face of the door for easy operation of catch.
43.11. Wooden Door Stop with hinges : 43.11.1. Wooden door stop of size 100 mm x 60 mm x 40 mm
shall be fixed on the door frame with a hinge of 75 mm size and at a height of 900 mm. from the
floor level. The wooden door stop shall be provided with 3 coats of approved oil paint.
43.12. Casement window Fastener: Casement window fastener for single leaf window shutter shall
be left or right handled

Page | 16
17

as directed.
43.13. Casement stays (Straight Peg Stay) :43.13.1. The stays shall be made from a channel section
having three holes at appropriate position so that the window can be opened either fully or
partically as directed. Size of the stay shall be 250 mm. to 300 mm. as directed.
43.14. Ventilator Catch: 43.14.1. The pattern and shape of the catch shall be as approved.
43.15. Pivot: 43.15.1. The base and socket plate shall be made from minimum 3 mm. thick plate and
projected pivot shall not be less than 12 mm. diameter and 12 mm. length and shall be firmly riveted
to the base plate in case of iron pivot and in single piece base plate in the case of brass pivot.
M-44.
Paints: 44.1 (A) Oil paints :

44.1.1. Oil paints shall be of the specified colour and shade, and as approved. The ready mixed paints
shall only be used. However, if ready mixed paint or specific shade or tint is not available, white
ready mixed paint with approved stainer will be allowed. In such a ease, the contractor shall ensure
that the shade of the paint so allowed shall be uniform.
44.1.2. All the paints shall meet with following general requirements :
(i) Paint shall not show excessive setting in a freshly opened full can and shall easily be redispressed
with a paddle to a smooth homogeneous state. The paint shall show no curdling, livering, caking or
colour separation and shall be free from lumps and skins.
(ii) The paint as received shall brush easily, possess good leverling properties and show no running or
sagging tendencies.
(iii) The paint shall not skin within 48 hours in a three quarters filled closed container.
(iv) The paint shall dry to a smooth uniform finish free from roughness, grit, unevenness and other
imperfections.
44.1.3. Ready mixed paint shall be used exactly as received from the manufacturers and generally
according to their instructions and without any admixtures whatsoever.
44.2. (B) Enamel Paints:
44.2.1. The enamel paint shall satisfy in general requirements as mentioned in specification of oil
paints. Enamel paint shall conform to I.S. 2933-1975.
M-45 French polish :
45.1. The french polish of required tint and shape shall be prepared with the below mentioned
ingredients and other necessary materials:
(i) Denatured spirit of approved quality (ii) Chandras (iii) Shellac (iv) Pigment.
45.2. The french polish so prepared shall conform to I.S.: 348-1968.
M-46 Marble chips for marble mosaic terrazzo:
46.1. The marble chips shall be of approved quality and shades. It shall be hard, sound, dense and
homogeneous in texture with crystalline and coarse grains. It shall be uniform in colour and free
from stains, cracks decay and weathering.
46.2. The size of various colours of marble chips ranging from the smallest upto 20 mm. shall be used
where the thickness of top wearing layer is 6 mm. size. The marble chips of approved quality and
Page | 17
colours only as per grading as decided by the Engineer-in- charge shall be used for marble mosic
tiles or works.
46.3 The marble chips shall be machine crushed. They shall be free from foreign matter, dust etc.
Except as above, the chips shall conform to I. S.: 2114-1962.
M-47. Flooring Tiles: 47.1. (A) Plain Cement tiles :
47.1.1. The plain cement tiles shall be general purpose type. These are the tiles in the manufacturer of
which no pigments are used. Cement used in the manufacture of tiles shall be as per Indian
Standards.
47.1.2. The tiles shall be manufactured from a mixture of cement and natural aggregates by pressure
process. During

Page | 18
19

manufacture, the tiles shall be subjected to a pressure of not less than 140 Kg/Sq. Cm. The proportion
of cement to aggregate in the backing of the tiles shall be not less than 1:3 by weight. The wearing
face through the tiles are of plain cement, shall be proviedd with stone chips of 1 to 2 mrn. size. The
proportions of cement to the rnarble chips aggregate in the wearing layer of the tiles shall be three
parts of cement to one part chips by weight. The minimum thickness of wearing layer shall be 3 mm.
The colour and texture of wearing layer shall be uniform throughout its face and thickness. On
removal from mould, the tiles shall be kept in moist conditions continuously at least for seven days
and subsequently, if necessary, for such long period as would ensure their conformity to
requirements of I.S.: 1237-1980 regarding strength resistance to wear and water absorption.
47.1.3. The wearing face of the tiles shall be plain, free from projections, depressions and crackes and
shall be reasonably parallel to the back face of the tile. All angles shall be right and all edges shall be
sharp and true.
47.1.4. The size of tiles shall generally be square shape 24.85 Cm. x 24.85 Cm. or 25 Cm. x 25 Cm. The
thickness of tiles shall be 20 mm.
47.1.5. Tolerance of length and breadth shall be plus or minus one millimeter. Tolefance on thickness
shall be plus 5 mm.
47.1.6. The tiles shall satisfy the tests as regards transverse strength resistance to wear and water
absorption as per I.S
: 1237-1980.
47.2. (B) Plain Coloured Tiles :
47.2.1. These tiles shall have the same specification as per plain cement tiles as per (A) above except
that they shall have a plain wearing surface wherein pigments are used. They shall conform to I.S.
1237-1980.
47.2.2. The pigment used for colouring cement shall not exceed 10 percent by weight of cement used
in the mix. The pigments synthetic or otherwise, used for colouring tiles shall have permanent
colour and shall not contain materials detrimental to concrete.
47.2.3. The colour of the tiles shall be specified in the item or as directed.
47.3. (C) Marble mosaic tiles :
47.3.1. These tiles have, the same specifications as per plain cement tiles except the requirements as
stated below:
47.3.2. The marble mosaic tiles shall conform to I. S. 1237-1980. The wearing face of the tiles shall be
mechanically ground and filled. The wearing face of tiles shall be free from projections, depressions
and cracks and shall be reasonably parallel to the back face of the tiles. All angles shall be right
angles and all edges shall be sharp and true.
47.3.3. Chips used in the tiles be from smallest upto 20 mm. size. The minimum thickness of wearing
layer of tiles shall of 6 mm. For pattern of chips to be used on the wearing face, a few samples with
or without their full size photographs as directed shall be presented to the Engineer-in-charge for
approval.
47.3.4. Any particular samples, if found suitable shall be approved by the Engineer-in-charge, or he
may ask for a few more samples to be prepared indicating roughly the particular sized chips to be
Page | 19
more-or less in the samples presented. The samples have to be made by the contractor till a suitable
sample is finally approved for use in the work.
The Contractor shall ensure that the tiles supplied for the work shall be in conformity with the
approved sample only, in terms of its dimensions, thickness of backing layer and wearing surface,
materials, ingredients, colour shade, Chips, distribution etc. required.
47.3.5. The tiles shall be prepared from cement conforming to Indian Standards or coloured
portland cement generally depending upon the colour of tiles to be used or as directed.
47.4. (D) Chequered Tiles :
47.4.1. Chequered tiles shall be plain cement tiles or marble mosaic tiles. The former shall have the
same specification as per
(A) above and the latter as per marble mosaic tiles as per (C) except as mentioned below :
47.4.2. The tiles shall be of nominal size of 250 mm. x 250 mm. or as specified. The centre to centre
distance of chequer shall not be less than 25 mm. and not more than 50 mm. The overall thickness
of the tile shall be 22 mm.
47.4.3. The grooves in the chequers shall be uniform and straight. The depth of the grooves shall not
be less than 3 mm. The chequered shall be plain, coloured or mosaic as specified. The thickness of
the upper layer measured from the top of the chequers shall not be less than 6 mm. The tiles shall
be given the first grinding with machine before delivery to site.
47.4.4. Tiles shall conform to relevant I.S. 1237-1930.

Page | 20
21

47.5 (E) Chequered Tiles for Stair cases :


47.5.1. The requirements of these tiles shall be the same as chequered as per (D) above except in
following respects;
(1) The length of a tile including nose shall be 330 mm.
(2) The minimum thickness shall be 28 mm.
(3) The nosing shall have also the same wearing layer as at the top.
(4) The nosing edge shall be rounded.
(5} The front portion of the tile for a minimum length of 75 mm. from and including the nosing shall
have grooves running parallel to nosing and at centre not exceeding 25 mm. Beyond that the tiles shall
have normal chequer pattern.
M-48. Rough Kotah Stone :
48.1. The kotah stones shall be hard, even, sound, and regular in shape and generally uniform in
colour. The colour of the stone shall generally be green. Brown colour stones shall not be allowed for
use. They shall be without any softveins, cracks or flows.
48.2 The size of the stones to be used for flooring shall be of size 600 mm x 600 mm and/or size 600
mm x 450 mm, as directed. However smaller sizes will be allowed to be used to the extent of
maintaining required pattern. Thickness shall be as specified.
48.3. Tolerance of minus 30 mm. on account of chisel dressing of edges shall be permitted for length
as well as breadth. Tolerance in thickness shall be + 3 mm.
48.4. The edges of stones shall be truly chiselled and table rubbed with coarse sand before paving.
All angles and edges of the stone shall be true, square and free from chipping and me surface shall
be true and plain.
48.5 When machine cut edges are specified, the exposed edges and the edges at joints shall be
machine cut. The thickness of the exposed machine cut edges shall be uniform.
M-49. Polished Kotah Stones.
49.1. Polished kotah stone shall have the same specifications as per rough kotah stone except as
mentioned below :
49.2. The stones shall have machine polished smooth surface. When brought on site, the stones shall
be signle polished or double polished depending upon its use. The stones for paving shall generally
be single polished. The stones to be used for dedo, .skirting, platforms, sink, veneering, sills, steps,
etc. where machine polishing after the stones are fixed in situ is not possible, shall be double
polished.
M-50. Dholpur Stone Slab :
50.1 Dholpur stone slab shall be of best quality as approved by the Engineer-in-charge The stone
slab shall be even, sound and durable, regular in shape and of uniform colour.
50.2. The size of the stone shall be specified in the item or detailed drawings or as approved by the
Engineer-in-charge. The thickness of the stone shall be as specified in the item of work with the
permissible tolerance of plus or minus 2 mm. The provisions in respect of polishing as for polished
Kotah stone shall apply to polished Dholpur stone also. All angles and edges of the face of the stone
Page | 21
slab shall be fine chiselled or polished as specified in the item of work and all the four edges shall be
machine cut.
All angle and elges of the stone slab shall be true and plane.
50.3 The sample of stone shall be got approved from the Engineer-in-charge for shade and tint for a
particular work. It shall be ensured that the stones to bemused in a particular work shall not differ
much in shade or tint from the approved sample. M-51. Marble Slab:
51.1. Marble slab shall be white or of other colour and of best quality as approved by the Engineer-in-
charge.
51.2. Slabs shall be hard, uniform and homogeneous in texture. They shall have even crystalline grain
and free from defects and cracks. The surface shall be machine polished to an even and perfectly
plant surface and edges machine cut true and square. The rear face shall be rough to provide key
for the mortar.
51.3. Marble slabs with natural veins, if selected shall have to be laid as per the pattern given by the
Engineer-in-charge. Size of the slab shall be minimum 450 mm x 450 mm. and preferable- 600 mm x
600 mm. However, smaller sizes will be allowed to be used to the extent of maintaining required
palter.

Page | 22
23

51.4. The slab shall not be thinner than the specified thickness at its thinnest part. A few specimen of
finished slab to be used shall be deposited by the Contractor in the office for reference.
51.5. Except as above, the marble slabs shall,conform to I.S. 1130-1969.
M-52. Granite Stone Slab :
52.1. Granite shall be of approved colour and quality. The stone shall be hard, even, sound regular in
shape and generally uniform in colour. It shall be without any soft veins, cracks of flows.
52.2. The thickness of the stone shall be as specified in the items.
52.3. All exposed face shall be double polished to tender truly smooth and the even reflecting
surface. The exposed edges and corners shall be rounded off as directed. The exposed edges shall
be machine cut and shall have uniform thickness.
M-53 P.V.C Flooring:
53.1. P. V.C sheets for P.V.C. floor covering shall be of homogeneous flexible type, conforming to I.S.
3452-1966. The
P.V.C. covering shall neither develop any toxic effect while put to use nor shall give off any disagreeable
odour.
53.2 Thickness of flexible type covering tiles shall be as specified in the description of the item.
53.3. The flexible type shall be backed with hessain or other woven fabric. The following tolerances
shall be applicable on the nominal dimension of the sheet rolls or tiles :
(a) Thicknesst 0.15 mm
(b) Length or Width :

1. 300 mm. square tiles ± 0.20 mm. 39.00 mm. square tiles ±0.30 mm.
2. 600mm. “ “ ± 0.40mm. 4. Sheets and rolls + 0.10
53.4. Adhesive: percent
53.4.1. The adhesive for PVC flooring shall be of the type and make recommended by the manufacturers
of PVC sheets/tiles.
M-54. Facing tifes :
54.1. The facing tiles (burnt clay facing bricks) shall be free from craks, flaws and nodules of free
lime. They shall be thoroughly burnt and shall have plane rectangular faces with parallel sides and
sharp straight right edgled faces. The texture of the finished surface that will be exposed when in
place, shall conform to an approved sample consisting not less than four stretcher bricks each
representing the texture desired. The facing tiles shall have a pleasing appearance, sufficient
resistance to penetration by rain and greater durability than common bricks. The tiles shall conform
to I.S. 2691-1972.
54.2. The standard size effacing brick tiles shall be 19 x 9 x 4 cms. The facing brick tiles shall be
provided with frog which shall conform to I.S. 1077-1976.
54.0. The permissible tolerance in dimensions specified above shall be as follows :

Size Tolerance for

Page | 23
1st class Brick 2nd class
Brick
19 Cm. ± 6mm. ±10 mm.
9cm. ± 3mm. ± 7mm.
4cm. ±1.5 mm ±3 mm.
54.4. The tolerance for distoration or warpage of face or edges of individual brick from a plane
surface and from a straight line respectively shall be as follows:
Facing dimensions Permissible
tolerance Max. below 19
cms.Max. 2.5mm.
-do- above 19 cm.Max. 3.0 mm.
54.5. The average compressive strength obtained as a sample of five dies when tested in accordance
with the procedure laid as per I.S. 1077-1976 shall be not less than 175 Kg/Sq. Cm. The average
compressive strength of any individual bricks shall be not less than 160 Kg/Sq.Cm.
54.5. The average water absorption for five bricks files shall not exceed 12 percent of average weight of
brick before testing.

Page | 24
25

The absorption for each individual bricks snail not exceed 25 percent.
54.7. The brick tiles when tested in accordance with I.S. 1077-1976, the rate of efflorescence shall not
be more than ‘Slightly effloresced.’
M-55. White glazed tiles :
55.1. The tiles shall be of best quality as approved by the Engineer-in-charge. They shall be flat and
true to shape. They shall be free from craks, crazing, spots, chipped edges and corners. The glazing
shall be of uniform shade.
55.2. The tiles shall be nominal size of 150 mm. x 150 mm. unless otherwise specified. The maximum
variation from the stated sizes, other than me thickness of tile, shall be plus or minus 1.5 mm. The
thickness of tile shall be 6 mm. Except as above the dies shall conform to I.S. 777 1970.
M-56. Galvanised iron pipes and fittings : 56.1. Galvanised iron pipe shall be of the medium type and
of required diameter and shall comply with I.S.I 239-1979. The specified diameter of the pipes shall
refer to the inside diameter of the bore. Clamps, screw and all galvanised iron fittings shall he of the
standard ‘R’ or equivalent make.
M-57. Bib cock and stop cock :
57.1. A bib cock is a draw off tap with a horizontal inlet and free outlet. A stop cock is a valve with a
suitable means of connection for insertion in a pipe line for controlling or stopping the flow.
57.2. They shall be of screw down type and of brass chromium plated and of diameter as specified in
the description of the item. They shall conform to I.S. 781-1977 and they shall be of best Indian
make. They shall be polished bright.
57.3. The minimum finished weight of bib cock and stop cock shall be as given below :

Diamete Bib cock Stop Diamete Bib Stop


r cock r cock cock
8 mm 0.25 Kg. 0.25 Kg. 15 mm. 0.40 0.40 Kg.
Kg.
10 mm. 0.30 Kg. 0.35 Kg. 20 mm. 0.75 Kg. 0.75 Kg.
M-58. Gun metal wheel valve : 58.1. The gun metal wheel valve be of approved quality. These shall
be gun metal fitted with wheel and shall be of gate valve opening full way and of the size as
specified. These shall conform to I.S. 778-1971. M-59. White glazed porcelain wash basin :

59.1. Wash basin shall be of white porcelain first quality best Indian make and it shall conform to I.S.
2556 (Part-IV) 1972 and I.S. 771-1979.
The size of the wash basin shall be as specified in the item, Wash basin shall be of one piece
construction with continued over-flow arrangements. All internal angles shall be designed so as to
facilitate cleaning. Wash basin shall have single tap hole or two holes as specified. Each basin shall
have a ciruclar waste hole which is either rabaled or bevelled internally with 65 mm. diameter at top
and 10 mm. depth to suit the waste fining. The necessary stud slot to receive the bracket on the
under side of (he basin shall be provided. Basin shall have an internal soap holder recess which shall
fully drain into the bowl.
59.2 White glazed pedestal of the quality and colour as that of the basin shall be provided where
specified in the item. It shall be completely recessed at the back for reception of supply and wash
Page | 25
pipe. It shall be capable of supporting the basin rigidly and adequately and shall be so designed as to
make the height from floor to lop of the rim of basin 750 mm. to 800 mm. as directed.
M-60. European type water closet/with low level flushing :
60.1. The European type water closet shall be white glazed porcelain first quality and shall be of
wash down type conforming to I.S. 2556-1973 and I.S. 771-1979.
60.2. ‘S’ trap shall be provided as required with water seal not less than 50 mm. The solid plastic seat
and cover shall be of the best Indian make conforming to I.S. 2548-1980. They shall be made of
moulded syntactic materials which shall be tough and hard with high resistance to solvents and
shall be free from blisters and other surface defects and shall have chromium plated brass hinges
and rubber buffer of suitable size.
M-61. Orissa type water closet: 61.1. The specification of Orissa type white glazed water closet of first
quality shall conform to I.S. 2556 (Pan-Ill) 1981 and relevant specification of Indian type water closet
except that pan will be with the integral squatting pan of size 580 mm. x 440 mm. with raised
footrest.
M-62. Indian type water cioset:
62.1. The Indian lype white glazed water clcset of first duality shall be of size as specified in (he item and
conforming to I.S.

Page | 26
19

771-1979 and I.S. 2556 (Part-II) 1981. Each pan shall have integral flushing ring of suitable type with
adequate number of holes alround as directed to have satisfactory flushing. It shall also have an inlet
at back or front for connecting flush pipe as directed. The inside of the bottom of the pan shall have
sufficient slope from the front towards the outlet and surface shall be uniform and smooth.
Pan shall be provided with l00 mm. diameter ‘P’ or’S’ trap with approximately 50 mm. water seal and 50
mm. diameter vent horn.
M-62.A Foot Rests : 62-A-l. A pair of white glazed-earthen ware rectangular foot rests of minimum
size 250 mm. x 130 mm. 20 mm. shall be provided with water closet.
M-63. Glazed Earthen Ware Sink :
63.1. The glazed earthen-ware sink shall be specified size, colour and quality. The sink shall conform
to I.S. 771 Part-II-1979. The brackets for sinks shall conform to I.S. 775-1970.
63.2. The pipes shall conform to I.S. 1239-Part-11973 and I.S. 404-1962 for steel and lead pipes
respectively 32 mm. brass waste coupling of standard pattern with brass chain and rubber plug shall
be provided with sink.
M-64. Glazed earthen ware Lipped type flat back urinal/corner type urinal: 64.1 The lipped type
urinal shall be flat back or corner type as specified in the item and shall conform to I.S. 771-1979. It
shall be of best Indian make and size as specified and approved by the Engineer-in-charge. The flat
back or corner type urinal must be of 1st quality free from any defects, cracks, etc.

M-65. Low level enamel flushing tank : 65.1. The low level enamel flushing tank shall be of 15 litres
capacity. It shall conform to I.S. 774-197 It the flushing cistern shall be of best quality and free from
any defects. The flushing tank shall have outlet 32 mm. diameter. The outlet shall be connected with
W.C. Pan by lead pipe or P.V.C. pipe as specified. The flushing tank shall be provided with inlet and
outlet for fixing G.I. inlet pipes and over-flow pipes. The flushing cistern shall be provided with
chromium plated handle for flushing. The fluushing tank shall be provided with bracket of cast iron so
that it can be fixed on wall at specified height. The brackets shall conform to I.S. 775-1970.
M-66. Cast iron flushing cistern: 66.1. The cast iron flushing cistern shall be of 15 litres capacity. It shall
conform to I.S. 774-1971. The flushing cistern shall be of best quality free from any defects. The
flushing cistern shall have outlet of 32 mm. diameter. The outlet shall be connected to lead pipe of 32
mm. diameter. The lead pipe shall conform to I.S. 404 (Part-I) 1962. For fixing G.I. inlet pipes and
overflow pipe 20 mm. dia. inlet and outlet shall be provided. The flushing cistern shall be provided
with galvanised iron chain and pull of sufficient length and shall be got approved from the Engineer-
in-charge. The cast iron flushing cistern shall be painted with one coat of anticorrosive paint and two
coats of paints. The flushing cistern shall be fixed on two C.I. brackets. The C.I. brackets shall conform
to I.S. 775-1970.
M-67. Flush cock: 67.1. Half turn flush cosfc (Heavy weight) shall be of gun metal chromium plated of
diameter as specified in the description of the item. The flush cock shall conform to relevant Indian
Standard.
M-68. Cast iron pipes and fittings :
68.1 All soil, waster, vent and antisyphonage pipes and fittings shall conform to I.S. 1729-1964. The
pipe shall have spigot and socket ends with head on spigot end. The pipes and fittings shall be true to
Page | 19
shape, smooth, cylindrical, their inner and outlet surfaces being as nearly as practicable concentric.
They shall be sound and nicely cast and shall be free from cracks, laps, pinholes or other imperfection
and shall be neatly dressed and carefully fettled. 68.2. The end of pipes and fittings shall be
reasonable square to their axis.
68.3.The sand cast iron pipes shall be of the diameter as specified in the description and shall be in
lengths of 1.5 M. 1.8 M. and 2 M. including socket ends of the pipe unless shorter lengths are either
specified or required at junctions etc. The pipes and fittings shall be supplied without ears unless
specified or directed otherwise.
Toferances:
68.4.1. The Standard weights and thickness of pipes shall be as shown in the following table : A
tolerance upto minus 10 per cent may however be allowed against these standard weights.

Sr. Nominal dia. Thickne Overall Weight of Pipe excluding ears


No of bore ss
1.5 2 m. long 1.8m. long. 2m. long
. m.long

1. 75 mm. 5.0 mm. 12.83 Kg. 16.52 Kg. 18.37 Kg.

Page | 20
2. 100 mm 5.0mm 18.14 Kg. 21.67 Kg. 24.15 Kg.
68.4.2. A tolerance upto minus 15 pescent in thickness and 20 mm. in length will be allowed.
For fittings tolerance in lengths shall be plus 15 mm. and minus 10 mm.
68.4.3. The thickness of fittings and their socket and spigot dimensions shall conform to the
thickness and dimensions specified for the corresponding sizes of straight pipes. The
tolerances in weights and thickness shall be the same as for straight pipes.
M-69. Nahni Trap:
69.1. Nahni trap shall be of cast iron and shall be sound and free from porosity or other
defects which affect serviceability. The thickness of the base metal shall not be less than
6.5 mm. The surface shall be smooth and free from craze, ships and other flaws or any
other kind of defects which affect serviceability. The size of nahni trap shall be as specified
and shall be of self cleansing design.
69.2. The nahni trap shall be of quality approved by the Engineer-in-charge and shall
generally conform to the relevant Indian Standards.
69.3. The Nahni trap provided shall be with deep seal, minimum 50 mm, except at places
where trap with deep seal can not be accommodated. The cover shall be cast iron.
Perforated cover shall be provided on the trap of appropriate size.
M-70. Gully Trap:
70.1 Gully trap shall conform to I.S. 651-1980. It shall be sound, free from defects such as fire
cracks. The glaze of the traps shall be free from crazing. They shall give a shart clear note
when struck with light hammer. There shall be no broken blisters.
70.2. The size of the gully trap shall be as specified in the item.
70.3. Each gully trap shall have one C.I. grating of square size corresponding to the
dimensions of inlet of gully trap. It will also have a water tight C.I. cover with frame inside
dimensions 300 mm; x 300 mm., the cover with frame inside dimension, 300 mm. x 300
mm., the cover weighing not less than 4.53 Kg. and the frame not less than 2.72 Kg. The
grating cover and frame shall be of sound and good casting and shall have truly square
machined seating faces.
M-71. Glaze Stone Ware Pipe And Fitting :
71.1. The pipes and fittings shall be of best quality as approved by the Engineer-in-charge.
The pipe shall be of best quality manufactured from stone-ware of fire clay, salt glazed
thoroughly burnt through the whole thickness, of a close even texture, free from air
blows, fire blisters, crack and other imperfactions, which effect the serviceability. The inner
and outer surfaces shall be smooth and perfectly glazed. The pipe shall be capable to-
withstand pressure of 1.5 m. lead without showing sign of leakage. The thickness of the
wall shall not be less than l/12th of the internal dia. The depth of socket shall not be less
than 38 mm. The socket shall be sufficiently large to allow a joint of 1 mm. around the pipe.
71.2. The pipes shall generally conform to relevant I.S. 651 -1980.

Page | 21
Part 3 : Conditions of Contract & Contract Forms

M-72. Wall Peg Rail:


72.1. The aluminium wall peg rail shall have three aluminium pegs of approved quality and
size. It shall be fixed on leakwood plank of size 450 mm. x 75 mm. x 20 mm. The teakwood
shall be french polished or oil painted as specified.
M-73. G.I. Water Spot:
73.1. The G.I. pipes of 40 mm. dia shall be of medium quality and specials shall be of ‘R’
brand or equivalent brand of best approved quality.
73.2. The pipe shall have length as required for the thickness of wall in which it is fixed, and
at the outside end tee and bend cut at half the length shall be provided and at other end
coupling shall be provided to have better fixing. The water spount shall be provided as per
detailed drawing or as directed.
M-74. Asbestos Cement Pipe (A.C. Pipe ):
74.1. The asbestos cement pipe of diameter as specified in the description of the item shall
conform to I.S. 1626-1980. Specials like bends, shoes cowls, etc. shall conform to relevant
Indian Standards. The interior of pipe shall have a smooth finish, regular surface and regular,
internal diameter. The tolerance in all dimensions shall be as per I.S. 1626-Part-11980.
M-75. Crydon Ball Valve : 75.1. Ball valve of screwed type including polthylene float and
necessary lever etc. shall be of the size as mentioned in the description of item and shall
conform to I.S. 1703-1977.
M-76. Bitumen Felt For Water Proofing And Damp Proofing : 76.1 Bitumen felt shall be
on the fibre bases and shall be type 2, self finished grade-2 and shall conform to I.S. 1322-
1970.

Page | 22
M-7.7 Select Earth :

77.1. The selected earth shall be that obtained from excavated material or shall have to brought from
outside as indicated in the item. If item does not indicate anything, the selected earth shall have to be
brought from outside.

The selected earth shall be good yellow soil and shall be got approved from the Engineer-in-charge.
la no case black cotton soil or similar expansive and shrikable soil shall be used. It shall be clean and
free from all rubish and perishable materials, stones or brick bats. The clods shall be broken to a
size of 50. mm or less, Contractor shall make his own arrangement at his own cost for land for
borrowing selected earth. The stacking of material shall be done as directed by the Engineer-in-
charge in such a way as not to interfere with any constructional activities and in proper stacks.

When excavated material is to be used, only selected stuff got approved from the Engineer-in-
charge shall be used. It shall be stacked separately and shall comply with all the requirements of
selected earth mentioned above :

M-78. Barbed Wire :

The barbed wire shall be of galvanised steel and it shall generally conform to I.S. 278-1978. The
barbed wire shall be of type-I whose nominal diameter for line wire shall be 2.5 mm. and point wire
2.24 mm. The nominal distance between two bars shall be 75 mm. unless otherwise specified in the
item. The barbed wire shall be formed by twisting together two line wires, one containing the barbs.
The size of the line and point wires and barb spacings shall be as specified above. The permissible
deviation from the nominal diameter of the line wire and point wire shall not exceed

±0.08 mm.

The barbs shall carry four points shall be formed by twisting two point wires, each two turns,
lightly round one line wire, making altogether four complete turns. The barbs shall be so finished that
the four points are -set and loked at right angles to each other. The barbs shall have a length of not
less than 13 mm. and not more than 18 mm. The point, shall be sharp and cut at an angle not
greater than 35 degree of the axis of the wire forming the barbs.

The line and point wire shall be circular section free from scale and other defects and shall be uniformly
galvanised. The line wire shall be in continuous length and shall not contain any weld
other than those in the rod before it is drawn. The distance between two successive splices shall
not be less than 15 meters.

The lengths per 100 Kg. of barbed wire I.S. type I shall be as under Nominal 1000 metre Minimum 834
Metre Maximum 1066 Metre.

Page | 23
Part 3 : Conditions of Contract & Contract Forms

ITEM WISE SPECIFICATIONS

ITEM NO. 1 :-

Excavation for foundation upto 1.50 mt depth including sorting out and stacking of useful materials and
disposing off the excavated stuff upto 50 Meter lead.(A) Loose or soft soil

All sorts of soil

Any soil which generally require close application of picks or jumpers or scarifies to loosen it stiff
clay, gravel and stone etc. fall under this category.

1.0. General

Any soil which generally yields to the application of pickaxes and shovels, phawaras rakes or any
such ordinary excavating implement or organic soil, gravel silt, sand turf loam, clay, peat etc., fail under
this category

1.1 Clearing the site

The site on which the structure is to be built shall be cleared, and all obstructions loose stone,
materials and rubbish of all kind bush wood and trees shall be removal as directed The materials so
obtained shall be property of the Government and shall be conveyed und stacked as directed with all
lead. The roots of the trees coming in the sides shall be cut and coated with a hot asphalt

The rate of side clearance is deemed to be included in the rate of earth work for which no extra
will be paid.

1.2 Setting out

After clearing the site the centre lines will be given by the Engineer-in-charge. The contractor
shall assume full responsibility for alignment, elevation and dimension of each and all 'parts of the
work. Contractor shall supply labours materials, etc. required for setting out the reference marks and
bench 'marks and shall maintain them as long as required and directed.

1.3 Excavation

The excavation in foundation shall be carried out in true line and level and shall have the width
and depth as shown in the drawings or as directed. The contractor shall do the necessary shoring and
shutting or providing necessary slopes to a safe angle, at his own cost. The payment for such
precautionary measures shall be paid separately it not specified. The bottom of the excavated area shall

Page | 24
be leveled both longitudinally and transversely as directed by removing and watering as required no.
earth filling will be allowed for brining it to level, if by mistake or any excavation is made deeper or
wider than, that shown on the plan or directed. The extra depth or width shall be made up with
concrete of same proportion as specified for the foundation concrete at the cost of the contractor. The
excavation upto 1.5 mt. depth shall be measured under this item.

1.4 Disposal of the excavated stuff

The excavated stuff of the selected type shall be used in filling the trenches and plinth or
leveling the ground in layers including ramming and watering etc.

The balance of the excavated quantity shall be removed by the contractor from the site of work to a
place as directed with lead up to 50 Meter for loose or soft soil.

1.5 Mode of measurements & payment

The measurement of excavation in trenches for foundation shall be made according to the
sections of trenches shown on the drawing or as per sections given by the Engineer-in-charge. No
payment shall be made for surplus excavation made in excess of above requirements or due to
stopping and sloping back as found necessary on account of conditions of soil and requirements of
safety.

The rate shall be for a unit of one cubic meter.

ITEM NO. 2 :-

Excavation for foundation depth from 1.5 mt. to 3.00 mt. including sorting out and stacking of useful
materials and disposing of the excavated stuff up to 50 Meter lead.(B) Dense or Hard soil

2.1. All sorts of soil

Any soil which generally require close application of picks or jumpers or scarifies to loosen it stiff
clay, gravel and stone etc. fall under this category.

2.2. Workmanship

The relevant specifications of Item No. 1 shall be followed except that the excavation work shall
be carried out to dense or hard soil with lift from 1.50 M. to 3.0 mt. depth.

2.3. Mode of Measurement & Payment

The relevant specifications of Item No. 1 shall be followed.

Page | 25
Part 3 : Conditions of Contract & Contract Forms

The excavation work of depth from 1.50 M. to 3.0 M. shall be measured under this item

The rate shall be for a unit of one cubic meter.

ITEM NO. 3 :-

Providing and laying controlled cement concrete M-150 and curing complete including the cost of form
work but excluding cost of reinforcement for reinforced concrete work in Foundations, footings base
of column and the like and mass concrete.

1. Materials

Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6. Grit shall
conform to M-8. Coarse aggregate shall conform M-12.

The shuttering to be provided shall be of ordinary timber plank and shall conform to M-26.

The dimensions of scantlings and battens shall conform to the design. The strength of the wood
shall not be less than that assumed in the design.

2. General

The concrete mix shall be designed from preliminary tests. The proportion of the concrete mix
shall be 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm. nominal size) by volume
concrete work shall have exposed concrete surface or as specified in the item.

The proportioning of cement and aggregates shall be done by weight and necessary precautions
shall be taken in the production to ensure that the required work cube strength is attained and
maintained. The controlled concrete shall be in grades of M-100, M-150, M-200, M-250, M-300, M-350 &
M-400 with prefix controlled added to it. The letter M refers to mix and the numbers specify 28 days
works cube compressive strength of 150 mm. cubes of the mix expressed in Kg./cm.

The proportion of cement, sand and coarse aggregate shall be determined of weight. The weigh
batch machine shall be used for maintaining proper control over the proportion of aggregates as per
mix design. The strength requirements of different grades of concrete shall be as under:

Grade of Concrete Compressive strength of 15 cms cubes in kg/cmt. at 28


days, conducted in accordance with I.S. 516- 1959.

Preliminary test Min. Work Test Min.

Page | 26
M 150 200 150
M 200 260 200
M 250 320 250
M 300 380 300
M 350 440 350
M 400 500 400

In all cases, the 28 days compressive strength specified in above be the criteria for acceptance or
rejection of the concrete. Where the strength of a concrete mix as indicated by tests, lies in between
the strength of any two grades specified in the above table, such concrete shall be classified in for
purpose as concrete belonging to the lower of the grades between which its strength lies.

3. Workmanship

The proportions for ingredients chosen shall be such that concrete has adequate workability for
conditions prevailing on the work question and can be property compacted with means available
except where it can be shown to the satisfaction of the Engineer-in-charge, that supply of properly
graded aggregate of uniform quality can be maintained till the completion of work, grading of
aggregate shall be controlled by obtaining the coarse aggregates in different sizes and bending them in
the right proportions as required. Aggregates of different sizes shall be stocked in separate stock piles.
The required quantity of material shall be stock piled several hours, preferably a day before use. The
grading of coarse and fine aggregate shall be checked as frequently as possible, the frequency for a
given job being determined by Engineer-in-charge to ensure that the suppliers are maintaining the
uniform grading as approved for samples used in the preliminary tests.

In proportioning concrete, the quantity of both cement and aggregate shall be determined by
weight. Where the weight of cement is determined by accepting the maker's weight per bag, a
reasonable number of bags shall be weighted separately to check the net weight. Where cement is
weighted form bulk stocks at site and not by bags, it shall be weighed separately from the aggregate.
Water, shall either be measured by volume in calibrated tanks or weighed. All measuring equipment
shall be maintained in clean and serviceable condition. Their accuracy shall be periodically checked.

It is most important to keep the specified water cement ratio constant and at its correct value.
To this end, moisture content in both fine and coarse aggregates shall be determined by the Engineer-
in-charge according to the weather conditions. The amount of mixing water shall then be adjusted to
compensate for variations in the moisture content. For the determination of moisture content in the
aggregates I.S. 2386 (Part-Ill) shall be referred to. Suitable adjustments shall also be made in the
weights of aggregates due to variation in their moisture content. Minimum quantity of cement to be

Page | 27
Part 3 : Conditions of Contract & Contract Forms

used in controlled concrete shall not be less than 220 kg./m3 in plain concrete and not less than 250
kg/m3 in reinforced concrete.

The form work shall conform to the shape lines and dimensions as shown on the plans and be
constructed as to remain sufficiently rigid during the placing and compacting of the concrete. Adequate
arrangements shall be made by the contractor toe safe-guard against any settlement of the form-work
during the course of concreting and after concreting. The form work of shuttering, centering,
scaffolding, bracing etc. shall be as per design.

4. Clearing and Treatment of forms:

All rubbish, particularly chipping shaving and saw dust shall be removed from the interior of the
form before the concrete work is placed and the-form in contact with concrete shall be cleaned and
thoroughly wetted or treated. The surface shall be then coated with soap solution applied before
concreting is done. Soap solution for the purpose shaft prepared by dissolving yellow soap in water to
get consistency of paint. Alternatively a coat of raw linseed oil shall be applied after thoroughly
cleaning the surface. Care shall be taken that the coating does not get on construction joint surface and
reinforced bars..

5. Stripping time:

In normal circumstances and where ordinary cement is used forms may be struck after expire of
following periods.

(a) Sides of walls columns and vertical faces of beams………………………24 to 48 hours.

(b) Beam soffits, (props, left under)……………………………………..………7 days.

(c) Removal of props slabs:

(i) Slabs spanning up to 4.5. m……………………………………………………7 days.

(ii) Spanning over 4.5 mm………………………………………………………..14 days.

(d) Removal of props t beams and Arches:

(i) Spanning up to 6 mm…………………...……………………………………..14 days.

(ii) Spanning over 6 m…………………………………………………………….21 days.

6. Procedure when removing the form work :

6.1 All form work shall be removed without such shock or vibrations as would damage the
reinforced concrete surface. Before the soffits form work and struts are removed, the soffits and the
Page | 28
concrete surface shall be exposed where necessary in order to ascertain that the concrete has
sufficiently hardened.

7. Centering:

7.1 The centering to be provided shall be got approved. It shall be sufficiently strong to ensure
absolute safety of the form work and concrete work before, during and after pouring concrete. Watch
should be kept to see that behavior or centering and form work is satisfactory during concreting.
Erection should also he such that it would allow removal of forms in proper sequence without
damaging either the concrete or the forms to be removed.

7.2 The props of centering shall be provided on firm foundation or base of sufficient strength to
carry the loads without any settlement.

7.3 The centering and form work shall, be inspected and approved by the Engineer-in-charge before
concreting. But this will not relieve the contractor of his responsibility for strength, adequacy and
safety of form work and centering. If there is a failure of form work or centering, contractor shall be
responsible for the damages to property.

8. Scaffolding:

8.1 All scaffolding, hoisting arrangements and ladders etc. required for the facilitating of conceding
shall be provided and removed on completion of work by contractor at his own expense. The
scaffolding, hoisting arrangements and ladders etc. shall be strong enough to with sand all live, dead
and impact loads expected to act and shall be subject to the approval of the Engineer-in-charge.
However contractor shall be solely responsible for the safety of the scaffolding, hoisting arrangement,
ladders, work and workman etc.

8.2 The scaffolding, hoisting arrangements and ladder shall allow easy approach to the work spot
and afford easy inspection.

8.3 The rate is applicable to all condition of working and height up to 4 mts. The rate shall include
the cost of materials and labour for various operations involved such as :

(a) Splayed edges, notching, allowance for overlaps and passing at angles, battens centering,
shuttering propping, bolting, wedging easing, striking and removal.

(b) Filleting to form stop chamfered edges or splayed external angles not exceeding 20 mm: width
to beams, columns and the like.

(c) Temporary openings in the forms for pouring concrete, if required removing rubbish etc.

(d) Dressing with oil to prevent adhesion of concrete with shuttering and.

Page | 29
Part 3 : Conditions of Contract & Contract Forms

(e) Raking or circular cutting.

9.0. Re-Use:

Before re-use, all from shall be inspected by Engineer-in-charge and their suitability ascertained.
The forms shall be scarred, cleaned and joints are gone over, repaired where required. Inside surface
shall be retreated to prevent adhesion of concrete.

10.0. Mode of measurement & payment

10.1 The consolidated cubical contents of concrete work as specified in item shall be measured. No
deduction shall be made for

(a) Ends of dissimilar materials such as joints, beams, posts, girders, falters, purling trusses, corbels
and steps etc. up to 500 Sq, Cm. in section.

10.2 Form work shall be measured as the area in square meters to shuttering in contract with
concrete except in the case of inclined member and portion of curved profile and upper side in which
case on area of underside shall be measured for payment.

10.3 Form work to secondary beams shall be measured up to the sides of main beams but no
deduction shall be made form the form work of the main beam at the inter section point. No deduction
shall be made form the form work of a column at inter section of beams.

10.4 The rate includes cost of all materials labour, tools and plant required for mixing, placing in
position, vibrating and compacting, finishing, as directed, curing and all other incidental expenses for
producing concrete of specified strength. The rate includes the cost of form work.

10.5 The rate shall be for a unit of one cubic meter.

ITEM 4:

Providing and laying controlled cement concrete M 250 using B.T. stone aggregate and curing complete
including the cost of form work but excluding the cost of reinforcement for reinforced concrete work
in. (A) Foundation footing, base of
columns & mass concrete.

Page | 30
The work shall be executed as per specification of Item No.3 except the work is for providing and laying
controlled cement concrete M 250 using B.T. stone aggregate and curing complete including the cost of
form work but excluding the cost of reinforcement for reinforced concrete work in. (A) Foundation
footing, base of
columns & mass concrete.

ITEM 5:

Providing and laying controlled cement concrete M 250 using B.T. stone aggregate and curing complete
including the cost of form work but excluding the cost of reinforcement for reinforced concrete
work for RCC Columns up to Plinth level.

The work shall be executed as per specification of Item No.3 except the work is for Providing and laying
controlled cement concrete M 250 using B.T. stone aggregate and curing complete including the cost
of form work but excluding the cost of reinforcement for reinforced concrete work for RCC Columns
up to Plinth level.

ITEM 6:

Providing and laying cement concrete 1:4:8 (1- Cement : 4- coarse sand : 8- hand broken stone
aggregates 40 mm nominal size) and curing complete including cost of formwork in (A) Foundation and
Plinth.

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
cement concrete 1:4:8 (1- Cement : 4- coarse sand : 8- hand broken stone aggregates 40 mm nominal
size) and curing complete including cost of formwork in (A) Foundation and Plinth.

ITEM 7:

Page | 31
Part 3 : Conditions of Contract & Contract Forms

Provinding and Laying controlled cement concrete M-250 & including finishing smooth with curing
complete including the cost of form work but excluding cost of reinforcement concrete for RCC PLINTH
BEAM for any cross sectional area of
Beam.

The work shall be executed as per specification of Item No.3 except the work is for providing and
Laying controlled cement concrete M-250 & including finishing smooth with curing complete including
the cost of form work but excluding cost of reinforcement concrete for RCC PLINTH BEAM for any
cross sectional area of
Beam.

ITEM 8:

Brick work using common Brunt clay building bricks having crushing strength not less than 35
Kg./Sq.cm.. in cement mortar 1:6 (1cement : 6 fine sand) (b) Conventional In Foundation and Plinth.

1.0. Materials

Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6. Bricks
shall conform to M-15. Cement mortar shall conform to M-11.

2.0. Workmanship

2.1. Proportion:

2.1.1. The proportion of the cement mortar shall be 1:6 (1 cement : 6 fine sand) by volume.

2.2. Wetting of bricks:

2.2.1. The bricks required for masonry shall be thoroughly wetted with clean water for about two
hours before use or as directed. The cessation of bubbles, when the bricks are wetted with water is as
indication of through wetting of bricks.

2.3. Laying:

2.3.1. Bricks shall be laid in English bond unless directed otherwise. Half or cut bricks shall not be used
except when necessary to complete to bond; closures in such case shall be cut to required size and
used near the ends of walls.
Page | 32
2.3.2. A layer of mortar shall be spread on full width for suitable length of the lower course. Each brick
shall first be property bedded and set home by gently tapping with handle of trowel or wooden mallet.
Its inside face shall be flushed with mortar before the next brick is laid and pressed against it. On
completion of course, the vertical joints shall be fully filled from the top with mortar.

2.3.3. The walls shall be taken up truly in plumb. All courses shall be laid truly horizontal and all vertical
joint shall be truly vertical. Vertical joints in alternate course shall generally be directly one over the
other. The thickness of brick course shall be kept uniform.

2.3.4. The brick shall be laid with frog up wards. A set of tools comprising of wooden straight edges,
man son's spirit level, square half meter rub, and pins, string and plumb shall be kept on the site of
work for frequent checking during the progress of work.

2.3.5. Both the faces of walls of thickness greater than 23 cms. shall be kept in proper place. All the
connected brick work shall be kept not more than one meter over the rest of the work. Where this is
not possible, the work shall be raked back according to bond (and not left toothed) at an angle not
steeper than 45 degrees.

2.3.6. All fixtures, pipes, outlets of water, hold fasts of doors and windows etc. which are required to
be built in wall shall be embedded in cement mortar.

2.4. Joints:

2.4.1. Bricks shall be so laid that all joints are quite flush with mortar. Thickness of joints shall not
exposed 12 mm. The face joints shall be raked out as directed by raking tools daily during the progress
of work, when the mortar is still green so as to provide key for plaster or pointing to done.

2.4.2. The face of brick shall be cleaned the very day on which the work is laid and all mortar dropping
removed.

2.5. Curing:

2.5.1. Green work shall be protected from rain suitably. Masonry work shall be kept moist on all the
faces for a period of seven days. The top of masonry work shall be kept well wetted at the close of the
day.

2.6. Preparation of foundation bed:

2.6.1. If the foundation is to be laid directly on the excavated bed, the shall be leveled, cleared of all
loose materials, cleaned and wetted before stating masonry, If masonry is to be laid on concrete
footing, the top of concrete shall be cleaned and moistened. The contractor shall obtain the engineer's
approval for the foundation bed before foundation masonry is started. When pucca flooring is to be

Page | 33
Part 3 : Conditions of Contract & Contract Forms

provided flush with the top to plinth, the inside plinth offset shall be kept lower than the outside plinth
top by the thickness of the flooring.

3.0. Mode of measurements & payment

3.1. The measurements of this item shall be taken for the brick masonry fully completed in
foundation up to plinth. The limiting dimensions not exceeding those shown on the plinths or as
directed shall be final. Battered tapered and curved portions shall be measured net.

3.2. No deduction shall be made from quantity of brick work nor any extra payment made for
embedding in masonry of marking holes in respect of following item.

(1) Ends of joints, beams, posts, girders, rafters, purlins trusses corbel, steps, etc. where cross
sectional area does not exceed 500 sq.cm.

(2) Opening not exceed in 1000 sq.cm.

(3) Wall plate sand bed plates bearing of slab, chhajjas and like whose thickness does not exceed
10 cms. and the bearing does not extend the full thickness of wall.

(4) Drainage holes and recesses for cement concrete blocks to embed hold fasts for doors,
window etc.

(5) Iron fixtures, pipes up to 300 mm. dia. hold fasts of doors, and window built into masonry
and pipes etc. for concealed wiring.

(6) Forming charges of section not exceeding 350 sq.cm. in masonry.

3.3 Apparatuses for fire places shall not be deducted nor shall extra labour required to make
splaying of jumps, throating and making trenches over the aperture be paid for separately.

3.4. The rate shall be for a unit of one cubic meter.

ITEM 9:

Filling in foundation and plinth with murrum or selected soil in layers of 20cm thickness including
watering, ramming and consolidating
etc. completed.

1.0 MATERIALS

Page | 34
1.1. Murrum or selected soil shall be clean, of good binding quality and of approved quality obtained
from approved pots / quarries of disintegrated rocks which contain silicon's material and natural
mixture of clay of clarions origin. The P.I. value of selected soil used shall not be more than 6.0.

2.0 WORKMANSHIP

2.1 The murrum or selected soil to be used for filling shall be free from salts, organic or other
foreign matter all colds of murrum or selected soil shall be broken.

2.2 As soon as the work in foundation has been completed and measured the site of foundation
shall be cleared of all debris brick bats mortar dropping etc. and filled with murrum or selected soil in
layers not exceeding 20 cms. Each layer shall be adequately watered, rammed and consolidated before
the succeeding layer is laid. The murrum shall be rammed with iron rammers where feasible and with
the but ends of crow bars. Where rammer cannot be used.

2.3 The plinth shall be similarly tilled with murrum or selected soil in layers not exceeding 20 cms
adequately watered and consolidated by ramming with iron or wooden rammers. When filling reaches
finished level the surface shall be flooded with water for at least 24 hours and allowed to dry and then
rammed and consolidated.

2.4 The finished level of filling shall be kept to shape intended to be given to floor.

2.5 In case of large heavy duty flooring like factory flooring, the consolidation may be done by
power rollers, where so specified. The extent of consolidation required shall also be as specified.

3.0. MODE OF MEASUREMENTS & PAYMENT

3.1 The payment shall be made for filling in plinth and foundation no deduction shall be made for
shrinkage or voids, if consolidated as instructed above.

3.2 The rate includes cost of collecting and carting murrum / or selected earth of approved quality
with all lead and labour required for filling in trenches and plinth.

3.3 The rate shall be for a unit of one Cum.

ITEM 10:

Applying general insecticide pest control treatment to floors, cupboards etc including labour material
etc. complete. Using Heptachloride 20 EC. As Per 6113_pests Consentration Weight 0.50 percent is
recommended one litre chemical emulsion dillute with 39 liter of water will give. Total dillute

Page | 35
Part 3 : Conditions of Contract & Contract Forms

concrentration will be 40 litre inclusive of one litre chemical emulsion appication 0.5 Litre chemical /
Sqm of surface is recommended as per
I.S

MATERIALS

The chemicals used for the soil treatment shall be only one of the following with concentration shown
against each in aqueous emulsion.

Chemicals Concentration

1 Aldrin 0.50% (By Weight)

2 Imidacloprid 0. 075% (By Weight)

3 Chlordane 1.00% (By Weight)

WORKMANSHIP

2.1 The chemicals barrier shall be complete and continuous under whole of the structure to be
protected.

2.2 The bottom and the sides of foundations up to a height of 30 cms from the bottom of
excavation made for masonry foundation and for basement column pits shall be treated with the
chemical emulsion at the rate 5 liters/sq.meters of the surface area.

2.3 The chemical treatment shall be carried out when the surface is quite dry. Chemical treatment
shall not be carried out when it is raining or when the soil wet with rain or sub soil water.

2.4 Once formed, treated soil berries shall be not disturbed. If by chance, treated soil barriers and
disturbed, immediately steps shall be taken to restore the continuation and compactness of the barrier
system.

2.5 The treatment against termite infection shall remain fully effective for a period not less than 10
years from date of issue of the final certificate to completion of work. If at any time during this period,
any defects in treatment are revealed or any evidence of infection in any part of the building or
structure is noticed, the contractor shall be rectify the concerned failure to do so, the Engineer–in–
charge any get the same rectified through any other agency at Contractor’s risk and cost, any decision
of Engineer–in–charge as to the cost payable by contractor for the same shall be binding to the
contractor.

2.6 A Guarantee bond on appropriately stamped paper shall be given by the contractor to the
Department in the manner and form prescribed below.

Page | 36
FORM OF GUARANTEE BOND

I / We __________________________________ (Contractor) here by guarantee that work will remain


unaffected an will not be in anyway damaged by termite or any other germs of similar types. For a
period for 10 years after completion of the work of anti-termite as per the terms and conditions of the
contract and damage that might be caused on account of termite and or other similar type of germs
and hereby Guarantee to make good any loss of damages suffered by the Govt. of Gujarat and further
guarantee to redo effective work without claiming any extra cost.

2.7 This guarantee shall remain in force for the period of 10 years from the completion of the work
under the contract and lit shall remain binding to the contractor for period of 10 years.

2.8 The deposit at the rate of 50% of the cost of this item from the running and final bills shall be
recovered and remained for the first one year after completion of the work or at least on monsoon
season passed which ever is later and 10% shall be retained for the balance of the guarantee period land
shall be refunded only after completion of the guarantee period.

3.0 MODE OF MEASUREMENT AND PAYMENT

3.1. The length and breadth shall be measured correct to a cm. as per the dimensions of sanctioned
plans. No deduction shall be made nor extra paid for any opening for pipes etc. up to 0.1 sq. mt. The
rate shall include the cost of all labour and materials required for the operation involved for satisfactory
completion of this item. The sides of the trenches 30 cms, each side and bottom shall be measured
under this item.

3.2. The rate shall be for a unit of One sq. meter.

ITEM 11:

Providing and laying controlled cement concrete M-200 and curing comp. including the cost of form
work but excluding the cost of reinforcement for reinforced concrete work for
Columns AT GROUND FLOOR

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
controlled cement concrete M-200 and curing comp. including the cost of form work but excluding the
cost of reinforcement for reinforced concrete work for
Columns AT GROUND FLOOR

Page | 37
Part 3 : Conditions of Contract & Contract Forms

ITEM 12:

Providing and Laying controlled cement concrete M-200 and with curing etc. complete. Including the
cost of formwork but excluding the cost of reinforcement for R.C.C work in beam having any cross
section area of BEAM. for
Ground floor.

The work shall be executed as per specification of Item No.3 except the work is for providing and
Laying controlled cement concrete M-200 and with curing etc. complete. Including the cost of
formwork but excluding the cost of reinforcement for R.C.C work in beam having any cross section area
of BEAM. for
Ground floor.

ITEM 13:

Providing and laying controlled cement concrete M-200 and curing complete including the cost of form
work but excluding the cost of reinforcement for reinforced concrete work in SLABS for GROUND
FLOOR.

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
controlled cement concrete M-200 and curing complete including the cost of form work but excluding
the cost of reinforcement for reinforced concrete work in SLABS for GROUND FLOOR.

Item 14:

Providing and laying controlled cement concrete M-200 and curing complete including the cost of form
work but excluding the cost of reinforcement for reinforced concrete work in Lintels Ground Floor.

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
controlled cement concrete M-200 and curing complete including the cost of form work but excluding
the cost of reinforcement for reinforced concrete work in Lintels Ground Floor.

ITEM 15:

Providing I.S.I. mark Fe-415 T.M.T. bar reinforcement for R.C.C. work including bending, binding and
placing in position upto floor two
level for all floor.

1.0. GENERAL

This work shall consist of furnishing and placing coated, or uncoated or high strength deformed
reinforcement, bars (intentioned) of the shape and dimensions shown on the drawings and conforming
to these specifications or as approved by the Engineer in charge.
Page | 38
2.0. MATERIAL

2.1. T.M.T. Bars

Reinforcements may be either T.M.T. tensile steel, confirms to IS 1786-2008 bars. They may be
uncoated or coated with epoxy or with approved protective coatings.

2.2. T.M.T. bars reinforcement for R.C.C. work shall conform IS 432 (Part II) 1982 (Reaffirmed 1995)
and shall be of tested quality. It shall also comply with relevant part of IS 456-2000.

2.3. All reinforcement shall be clean and free from dirt, paint, grease or oil, all scale or loose or thick
rust at the time of placing.

2.4. All steel shall be procured form original producers no re-rolled steel shall be incorporated in the
work.

2.5. Only new steel shall be delivered to the site every bar shall be inspected before placing to its
position and defective brittle or burnt bar shall be discarded cracked ends of bars shall be discarded.

3.0. Pitch

3.1. Distance between bars shall be as specified in drawings and as directed by the Engineer in
charge all bars shall be placed at an accurate distance from each other and shall be bind tightly to
maintain the desired pitch Suitable means shall be provided for holding bars securely in position.

4.0. Binding wire

4.1. Mild steel binding wire shall be of 1.63 mm or 1.22 mm (16 to 18 gauge) diameter and shall
conform IS 280-2006.

Page | 39
Part 3 : Conditions of Contract & Contract Forms

4.2. The use of black wire will be permitted for binding reinforcement bars. It shall be free form free
from dirt, paint, grease or oil, oil scale or loose or thick rust and any other undesirable coating which
may prevent adhesion of cement mortar at the time of binding.

4.3. Only new binding wire shall be delivered to the site all binding wire shall be inspected before
binding to its position and defective brittle, rusted, used wire, shall be discarded.

5.0. PROTECTION OF REINFORCEMENT

5.1. Uncoated reinforcing steel shall be protected from rusting or chloride contamination.
Reinforcements shall be free from rust, mortar, loose mill scale, grease, oil or paints. This may be
ensured either by using reinforcement fresh from the factory or thoroughly cleaning all reinforcement
to remove rust using any suitable method such as sand blasting, mechanical wire brushing, etc. as
directed by the Engineer. Reinforcements shall be stored on bricks, racks or platforms and above the
ground in a clean and dry condition and shall be suitably marked to facilitate inspection and
identification.

5.2. Portions of uncoated reinforcing steel and dowels projecting from concrete shall be protected
within one week after initial placing of concrete with a brush coat of neat cement mixed with water to
a consistency, of thick paint. This coating shall be removed by lightly tapping with a hammer or other
tool not more than one week before placing of the adjacent pour of concrete. Coated reinforcing steel
shall be protected against damage to the coating. If the coating on the bars is damaged during
transportation or handling and cannot be repaired, the same shall be rejected.

6.0. Workmanship

6.1. The work shall consist of furnishing and placing reinforcement to the shape and dimensions
shown as on the drawings or as directed by The Engineer in charge.

6.2. Reinforcing steel shall conform accurate to the dimensions given in the bar bending schedules
shown on relevant drawing

7.0. BENDING OF REINFORCEMENT

Page | 40
7.1. Bar bend g schedule shall be furnished by the Contractor and got approved by the Engineer
before start of work.

7.2. Reinforcing steel shall conform to the dimensions and shapes given in the approved bar bending
Schedules.

7.3. Bars shall be bent cold to the specified shape and dimensions or directed by the Engineer using a
proper bar bender operated by hand power to obtain the correct radius of bends and shape.

Bars shall not be bent or straightened in a manner that will damage parent material or the coating bars
bent during transport or handling shall, be straightened before being used on work and shall not be
heated to facilitate straightening.

8.0. PLACING OF REINFORCEMENT

8.1. The reinforcement cage should generally be fabricated in the yard at ground level, and then
shifted and placed in position. The reinforcement shall be placed strictly, in accordance with the
drawings and shall be assembled in position, only when structure is otherwise ready for placing of
concrete. Prolonged time gap, between assembling of reinforcements and casting of concrete, which
may result in rust formation on the surface, shall not be permitted.

8.2. Reinforcement bars shall be placed accurately in position as shown on the drawings. The bars,
crossing one another shall be tied together at every intersection with binding wire (annealed),
conforming to IS:280 to make the skeleton of the reinforcement rigid such that the reinforcement does
not get displaced during placing of concrete, or any other operation. The diameter of binding wire shall
not be less than 1 mm.

8.3. Bars shall be kept in position usually by the following methods:

In case of beam an slab construction, industrially produced polymer cover blocks of thickness equal to
the specified cover shall be placed between the bars and formwork subject to Satisfactory evidence
that the polymer composition is not harmful to concrete and reinforcement. Cover blocks made of
concrete may be permitted by the Engineer, provided they have the same strength and specification as
those of the member.

8.4. In case of dowels for Columns and walls the vertical reinforcement shall be kept in position by
means of timber templates with slots in them accurately, or with cover blocks tied to the reinforcement
timber templates shall be removed after the concreting has progressed up to a level just below their
location.
Page | 41
Part 3 : Conditions of Contract & Contract Forms

8.5. Layers of reinforcements shall be separated by spacer bars at approximately One meter
intervals. The minimum diameter of spacer bars shall be 12 mm or: equal to maximum size of main
reinforcement or maximum size of coarse aggregate, whichever is greater. Horizontal reinforcement
shall not be, allowed to sag between supports.

8.6. Necessary stays, blocks, metal chairs, spacers, metal hangers supporting wires etc, or other
subsidiary, reinforcement shall be provided to fix the reinforcements firmly in its correct position.

8.7. Use of pebbles, broken stone, metal pipe, brick, mortar or wooden blocks etc as devices for
positioning reinforcement shall not be permitted.

8.8. Bars coated with epoxy or any other approved protective coating shall be placed on supports
that do not damage the coating. Supports shall be installed in a manner such that planes of weakness
are not created in hardened concrete. The coated reinforcing steel shall be held in place by use of
plastic or plastic coated binding wires especially manufactured for the purpose.

8.9. Placing and fixing of reinforcement shall be inspected and approved by the Engineer before
concrete is deposited.

9.0. Lapping

9.1. All reinforcement shall be furnished in full lengths as indicated on the drawing. No splicing of
bars, except where shown on the drawing; will be permitted without approval of the Engineer. The
lengths of the splice shall be as indicated on drawing or as approved by the Engineer. Where
practicable, overlapping bars shall not touch each other, and shall be kept apart by 25 mm or 1 1 1/4
times the maximum size of coarse aggregate, whichever is greater, If this is not feasible, overlapping
bars shall be bound with annealed steel binding wire, not less than 1 mm diameter and twisted tight in
such a manner as to maintain minimum clear cover to the reinforcement from the concrete surface.
Lapped splices shall be staggered or located at points, along the span where stresses are low.

10.0. Welding

10.1 Splicing by welding of reinforcement will be permitted only if detailed on the drawing or
approved by the Engineer. Weld shall develop an ultimate strength equal to or greater than that of the
bars connected.
Page | 42
10.2. While welding may be permitted for T.M.T. reinforcing bars conforming to IS:432, welding of
deformed bars conforming to IS: 1786 shall in general be prohibited. Welding may be permitted in case
of bars of other than S 240 grade including special. Welding grade of S 415 grade bars conforming to
IS:1786, for which necessary chemical analysis has been secured and the carbon equivalent (CE)
calculated from the chemical composition using the formula:

CE = C + Mn + Cr + Mg + V + Ni + Cu

6 5 15

is 0.4 or less.

10.3. The method of welding shall conform to IS:2751 and IS:9417 and to any supplemental specifications
to the satisfaction of the Engineer

10.4. Bars shall be bent cold to the specified shape and dimensions or as directed by Engineer in charge
using the proper bender tool, operated by hand or power to attain proper radius of bends. Bars shall
not be bend or straightened in a manner that will injure the material. Bars bent during transport or
handling shall be straightened before being used in the work. Bars shall not be heated to facilate
bending

10.5. Unless otherwise specified a 'U' type hook at the end of each bar shall invariably be provided to
main reinforcement. The radius of the bane shall not be less then twice the diameter of the round bar
and the length of the straight part of the bar beyond the end of the curve shall be at least four times of
the diameter of the round bar. In case of bars which are not round and in case of deformed bars, the
diameter shall be taken as the diameter of circle having an equivalent effective area. The hooks shall be
suitably encased to prevent any spiting of the concrete

10.6. All reinforcement bars shall be accurately placed in exact position shown on the drawings and
shall be securely held in position during placing of concrete by annealed binding wire not less than 1 mm
in size and by using say blocks or metal chairs spacers, metal hangers, supporting wires or other
approved devices at sufficiently close intervals, Bars shall not be allowed to sag between supports not
displaced during concreting or any other operations of the work All devices used for positioning shall

Page | 43
Part 3 : Conditions of Contract & Contract Forms

be of not corrodible material wooden and metal supports shall not extended to the surface of the
concrete, except where shown in drawings. Placing bars on layers of freshly laid concrete as the work
progresses for adjusting bar spacing shall not be allowed. Pieces of broken stone or brick and wooden
blocs shall not be used Layers of bars shall be separated by spacer bars pre-cast mortar blocks or other
approved devices. Reinforcement after bending placed in position shall be maintained in a clean
condition until completely embedded in concrete, Special care shall be exercised to prevent any
displacement of reinforcement in concrete already placed. To prevent reinforcement form corrosion,
concrete cover shall be provided as indicated on drawings. All bars protruding from concrete and to
which other bars are to be sliced and which are likely to be exposed for a period exceeding 10 days shall
be protected by a thick coat of neat cement grout

10.7. Bars crossing each other where required shall be secured by binding wire (annealed) of size not
less than 1 mm in such a manner that they do not slip over at the time of fixing and concreting

As far possible bars of full length shall be used in case this is not possible, overlapping of bars
shall be done as directed by the Engineer in charge When practicable overlapping bars shall not touch
each other, but be kept apart by 25 mm Where no feasible overlapping bars shall be bound with
annealed wires not less than 1 mm thick twisted tight The overlaps shall be staggered for different bars
and located at points along the span where neither sheer not bending moments is maximum.

10.8. Whenever indicated on drawing or desired the Engineer in charge bars shall be jointed by
coupling which shall have a cross section sufficient to transmit the full stresses of bars The end of the
bars that are jointed by coupling shall be upset for sufficient length so that the effective cross section
at the base of threads is not less than the normal cross section of the bar. Threads shall be standards
threads Steel for coupling shall conform to IS 226

10.9. When permitted or specified on the drawings joints of reinforcement bars shall butt-welded so
as to transmit their full stresses Welded joints shall preferably be located at points when steel will not
be subject to more than 75 percent of the maximum permissible stresses and welds so staggered that
at any one section not more than 20 percent of the rods are welded Only electric are welding using a
process which excludes air form the molten metal and conforms to any or other special provisions for
the work shall be accepted Suitable means shall be provided for holding bars securely in position during
welding It shall be ensured that no voids are left in welding and when welding is done in two or three
stages previous surface shall be cleaned properly Ends of bars shall be cleaned of all loose scale rust
stages paint and other foreign matter before welding Only competent welders shall be employed on
Page | 44
the work. The M S electrodes used for welding shall conform IS 814 Welded pieces of reinforcement
shall be tested. Specimen shall be taken form the actual site and their number shall frequency to test
shall be as directed by the Engineer in charge

11.0 MODE OF MEASUREMENTS & PAYMENT

11.1. For the purpose of payment the bar shall be measured correct up to 10 mm length and weight
payable works out at the rate specified below

Sr. Diameter of steel weight of Sr. No Diameter of weight of steel


No steel per steel per running
running meter meter

1 6 mm 0.22 Kg / Rmt 8 20 mm 2.47 Kg / Rmt

2 8 mm 0.39 Kg / Rmt 9 22 mm 2.98 Kg / Rmt

3 10 mm 0.62 Kg / Rmt 10 25 mm 3.85 Kg / Rmt

4 12 mm 0.89 Kg / Rmt 11 28 mm 4.83 Kg / Rmt

5 14 mm 1.21 Kg / Rmt 12 32 mm 6.31 Kg / Rmt

6 16 mm 1.58 Kg / Rmt 13 36 mm 7.99 Kg / Rmt

7 18 mm 2.00 Kg / Rmt 14 40mm 9.86 Kg / Rmt

11.1. Excess consumption over 5% will be charged at penal rate.

11.2. Reinforcement shall be measured in length including hooks, if any, separately for different
diameters as actually used in work, excluding overlaps. From the length so measured, the weight of
reinforcement shall be calculated in tonnes on the basis of IS: 1732. Wastage, overlaps, couplings,
welded joints, spacer bars, chairs, stays, hangers and annealed steel wire or other methods for binding
and placing shall not be measured and cost of these items shall be deemed to be included in the rates
for reinforcement..

Page | 45
Part 3 : Conditions of Contract & Contract Forms

11.3. The contract unit rate for coated/uncoated reinforcement shall cover the cost of material,
fabricating, transporting, storing, bending, placing, binding and fixing in position as shown on the
drawings as per these specifications and as directed by the Engineer, including all labour, equipment,
supplies, incidentals, sampling, testing and supervision.

The unit Rate for coated reinforcement shall be deemed to also include cost of all material,
labour, tools and plant, royalty, transportation and expertise required to carry out the work. The rate
shall also cover sampling, testing and supervision required for the work.

11.4. The rate shall be for a unit of one M.T.

Item 16: Providing and laying brick work using common burnt clay building conventional type bricks
having crushing strength not less than 35 Kg./Sqcm. in super structure in cement mortar 1:6 (1
cement : 6 fine sand) for Ground floor

1.0. Materials

Bricks shall conform to M-15. Cement mortar shall conform to M-11.

2.0. Workmanship

2.1. Proportion:

2.1.1. The proportion of the cement mortar shall be 1:6 (1 cement : 6 fine sand) by volume.

2.2. Wetting of bricks:

2.2.1. The bricks required for masonry shall be thoroughly wetted with clean water for about two
hours before use or as directed. The cessation of bubbles, when the bricks are wetted with water is as
indication of through wetting of bricks.

2.3. Laying:

2.3.1. Bricks shall be laid in English bond unless directed otherwise. Half or cut bricks shall not be used
except when necessary to complete to bond, closures in such case shall be cut to required size and
used near the ends of walls.

Page | 46
2.3.2. A layer of mortar shall be spread on full width for suitable length of the lower course. Each brick
shall first be property bedded and set home by gently tapping with handle of trowel or wooden mallet.
Its inside face shall be flushed with mortar before the next brick is laid and pressed against it. On
completion of course, the vertical joints shall be fully filled from the top with mortar.

2.3.3. The walls shall be taken up truly in plumb. All courses shall be laid truly horizontal and all vertical
joint shall be truly vertical. Vertical joints in alternate course shall generally be directly one over the
other. The thickness of brick course shall be kept uniform.

2.3.4. The brick shall be laid with frog up wards. A set of tools comprising of wooden straight edges,
mason's spirit level, square half meter rub, and pins, string and plumb shall be kept on the site of work
for frequent checking during the progress of work.

2.3.5. Both the faces of walls of thickness greater than 23 cms. shall be kept in proper place. All the
connected brick work shall be kept not more than one meter over the rest of the work. Where this is
not possible, the work shall be raked back according to bond (and not left toothed) at an angle not
steeper than 45 degrees.

2.3.6. All futures, pipes, outlets of water, hold fasts of doors and windows etc. which are required to
be built in wall shall be embedded in cement mortar.

2.4. Joints:

2.4.1. Bricks shall be so laid that all joints are quite flush with mortar. Thickness of joints shall not
exposed 12 mm. The face joints shall be raked out as directed by raking tools daily during the progress
of work, when the mortar is still green so as to provide key for plaster or pointing to done.

2.4.2. The face of brick shall be cleaned the very day on which the work is laid and all mortar dropping
removed.

2.5. Curing:

2.5.1. Green work shall be protected from rain suitably. Masonry work shall be kept moist on all the
faces for a period of seven days. The top of masonry work shall be kept well wetted at the close of the
day.

2.6. Preparation of foundation bed:

2.6.1. If the foundation is to be laid directly on the excavated bed, it shall be leveled, cleared of all
loose materials, cleaned and wetted before stating masonry, If masonry is to be laid on concrete
footing, the top of concrete shall be cleaned and moistened. The contractor shall obtain the engineer's
approval for the foundation bed before foundation masonry is started. When pucca flooring is to be

Page | 47
Part 3 : Conditions of Contract & Contract Forms

provided flush with the top to plinth, the inside plinth offset shall be kept lower than the outside plinth
top by the thickness of the flooring.

2.7. The frames of doors, windows, cupboards etc. shall be housed into the brick work at the correct
location and level as directed. The heavy steel doors, window frames etc. shall be built in with work, but
for ordinary steel doors and windows required opening for frames, hold-fasts etc. shall be in the wall
and frame embedded later on in order to avoid damage to the frames.

2.8. Necessary scaffolding shall be provided. The supports of the scaffolding shall be sound and
strong tied, together with horizontal pieces over which the scaffolding plunks shall be fixed. Simple
scaffolding shall be allowed normally. In this case scaffolding hole shall rest in hole header horizontal
coarse only. Minimum number of holes be left in brick work for supporting horizontal scaffolding poles.
The contractor is responsible for providing and maintaining sufficiently strong scaffolding so as to
withstand all loads likely to come upon it.

2.9. For the face of brick work, where plastering is to be done, joints shall be racked out to a depth
not less than thickness of joints. The face of brick work shall be cleaned and mortar dropping removed
on very same day that brick work is laid.

3.0. Mode of measurements & payment

3.1. The masonry work of G.F. & First floor shall be measured and paid under this item rate includes
cost of all materials & labour.

3.2. Brick work in parapet shall be included in the corresponding masonry item of floor immediately
below the floor above which the parapet is built.

3.3. No deduction shall be made from quantity of brick work nor any extra payment made for
embedding in masonry of marking holes in respect of following item.

(1) Ends of joints, beams, posts, girders, rafters, purlins trusses corbel, steps, etc. where cross
sectional area does not exceed 500 sq.cm.

(2) Opening not exceed in 1000 sq.cm.

(3) Wall plate sand bed plates bearing of slab, chhajjas, and like whose thickness does not
exceed 10 cms. and the bearing does not extend the full thickness of wall.

(4) Drainage holes and recesses for cement concrete blocks to embed hold fasts for doors,
window etc.

(5) Iron fixtures, pipes up to 300 mm. dia. hold fasts of doors, and window built into masonry
and pipes etc. for concealed wiring.
Page | 48
(6) Forming charges of section not exceeding 350 sq.cm. in masonry.

(7) Apparatuses for fire places shall not be deducted nor shall extra labour required to make
splaying of jumps, throating and making trenches over the aperture be paid for separately.

3.4. The rate shall be for a unit of one cubic meter.

Item 17: Providing 10 mm thick cement plaster in single coat on fair side brick/concrete walls for interior
plastering upto floor two level and finished even and smooth in cement mortar 1:3 (1 cement : 3 sand)
including finishing with a floating coat of neat cement slurry etc. complete for Ceiling Ground floor.

1.0. Materials

1.1. Water shall conform to M-1. The cement mortar of proportion 1:6 shall conform to M-13.

2.0. Workmanship

2.1. Scaffolding:

Wooden bullies, bamboos, planks, trestles and other scaffolding shall be sound. These shall be
properly examined before erection and use. Stage scaffolding shall be provided for ceiling plaster which
shall be independent of the walls.

2.2. Preparation of back ground :

2.2.1. The surface shall be cleaned of all dust, loose mortar droppings, traces of algae, efflorescence
and other foreign matter by water or by brushing. Smooth surface shall be toughened by wire brushing
if it is not hard and by hacking if it is hard. In case of concrete surface, if a chemical retarded has been
applied to the form work, the surface shall be roughened by wire brushing and all the resulting dust and
loose particles cleaned off and care shall be taken that none of the readers if left on the surface.
Trimming of projections on brick/concrete surfaces where necessary shall be carried out to get an even
surface.

2.2.2. Raking of joints in case of masonry where necessary shall be allowed to dry out for sufficient
period before carrying out the plaster work.

2.2.3. The work shall not be soaked but only damped evenly before applying the plaster. If the surface
becomes dry, such area shall be moistened again.

2.2.4. For external plaster, the pestering operation shall be started from top floor and carried
downwards. For internal plaster, the plastering operations may be started wherever the building frame
and cladding work are ready and the temporary supports of the ceiling resting on the wall of the floor
have been removed. Ceiling plaster shall be completed before starting plaster to walls.

Page | 49
Part 3 : Conditions of Contract & Contract Forms

2:3. Application of plaster :

2.3.1. The plaster about 15x15 cms. shall be first applied horizontally and vertically at not more than 2
meters intervals over the entire surface to serve as gauge. The surfaces of these gauges shall be truly in
plane of the finished plastered surface. The mortar shall then be applied in uniform surface slightly
more than the specified thickness, then brought to a true surface by working a wooden straight edge
reaching across the gauges with small upward and sideways movements at a time. Finally, the surface
shall be finished off true with a trowel or wooden float according as a smooth or a smooth or a sandy
granular texture is required Excessive troweling or overworking the float shall be avoided. All corners,
arises, angles and junctions shall be truly vertical or horizontal as the case may be and shall be carefully
finished. Hounding or chamfering, corners, arises junctions etc. shall be carried out with proper
templates to be size required.

2.3.2. Cement plaster shall be used within half an hour after addition of water and mortar or plaster
which is partially set shall be rejected and removed forthwith from the site.

2.3.3. In suspending the work at the end of the day, the plaster shall be left out clean to the line both
horizontally and vertically, when recommencing the plaster, the edges of the old work shall be scraped
clean and wetted with cement putty before plaster is applied to the adjacent areas to enable the two to
properly join together. Plastering work shall be closed at the end of the day on the body of the wall and
nearer than 15 cm. to any corners or arises. It shall not be closed on the body of features such as plaster
bands and cornices not at the corners or arises. Horizontal joints in plaster work shall not also occur on
parapet tops and copings as these invariably lead to leakage. No portion of the surface shall be left out
initially to be packed up later on.

2.3.4. Each coat shall be kept damp continuously till the next coat is applied or for a minimum period
of 7 days. Moistening shall commence as soon as plaster is hardened sufficiently. Soaking of walls shall
be avoided and only as much water as can be readily absorbed shall be used, excessive evaporation on
the sunny or windward side of building in hot air or dry weather shall be prevented by hanging matting
or gunny bags oh the outside of the plaster and keeping them wet.

2.3.5. The plastering work shall be in single coat on brick / concrete wall for interior plastering up to
floor two level, finished even and smooth in C.M. 1:6.

2.3.6 The coat of cement and fine sand mortar of proportion 1:1 (1.5 mm thick about) shall be applied
to the plastered surface with a trowel to provide uniform texture while the base coat is still plastic.

2.3.7. In any continuous face of wall the finishing treatment should be carried out continuously and
day lo day breaks made to coincide with architectural breaks in order to avoid unsightly Junctions

The smooth concrete shall be suitably say read to provide necessary bond before plastering.
Page | 50
2.3.8. Curing : All the plaster work shall be kept damp continuously for a period 7 days.

3.0. Mode of measurements & payment

3.1. The rate shall include the cost of all materials, labour and scaffolding etc. involved in the
operations described under workmanship.

3.2. All plastering shall be measured in square meters unless otherwise specified. Length breadth or
height shall be measured correct to a centimeter.

3.3. Thickness of the plaster shall be exclusive of he thickness of the key i.e. grooves or open joints in
brick work, stone work etc. or space between laths. Thickness of plaster shall be average thickness with
minimum 10 mm at any point on this surface.

3.4. This item includes plastering up to floor two level.

3.5. The measurement of wall plastering shall be taken between the walls or partition (dimensions
before plastering being taken) for length and from the top of floor or skirting to ceiling for height.
Depth of cover of cornices if any shall be deducted.

3.6. Soffits of stairs shall be measured as plastering on ceilings, following soffits shall be measured
separately.

3.7. For jambs, soffits, sills etc. for openings not exceeding 0.5 sq. met each in area for ends of joints
beams, posts, girders, steps etc. not exceeding 0.5 sq.mt each in area and for openings exceeding 0.5.
sq.mt and not exceeding 3.00 sq.mt. in each area deductions and additions shall be made in the
following manners.

(a) No deductions shall be made for ends of joints, beams, posts etc. and openings not
exceeding 0.5 sq.mt each and no addition shall be made for reveals, jambs, soffits, sils etc. of these
openings, for finish to plaster around ends of joints, beams posts etc.

(b) Deduction for openings exceeding 0.5 sq.mt but not exceeding 3 sq.mt. each shall be made
as follows and no addition shall be made for ravels, jambs, soffits, sills etc. of these openings, (i) When
both faces of all wall are plastered with same plaster, deduction shall be made for one face only, (ii)
When two faces of wall are plastered with different types of plasters or if one face is plastered and the
other pointed, deductions shall be made from the plaster or pointing on the side of frame for door,
window etc. on which width of reveals is less than that on the other side but no deductions shall be
made on the other side. Where width of reveals on both faces of all are equal, deductions of 50% of area
of opening on each face shall be made from areas of plaster and / or pointing as the case may be.

3.8. For openings having door frames equal to or projecting beyond the thickness of wall, full
deduction for opening shall be made from each plastered face of the wall.
Page | 51
Part 3 : Conditions of Contract & Contract Forms

3.9. In case of openings of area above 3 sq.mt. each, deduction shall be made for openings but
jambs, soffits sand sills shall be measured.

3.10. The payment shall he made extra for this work over and above the plaster work

3.11. The rate shall he for a unit or 1 Kg of water proofing materials used in 1 bag of weighing 50 Kg.
cement used extra over the rate of plastering work.

3.12. The rate shall be for a unit of One sq. meter.

Item 18: Providing 15mm thick MALA Trowel Finished cement plaster in single coat on brick/concrete
walls for interior plastering upto floor two level and finished even and smooth in (i) Cement mortar 1:4
(1-cement:4-sand) including Curing etc. complete. for Ground Floor

1.0. Materials

1.1. Water shall conform to M-1. The cement mortar of proportion 1:4 shall conform to M-13.

2.0. Workmanship

2.1. Scaffolding:

Wooden bullies, bamboos, planks, trestles and other scaffolding shall be sound. These shall be
properly examined before erection and use. Stage scaffolding shall be provided for ceiling plaster which
shall be independent of the walls.

2.2. Preparation of back ground :

2.2.1. The surface shall be cleaned of all dust, loose mortar droppings, traces of algae, efflorescence
and other foreign matter by water or by brushing. Smooth surface shall be toughened by wire brushing
if it is not hard and by hacking if it is hard. In case of concrete surface, if a chemical retarded has been
applied to the form work, the surface shall be roughened by wire brushing and all the resulting dust and
loose particles cleaned off and care shall be taken that none of the readers if left on the surface.
Trimming of projections on brick/concrete surfaces where necessary shall be carried out to get an even
surface.

2.2.2. Raking of joints in case of masonry where necessary shall be allowed to dry out for sufficient
period before carrying out the plaster work.

2.2.3. The work shall not be soaked but only damped evenly before applying the plaster. If the surface
becomes dry, such area shall be moistened again.

Page | 52
2.2.4. For external plaster, the pestering operation shall be started from top floor and carried
downwards. For internal plaster, the plastering operations may be-started wherever the building frame
and cladding work are ready and the temporary supports of the ceiling resting on the wall of the floor
have been removed. Ceiling plaster shall be completed before starting plaster to walls.

2:3. Application of plaster :

2.3.1. The plaster about 15x15 cms. shall be first applied horizontally and vertically at not more than 2
meters intervals over the entire surface to serve as gauge. The surfaces of these gauges shall be truly in
plane of the finished plastered surface. The mortar shall then be applied in uniform surface slightly
more than the specified thickness, then brought to a true surface by working a wooden straight edge
reaching across the gauges with small upward and sideways movements at a time. Finally, the surface
shall be finished off true with a trowel or wooden float according as a smooth or a smooth or a sandy
granular texture is required Excessive troweling or overworking the float shall be avoided. All corners,
arises, angles and junctions shall be truly vertical or horizontal as the case may be and shall be carefully
finished. Hounding or chamfering, corners, arises junctions etc. shall be carried out with proper
templates to be size required.

2.3.2. Cement plaster shall be used within half an hour after addition of water and mortar or plaster
which is partially set shall be rejected and removed forthwith from the site.

2.3.3. In suspending the work at the end of the day, the plaster shall be left out clean to the line both
horizontally and vertically, when recommencing the plaster, the edges of the old work shall be scraped
clean and wetted with cement putty before plaster is applied to the adjacent areas to enable the two to
properly join together. Plastering work shall be closed at the end of the day on the body of the wall and
nearer than 15 cm. to any corners or arises. It shall not be closed on the body of features such as plaster
bands and cornices not at the corners or arises. Horizontal joints in plaster work shall not also occur on
parapet tops and copings as these invariably lead to leakage. No portion of the surface shall be left out
initially to be packed up later on.

2.3.4. Each coat shall be kept damp continuously till the next coat is applied or for a minimum period
of 7 days. Moistening shall commence as soon as plaster is hardened sufficiently. Soaking of walls shall
be avoided and only as much water as can be readily absorbed shall be used, excessive evaporation on
the sunny or windward side of building in hot air or dry weather shall be prevented by hanging matting
or gunny bags oh the outside of the plaster and keeping them wet.

2.3.5. The plastering work shall be in single coat on rough (similar) side of single or half brick walls for
interior plastering up to floor two level, finished even and smooth in C.M. 1:4.

2.3.6 The coat of cement and fine sand mortar of proportion 1:1 (15 mm thick about) shall be applied
to the plastered surface with a trowel to provide uniform texture while the base coat is still plastic.

Page | 53
Part 3 : Conditions of Contract & Contract Forms

2.3.7. In any continuous face of wall the finishing treatment should be carried out continuously and
day lo day breaks made to coincide with architectural breaks in order to avoid unsightly Junctions

2.3.8. Curing : All the plaster work shall be kept damp continuously for a period 7 days.

2.3.9. Providing necessary grooves between structural members as directed by Engineer in charge.

3.0. Mode of measurements & payment

3.1. The rate shall include the cost of all materials, labour and scaffolding etc. involved in the
operations described under workmanship.

3.2. All plastering shall be measured in square meters unless otherwise specified. Length breadth or
height shall be measured correct to a centimeter.

3.3. Thickness of the plaster shall be exclusive of he thickness of the key i.e. grooves or open joints in
brick work, stone work etc. or space between laths. Thickness of plaster shall be average thickness with
minimum 15 mm at any point on this surface.

3.4. This item includes plastering for all floors.

3.5. The measurement of wall plastering shall be taken between the walls or partition (dimensions
before plastering being taken) for length and from the top of floor or skirting to ceiling for height.
Depth of cover of cornices if any shall be deducted.

3.6. Soffits of stairs shall be measured as plastering on ceilings, following soffits shall be measured
separately.

3.7. For jambs, soffits, sills etc. for openings not exceeding 0.5 sq. met each in area for ends of joints
beams, posts, girders, steps etc. not exceeding 0.5 sq.mt each in area and for openings exceeding 0.5.
sq.mt and not exceeding 3.00 sq.mt. in each area deductions and additions shall be made in the
following manners.

(a) No deductions shall be made for ends of joints, beams, posts etc. and openings not
exceeding 0.5 sq. mt each and no addition shall be made for reveals, jambs, soffits, sils etc. of these
openings, for finish to plaster around ends of joints, beams posts etc.

(b) Deduction for openings exceeding 0.5 sq. mt but not exceeding 3 sq.mt. each shall be made
as follows and no addition shall be made for ravels, jambs, soffits, sills etc. of these openings, (i) When
both faces of all wall are plastered with same plaster, deduction shall be made for one face only, (ii)
When two faces of wall are plastered with different types of plasters or if one face is plastered and the
other pointed, deductions shall be made from the plaster or pointing on the side of frame for door,
window etc. on which width of reveals is less than that on the other side but no deductions shall be
Page | 54
made on the other side. Where width of reveals on both faces of all are equal, deductions of 50% of area
of opening on each face shall be made from areas of plaster and / or pointing as the case may be.

3.8. For openings having door frames equal to or projecting beyond the thickness of wall, full
deduction for opening shall be made from each plastered face of the wall.

3.9. In case of openings of area above 3 sq.mt. each, deduction shall be made for openings but
jambs, soffits sand sills shall be measured.

3.10 The payment shall be made for a unit of 1.0 sq.mt of work done over an above the finishing of
work of base coat.

4.0. The rate shall be for a unit of One sq. meter.

Item 19: Applying two coats of Birla (white cement based) or Asian (acrylic lapy- putty) or equivalent &
two coats of primer of approved brand and manufacture on new wall surface to give an even shade
including thoroughly brushing the surface free from mortar dropping and otherforeign matter and sand
papered smooth.

1.0. Materials

Water shall be conform M-1. The acrylic emulsion paint shall conform to I.S.: 5411-1969 (Part-l).

2.0. Workmanship

The painting work shall be of Birla (white cement based) or Asian acrylic lappy (putty) and two
coats of primer of approved brand & manufactures on new wall surface to give an even shade.

2.1. Scaffolding : Wherever scaffolding is necessary it shall be erected in such a way that as far as
possible on part of scaffolding shall rest against the surface to be white or colour washed A properly
secured strong and well tied suspended platform (Zoola) may be used for white washing. Where
ladders are used pieces of old gunny bags shall be tied at top and bottom to prevent scratches to the
floors and walls. For white washing of ceilings, proper stage scaffolding shall be erected where
necessary.

2.2. Preparation of surface : The undecorated surface to be distempered shall be thoroughly brushed
from dust, dirt, grease, mortar dropping and other foreign matter and sand papered smooth. New
plaster surface shall be allowed to dry for at least 2 months before applications of distemper.

2.2.1. All unnecessary nails shall be removed. Pitting in plaster shall be made good with plaster again
with a fine grade sand paper and made smooth. A coat of distemper shall be applied over the patches.
The surface shall be allowed to dry thoroughly before the regular coat of distemper is allowed. The
surface affected by moulds, moss, fungi, algae lichens, efflorescence etc. shall be treated in accordance

Page | 55
Part 3 : Conditions of Contract & Contract Forms

with I.S; 2395 (Part 01) 1966. Before applying distempering, any unevenness shall be made good by
applying putty made of plaster of pairs mixed with water on entire surface including filling up the
undulation and then sand papering the same after it is dry.

2.3. Preparation of Mix :

This shall be done as per manufacture's instructions. The thinning of emulsion is to be done with
water and not with turpentine. The quantity of thinner to be added shall be as per manufacturer
instructions.

2.4. Application :

2.4.1. Before pouring into small containers for use, the paint shall be stirred thoroughly in item
container. When applying also, the paint shall be continuously stirred in the smaller container, so that
its consistency is kept uniform.

2.4.2. The paint shall be laid on evenly and smoothly by means of crossing and laying off the crossing
and consist of covering the area over with paint, brushing the surface hard for the first time over and
then, brushing alternately in opposite direction two or three times and then finally brushing lightly in
direction at right angles to the same. In this process, no brush Marks shall be left after the laying off is
finished. No hair marks from the brush or clogging of paint puddles in the corners of panels, angles of
moldings, etc. shall be left on the work. The full process of crossing and laying off will constitute one
coat.

2.4.3. The paint shall be applied with brush or rollers. For undecorated surfaces, the surface shall be
treated with minimum two coats of cement water proofing paint. The second or subsequent coat shall
not be started until the proceeding coat as become sufficiently hard to resist marking by brushing being
used.

2.4.4. The surface on finishing shall present a flat velvety smooth finish. It shall be even and uniform in
shade without patches, brush marks, paint drops etc.

2.5. Precautions :

(a) Old brushes if they are to be used with emulsion paints shall be completely dried of
turpentine or oil paint by washing in warm soap water. Brushes shall be quickly washed in water
immediately after use and kept immersed in water fusing break periods to prevent the paint from
hardening on the brush.

(b) In the preparation of wall for plastic emulsion painting, no oil base petals shall be sued in
filling cracks, holes etc.

Page | 56
(c) Splashes on floors etc. shall be cleaned out without delay as they will be difficult to remove
after hardening.

(d) Washing or surfaces treated with emulsion paint shall not be done within 3 to 4 weeks of
application.

2.6. Protective measures : The surface of doors, windows, floors, articles, of furniture etc. and such
other parts of the building not to be white washed shall be protected from being splashed upon. Such
surfaces shall be cleaned of white wash splashed if any.

3.0. Mode of measurements and payment

3.1. All the work shall be measured in the decimal system as under:

(a) Dimensions shall be measured to the nearest 0.01 m.

(b) Area in individual item shall be worked out to the nearest 0.01 sq.m.

All the work shall be measured in sq.mt. Deductions for jambs, soffits, sills etc. for openings not
exceeding 0.5 sq.mt. each in area, for ends of joists, posts, beams, girders, steps etc. not exceeding 0.5
sq.mt. each in area and for openings exceeding 0.5 sq.mt. and not exceeding 3.0. sq.mt. each in area,
deductions and additions shall be made as under.

3.2. No deductions shall be made for ends of joists, beams, posts, etc. and openings not exceeding
0.5 sq mt. each. No addition shall be made for reveals, jambs, soffits, sills etc. of these openings not for
finish around ends of joints, beams, posts etc.

3.3. No deductions for openings exceeding 0.5 sq.mt. but not exceeding 3 sq.mt. each shall be made
as follows and no addition will be made for reveals, jambs, soffits etc. of these openings :

(a) When both the faces of walls are provided with finish, deduction shall be made for one face
only.

(b) When each face of wall is provided with different finish, deduction shall be made for that
side of frame for door, windows, etc. on which width of reveals is less than that of the other side.
Where width of reveals on both faces of wall are equal, deduction of .50% of area of opening on each
face shall be made from total area of finish.

(c) When only one face of wall is treated and the other face is not treated, full deduction shall be
made if the width of reveal on the treated side is less than that on the untreated side, but if the width
of the reveal is equal or more than on the untreated side neither deductions nor additions to be made
for reveals, jambs, soffits, sills etc.

Page | 57
Part 3 : Conditions of Contract & Contract Forms

3..4 In case of area of openings exceeding 3 sq. mt. each, deductions shall be made for openings but
jambs, soffits, sills shall be measured.

3.5. No deductions shall be made for attachment such as casing, conducts, pipe, electric wiring and
the like.

3.6. Corrugated surfaces shall be measured flat as fixed and not girth. The quantities so measured
shall be increased by the following percentage and the resultant shall be included with the general
areas:

(a) Corrugated steel sheets……………………………………… 14%

(b) Corrugated A.C. sheets………………………………………. 20%

(c) Semi corrugated A.C. Sheets……………………………….. 10%

(d) Nainital pattern roof (Plain sheeting sheets)……………….. 10%

(e) Naintial pattern roof (with corrugated sheets)……………… 25%

3.7. Cornices and other wall features, when they are not picked out in a different finish/colour shall
be girthed and included in the general area.

3.8 Extra payment shall be done on ceiling and sloping roofs.

3.9. The rate shall include the cost of ail materials, labour, scaffolding, protective measures etc.
involved in all the operations described above.

4.0 The rate shall be for a unit of One sq. meter.

Item 20: Wall painting (two coats) with plastic emulsion paint of approved brand and manufacture on
undecorated wall surface to give an even shade including throughly brushing the surface free from
mortar droppings and other foreign matter and sand papered smooth.

1.0. Materials

Water shall be conform M-1. The plastic emulsion paint shall conform to I.S.: 5411-1969 (Part-l).

2.0. Workmanship

The painting work shall be for subsequent coat of plastic emulsion paint of approved brand &
manufactures on undecorated wall surfaces and ceiling to give an even shade as directed.

2.1. Scaffolding : Wherever scaffolding is necessary it shall be erected in such a way that as far as
possible on part of scaffolding shall rest against the surface to be white or colour washed A properly
Page | 58
secured strong and well tied suspended platform (Zoola) may be used for white washing. Where
ladders are used pieces of old gunny bags shall be tied at top and bottom to prevent scratches to the
floors and walls. For white washing of ceilings, proper stage scaffolding shall be erected where
necessary.

2.2. Preparation of surface : The undecorated surface to be distempered shall be thoroughly brushed
from dust, dirt, grease, mortar dropping and other foreign matter and sand papered smooth. New
plaster surface shall be allowed to dry for at least 2 months before applications of distemper.

2.2.1. All unnecessary nails shall be removed. Pitting in plaster shall be made good with plaster again
with a fine grade sand paper and made smooth. A coat of distemper shall be applied over the patches.
The surface shall be allowed to dry thoroughly before the regular coat of distemper is allowed. The
surface affected by moulds, moss, fungi, algae lichens, efflorescence etc. shall be treated in accordance
with I.S; 2395 (Part 01) 1966. Before applying distempering, any unevenness shall be made good by
applying putty made of plaster of pairs mixed with water on entire surface including filling up the
undulation and then sand papering the same after it is dry.

2.3. Preparation of Mix :

This shall be done as per manufacture's instructions. The thinning of emulsion is to be done with
water and not with turpentine. The quantity of thinner to be added shall be as per manufacturer
instructions.

2.4. Application :

2.4.1. Before pouring into small containers for use, the paint shall be stirred thoroughly in item
container. When applying also, the paint shall be continuously stirred in the smaller container, so that
its consistency is kept uniform.

2.4.2. The paint shall be laid on evenly and smoothly by means of crossing and laying off the crossing
and consist of covering the area over with paint, brushing the surface hard for the first time over and
then, brushing alternately in opposite direction two or three times and then finally brushing lightly in
direction at right angles to the same. In this process, no brush Marks shall be left after the laying off is
finished. No hair marks from the brush or clogging of paint puddles in the corners of panels, angles of
moldings, etc. shall be left on the work. The full process of crossing and laying off will constitute one
coat.

2.4.3. The paint shall be applied with brush or rollers. For undecorated surfaces, the surface shall be
treated with minimum two coats of cement water proofing paint. The second or subsequent coat shall
not be started until the proceeding coat as become sufficiently hard to resist marking by brushing being
used.

Page | 59
Part 3 : Conditions of Contract & Contract Forms

2.4.4. The surface on finishing shall present a flat velvety smooth finish. It shall be even and uniform in
shade without patches, brush marks, paint drops etc.

2.5. Precautions :

(a) Old brushes if they are to be used with emulsion paints shall be completely dried of
turpentine or oil paint by washing in warm soap water. Brushes shall be quickly washed in water
immediately after use and kept immersed in water fusing break periods to prevent the paint from
hardening on the brush.

(b) In the preparation of wall for plastic emulsion painting, no oil base petals shall be sued in
filling cracks, holes etc.

(c) Splashes on floors etc. shall be cleaned out without delay as they will be difficult to remove
after hardening.

(d) Washing or surfaces treated with emulsion paint shall not be done within 3 to 4 weeks of
application.

2.6. Protective measures : The surface of doors, windows, floors, articles, of furniture etc. and such
other parts of the building not to be white washed shall be protected from being splashed upon. Such
surfaces shall be cleaned of white wash splashed if any.

3.0. Mode of measurements and payment

3.1. All the work shall be measured in the decimal system as under:

(a) Dimensions shall be measured to the nearest 0.01 m.

(b) Area in individual item shall be worked out to the nearest 0.01 sq.m.

All the work shall be measured in sq.mt. Deductions for jambs, soffits, sills etc. for openings not
exceeding 0.5 sq.mt. each in area, for ends of joists, posts, beams, girders, steps etc. not exceeding 0.5
sq.mt. each in area and for openings exceeding 0.5 sq.mt. and not exceeding 3.0. sq.mt. each in area,
deductions and additions shall be made as under.

3.2. No deductions shall be made for ends of joists, beams, posts, etc. and openings not exceeding
0.5 sq mt. each. No addition shall be made for reveals, jambs, soffits, sills etc. of these openings not for
finish around ends of joints, beams, posts etc.

3.3. No deductions for openings exceeding 0.5 sq.mt. but not exceeding 3 sq.mt. each shall be made
as follows and no addition will be made for reveals, jambs, soffits etc. of these openings :

Page | 60
(a) When both the faces of walls are provided with finish, deduction shall be made for one face
only.

(b) When each face of wall is provided with different finish, deduction shall be made for that
side of frame for door, windows, etc. on which width of reveals is less than that of the other side.
Where width of reveals on both faces of wall are equal, deduction of .50% of area of opening on each
face shall be made from total area of finish.

(c) When only one face of wall is treated and the other face is not treated, full deduction shall be
made if the width of reveal on the treated side is less than that on the untreated side, but if the width
of the reveal is equal or more than on the untreated side neither deductions nor additions to be made
for reveals, jambs, soffits, sills etc.

3..4 In case of area of openings exceeding 3 sq. mt. each, deductions shall be made for openings but
jambs, soffits, sills shall be measured.

3.5. No deductions shall be made for attachment such as casing, conducts, pipe, electric wiring and
the like.

3.6. Corrugated surfaces shall be measured flat as fixed and not girth. The quantities so measured
shall be increased by the following percentage and the resultant shall be included with the general
areas:

(a) Corrugated steel sheets……………………………………… 14%

(b) Corrugated A.C. sheets………………………………………. 20%

(c) Semi corrugated A.C. Sheets……………………………….. 10%

(d) Nainital pattern roof (Plain sheeting sheets)……………….. 10%

(e) Naintial pattern roof (with corrugated sheets)……………… 25%

3.7. Cornices and other wall features, when they are not picked out in a different finish/colour shall
be girthed and included in the general area.

3.8 Extra payment shall be done on ceiling and sloping roofs.

3.9. The rate shall include the cost of ail materials, labour, scaffolding, protective measures etc.
involved in all the operations described above.

4.0 The rate shall be for a unit of One sq. meter.

Page | 61
Part 3 : Conditions of Contract & Contract Forms

Item 21: Finishing of Wall with Clusterstone (Lightweight


Concrete Façade) For Exterior Wall including labour charge

General

This work shall consist of Finishing of Wall with Clusterstone (Lightweight


Concrete Façade) For Exterior Wall and conforming to these specifications or as approved by the
Engineer in charge.

MATERIALS

It shall be Clusterstone(Lightweight Concrete Façade) conforming to these specifications or as


approved by the Engineer in charge.

2.0 WORKMAN SHIP

2.1 Scaffolding :

Where scaffolding is required, it shall be erected in such a way that as far as possible no part of
scaffolding shall rest against the surface to be finished. A properly secured strong and well tied
suspended platform (joola) may be used for finishing of exterior wall. Where ladders are used, pieces of
old gunny bags shall be placed.

Workmanship:

Preparation of back ground :

The surface shall be cleaned of all dust, loose mortar droppings, traces of algae, efflorescence and
other foreign matter by water or by brushing. Smooth surface shall be toughened by wire brushing if it
is not hard and by hacking if it is hard. In case of concrete surface, if a chemical retarded has been
applied to the form work, the surface shall be roughened by wire brushing and all the resulting dust and
loose particles cleaned off and care shall be taken that none of the readers if left on the surface.
Trimming of projections on brick/concrete surfaces where necessary shall be carried out to get an even
surface.

3.2 Application of Clusterstone(Lightweight Concrete Façade)

The surface shall be finished off true with a tool/equipments according as a


Clusterstone(Lightweight Concrete Façade) All corners, arises, angles and junctions shall be truly
vertical or horizontal as the case may be and shall be carefully finished. Hounding or chamfering,
corners, arises junctions etc. shall be carried out with proper templates to be size required.

Page | 62
3.0 MODE OF MEASUREMENT & PAYMENT :

3.4. The payment will be made on square meter basis of the finished work.

Item 22: Providing and fixing Green / Black granite in window jams of 16 mm to 18 mm thickness with
inside & out side Edge Half Round moulding and polishing of the stone, fixing with cement mortar and
filling the joints with necessary materials like araldite, with necessary fixtures and fastening etc.
complete or as directed By Engineer in Charge.

General

This work shall consist of providing and fixing machine cut free edges, pre mirror polished
Granite stone slab 16 to18 mm thick in single piece for windows jambs as per design of the shape and
dimensions and conforming to these specifications or as approved by the Engineer in charge.

1.0 MATERIAL

Water shall confirm to M-1. Cement Mortar shall confirm to M-11. Granite slab shall confirm to M-
52. Sand shall conform to M-6.

1.0 GRANITE SLAB

1.1. Granite slab shall be hard even sound, and regular in shape and generally uniform in colour. The
colour of the stone shall generally be green. Only approved coloured shall not be allowed for use. They
shall be without any soft veins cranks of flaws Granite slab shall be hard, even, and regular in shape and
it should without fault.

1.2. The size of the Granite slab to be used for flooring shall be of as approved by Engineer in charge
or Architect. However smaller sizes will be allowed to be used to the extent of maintaining required
pattern. Thickness shall be as specified. For windows jams the granite marble slab shall be in single
piece.

1.3. Tolerance of minus 30 mm. on accounts of chisel dressing of edges shall be permitted for length
as well as breadth. Tolerance in thickness shall be ±1 mm.

Page | 63
Part 3 : Conditions of Contract & Contract Forms

1.4. The edges of Granite slab shall be truly chiseled and table rubbed with coarse sand before
paving. All angles and edges of the stones of shall be true, square and free chipping and surface shall be
true and plain.

1.5. The Granite slab shall have machine cut free edges with half round pipe moulding mirror
polished surface. When brought on site. The stones to be used for flooring dedo, skirting, sink,
veneering, sills, steps, etc.

2.0 WORKMANSHIP

2.1 Granite slab shall be of approved quality shall be laid evenly to level and slope as directed by
Engineer in charge over a bed of a base layer consisting of cement mortar 1:6 (1 cement: 6 coarse sand
by volume).

2.2 Granite slab shall be laid evenly as per detailed drawing or as directed by Engineer in charge.
Width, length and shape of stone shall be as per pattern shown in detailed drawing.

2.3. Cement and sand for base layer shall be mixed in proportions of 1:6 (1 cement : 6 coarse sand by
volume). Cement and sand shall be proportioned by volume after making due allowance for bulking.
The require quantity of water shall then be added and the mortar mixed to produce workable
consistency before mixing platform shall be thoroughly cleaned before changing from one type of
cement to another.

2.4. The mixing for base layer shall be done intimately. The operation shall be carried out on clean
water tight platform, and cement sand shall be first mixed dry in the required proportion to obtain
uniform colour and then the mortar shall be mixed for at least two minutes after addition of water. In
case of cement mortar, that has suffered because of evaporation of water the same shall be re-
tempered by adding water as frequently as needed to restore the requisite consistency but its re-
tempering shall be permitted only within thirty minute from the time of addition to water at the time of
initial mixing.

Page | 64
2.5. Cement and sand for base layer shall be mixed in proportion as specified in the item, Cement
and sand shall be proportioned by volume after making due allowance for bulking. The required
quantity of water shall then be added and the mortar mixed to produce workable consistency.

2.6. Curing shall be started as soon as the mortar used for finished has hardened sufficiently no to be
damaged when watered. It shall be kept wet for a period of at least 7 days. During this period, it shall be
suitably protected from all damages.

2.7. During hot weather, all finished or partly finished work shall be covered or wetted in such
manner as will prevent rapid drying of the flooring work.

2.8. Joints of Granite slab flooring shall be through and continuous throughout the building as
directed by Engineer in charge.

2.9. Joints shall be filled with a stiff mixture of gray cement slurry.

2.10. The Granite slab flooring work shall be finished by rubbing and mirror polishing after the work of
flooring is set properly.

3.0 MODE OF MEASUREMENT & PAYMENT :

3.1. The unit rate of Granite stone flooring shall include the cost of all materials, tools and plant
required for mixing, laying of base layer in true level and slope as required applying & placing stones in
position, finishing, curing etc all over the length of windows jams etc. and all other incidental expenses
to complete the structure or its components according to these specifications. They shall also include
the cost of making, fixing and removing of all scaffolding and forms required for the work. The rate
includes cost of filling the joints with necessary materials like araldite, with necessary fixtures and
fastening etc. complete or as directed By Engineer in Charge including mirror polishing of flooring and
dado work.

3.2 The rate shall include the cost of all materials and labours involved in all the operations
described above. The granite stone slab shall be measured in square meter correct to 2 places of

Page | 65
Part 3 : Conditions of Contract & Contract Forms

decimal. Length and breadth shall be measured to correct to a centimeter and between the finished the
finished face of the skirting, dado or wall plaster and no deduction shall be made nor extra paid for any
opening in floors or areas up to 0.1 square meter.

3.3 The rate shall be for a unit of one Square meter.

Item 23: Steel Work,Providing M S Grill for Window, Ventilators, Wethershed , & Iron Double shutter
door With frame & Window Gril, using Riveted in buildt up sections framed work, chanels, Washers,
angles, flats, hollow section, Square Bar, Round bar, iron plates, including cutting,hoisting welding,
bending ,fixtures & fasting, fixing in position and applying a priming coat of lead paint… etc complated
as per Drawing & as directed by Engineer in charge

Materials

The structured steel work shall conform to M-22. Red lead paint shall conform to I.S : 102-1962.

2.0. Workmanship

2.1. Welding shall generally be done by electric process. Gas welding shall be resorted to, using
oxyacetylene flame with specific prior approval. Gas welding shall not be permitted for structural steel
work.

2.2. The work shall be done as shown in the shop drawings which should clearly indicate various
details of the joints to he welded, shop and site welded as well as type of electrodes to be used, symbol
for welding on plans and shop drawings shall be according to I.S. 813-1961. As far as possible every
effort shall be made to limit the welding that must be done after improper welding that is likely to be
done due to heights and difficult positions on scaffoldings etc. The welding work shall conform to I.S.
816-1969.

2.3. Preparation of surfaces : Surfaces which are to be welled together shall be free from loose mill
scale, rust, paint, grease or other foreign matter. A coating of boiled linseed oil shall be permitted.

2.4. Assembly for welding : Before welding is commenced, the plates shall first be brought together
and firmly clamped or spot welded at specified distance. This temporary connection has to be strong
enough to hold the plates accurately in place without displacement.

2.5. Precautions : All operations connected with welding and cutting equipment shall conform to
safety requirement given in I.S. 818-1968.

The following paints shall be borne in mind during the process of welding:

Page | 66
(b) Are length voltage and amperage shall be suited to the thickness of material type of groove and
other circumstances of the work.

(c) The segments of welding shall be such that where possible the members which offer the
greatest resistance to compression are welded first.

2.6. The defective welds which shall be considered harmful to the structural strength shall cut out
and rewarded.

2.7. Finished welds and adjacent parts shall be protected with clean boiled linseed oil and after all
stag has been removed. Welds and adjacent parts shall be painted after the same are approved.

2.8. All the members shall be thoroughly cleaned of rust-scales, dust etc. and given a priming coat of
red lead paint before fixing them in position.

Testing of welding to be added in the specification I.N. 12.2.2.12-(i) to (viii).

3.0 Mode of measurements & payment

3.1. The steel work shall be measured in general as under:

(a) All work shall be measured on the basis of finished dimensions as fixed at site and measured
net unless specified otherwise.

(b) The weight of steel sections, steel rods, and steel strips in finished work shall be calculated
Hum standard weight on the same basis on which steel is supplied to Contractor by department or
those given in relevant I.S. if steel is arranged by the contractor.

(c) The weight of steel plates and strips shall be taken from relevant I.S. based on 7.35 kg./ sq.
meter for every millimeter sheet thickness if steel is supplied to the contractor by department.

(d) Unless otherwise specified, weight of cleats, brackets, packing pieces, bolts, nuts, washer,
distance pieces, separators, diaphragm gusset (taking overall square dimensions) fish plates etc. shall
be added to the weight of respective items.

(e) In riveted work allowance is to be made for weight of rivet hands. No deductions shall be
made for rivet or bolts holes excluding holes for anchor or holding down bolts.

(f) For forged steel and steel castings, weight shall be calculated on the basis of 7850 kg./cum.

(g) Unless otherwise specified, no allowance shall be made for the weld metal in case of welded
steel structure.

Page | 67
Part 3 : Conditions of Contract & Contract Forms

(h) Dimensions other than cross sections and thickness of plates shall be measured to nearest
0.001m

(i) Mill tolerance shall be ignored when weight is determined by calculation.

3.2. The rate includes cost of all material, labour, erection, hoisting scaffolding, protective measures,
required for proper completion of the item of work. This shall also include conveyance and delivery
handling, loading, unloading and storing etc. required for completing the item described above
including necessary wastage involved.

3.3. The rate shall be for a unit of per Kg.

Item 24: Painting two coats (excluding priming coat) on new steel and other metal surface with enamel
paint, brushing, interior to give an even shade including cleaning the surface an even shade including
cleanicn the surface of all dirt, dust and other foreign matter.

1.0. Materials

The enamel paint shall conform to relevant IS code.

2.0. Workmanship

2.1. General : The materials required for work of painting work shall be obtained directly from
approved manufactures or approved dealer and brought to the site in maker's drums; kegs etc. with
seal unbroken.

2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept
closed and surface of paint in open or partially open containers covered with a thin layer of turpentine
to prevent formation of skin. The materials which have become state or flat due to improper and long
storage shall not be used. The paint shall be stirred thoroughly in its container before pouring into small
containers. While applying also, the paint shall be continuously stirred in smaller container. No left over
paint shall be put back into stock tins. When not in use the containers shall be kept properly closed.

Page | 68
2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer
shall be used.

2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease shall
be thoroughly removed before painting is started. No painting on exterior or other exposed part o the
work shall be carried out in wet, damp or otherwise unfavorable weather and all the surfaces shall be
thoroughly dry before painting work is started.

2.2. Application of paint:

2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of
particular paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The
crossing and laying off consists of covering the area over with paint, brushing the surface hard for the
first time over and then brushing alternately in opposite directions two or three times and then finally
brushing lightly in a direction at right angles to the same. In this process, no brush marks shall be left
after the -laying off is finished. The full process of crossing and laying off will constitute one coat.

2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-
paper and loose particles brushed off before next coat is applied. Each coat shall vary slightly in shade
and shall be got approved from Engineer-in-charge before next coat is started.

2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and
cleaned of dust before the next coat is applied. No hair marks from the brush of clogging of paint
puddles in the corners of panels, angles of moldings etc. shall be left on the work.

2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc. Approved best
quality brushes shall be used.

3.0. Mode of measurements and payment

3.1.The new steel and other metal surface shall be measured under this item.

3.2.All the work shall be measured net in the decimal system, as executed subject to the following limits
unless otherwise stated hereinafter.

(a) Dimensions shall be measured to the nearest 0.01 meter.

(b) Areas shall be worked out to the nearest 0.01 sq. meter.

3.3. No deductions shall be made for openings not exceeding 0.5 sq. mt. each and no addition shall
be made for painting to beddings, moldings, edges, jambs, soffits, sills etc. of such opening.

3.4. In case of fabricated structural steel and iron work, priming coat of paint shall be included with
frabation. In case of trusses if measured in sq. m. compound girders, stanchions, lattices, grader and
Page | 69
Part 3 : Conditions of Contract & Contract Forms

similar work, actual area shall be measured in sq. m. and no extra shall be paid for painting on bolts
heads, nuts, washers etc. No addition shall be made to the weight calculated for the purpose of
measurements of steel and iron works for paint applied on shop or at site.

3.5 The rate is excluding priming coat.The rate shall be for a unit of One sq. meter.

Item 25: Providing and fixing window having extruded aluminum Colour anodized section frame main
outer size 95mm x 24mm x 1.17mm (of Jindal Section no:2459 @ wt.of 0.738 Kg/mt), horizontal Three
track member size 92mm x 31.75mm x 1.30mm (of Jindal Section no:8688,@ Wt.1.07 Kg/mt), vertical
member of size 92mm x31.75mm x 1.50mm (of Jindal Section no:8933,@ Wt. 1.06 Kg/mt) with
sliding shutters of horizontal member size 40 mmx18mm x1.29mm (of Jindal Section no:8947@ wt.of
0.456 Kg/mt), vertical member of size 40mm x 18mm x 1.29 mm (of Jindal Section no:8949 @ wt.of
0.456Kg/mt/ with 5 mm thick transparent bronze colour tinted float glass with powder coated
aluminum fittings and fixtures and transparent silicon sealant glass fixing to frame as per details etc

1.0 MATERIALS

1.1 Standard extruded anodized Alluminium section allows used in the manufacture of extruded
section shall confirm to I.S. designation HEA - WP of IS 733 - 1975 and also designation WVG - WP of IS
1285 - 1975 section shall be as specified in the drawing a design or as directed by Engineer-in-charge. All
section shall be free from scratches holes or any damages on surface. All section shall have finished
plaster surface on all sides.

1.1.1. The work includes standard extruded of Aluminium section of size 95mm x 24mm x 1.17mm (of
Jindal Section no:2459 @ wt.of 0.738 Kg/mt), horizontal Three track member size 92mm x 31.75mm x
1.30mm (of Jindal Section no:8688,@ Wt.1.07 Kg/mt), vertical member of size 92mm
x31.75mm x 1.50mm (of Jindal Section no:8933,@ Wt. 1.06 Kg/mt) with sliding shutters of horizontal
member size 40 mmx18mm x1.29mm (of Jindal Section no:8947@ wt.of 0.456 Kg/mt), vertical member
of size 40mm x 18mm x 1.29 mm (of Jindal Section no:8949 @ wt.of 0.456Kg/mt/ with 5 mm thick
transparent bronze colour tinted float glass with powder coated aluminum fittings and fixtures and
transparent silicon sealant glass fixing to frame as per details etc as directed by Engineer in charge.

1.2 Glass : The transparent bronze colour tinted float glass of louvers fixed to alluminium strip blade
shall be of approved make having thickness of 5mm. The glass shall be clear and free from scratches
and cracks. The glass shall be provided on wall panel and fixed with tinted silicon gasket.

1.2.1 The glass shall be of the brief quality, free from specks, bubbles, smoken veins, air holes distress
and other defects. The kind of glass to be used shall be as mentioned in the item or as shown in detailed
drawing or as directed by Engineer-in-charge.

Page | 70
1.3. Glazing clips: Glazing clips shall be colour marble jambs all around the ventilator shall be free
from any scratches or holes or any damage of on surface all section shall have finished luster surface on
all sides.

1.4 Rubber Gasket : Rubber gasket shall be approved make shall be free from any scratches or holes
or any damage on surface and shall have finished luster surface on all sides.

1.5. Fixtures

1.5.1. Hinges shall be of approved make shall be free from any scratches or holes or any damage on
surface and shall have finished luster surface on all sides.

WORKMANSHIP

The work of standard extruded of Aluminium section for window shall be done with extreme
finishing. The inclined blades shall be fixed as directed by Engineer-in-charge. 5 mm thick transparent
bronze colour tinted float glass shall be fixed on blades.

MODE OF MEASUREMENT & PAYMENT

The unit rate of standard extruded of Aluminium section for window shall include the cost of all
labours, materials, anodizing charges, tools, plants, cost of necessary fixtures & fastenings.

The rate shall be for a unit of one square meter.

Item 26: Providing Curtain of Vertical blinds with runners, blind ferbic, rollar thread, manual powder
coated channel with necessaray fiiitings, fixtures & fastening for moving of blinds etc completed as
directed by Engineer in charge.

The work shall be performed as under:

It shall be provided with Curtain of Vertical blinds with runners, blind ferbic, rollar thread, manual
powder coated channel with necessaray fiiitings, fixtures & fastening for moving of blinds etc
completed as directed by Engineer in charge.

Mode of Measurement and payment

The Measurement and payment shall be made on sq.mt. basis of completed finished work.

Item 27: Providing and fixing black / Green granite two frame for door Jems of 16mm to 18 mm
thickness with outside & inside Half Round moulding and polishing both sides of the stone, fixing with
Page | 71
Part 3 : Conditions of Contract & Contract Forms

cement mortar and filling the joints with necessary materials like araldite, with necessary fixtures and
fastening etc. complete or as directed by Engineer in Charge.

The work shall be executed as per specification of Item No.22 except the work is for providing and
fixing black / Green granite two frame for door Jems of 16mm to 18 mm thickness with outside & inside
Half Round moulding and polishing both sides of the stone, fixing with cement mortar and filling the
joints with necessary materials like araldite, with necessary fixtures and fastening etc. complete or as
directed by Engineer in Charge.

Item 28: Providing and fixing 35 mm thick shutters for Doors, windows and clerestory windows
including Indian teak wood frames 12 cm x 7 cm size including anodized aluminum fixtures and
fastenings including primer coat of approved quality and two coats of oil painting etc complete. (ii)
Fully paneled

1.0. Materials

Flush door shall conform to M-30. Plywood shall conform to M-37. Anodised aluminum butt hinges shall
conform to M-43.

2.0. Workmanship

The item covers the requirement of preparation of shutters for doors, windows, clerestory windows,
their supply and fixing.

2.1. Frames and Shutters:

2.1.1. Indian teak wood frames 12 cm x 7 cm size including paneled shutters shall be constructed in the
form of timber frame work of styles and rails with panel inserted of type as specified in the detailed
drawings. Panel shall be fixed by providing grooves in the style and rails. The styles and rails shall be
joined to each other by mortise and tenon joints at right angles. The shutters be non decorative type
and block board core with face veneer or plywood with 35 mm. thickness.

2.1.2. All members of the shutters shall be straight without any warp or bow and shall have smooth,
well planed faces at right angles to each other.

2.1.3. The size of styles and rails shall be as per drawings or as directed. Styles and rails of shutters
shall be made of one piece only.

2.2. Timber paneling:

Page | 72
2.2.1. Thickness of the panel shall be as specified in the item as shown in the drawing or as directed. If
the panel is made from more than one piece the pieces shall be finished as shown in the detailed
drawings and shall be joined with continuous groove with specified size. The end pieces of the panel
and the top and bottom of the panel shall be provided with continuous tongue to frame into groove of
the frame shutter. An air space of 1.5 mm. shall be left in the groove of frame of shutter while framing
the panels in it.

2.2.2. The faces of the panel as well as various pieces of the panel shall be- closely fitted to the sizes of
the grooves.

2.2.3. Finishing of the corners of raised panel edges shall be done as shown in drawings or as directed.

2.2.4. The thickness specified shall be finished thickness and no tolerance will be permitted.

2.3. Fixtures, Fastenings and oil paint:

2.3.1. The rate shall include anodized aluminum fixtures, fastenings and butt hinges including fixing
with iron screws. The size and number of hinges shall be as per standard. Door lock & stainless steel
handles are to be provided as directed.

2.3.2 The rate shall include primer coat of approved quality and two coats of oil painting etc complete
for Fully paneled

3.0. Mode of measurement & payment

3.1. The rate for shutter includes cost of providing block and cleat for keeping the shutter in open
position if directed.

3.2. The dimension of the shutter shall be measured clear size of the shutter in close position
between the grooves of the frame.

3.3. The rate shall be for a unit of one sq. meter.

Item 29: Providing and laying Marbo Granite tiles 8 to 10


mm thick , 24'' x 24'' in flooring treads of steps and landing laid on a bed of 12mm thick cement mortar
1:3 (1-cement : 3-coarse sand ) finishing with flush pointing in white cement. (Ground Floor)

Marbo Grenite Tiles

Marbo Grenite Tiles captures the charm and character of natural marble and granite. Marble and
Granite being natural stone, variation to shade & pigmentation with in a batch is a natural occurrence
and accepted by the industry as normal. This variation adds unique beauty to the finished surface.

Page | 73
Part 3 : Conditions of Contract & Contract Forms

It should be confirmed to Indian or International standard shall be of specified size and make or
equivalent. Tiles shall be free from cracks, grazes, spots, chipped edges and corners. Variation in size
shall belimited to + 1.5 mm. Thickness shall be 8 to 10 mm thick.

Bed of tiles

This shall be 12mm thick cement mortar 1:3 (1-cement: 3-coarse sand). Water, cement and sand shall be
as per item no. 2. Mortar of proportion 1:3 shall be laid over wire brushed cleaned, wetted and mopped
prepared back-ground.

Workmanship

Tiles shall be laid in accordance to IS specifications and instructions of Engineer-in-charge. Tiles shall be
fixed by using tile adhesive (cement based) as specified about 3-6 mm on floor. Adhesive well combed
and tile fixed with twist method to correct position. Tiles shall be positioned by tapping with wooden
hammer and level checked with straight edge 2-3 metre long. Joints shall be as as thin as possible.
Joints shall be cleaned thoroughly and grouted with site made white cement grout or as directed by the
Engineer. Joints shall be cleaned thoroughly and grouted with site made grout. White or colour grout
shall be prepared by mixing quartz powder with colour pigments added to cement as per colour of tiles
or as directed by the Engineer. Grout shall be a thick paste and tooled into joints and area of the tile
cleaned with a damp cloth. Grouting shall be cured by wet curing for 7 days.

Mode of Payment

he Unit rate flooring shall include the cost of all material,tool and plant required for mixing, laying of
base layer in true level and slope as required applying & placing tiles in position, compacting, curing
mirror polishing.

Page | 74
Payment shall be made on the basis of Sqm of work done.

Item 30: Providing and laying Ceramic tiles 6mm thick in skirting risers of steps and dado on 10mm thick
cement plaster 1:3 (1-cement : 3-coarse sand) and jointed with white cement slurry (upto 10 Ton)

1.0. Materials

Water shall conform to M-1. Cement mortar shall conform to M-11. Ceramic tiles 6mm thick in
skirting risers of steps and dado on 10mm thick cement plaster 1:3 (1-cement : 3-coarse sand) and
jointed with white cement slurry as approved by Engineer in charge and shall conform to relevant
Indian standard.

2.0. Workmanship

2.1. Preparation of Surface:

In case of brick masonry wall, the joints shall be raked out to a depth of least 10 mm. while the
masonry is being laid. In case of concrete wall the surface shall be chiseled and roughed with wire
brushes. The surface shall be cleaned and wetted thoroughly before commencing the laying work.

2.2. Laying ;

2.2.1. The wall surface shall be covered with 10 mm. thick plaster of cement plaster 1:3 mix and allowed
to harden. The plaster shall be roughened with wire brushes both way. The back of tiles shall be floated
with grey cement slurry set and edges with white cement slurry in bedding mortar. The tiles shall be
gently tapped in position on after the other keeping the joints as thin as possible. Top of skirting or
dedo shall be truly horizontal and the joints vertical or as per required pattern.

2.2.2. Risers of steps, skirting and dedo shall rest on top of treads or flooring where full size tiles
cannot be fixed. They shall be cut to the required size and the edges be smoothened.

2.2.3. The joints shall be cleaned and flush pointed with white cement. The surface shall be kept wet
for seven days. After curing the surface shall be washed clean.

3.0. Mode of measurements and payment

3.1. The rate shall include the cost of all materials and labour required for various operations
described above.

Page | 75
Part 3 : Conditions of Contract & Contract Forms

Risers of steps : skirting and dedo shall be measured in square meters, length and height shall be
measured along the finished face of the skirting or dedo including curves, where special such as covers
internal and external angles, etc. used. The length and height shall be measured correct lo the
centimeter except in case of risers and skirting where height shall be measured correct to 3 mm.

3.2. The rate shall be for a unit of one sq. meter.

Item 31: Providing and laying Ceramic tiles 6mm thick in flooring treads of steps and landing laid on a
bed of 12mm thick cement mortar 1:3 (1- cement : 3- coarse sand ) finishing with flush pointing in white
cement. (upto 10 ton)

The work shall be executed as per specification of Item No.22 except the work is for Providing and
laying Ceramic tiles 6mm thick in flooring treads of steps and landing laid on a bed of 12mm thick
cement mortar 1:3 (1- cement : 3- coarse sand ) finishing with flush pointing in white cement.

Item 32: Providing and fixing eco-friendly light weight calcium silicate false ceiling tiles having regular
edge & 15 mm Thick Densified edges on the Tile Periphery for Extra Strength The Light weight calcium
silicate ceiling tiles shall have , light reflection 85% non combustible as per B.S. 476 part IV, 100%
humidity resistance and also having thermal conductivity0.043° w/m KC.for the best thermal Insulation .
The Light weight calcium Silicate tile shall be of approved texture Fine fissured/ Spintone/Cosmos
having NRC value of
0.5 & Globe having NRC value of 0.75 NRC or
equivalent of size 595 X 595 mm to be laid on true horizontal level suspended inter locking metal grid of
hot dipped galvanized steel sections (galvanizing @120 grams per sqm including both side) consisting
of main ‘T’ runner suitably spaced at joints to get required length and size of 24X38mm made from 0.30
mm thick (minimum) sheet, 1200mm centre to centre, and cross ‘T’ of size 24X28mm made out of
0.33mm (Minimum) sheet spaced 1200mm along spaced between main ‘T’ at 600mm centre to centre
to form agrid of 1200X600mm and secondary cross ’T’ of length 600mm and size 24x28mm made
of 0.30 mm thick (Minimum) sheet to be interlocked at middle of the 1200X600mm panel to form grid
of size 600X600mm resting on periphery walls/partitions on a perimeter wall angle pre- coated steel of
size (24X24X3000mm made of 0.40mm thick (minimum) sheet with the help of rawl plugs at 450mm
centre to centre with 25mm long dry wall screws @ 230mm interval and laying 15mm thick Densified
edges light weight calcium silicate ceiling tiles of approved texture (Fine Fissured/Cosmos/Spintone) in
Page | 76
the grid including, cutting /making opening for services like diffusers, grills, light fittings, fixtures,
smoke detectors etc., wherever required, Main ‘T’ runners to be suspended from ceiling using G.I.
slotted cleats of size 25X35X1.6mm fixed to ceiling with 12.5mm dia and 50mm long dash fasteners,
4mm G.I. adjustable rods level clips of size 85X30X0.8mm, spaced at 1200mm centre to centre long
main ‘T’ bottom exposed with 24mm of all T-sections shall be pre-baked paint, for all heights, as per
specifications, drawings and as directed by engineer-in-charge.Note:- Only calcium silicate false ceiling
area will be measured from wall to wall. No deduction shall be made for exposed frames/opening (cut
outs) having area less than 0.30 sqm. The calcium silicate ceiling tiles shall have NRC. Value of 0.50
(Minimum) for Fine fissured/Spintone/Cosmos and 0.75 NRC for Globe, light reflection 85% non-
combustible as per B.S. 476 part IV, 100% humidity resistance and also having thermal conductivity.
0.043° w/m KC.for the best thermal Insulation.

The work shall be performed by :

Providing and fixing eco-friendly light weight calcium silicate false ceiling tiles having regular edge & 15
mm Thick Densified edges on the Tile Periphery for Extra Strength The Light weight calcium silicate
ceiling tiles shall have , light reflection 85% non combustible as per B.S. 476 part IV, 100% humidity
resistance and also having thermal conductivity0.043° w/m KC.for the best thermal Insulation .

The Light weight calcium Silicate tile shall be of approved texture Fine fissured/ Spintone/Cosmos
having NRC value of
0.5 & Globe having NRC value of 0.75 NRC or
equivalent of size 595 X 595 mm to be laid on true horizontal level suspended inter locking metal grid of
hot dipped galvanized steel sections (galvanizing @120 grams per sqm including both side) consisting
of main ‘T’ runner suitably spaced at joints to get required length and size of 24X38mm made from 0.30
mm thick (minimum) sheet, 1200mm centre to centre, and cross ‘T’ of size 24X28mm made out of
0.33mm (Minimum) sheet spaced 1200mm along spaced between main ‘T’ at 600mm centre to centre
to form agrid of 1200X600mm and secondary cross ’T’ of length 600mm and size 24x28mm made
of 0.30 mm thick (Minimum) sheet to be interlocked at middle of the 1200X600mm panel to form grid
of size 600X600mm resting on periphery walls/partitions on a perimeter wall angle pre- coated steel of
size (24X24X3000mm made of 0.40mm thick (minimum) sheet with the help of rawl plugs at 450mm
centre to centre with 25mm long dry wall screws @ 230mm interval and laying 15mm thick Densified
edges light weight calcium silicate ceiling tiles of approved texture (Fine Fissured/Cosmos/Spintone) in
the grid including, cutting /making opening for services like diffusers, grills, light fittings, fixtures,
smoke detectors etc., wherever required, Main ‘T’ runners to be suspended from ceiling using G.I.
slotted cleats of size 25X35X1.6mm fixed to ceiling with 12.5mm dia and 50mm long dash fasteners,
4mm G.I. adjustable rods level clips of size 85X30X0.8mm, spaced at 1200mm centre to centre long

Page | 77
Part 3 : Conditions of Contract & Contract Forms

main ‘T’ bottom exposed with 24mm of all T-sections shall be pre-baked paint, for all heights, as per
specifications, drawings and as directed by engineer-in-charge.

Note:- Only calcium silicate false ceiling area will be measured from wall to wall. No deduction shall be
made for exposed frames/opening (cut outs) having area less than 0.30 sqm. The calcium silicate ceiling
tiles shall have NRC. Value of 0.50 (Minimum) for Fine fissured/Spintone/Cosmos and 0.75 NRC for
Globe, light reflection 85% non- combustible as per B.S. 476 part IV, 100% humidity resistance and also
having thermal conductivity. 0.043° w/m KC. for the best thermal Insulation.

Mode of Measurement & Payment

The payment shall be made for a unit of one square meter including materials & labour used for
the same work.

Item 33: Constructing Sandwitch Platform of 18 to 25 mm thick Polished Black Granite at top and 25
mm thick Kota stone slab using cement mortar 1:3 for sandwich and fitting at bottom & edges with
waterproof rigid adhesives including
macking necessary grooves in walls with Vertical Kotastone 30 mm x 2 No sandwitch thick every 60
cm centre to cenre including all labour material of approved quality incl. full moulded round front edge
fixed in wall for partition and jointed with grey cement slurry including rubbing and polishing etc.
complete

Materials :

Water shall confirm to M-1. Cement shall confirm to M-3. Sand shall confirm to M-6, burnt brick
shall confirm to M-15. Rough kota stone shall confirm to M-48. Granite shall to M-52.

Workmanship :

Item No. 96 comprises of 18 mm thick polished granite stone at top and 25mm thick Kota stone slab of
approved quality.

The sand witch type platform shall be erected with 2 Nos. on three places of 18mm thick polished
granite stone with a height of 75 cm. and 0.75 width and with horizontal shelves of 60 cm x 75 cm.
making groove of at least 50 mm in existing wall and vertical granite stone shall be inserted on to the
groove and 60 cm. shall be clear from the wall surface shall be visible. The height of granite stone shall
be 80 cm. from the floor surface. Each stone shall be erected at a distance of at least 25 mm. and shall
be filled it with cement mortar of 1:3 (1: cement, 3 : coarse sand). The rough Kotah stone shall be laid

Page | 78
horizontally over the vertical post. The bedding of cement mortar of 1:3 (1 cement, 3 coarse sand) shall
be laid on top of at least 20 mm in thickness. After laying of bedding the 18 mm thick granite stone shall
be laid in line and level so as to drain of the water easily on to the kitchen sink. The space for the sink
shall be cut to the size of sink with the help of cutting machine. The edges of the Kitchen platform shall
be covered with 10 cm. thick strip and shall be fixed with glue i.e. by epoxy type materials i.e. resin and
hardener (Araldite type materials) and kept the same for curing up to 12 hours. The edges of the vertical
strip shall be made half round by grinding machine and the grinded surface shall be polished as good as
top surface. The granite stone shall be of approved quality as per the instruction of Engineer-in-charge.

The measurements and payment shall be made on Square meter basis.

Item 34: Providing and fixing chromium plated brass half trun flush cock of approved quality including
fixing in pipe line etc. complete ( ii ) 25 mm dia.

General

This work shall consist of providing and fixing chromium plated brass half trun flush cock of approved
quality including fixing in pipe line etc. complete 25 mm dia. as approved by the Engineer in charge.

1.0 MATERIAL

Flush Cock

1.1. Half turn flush cosfc (Heavy weight) shall be of gun metal chromium plated of diameter as
specified in the description of the item. The flush cock shall conform to relevant Indian Standard.

1.2 Flush cock shall be polished chrome of best quality.

2.0. WORKMANSHIP

Curing, Laying & Jointing

2.1. When the Flush cock is to be fitted, the ends shall be carefully filed out so that no obstruction to
bore in offered. The Bib cock shall be fitted with pipes carefully in such a manner as will not result in
slackness of joints when the two pieces are screwed together

Page | 79
Part 3 : Conditions of Contract & Contract Forms

2.2 In jointing the Flush cock the inside of the socket and the screwed end of the Flush cock shall be
oiled and smeared with the white or red lead and wrapping around with a few turns of fine spun yarn
round the screwed end of the Flush cock. The end shall then be tightly screwed in the socket, Tees etc
with a pipe wrench Care shall be taken that all items are free from dust, dirt and rust during fixing Burr
from the joints shall be removed after screwing After laying the open ends of the Flush cock shall be
temporarily plugged to prevent excess of water soil or any other foreign matter.

2.3. Any threads exposed after jointing shall be painted or in the case of underground piping thickly
coated with approved anti corrosive paint to prevent corrosion.

TESTING OF JOINTS

After fitting, the Flush cock shall be inspected under working conditions of pressure and flow. Any
joints found liken shall be redone, and all leaking Flush cock shall be removed and replaced without
extra cost.

The Flush cock after they are fitted shall be tested to hydraulic pressure of 6 kg / sq. cm. The Flush cock
shall be slowly and carefully charged with water allowing all air to escape and avoiding all shock and
water hammer. The draw off takes and stop cock shall then be closed and specified hydraulic pressure
shall be applied gradually. The Flush cock shall be tested in sections as the work laying proceeds,
veeping the joints exposed for inspection during the testing.

3.0 MODE OF MEASUREMENT & PAYMENT :

3.1. The unit rate of full turn brass flush tap shall include the cost of all materials, tools and plant
required for fitting, the same to specified position as per drawings, and as directed by Engineer in
charge finishing structure, etc. and all other incidental expenses for producing Flush cock work to
complete the structure or its components as shown on the drawings, and as directed by Engineer in
charge and according to these specifications. They shall also include the cost of making, fixing and
removing of all scaffolding and forms required for the work.

Page | 80
The rate of chromium plated brass half trun flush cock shall include the cost of all labour,
materials, G. I. fittings as required, tools and plant scaffolding and all incidental expenses as described
herein above including testing.

3.2. The chromium plated brass half trun flush cock shall be measured for its Number, limiting
dimensions to those specified on plan or as directed. The rate shall be for a unit of one number.

3.3. The payment will be made on number basis of the finished work.

Item 35: Providing and laying Urinal Flow Sensor Urinal( Star White Color) Make by Hindware including
installing and fitting as per manufacturers standards by skilled trained plumber including testing etc
complete quality and brand as approved by Engineer in charge.

MATERIAL

This work shall consist of providing and fixing Urinal Flow Sensor Urinal (Star White Color) make by
Hindware as approved by the Engineer in charge.

WORKMANSHIP:

This work shall be performed by installing and fitting as per manufacturers standards by skilled trained
plumber including testing etc complete quality and brand as approved by Engineer in charge.

MODE OF MEASUREMENT AND PAYMENT

The payment will be made on number basis of the finished work.

Item 36:Providing laying and jointing in true line and level, Consil 25mm dia. U.P.V.C. Pipe
(SCH- 40) for cold water including fittings make PRINCE / SUPREME / ASTRAL / FINOLEX or equivalent
as approved by Engineer In Charge. Pipe shall be fixed on the wall with the help of clamp at every two
metre C/C or shall be concelled as directed including necessary 25mm tube MT fittings, such as such
ruducing coupler, union, band plug, endcap, pipe clip, Tee, hex nipple, elbow, cuopler,..etc complete As
directed By Engineer in Charge & using bonding materials.fittings etc. including testing of pipe and
joints and fixing the same with adhesive solvent, including cost of all materials, Labours. Etc.

1.0 Materials

1.1. The specified dia. U.P.V.C. pipes of ISI mark of approved quality shall be used.

Page | 81
Part 3 : Conditions of Contract & Contract Forms

2. Workmanship

U.P.V.C. pipes and fittings shall be of the diameter, size and type specified in the item. The pipe shall be
full lengths of 2 meter as far as possible. All the pipes shall be fixed on wall face at locations indicated
on drawings or as ordered by the Engineer-in-charge. Pipe shall be secured to face of wall below all
joints by M.S. clamps with wooden gut ties. The spigot of the upper pipe shall be properly fitted into
the socket of the lower pipe such that there is uniform annular space for fitting with the jointing
materials. One third depth of annular space between the item. The pipe shall be full lengths of 2 meter
as far as possible. All the pipes shall be fixed on wall face at locations indicated on drawings or as
ordered by the Engineer-in-charge. Pipe shall be secured to face of wall below all joints by M.S. clamps
with wooden gut ties.The spigot of the upper pipe shall be properly fitted into the socket of the lower
pipe such that there is uniform annular space for fitting with the jointing materials. One third depth of
annular space between the socket and the spigot shall be filled with spun-yarn soaked in bitumatic
jointing compound and shall be pressed home by means of caulking tool. The remaining 2/3 depth of
the joints shall be filled in with stiff cement mortar 1:2 and shall be pressed with caulking tool and
finished smooth at top at an angle of 45 sloping up. The joints shall be filled with cement mortar 1:2 (1
cement : 2 sand) span spun yarn. The joints shall be filled with cement mortar 1.2 (1 cement : 2 sand) and
spurn yarn. The pipes without care shall be fixed to wall with M.S. clamps The pipes will earns shall be
secured with 100 mm before steel or iron barrel distance pieces or boils and stout galvanised iron nails
10 cms long into hand wool plug fixed in walls. Access doors to fittings shall be provided with 3 mm.
rubber insertion packing and secured without screws to made air and water tight.All soil pipes shall be
earned up above the roof and shall have a wire ball on guarded or a cowl.The ventilating pipe or shaft
shall be carried out to a height of at least one meter above the outer covering of the roof of the
building or in the case of windows in a gable wall or a dormer windows, it shall carried up to a ridge of
the roof or at least tow meters above the top of the windows. In case of flat roof to which access for
use is provided, it shall be carried out up to a height of at least on meter above the parapet or two
meters measured vertically from the top of any windows or opening which any exist up to a horizontal
distance of five meters from the vent pipe into such building and in no case shall be carried out to a
height less then three meters.Where ventilating pipes are carried in pipe shafts, the shaft shall be of a
minimum size of one meter. If !he shells are also used to give fight and air to rooms, the ventilating
pipes must be carried out to a horizontal distance at root level not loss than five meter from the site of
the shaft. The sand cast iron pipes above parapet shall be fixed with M.S. clamps and stays. The clamps
shall be made from 1.5 mm. thick MS flat or 3 mm. width band to the required shape and size to fit
tightly one the sockets when tightened with screw bolts. It shall be formed of two semi circular pieces
with flanged ends on both sides, with holes to fit in the screw bolts and nuts 100 mm. dia. M.S. Bars,
One end of the stay shall be bent to form a hook to be fixed with clamps by means of bolts and the
other end shall be bent for embedding in wall in cement concrete block of size 200 mm. x 100 mm. x
100 mm. in 1:2:4 mix. The concrete shall be finished to match the surrounding surfaces.

Page | 82
The connection between the main pipe and branch pipes shall be made by using branches and bends
with access doors for cleaningThe waste from lavatories, kitchens basins, sinks, baths and other floor
traps shall be separately connected to respective stacks of upper floor. The waste stack of lavatories
shall be connected directly to main hole while the waste stack of other shall be separately discharged
over gulley trap.

3.0. Measurements

The length of pipe shall be measured including all fittings along its length in running meters correct to a
centimeter. No allowance shall be made for the portion of pipe length entered in the sockets of the
adjacent pipe of fittings.

The rate includes all labour, and materials, tools and plant etc. required for satisfactory completion of
this item.

The rate shall be for a unit of One running meter.

Item 37: Providing laying and jointing in true line and level, Consil 50mm dia. U.P.V.C. Pipe (SCH- 40) for
cold water including fittings make PRINCE /
SUPREME / ASTRAL / FINOLEX or equivalent asapproved by Engineer In Charge. Pipe shall be fixed
on the wall with the help of clamp at every two metre C/C or shall be concelled as directed including
necessary 50 mm tube MT fittings, such as such ruducing coupler, union, band plug, endcap, pipe clip,
Tee, hex nipple, elbow, cuopler,..etc complete As directed By Engineer in Charge & using bonding
materials.fittings etc. including testing of pipe and joints and fixing the same with adhesive solvent,
including cost of all materials, labours etc.

The work shall be executed as per specification of Item No.36 except the work is for providing laying
and jointing in true line and level, Consil 50mm dia. U.P.V.C. Pipe (SCH- 40) for cold water including
fittings make PRINCE /
SUPREME / ASTRAL / FINOLEX or equivalent asapproved by Engineer In Charge. Pipe shall be fixed
on the wall with the help of clamp at every two metre C/C or shall be concelled as directed including
necessary 50 mm tube MT fittings, such as such ruducing coupler, union, band plug, endcap, pipe clip,
Tee, hex nipple, elbow, cuopler,..etc complete As directed By Engineer in Charge & using bonding
materials.fittings etc. including testing of pipe and joints and fixing the same with adhesive solvent,
including cost of all materials, labours etc.

Item 38: Providing and fixing 600mm x 450mm bevelled edge mirrror of superior glass mounted on
6mm thick A.C. sheet or plywood sheet and fixing to wooden pluge with C.P. brass screws and washers.
Page | 83
Part 3 : Conditions of Contract & Contract Forms

The item shall be providing and fixing 600mm x 450mm bevelled edge mirrror of superior glass
mounted on 6mm thick A.C. sheet or plywood sheet and fixing to wooden plugs with C.P. brass screws
and washers.

All necessary fittings and laborers cost include in this items. The payment shall be made on Number
basis

Item 39: Providing & fixing fiber / PVC Netlon Jali I Mosquate of Best Quaility approved by Engineer
including necessarty fittings, 35mm vide velcrow, 40mm vide X 12mm thick Teak Wood Patti, stric etc
completed as directed by Engineer in charge.

The work shall be done as under:

Providing & fixing fiber / PVC Netlon Jali I Mosquate of Best Quaility approved by Engineer

It inciudes necessarty fittings, 35mm vide velcrow, 40mm vide X 12mm thick Teak Wood Patti, stric etc
completed as directed by Engineer in charge.

The measurement and payment shall made on the sqmt basis of completed work.

Item 40: Providing and fixing Granite of 18 to 20mm thick having minimum single plece length of 210mm
to be fixed on Walls to act as Study Table/ Wash Basin, including fixing the same using cement mortar in
proportion 1:1 etc. comp, Necessary Grove in Walls By Machine, Front Side Round the edge and cutting
hole in granite stone for wash basin, Computer Wire, including rubbing and polishing finishing jointed
with grey cement slurry including rubbing and polishing finishing etc complete. etc complete.. with all
labour & material & equipment.....etc. Completed as directed by Engineer-in-charge (A) Granite slab
18mm thick

The work shall be executed as per specification of Item No.22 except the work is for providing and
fixing Granite of 18 to 20mm thick having minimum single plece length of 210mm to be fixed on Walls to
act as Study Table/ Wash Basin, including fixing the same using cement mortar in proportion 1:1 etc.

Page | 84
comp, Necessary Grove in Walls By Machine, Front Side Round the edge and cutting hole in granite
stone for wash basin, Computer Wire, including rubbing and polishing finishing jointed with grey
cement slurry including rubbing and polishing finishing etc complete. etc complete.. with all labour &
material & equipment.....etc. Completed as directed by Engineer-in-charge (A) Granite slab 18mm thick

Item 41: Providing and fixing Table Top wash basin Jaguar Continental series CNS-WHT-WB03 with pillar
cock (LYR-3805B ), waste coupling, fisher union, bottle trap, angular stop cock, etc complete unit of
jaguar Brand (or equivalent) including installing and fitting as per manufacturers standards by skilled
trained plumber including testing etc complete - quality and brand as approved by engineer in charge.
(Providing and fixing granite table top is to be paid separately)

1.0. Materials

1.1. The white vitreous china Table Top basin (Jaguar Continental series CNS-WHT-WB03 shall be first
quality and make as approved by the Engineer-in-charge. The wash basin shall conform to M-59.

2.0. Workmanship

2.1. The first quality white vitreous china Table Top basin shall be fixed on the wall as and where
directed. The wash basin shall be supported on a pair of M.S. or C.I. brackets fixed in C.M. 1:3 (1 cement :
3 sand). The bracket shall conform to I.S. : 775-1962. The wall plaster on the rear shall be cut to rest the
top edge of the washbasin. After fixing the basing, plaster shall be made good and surface finished to
match the existing one.

2.2. The brackets shall be painted white with ready mixed paint.

2.3. The Bottle trap and union shall be connected to suitable dia. waste pipe which shall be suitably
bent towards the wall and which shall discharge into an open drain leading to a gully trap or direct in to
gully trap on the ground floor and shall be connected to a waste pipe through a floor trap on the upper
floors. Bottle trap and union may not be provided where the surface drain or a floor trap is placed
directly under the basin and the waste is discharged in to vertically.

2.4. The height of the front edge to the wash basin from the floor level shall be 80 cms.

2.5. The necessary inlet, outlet connections and fittings such as pillar cocks (LYR-3805B ),, bottle trap
waste pipe, chain wish rubber plug , waste coupeling, fisher union, bottle trap, angular stop cock, etc
Page | 85
Part 3 : Conditions of Contract & Contract Forms

complete unit of jaquar Brand (or equvalant) including installing and fitting as per manufacturers
standards by skilled trained plumber including testing etc complete etc. shall be fixed.

2.6. The payment of providing and fixing granite table top shall be paid separately.

3.0. Mode of measurements & payment

3.1. The rate shall be for a unit of one number.

Page | 86
Item 42: Providing and fixing Bib taps of 15 mm dia size of Jaquar Branch (Or equivalent) Quality and
brand as Approved by Engineer in charge. Including fitting the same by skilled trained plumber as per
manufacturers standard as directed

General

This work shall consist of providing and fixing Bib taps of 15 mm dia size of Jaquar Branch (Or
equivalent) Quality and brand as Approved by Engineer in charge.

1.0 MATERIAL

Bib Cock

1.1. Bib cock of specified 15 mm diameter nominal bore shall conform to I.S. 781-1977. The Bib Cock
shall be best Indian make and quality .

1.2 Bib cock shall be polished chrome of best quality.

1.3 A Bib cock is a draw off tap with a horizontal inlet and free outlet. A stop cock is a valve with a
suitable means of connection of insertion in a pipe line for controlling or stopping the flow.

1.4 They shall be screw down type and or polished chrome and of diameter as specified in the
description of the item. They shall conform to I.S 781-1977 and they shall be of best Indian make. They
shall be polished chrome.

1.5 The minimum finished weight of bib cock and stop cock shall be as given below

Diameter Bib cock Stop Cock Diameter Bib cock Stop cock

Page | 87
Part 3 : Conditions of Contract & Contract Forms

8 mm 0.25 kg. 0.25 kg. 15 mm 0.40 kg. 0.40 kg.

10 mm 0.30 kg. 0.35 kg. 20 mm 0.75 kg. 0.75 kg.

1.6. The necessary galvanized fittings like Nipple, casing etc. of best quality and makes as approved
by the Engineer-in-charge required for specified dia. bore bib cock shall be used for fitting Bib cock as
necessary.

2.0. WORKMANSHIP

Curing, Laying & Jointing

2.1. When the Bib cock is to be fitted, the ends shall be carefully filed out so that no obstruction to
bore in offered. The Bib cock shall be fitted with pipes carefully in such a manner as will not result in
slackness of joints when the two pieces are screwed together

2.2 In jointing the Bib cock the inside of the socket and the screwed end of the Bib cock shall be
oiled and smeared with the white or red lead and wrapping around with a few turns of fine spun yarn
round the screwed end of the Bib cock. The end shall then be tightly screwed in the socket, Tees etc
with a pipe wrench Care shall be taken that all items are free from dust, dirt and rust during fixing Burr
from the joints shall be removed after screwing After laying the open ends of the Bib cock shall be
temporarily plugged to prevent excess of water soil or any other foreign matter.

2.3. Any threads exposed after jointing shall be painted or in the case of underground piping thickly
coated with approved anti corrosive paint to prevent corrosion

TESTING OF JOINTS

Page | 88
After fitting, the Bib cocks shall be inspected under working conditions of pressure and flow. Any joints
found liken shall be redone, and all leaking Bib cocks shall be removed and replaced without extra cost.

The Bib cocks after they are fitted shall be tested to hydraulic pressure of 6 kg / sq. cm. The Bib cock
shall be slowly and carefully charged with water allowing all air to escape and avoiding all shock and
water hammer. The draw off takes and stop cock shall then be closed and specified hydraulic pressure
shall be applied gradually. The Bib cocks shall be tested in sections as the work laying proceeds, veeping
the joints exposed for inspection during the testing.

3.0 MODE OF MEASUREMENT & PAYMENT :

3.1. The unit rate of full turn brass bib tap shall include the cost of all materials, tools and plant
required for fitting, the same to specified position as per drawings, and as directed by Engineer in
charge finishing structure, etc. and all other incidental expenses for producing Bib cock work to
complete the structure or its components as shown on the drawings, and as directed by Engineer in
charge and according to these specifications. They shall also include the cost of making, fixing and
removing of all scaffolding and forms required for the work.

The rate of full turn brass bib tap shall include the cost of all labour, materials, G. I. fittings as
required, tools and plant scaffolding and all incidental expenses as described herein above including
testing.

3.2. The full turn brass bib tap shall be measured for its Number, limiting dimensions to those
specified on plan or as directed. The rate shall be for a unit of one number.

3.3. The payment will be made on number basis of the finished work.

Item 43: Providing and fixing Toilet paper holder with flap of Jaquar Brand (Or equivalent) Quality and
brand as Approved by Engineer in Charge. Including fitting the same by skilled trained plumber as per
manufacturers standard as
Directed

All necessary fittings and labored cost include in this items. the payment shall be made on number
basis.

Page | 89
Part 3 : Conditions of Contract & Contract Forms

Item 44: Providing and fixing shop dish of jaquar Branch (Or Equivalent) Quality and brand as Approved
by Engineer in charge. Including fitting the same by skilled trained plumber as per manufacturers
standard as directed.

All necessary fittings and labored cost include in this items. the payment shall be made on number
basis.

Item 45: Providing and laying wash down water closet (european type WallHung WC pan) Florentine
series FLS-WHT 0111B including providing and fixing metropole Flush cock seat cover, jet wash etc
complete unit of jaquar Branch (or equvalant)
including installing and fitting as per manufacturers standards by skilled trained plumber
including testing etc complete quality and brand as approved by Engineer in charge.

Materials

Wash down water closet (European type W.C. Pan) shall conform to M-60. Cement mortar shah
conform to M-11.

2.0. Workmanship

2.1. The closet shall be fixed to the floor by means of 75 mm. long 6.5 mm. diameter counter sunk
bolts and nuts embedded in the floor concrete using rubber or before washers so as not to allow any
lateral displacement The joint between the trap of W.C. and soil pipe shall ho made with C M. 1:1 (1
cement : 1 fine sand).

3.0. Mode of measurements and payment

3.1. The rate shall includes the cost of all materials and labour involved in all the operations
described under workmanship.

3.2. The rate includes cost of all labour for fixing pans and sent and cover, inlet, connections etc.
complete including testing the same. The payment of seat and cover shall be made separately.

3.3. The rate shall be for a unit of Each.

Page | 90
Item 46: Providing and fixing Towel ring of Jaquar Brand (or equivalent) Quality and brand as Approved
by Engineer in Charge. Including fitting the same by skilled trained plumber as per manufacturers
standard as directed

1.0. Materials :

Premium quality Towel Ring of Jaquar ACN-1121N or equivalent make shall conform to I.S. 781-
1977. The square Towel Ring shall be of Jaquar or equivalent make and as approved by the Engineer in
charge.

2.0. Workmanship

2.1. The Premium quality Towel Ring in polished chrome as specified above shall be fixed as directed
by Engineer in charge. The bracket to hold the towel ring should be fixed on the wall in proper position
or as directed by engineer in charge consisting of operating lever, wall flange (with seab) & button only.

The Premium quality Towel Ring in polished chrome shall be fixed as per the approved design and
drawings supplied by the Engineer in charge.

3.0. Mode of measurements and payment

3.1. The rate includes cost of all labour, materials, tools and plant etc. required for satisfactory
completion of this item.

3.2. The rate shall be for a unit of One Number.

Item 47: Providing and fixing PVC SWR Nahni trap IS 14735 for drain - 100 mm diameter with jali of the
following nominal diameter of self cleansing design with C.I scread down or hinged grating including
the cost of cutting and making good the
Walls.

1.0. Materials

1.1. The PVC SWR Nahni Trap IS 14735 for drain with jali shall conform to M-69. The C.I. hinged or
screwed down cover shall be of best quality and approved by Engineer in charge.

2.0. Workmanship
Page | 91
Part 3 : Conditions of Contract & Contract Forms

2.1. The PVC SWR Nahni Trap with 100 mm. dia inlet and 50 mm. dia. outlet shall be fixed as per
drawing or as directed.

2.2. The PVC SWR Nahni Trap shall be jointed with C.I. pipe, 100 mm. dia. with lead joints. The lead
joints shall be done in conformation with I.S. 782-1976.

3.0. Mode of measurements and payment

3.1. The rate includes cost of RCC slab hole, all labour, materials, tools and plants etc. required for
satisfactory completion of this item including lead, jointing and testing.

3.2. The rate shall be for a unit of one number.

Item 48: Providing erecting and fixing double coated Syntex PVC. (ISI) water tank of required capacity
each with all necessary fittings and connection
etc. complete on terrace.

The double coated Syntex PVC. (ISI) water tank of required capacity as directed by engineer - in-
charge. It shall conform to relevant I.S. specification. The tank shall be of best quality and free from any
defects. The tank shall have outlet required diameter. The outlet shall be connected as specified by
Engineer - in- Charge. The flushing tank shall be provided with inlet - outlet and over-flow pipes. The
inlet & outlet pipes to water tank shall be fitted with necessary valves to control water supply. the
water tank shall also be provided with necessary fittings as directed by Engineer in charge.

MODE OF MEASUREMENT AND PAYMENT

It shall be made on the litre capacity basis of water tank including material, all fittings & labour charge
to complete the work as specified.

Item 49: Supply, fixing and commissioning of 1x36 W tubelight fitting with lamp (Philips make Batten
TMS21/136 HPF series (Box Type with reflector) or equivalent from Crompton, Bajaj GE). Rate to include
all accessories, interconnection of wires from ceiling rose to the fittings and fluorescent tube /GLS/PL
lamps, copper choke etc.

The work shall be performed by supply, fixing and commissioning of 1x36 W tubelight fitting with lamp
(Philips make Batten TMS21/136 HPF series (Box Type with reflector) or equivalent from Crompton,
Bajaj GE). Rate to include all accessories, interconnection of wires from ceiling rose to the fittings and
fluorescent tube /GLS/PL lamps, copper choke etc.

Page | 92
All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item50: Providing & fixing MS fan hooks with 16 mm dia MS bar bent to shape with hooked ends in RCC
Slab during laying including painting the exposed
Portion.

The work shall be performed by providing & fixing MS fan hooks with 16 mm dia MS bar bent to shape
with hooked ends in RCC Slab during laying including painting the exposed
Portion.

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item51: Supplying and fixing of the ceiling fans of


approved make with detail as below : Sweep :1400/ 1200 mm (as per HPCL requirement)
Colour: White Bearing type : Double ball bearing Down Rod : Clear 300 mm long
Regulator : Electronic type ANCHOR/MK make
Accessories : Screws, wall nuts etc.

The work shall be performed by Supplying and fixing of the ceiling fans of
approved make with detail as below : Sweep :1400/ 1200 mm (as per HPCL requirement)
Colour: White Bearing type : Double ball bearing Down Rod : Clear 300 mm long
Regulator : Electronic type ANCHOR/MK make
Accessories : Screws, wall nuts etc.

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item52: Providing and laying point wiring in concealed conduits for the required points as per drawing/
Engineer-in-charge using 1100V grade PVC insulated, FRLS multistranded 3 x 1.5 sqmm copper conductor
wires. Rate to include supplying, laying and securing in position in roof slabs and brick walls or concrete
columns 25mm dia rigid PVC conduits of approved make with necessary accessories, junction boxes,
pull boxes etc. Rate includes wall chasing and rough plastering. Rate to include providing and fixing in
the brick wall flush type metal switch boxes of approved make, shade and sufficient size to accomodate
all 6A Modular switches/3 pin socket, screws, holders, ceiling roses and fan regulator wherever
required. Rate to include providing and fixing single pole 5A modular plate switches of MK or ANCHOR

Page | 93
Part 3 : Conditions of Contract & Contract Forms

make of approved colour. One switch shall be provided for each light and fan point. Rate to also
include providing main circuit wiring from DB to switch boards with 2.5 sqmm copper wire.

The work shall be performed by Providing and laying point wiring in concealed conduits for the required
points as per drawing/ Engineer-in-charge using 1100V grade PVC insulated, FRLS multistranded 3 x 1.5
sqmm copper conductor wires. Rate to include supplying, laying and securing in position in roof slabs
and brick walls or concrete columns 25mm dia rigid PVC conduits of approved make with necessary
accessories, junction boxes, pull boxes etc. Rate includes wall chasing and rough plastering. Rate to
include providing and fixing in the brick wall flush type metal switch boxes of approved make, shade
and sufficient size to accomodate all 6A Modular switches/3 pin socket, screws, holders, ceiling roses
and fan regulator wherever required. Rate to include providing and fixing single pole 5A modular plate
switches of MK or ANCHOR make of approved colour. One switch shall be provided for each light and
fan point. Rate to also include providing main circuit wiring from DB to switch boards with 2.5 sqmm
copper wire.

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item53: Providing and laying point wiring in concealed conduits for the required points as per drawing/
Engineer-in-charge using 1100V grade PVC insulated, FRLS multistranded 3 x 1.5 sqmm copper conductor
wires. Rate to include supplying, laying and securing in position in roof slabs and brick walls or concrete
columns 25mm dia rigid PVC conduits of approved make with necessary accessories, junction boxes,
pull boxes etc. Rate includes wall chasing and rough plastering. Rate to include providing and fixing in
the brick wall flush type metal switch boxes of approved make, shade and sufficient size to
accomodate all 6A Modular switches/3 pin socket, screws, holders, ceiling roses and fan regulator
wherever required. Rate to include providing and fixing single pole 5A modular plate switches of MK or
ANCHOR make of approved colour. One switch shall be provided for each light and fan point. Rate to
also include providing main circuit wiring from DB to switch boards with
2.5 sqmm copper wire. ( Two Way Switch)

The work shall be performed by : Providing and laying point wiring in concealed conduits for the
required points as per drawing/ Engineer-in-charge using 1100V grade PVC insulated, FRLS multistranded
3 x 1.5 sqmm copper conductor wires. Rate to include supplying, laying and securing in position in roof
slabs and brick walls or concrete columns 25mm dia rigid PVC conduits of approved make with
necessary accessories, junction boxes, pull boxes etc. Rate includes wall chasing and rough plastering.
Rate to include providing and fixing in the brick wall flush type metal switch boxes of approved make,
shade and sufficient size to
accomodate all 6A Modular switches/3 pin socket, screws, holders, ceiling roses and fan regulator
Page | 94
wherever required. Rate to include providing and fixing single pole 5A modular plate switches of MK or
ANCHOR make of approved colour. One switch shall be provided for each light and fan point. Rate to
also include providing main circuit wiring from DB to switch boards with
2.5 sqmm copper wire. ( Two Way Switch)

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item54: Providing and laying point wiring in concealed conduits for the required points as per drawing/
Engineer-in-charge using 1100V grade PVC insulated, FRLS multistranded 3 x 1.5 sqmm copper conductor
wires. Rate to include supplying, laying and securing in position in roof slabs and brick walls or concrete
columns 25mm dia rigid PVC conduits of approved make with necessary accessories, junction boxes,
pull boxes etc. Rate includes wall chasing and rough plastering. Rate to include providing and fixing in
the brick wall flush type metal switch boxes of approved make, shade and sufficient size to accomodate
all 6A Modular switches/3 pin socket, screws, holders, ceiling roses and fan regulator wherever
required. Rate to include providing and fixing single pole 5A modular plate switches of MK or ANCHOR
make of approved colour. One switch shall be provided for each light and fan point. Rate to also
include providing main circuit wiring from DB to switch boards with
2.5 sqmm copper wire. but for 5A socket
controlled by one 5A switch independently mounted including wiring through PVC conduit & providing
and fixing 5A socket (5A SOCKET ON NEW BOARD)

The work shall be performed by Providing and laying point wiring in concealed conduits for the required
points as per drawing/ Engineer-in-charge using 1100V grade PVC insulated, FRLS multistranded 3 x 1.5
sqmm copper conductor wires. Rate to include supplying, laying and securing in position in roof slabs
and brick walls or concrete columns 25mm dia rigid PVC conduits of approved make with necessary
accessories, junction boxes, pull boxes etc. Rate includes wall chasing and rough plastering. Rate to
include providing and fixing in the brick wall flush type metal switch boxes of approved make, shade
and sufficient size to accomodate all 6A Modular switches/3 pin socket, screws, holders, ceiling roses
and fan regulator wherever required. Rate to include providing and fixing single pole 5A modular plate
switches of MK or ANCHOR make of approved colour. One switch shall be provided for each light and
fan point. Rate to also include providing main circuit wiring from DB to switch boards with
2.5 sqmm copper wire. but for 5A socket
controlled by one 5A switch independently mounted including wiring through PVC conduit & providing
and fixing 5A socket (5A SOCKET ON NEW BOARD)

Page | 95
Part 3 : Conditions of Contract & Contract Forms

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item55: Providing and laying point wiring in concealed conduits for the required points as per drawing/
Engineer-in-charge using 1100V grade PVC insulated, FRLS multistranded 3 x 1.5 sqmm copper conductor
wires. Rate to include supplying, laying and securing in position in roof slabs and brick walls or concrete
columns 25mm dia rigid PVC conduits of approved make with necessary accessories, junction boxes,
pull boxes etc. Rate includes wall chasing and rough plastering. Rate to include providing and fixing in
the brick wall flush type metal switch boxes of approved make, shade and sufficient size to accomodate
all 6A Modular switches/3 pin socket, screws, holders, ceiling roses and fan regulator wherever
required. Rate to include providing and fixing single pole 5A modular plate switches of MK or ANCHOR
make of approved colour. One switch shall be provided for each light and fan point. Rate to also
include providing main circuit wiring from DB to switch boards with
2.5 sqmm copper wire. but for AC point with 2
runs of 4 sqmm (P&N) and 1 run of 2.5 sqmm PVC insulated, FRLS multistrand copper cable in PVC
conduit from MCB DB to 20A power-socket. Rate includes supply and fixing of 20A industrial socket
controlled by 20A SP MCB.

The work shall be performed by Providing and laying point wiring in concealed conduits for the required
points as per drawing/ Engineer-in-charge using 1100V grade PVC insulated, FRLS multistranded 3 x 1.5
sqmm copper conductor wires. Rate to include supplying, laying and securing in position in roof slabs
and brick walls or concrete columns 25mm dia rigid PVC conduits of approved make with necessary
accessories, junction boxes, pull boxes etc. Rate includes wall chasing and rough plastering. Rate to
include providing and fixing in the brick wall flush type metal switch boxes of approved make, shade
and sufficient size to accomodate all 6A Modular switches/3 pin socket, screws, holders, ceiling roses
and fan regulator wherever required. Rate to include providing and fixing single pole 5A modular plate
switches of MK or ANCHOR make of approved colour. One switch shall be provided for each light and
fan point. Rate to also include providing main circuit wiring from DB to switch boards with
2.5 sqmm copper wire. but for AC point with 2
runs of 4 sqmm (P&N) and 1 run of 2.5 sqmm PVC insulated, FRLS multistrand copper cable in PVC
conduit from MCB DB to 20A power-socket. Rate includes supply and fixing of 20A industrial socket
controlled by 20A SP MCB.

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Page | 96
Item56: Supply, fixing and commissioning of 1x60 W Bulkhead luminaire & lamp (Phillps catno. NX C
101 or equivalent) - Outside building. Rate to
include all accessories, interconnection of wires from ceiling rose to the fittings.

The work shall be performed by Supply, fixing and commissioning of 1x60 W Bulkhead luminaire &
lamp (Phillps catno. NX C 101 or equivalent) - Outside building. Rate to
include all accessories, interconnection of wires from ceiling rose to the fittings.

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item57: PLATE EARTHING Construction of Earth Pit as per IS 3043 at various Retail Outlets under Rajkot
Retail Region. Job includes
Excavation to minimum 3.0m depth. (Soil, rock, RCC etc.).
Providing 600X600X6mm GI Plate.
Providing two 50X6mm GI Stripes from Plate to the top.
Providing 40mm dia medium duty GI Pipe with
8mm holes from Plate to the top. Providing GI Funnel with Wire-mesh on top of GI
Pipe.
Connecting all the above parts with necessary nuts, bolts & washers.
Filling the pit in Alternate layers of 300mm thick Charcoal & Salt.
Constructing 400 X 400 X 400 mm Plastered Brick Chamber with ISA 25X25X3 Frame, necessary hold
fasts & CI/ 12mm thick MS Cover.
Providing & Fixing 250X150X3mm Painted MS Sheet indicating Earthing Details.
Carrying out & Submitting Test Report.

The work shall be performed by PLATE EARTHING Construction of Earth Pit as per IS 3043 at various
Retail Outlets under Rajkot Retail Region. Job includes
Excavation to minimum 3.0m depth. (Soil, rock, RCC etc.).
Providing 600X600X6mm GI Plate.
Providing two 50X6mm GI Stripes from Plate to the top.
Providing 40mm dia medium duty GI Pipe with
8mm holes from Plate to the top. Providing GI Funnel with Wire-mesh on top of GI
Pipe.
Connecting all the above parts with necessary nuts, bolts & washers.
Filling the pit in Alternate layers of 300mm thick Charcoal & Salt.
Constructing 400 X 400 X 400 mm Plastered Brick Chamber with ISA 25X25X3 Frame, necessary hold
Page | 97
Part 3 : Conditions of Contract & Contract Forms

fasts & CI/ 12mm thick MS Cover.


Providing & Fixing 250X150X3mm Painted MS Sheet indicating Earthing Details.
Carrying out & Submitting Test Report.

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item58: Supply and fixing of wall mounting type meter board (Electricity Board approved) made out of
16 SWG CRCA sheet steel and single iron with 3 nos 200A Fuse cutouts N.L ,1 no. earth link, 1 no neutral
link and space for accommodating 1 no. 3 ph, 4 wire KWH meter complete with adequate size of copper
wire interconnections, powder
coating etc. complete.

The work shall be performed by Supply and fixing of wall mounting type meter board (Electricity Board
approved) made out of 16 SWG CRCA sheet steel and single iron with 3 nos 200A Fuse cutouts N.L ,1 no.
earth link, 1 no neutral link and space for accommodating 1 no. 3 ph, 4 wire KWH meter complete with
adequate size of copper wire interconnections, powder
coating etc. complete.

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Item59: Supply, fixing and commissioning of 230mm dia Exhaust fans including bird louvers, frame
works and other civil works like chipping and making the surface good etc.

The work shall be performed by Supply, fixing and commissioning of 230mm dia Exhaust fans including
bird louvers, frame works and other civil works like chipping and making the surface good etc.

All necessary fittings and labored cost include in this items. The payment shall be made on number
basis.

Page | 98
Item60: Supply and installation of 1HP Kirloskar make submersible water motor pumpset, including
fitting of switch/ starter/ cable/ panel at electrical room within 25 RMT distance.

1. Kirloskar make submersible water motor pumpset - 1HP

1.1 Providing Submerged pumpsets (water immersed, dry air filled, class "F" insulated TEWC motor
integrally mounted on volute casing pumpsets for water duty, 3-phase, 50Hz±3%,415V±10% along with
suitable foundation/ installation device with cable length from pumps to panels & of following Material
of Construction:

Impeller-CF8M, Casing-C.I. FG 260, Wearing Ring -SS, TC mechanical seal, CS/S.S.bearing, S.S shaft with
sleeve, SS strainer & MS motor body. (A) Rating + (B) Erection Charges for Pumpsets

1.2 The standard company same for pump with motor with all accessories shall be selected with
prior approval of Engineer-in -change. It is a responsibility of agency to make the pump and pipeline
system working at site and keeps working up to defect liability period and /or guarantee period of
Company.

2 Mode of Measurements & Payment

The rate shall be for a unit of one number basis of complete work done.

Item61: Providing water proofing agent for RCC (Perma- Plast SL for M-25 Concrete) as per approved
quality of ASTMC 494 conforming IS 9103-2007
& 2645-2003.

The work shall be executed as per specification of item no 17 except the work is for providing water
proofing agent for RCC (Perma- Plast SL for M-25 Concrete) as per approved quality of ASTMC 494
conforming IS 9103-2007
& 2645-2003.

Item62:Providing water proofing agent for plastering


(Perma Grout -500).

The work shall be executed as per specification of item no 17 except the work is for providing water
proofing agent for plastering
(Perma Grout -500).

Page | 99
Part 3 : Conditions of Contract & Contract Forms

Item63: Providing Perma bitu coat for Foundation.


(Waterproofing agent as well as anti terminite treatment for footing and Column.

The work shall be executed as per specification of item no 17 except the work is for Providing Perma
bitu coat for Foundation.
(Waterproofing agent as well as anti terminite treatment for footing and Column.

Item64: Providing and laying controlled cement concrete M-200 and curing comp. including the cost of
form work but excluding the cost of reinforcement for reinforced concrete work for Columns AT FIRST
FLOOR

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
controlled cement concrete M-200 and curing comp. including the cost of form work but excluding the
cost of reinforcement for reinforced concrete work for Columns AT FIRST FLOOR

Item65: Providing and Laying controlled cement concrete M-200 and with curing etc.complete.
Including the cost of formwork but excluding the cost of reinforcement for R.C.C work in beam heving
any cross section area of BEAM ( For First floor).

The work shall be executed as per specification of Item No.3 except the work is for providing and
Laying controlled cement concrete M-200 and with curing etc.complete. Including the cost of
formwork but excluding the cost of reinforcement for R.C.C work in beam heving any cross section area
of BEAM ( For First floor).

Item66: Providing and laying controlled cement concrete M-200 and curing complete including the cost
of form work but excluding the cost of reinforcement for reinforced concrete work in SLABS for FIRST
FLOOR

The work shall be executed as per specification of Item No.3 except the work is for Providing and laying
controlled cement concrete M-200 and curing complete including the cost of form work but excluding
the cost of reinforcement for reinforced concrete work in SLABS for FIRST FLOOR

Page | 100
Item67: Providing and laying controlled cement concrete M-200 and curing complete including the cost
of form work but excluding the cost of reinforcement for reinforced concrete work in Lintels FIRST
Floor

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
controlled cement concrete M-200 and curing complete including the cost of form work but excluding
the cost of reinforcement for reinforced concrete work in Lintels FIRST Floor

Item68: Providing and laying brick work using common burnt clay building conventional type bricks
having crushing strength not less than 35 Kg./Sqcm. in super structure in cement mortar 1:6 (1
cement : 6 fine sand) for First floor including the cost of all materials and labour charges etc.
complete.

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
brick work using common burnt clay building conventional type bricks having crushing strength not less
than 35 Kg./Sqcm. in super structure in cement mortar 1:6 (1 cement : 6 fine sand) for First floor
including the cost of all materials and labour charges etc. complete.

Page | 101
Part 3 : Conditions of Contract & Contract Forms

Item69: Providing 10 mm thick cement plaster in single coat on fair side brick/concrete walls for interior
plastering upto floor two level and finished even and smooth in cement mortar 1:3 (1 cement : 3 sand)
including finishing with a floating coat of neat cement slurry etc. complete for Ceiling First floor.

The work shall be executed as per specification of Item No.17 except the work is for providing 10 mm
thick cement plaster in single coat on fair side brick/concrete walls for interior plastering upto floor two
level and finished even and smooth in cement mortar 1:3 (1 cement : 3 sand) including finishing with a
floating coat of neat cement slurry etc. complete for Ceiling First floor.

Item70: Providing 15mm thick MALA Trowel Finished cement plaster in single coat on brick/concrete
walls for interior plastering upto floor two level and finished even and smooth in (i) Cement mortar 1:4
(1-cement:4-sand) including Curing etc. complete. for First floor

The work shall be executed as per specification of Item No.18 except the work is for providing 15mm
thick MALA Trowel Finished cement plaster in single coat on brick/concrete walls for interior plastering
upto floor two level and finished even and smooth in (i) Cement mortar 1:4 (1-cement:4-sand) including
Curing etc. complete. for First floor

Item71: Providing and laying Marbo Granite tiles 8 to 10


mm thick , 24'' x 24'' in flooring treads of steps and landing laid on a bed of 12mm thick cement mortar
1:3 (1-cement : 3-coarse sand ) finishing with flush pointing in white cement. (First Floor)

Page | 102
The work shall be executed as per specification of Item No.29 except the work is for providing and
laying Marbo Granite tiles 8 to 10
mm thick , 24'' x 24'' in flooring treads of steps and landing laid on a bed of 12mm thick cement mortar
1:3 (1-cement : 3-coarse sand ) finishing with flush pointing in white cement.

Item72: Providing & fixing fiber / PVC Netlon Jali I Mosquate of Best Quaility approved by Engineer
including necessarty fittings, 35mm vide velcrow, 40mm vide X 12mm thick Teak Wood Patti, stric etc
completed as directed by Engineer in charge.

The work shall be done as under:

Providing & fixing fiber / PVC Netlon Jali I Mosquate of Best Quaility approved by Engineer

It inciudes necessarty fittings, 35mm vide velcrow, 40mm vide X 12mm thick Teak Wood Patti, stric etc
completed as directed by Engineer in charge.

The measurement and payment shall made on the sqmt basis of completed work.

Item73: Providing and laying point wiring in concealed conduits for the required points as per drawing/
Engineer-in-charge using 1100V grade PVC insulated, FRLS multi stranded 3 x 1.5 sq mm copper
conductor wires. Rate to include supplying, laying and securing in position in roof slabs and brick walls
or concrete columns 25mm dia rigid PVC conduits of approved make with necessary accessories,
junction boxes, pull boxes etc. Rate includes wall chasing and rough plastering. Rate to include
providing and fixing in the brick wall flush type metal switch boxes of approved make, shade and
sufficient size to accomodate all 6A Modular switches/3 pin socket, screws, holders, ceiling roses
and fan regulator wherever required. Rate to include providing and fixing single pole 5A modular plate
switches of MK or ANCHOR make of approved colour. One switch shall be provided for each light and
fan point. Rate to also include providing main circuit wiring from DB to switch boards with 2.5 sq mm
copper wire. (Two Way Switch)

The item shall include:

Page | 103
Part 3 : Conditions of Contract & Contract Forms

Providing and laying point wiring in concealed conduits for the required points as per drawing/
Engineer-in-charge.

It shall be used 1100V grade PVC insulated, FRLS multi stranded 3 x 1.5 sq mm copper conductor wires.

It shall be supplied and laying, securing in position in roof slabs and brick walls or concrete columns
25mm dia rigid PVC conduits of approved make.

It shall be supplied with necessary accessories, junction boxes, pull boxes etc.

It shall include wall chasing and rough plastering.

It shall include providing and fixing in the brick wall flush type metal switch boxes of approved make,
shade and sufficient size to accommodate all 6A Modular switches/3 pin socket, screws,
holders, ceiling roses and fan regulator wherever required.

It shall include providing and fixing single pole 5A modular plate switches of MK or ANCHOR make of
approved colour.

One switch shall be provided for each light and fan point.

It shall include providing main circuit wiring from DB to switch boards with 2.5 sqmm copper wire (Two
Way Switch).

Mode of measurement & payment

Page | 104
It shall made on number basis of complete finished work including all materials and equipment, labour
charges.

Item74: Providing and laying controlled cement concrete M-200 and curing comp. including the cost of
form work but including the cost of reinforcement for reinforced concrete work for Columns AT AT
SECOND FLOOR. & MISC. WORK

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
controlled cement concrete M-200 and curing comp. including the cost of form work but including the
cost of reinforcement for reinforced concrete work for Columns AT AT SECOND FLOOR. & MISC. WORK

Item75: Provinding and Laying controlled cement concrete M-200 and with curing etc.complete.
Including the cost of formwork but excluding the cost of reinforcement for R.C.C work in beam heving
any cross section area of BEAM AT SECOND FLOOR. & MISC. WORK

The work shall be executed as per specification of Item No.3 except the work is for provinding and
Laying controlled cement concrete M-200 and with curing etc.complete. Including the cost of
formwork but excluding the cost of reinforcement for R.C.C work in beam heving any cross section area
of BEAM AT SECOND FLOOR. & MISC. WORK

Item76: Providing and laying controlled cement concrete M-200 and curing complete including the cost
of form work but excluding the cost of reinforcement for reinforced concrete work in SLABS for AT
SECOND FLOOR. & MISC. WORK

Page | 105
Part 3 : Conditions of Contract & Contract Forms

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
controlled cement concrete M-200 and curing complete including the cost of form work but excluding
the cost of reinforcement for reinforced concrete work in SLABS for AT SECOND FLOOR. & MISC.
WORK

Item77: Providing and laying brick work using common burnt clay building conventional type bricks
having crushing strength not less than 35 Kg./Sqcm. in super structure in cement mortar 1:6 (1
cement : 6 fine sand) for First floor including the cost of all materials and labour charges etc.
complete. AT SECOND FLOOR. & MISC. WORK

The work shall be executed as per specification of item no 8 except the work is for providing and laying
brick work using common burnt clay building conventional type bricks having crushing strength not less
than 35 Kg./Sqcm. in super structure in cement mortar 1:6 (1 cement : 6 fine sand) for First floor
including the cost of all materials and labour charges etc. complete. AT SECOND FLOOR. & MISC. WORK

Item78: Providing 10 mm thick cement plaster in single coat on fair side brick/concrete walls for interior
plastering upto floor two level and finished even and smooth in cement mortar 1:3 (1 cement : 3 sand)
including finishing with a floating coat of neat cement slurry etc. complete for Ceiling AT SECOND
FLOOR. & MISC. WORK

The work shall be executed as per specification of item no 17 except the work is for Providing 10 mm
thick cement plaster in single coat on fair side brick/concrete walls for interior plastering upto floor two
level and finished even and smooth in cement mortar 1:3 (1 cement : 3 sand) including finishing with a
floating coat of neat cement slurry etc. complete for Ceiling AT SECOND FLOOR. & MISC. WORK

Page | 106
Item79: Providing 15mm thick MALA Trowel Finished cement plaster in single coat on brick/concrete
walls for interior plastering upto floor two level and finished even and smooth in (i) Cement mortar 1:4
(1-cement:4-sand) including Curing etc. complete. for AT SECOND FLOOR. & MISC. WORK

The work shall be executed as per specification of item no 18 except the work is for Providing 15mm
thick MALA Trowel Finished cement plaster in single coat on brick/concrete walls for interior plastering
upto floor two level and finished even and smooth in (i) Cement mortar 1:4 (1-cement:4-sand) including
Curing etc. complete. for AT SECOND FLOOR. & MISC. WORK

Item80: Providing & Fixing a Solar Street Light as per aproved brand by Engineer In Charge
1、Material:Sheet metal bending + paint
2、Solar panel:Solar cell (monocrystalline
silicon) 6V/11W 3、Battery:High temperature
rechargeable lithium battery 3.7V/24.2A
4、Working time: plenty of sun charge 8 hours
can work 24hours.
5、LED:42pcs (Tai Wan's Epistar,2835 pure
white, 5700- 6500MCD )
6、Rainy days: full of electricity for 3 days
7、Work mode: always bright at night
8、Lighting condition:Start light intensity:

Page | 107
Part 3 : Conditions of Contract & Contract Forms

The item specification shall be as under to perform the work :

3) INTEGRATED SOLAR STREET LIGHT

1、Material:Sheet metal bending + paint

2 、 Solar panel:Solar cell (monocrystalline silicon)


6V/11W

3 、 Battery:High temperature rechargeable lithium


battery 3.7V/24.2A

4、Working time: plenty of sun charge 8 hours can work


24hours.

5、LED:42pcs (Tai Wan's Epistar,2835 pure white, 5700-


6500MCD )

6 、 Rainy days: full of electricity for 3 days 7、Work


mode: always bright at night

8 、 Lighting condition:Start light intensity: 500lux ,led’s


lumen is 800lux

9、Work Life:>5 years

10 、 Work temperature:- 20℃~+70℃

11、Waterproof:IP65

12、Accessories: retaining ring, screws.

13、Product size:385*252*42MM

2.54KG/set

Mode of measurement & payment


Page | 108
The measurement & payment shall be made on number basis of completed finished work.

Item81: In and out Gate for Office as per detailed


specification attached in Drawing.

The In and out gate shall be fabricated of M S Sliding Gate including Bottom Railing Track mounted with
25mm round bright bar, Gate Holding Structure, Gate Stoppers and relevant accessories for Width : 4.55
+ 1.0 = 5.55mtr (incl. overlap) Height: 2.0mtr from finish floor level. It shall include:

M.S. Bottom Roller – Large shall be 120 X 25mm bearing controlled rollers.

Side Roller shall be 75 X 50mm Nylon Rollers with bearing support inside.

One Coat Epoxy Primer shall be applied.

One Coat Epoxy Paint shall be applied.

Installation of Entrance Automation Product: Installation of Gates and Automation of Main Sliding Gate
with configuration shall be done.

The gate shall be fabricated from best quality mild steel channels, flats etc. Either steel pulleys or ball
bearings shall be provided in every double channel.

The measurement & payment shall be made on number basis of completed finished work of the gate.

Page | 109
Part 3 : Conditions of Contract & Contract Forms

Item82: Provideing & Fixing of Philips Smart Post top G3


Model No BGP161 LED2500/NW PSU 220-240V

It shall be provided a complete range of up-lights in terms of wattage, beam angle and colour
temperature, etc. It shall make space distinctive with more safety and convenience. It shall be compact
and robust design with a diecast aluminium housing and stainless trim, IP68 waterproof connectors
ensure long-lasting operation without maintenance after installation. The waterproof connector shall
be provided to make installation easy and saves installation costs. Also, high-quality white light, RGB
(and mono RGB) shall be available with a DMX512 decoder built inside. The lighting LED board can be
adjusted to deliver light at precise angles to make the inspirations of lighting designers come true. The
detail specification shall be as under:

BGP161 LED2500/NW PSU 220-240V

Product data:

General Information

Light source colour 730 warm white

Light source replaceable No

Driver included Yes

Optical cover/lens type G [ Glass]

Control interface -

Connection SI [ Screw connection block]

Cable Cable 0.3 m with connector 3-pole

Protection class IEC Safety class I (I)

Flammability mark NO [ -]

CE mark -

LED engine type LED

Page | 110
Serviceability class Class C, luminaire without serviceable parts, not serviceable

Light Technical

Standard tilt angle post-top -

Operating and Electrical

Input voltage 100 to 240 V

Input frequency 50 or 60 Hz

Power factor (min.) 0.9

Controls and Dimming

Dimmable No

Mechanical and Housing

Housing material Aluminum

Optic material Polycarbonate

Optical cover/lens material Polycarbonate

Mounting device RMR [ Recessed mounting box round]

Optical cover/lens finish Clear

Overall height 127 mm

Overall diameter 140 mm

Colour Steel

Mode of measurement and payment

It shall be made on number basis of unit after necessary test.

Page | 111
Part 3 : Conditions of Contract & Contract Forms

Item83: Philips LED wall amount Model No. BWS150


LED200/NW PSU 220-240V 7043 (detailed

LED Low Power - Power supply unit

People want to create a pleasant atmosphere around their property – something that will catch visitors’
attention, make them feel good and want to come back again. They would like to be able to create an
appealing ambience at minimum cost, though without compromising on the quality of the lighting.
Combining a simple round design with reliable lighting performance, this low-cost white-light LED wall
fixture with opal diffuser delivers a soft light effect with attractive uniformity.

Product data

General Information Model no. - BWS150LED200/NW PSU 220-240V 7043

Number of light sources 96 pcs

Lamp family code LED-LP [ LED Low Power]

Light source color 740 neutral white

Light source replaceable No

Number of gear units 1 unit

Driver/power unit/transformer Power supply unit

Driver included Yes

Optical cover/lens type Polycarbonate bowl/cover UV-resistant

Control interface -
Page | 112
Connection Screw connection block

Cable Cable without plug 2-pole

Protection class IEC Safety class II

Flammability mark For mounting on normally flammable surfaces

CE mark CE mark

Warranty period 1 years

RAL color Traffic gray B (7043)

Constant light output No

Number of products on MCB of 16 A type B 1

Light source engine type LED

Operating and Electrical

Input Voltage 220 to 240 V

Input Frequency 50 to 60 Hz

Power Factor (Min) 0.4

Controls and Dimming

Dimmable No

Mechanical and Housing

Housing Material Polycarbonate

Optical cover/lens material Polycarbonate

Mounting device Allen screw fixation

Optical cover/lens finish Matte

Overall height 62 mm

Overall diameter 200 mm

Page | 113
Part 3 : Conditions of Contract & Contract Forms

Mode of measurement and payment

It shall be made on number basis of unit after necessary test.

Item84: Excavation for foundation upto 1.5 m depth including sorting out and stacking of useful
materials and disposing off the excavated stuff upto 50 Meter lead.(A) dense or hard soil

The work shall be executed as per specification of item no 2 except the work is for excavation for
foundation upto 1.5 m depth including sorting out and stacking of useful materials and disposing off the
excavated stuff upto 50 Meter lead.(A) dense or hard soil

Item85: Excavation for foundation for depth from 1.5 m to 3.0 m including sorting out and stacking of
useful materials and disposing off the excavated stuff upto 50 Meter lead.(B) Dense or Hard soil

The work shall be executed as per specification of item no 2 except the work is for excavation for
foundation for depth from 1.5 m to 3.0 m including sorting out and stacking of useful materials and
disposing off the excavated stuff upto 50 Meter lead.(B) Dense or Hard soil

Page | 114
Item86: Providing and laying cement concrete work 1:2:4 (1- Cement : 2- Coarse sand : 4- graded stone
aggregates 20 mm nominal size) and curing
complete excluding cost of formwork and reinforcement for reinforced concrete work in Foundation &
Plinth

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
cement concrete work 1:2:4 (1-
Cement : 2- Coarse sand : 4- graded stone
aggregates 20 mm nominal size) and curing
complete excluding cost of formwork and
reinforcement for reinforced concrete work in
Foundation & Plinth.

Item87: Providing 15mm thick WATER PROOF cement plaster in single coat on fair side brick work or
concrete wall for interior plastering up to floor to level and finishing even smooth in cement mortar 1:3
(1
cement: 3 sand) finished with floating coat of neat cement slurry including providing and mixing water
proofing materials in proportion recommended by the manufacturers for all floor.

The work shall be executed as per specification of item no 17 except the work is for providing 15mm
thick WATER PROOF cement
plaster in single coat on fair side brick work or
concrete wall for interior plastering up to floor to level
and finishing even smooth in cement mortar 1:3 (1
cement :3 sand) finished with floating coat of neat
cement slurry including providing and mixing water
proofing materials in proportion recommended by the
manufacturers for all floor.

Page | 115
Part 3 : Conditions of Contract & Contract Forms

Item88: Providing cement vata (10cm. x 10 cm. size) quarter


round in cement mortar 1:1 including neat cement
finishing, watering etc. complete

1.0. Materials

1.1. Water shall conform to M-1. Cement mortar shall conform to M-11.

2.0. Workmanship

2.1. The work of cement vata of 10 cms x 10 cms. size shall be earned out at Functions of parapets
and terraces as directed. The vata shall he finished in quarter round shape. The work shall be earned out
in the best workman like manner. The inter portion of rain water pipe shall be rounded off properly
during constructing the vata. The work shall be cured for 7 days.

3.0. Mode of measurements and payment

3.1. The work shall be measured for finished item in running meter.

3.2. The rate shall be for a one running meter.

Item89: Providing I.S.I. mark Fe-415 T.M.T. bar


reinforcement for R.C.C. work including bending,
binding and placing in position upto floor two level
for Any floor.

The work shall be executed as per specification of Item No.15 except the work is for providing I.S.I.
mark Fe-415 T.M.T. bar
reinforcement for R.C.C. work including bending,
binding and placing in position upto floor two level
for Any floor.

Page | 116
Item90: Excavation for foundation ABOVE 3.0mt depth
including sorting out and stacking of useful materials
and disposing the excavated stuff upto any. lead
(D)In Dense or Hard Soil

The work shall be executed as per specification of item no 2 except the work is for excavation for
foundation ABOVE 3.0mt depth
including sorting out and stacking of useful materials
and disposing the excavated stuff upto any. lead
(D)In Dense or Hard Soil.

Item91: Brick Bat filling 40mm thick at requred depth as per Drawing and specification and direction of
Engg- in -charge.

The material specification of brickbat shall be as per M-14.

The Brick Bat filling 40mm thick at requred depth, clean, free from dust and deleterious matters
obtained from a source as approved by the Engineer-in-charge.

After brick bat shall be filled in suitable layers not exceeding 30 cm. at a time and each layer well
compacted by rodding to maximum density or as directed by the Engineer-in-charge.

Mode of measurement shall be the total cubical content (in cum.) of the area covered by brick bat.

Unit rate includes the cost of materials, labour and tools and plant to complete the work.

Item92: Providing 15mm thick MALA Trowelled Finished cement plaster in single coat on brick/concrete
walls for interior plastering upto floor two level and finished even and smooth in (i) Cement mortar 1:3
(1-cement: 3-sand) etc. complete. for Ground Floor
Page | 117
Part 3 : Conditions of Contract & Contract Forms

The work shall be executed as per specification of item no 18 except the work is for providing 15mm
thick MALA Trowelled Finished cement plaster in single coat on brick/concrete walls for interior
plastering upto floor two level and finished even and smooth in (i) Cement mortar 1:3 (1-cement: 3-
sand) etc. complete. for Ground Floor

Item93: Box cutting the road surface to proper slope and camber for making a base for road work
including removing the excavated stuff and depositing on the road side slope as directed upto any.lead.

This work shall consist of excavation, removal and satisfactory disposal of all materials necessary for
the construction of new/widening carriageway in accordance with requirements of these specifications
and the lines, grades and cross sections shown in the drawings or as indicated by the Engineer.

After the site has been cleared the limits of excavation/ box cutting the road surface shall be set out
true to lines, curves, slopes, grades and sections as shown on the drawings or as directed by the
Engineer.

Box cutting shall be carried out in conformity with the directions laid here in under and in a manner
approved by the Engineer. The work shall be so done that the suitable materials available from box
cutting/ excavation are satisfactorily utilized as directed.

The contractor shall not excavate outside the limits of box cutting. Subject to the permitted tolerances,
any excess depth/ width excavated beyond the specified levels/ dimensions on the drawings shall be
made good at the cost of the contractor with suitable material of characteristics like that removed and
compacted as directed.

Cutting shall be done in proper grade & camber as per measurements given. Care must be taken that all
slopes are evenly and truly dressed. Cutting shall be done to the exact depth required and shall be as
per formation level in proper grade and the camber. If extra depth of cutting is done due to negligence
of contractor, the same shall be refilled with approved quality of materials duly consolidated to the
satisfaction of the Engineer-in-charge (without extra cost).

The bottom level of box cutting i.e. sub grade shall be watered and well compacted with vibratory
roller at OMC to the desired density as directed by the Engineer in charge. Rolling and compaction shall

Page | 118
be deemed to be incidental to the work and no extra cost shall be paid for compaction of box cutting
base surface.

The stuff received from the cutting shall be used for filling and correcting side slopes of bank and
earthwork for embankment as directed by the Engineer in charge with all lead and lift.

The measurement of box cutting shall be taken on level basis & level shall be taken at 30 mt. interval.
Volume shall be computed in cubic meters by average area method.

The payment shall be made on Cubic meter basis.

The rate includes cost of all labour, machineries required, cost of carting and spreading the cutting stuff
with all lead and lift and leveling the dumping ground/ embankment, rolling and consolidation of
subgrade level etc. complete.

Item94: Providing and laying Compacted WBM 125 mm thickness of Grading I,using BTMC metal of size
22.3mm to 53mm size including using 13% stone Screening 13.2mm size and 8% stone dust as filler
including spreading watering and Consolidation by Vibratory Rolleretc.complete. GradeI

SCOPE

This work shall consist of clean, machine crushed B.T. stone aggregates

mechanically interlocked by rolling and bonding together with screening, binding material where
necessary and water laid on a properly prepared sub grade/ sub bases base or existing pavement, as the
case may be and finished in accordance with the requirements of these specifications and in close
conformity with the lines, grades, cross-sections and thickness as per approved plans or as directed by
the Engineer.

Materials

Coarse aggregates

Coarse aggregates shall be either crushed stone of Black trap type only. The aggregates shall conform
to the physical requirements set forth in Table below. The type and size range of the aggregate shall be
specified in the Contract or shall be as specified by the Engineer. If the water absorption value of the
coarse aggregate is greater than 2 percent, the soundness test shall be carried out on the material
delivered to site as per IS : 2386 (Part 5).

Crushed or broken stone

Page | 119
Part 3 : Conditions of Contract & Contract Forms

The crushed or broken stone shall be hard, durable and free from excess flat, elongated, soft and
disintegrated particles, dirt and other deleterious material.

TABLE : PHYSICAL REQUIREMENTS OF COARSE AGGREGATES FOR WATER BOUND MACADAM FOR
SUB BASE COURSES

Tes Test Method Requirement


t

1. Los Angeles Abrasion IS:2386 40 percent (Max)


value Or
(Part-4)
Aggregate Impact
value

IS: 2386 30 percent (Max)

(Part-4) or

IS:5640**

2. Combined

Flakiness and IS:2386 30 percent (Max)

Elongation - (Part- 1)

Indices (Total)

Aggregate may satisfy requirements of either of the two tests.

Aggregates like brick metal, kankar, laterite etc. which get softened in presence of water shall be tested
for Impact value under wet conditions in accordance with IS : 5640.

The requirement of flakiness index and elongation index shall be enforced only when the case of
Crushed broken stone and crushed slag.

Grading Requirement of Coarse aggregates

The Coarse aggregates shall conform to one of the Grading given in Table as specified, provided,
however, the use of Grading No. 1 shall be restricted to sub-base course only.

Page | 120
TABLE

GRADING REQUIREMENTS OF COARSE AGGREGATES

Size Range IS Sieve

Grading No. Percent by

Designation weight passing

1. 90 mm to 45 mm 125 mm 100

90 mm 90-100

63 mm 25-60

45 mm 0-15

22.4 mm 0-5

2. 63 mm to 45 mm 90 mm 100

63 mm 90-100

53 mm 25-75

45 mm 0-15

22.4 mm 0-5

3. 53 mm to 22.4 mm 63 mm 100

53 mm 95-100

45 mm 65-90

22.4 mm 0-10

11.2 mm 0-5

Spreading coarse aggregates:

The coarse aggregates shall be spread uniformly and evenly upon the prepared sub grade/sub-base/
base to profile by using templates placed across the road about. 6 m apart, in such quantities that the
Page | 121
Part 3 : Conditions of Contract & Contract Forms

thickness of each compacted layer is not more than 100 mm for Grading I and 75 mm for Grading 2 and
3 as specified. Wherever possible, approved mechanical devices such as aggregate spreader shall be
used to spread the aggregates uniformly so as to minimize the need for manual rectification
afterwards. Aggregates placed at locations which are inaccessible to the spreading equipment may be
spread in one or more layers by any approved means so as to achieve the specified results.

The spreading shall be done from stockpiles-along, the side of the roadway or directly from vehicles. No
segregation of large or fine aggregate shall be allowed and the coarse aggregate as spread shall be of
uniform with no pockets of fine material.

The surface of the aggregate spread shall be carefully checked with templates and all high or low spots
remedied by removing or adding aggregates as may be required. The surface shall be checked
frequently with a straight edge while spreading and rolling so as to (ensure a finished surface as par
drawings.

The coarse aggregate shall not normally be spread more than 3 days in advance of the subsequent
construction operations.

Surface Finish and Quality Control of Work

The surface finish of construction shall conform to the requirements of . Control on the quality of
materials and works shall be exercised by the Engineer

Arrangement for Traffic

During the period of construction, the arrangement of traffic shall be done.

Mode of Measurement & payment

Qty shall be measured as finished work in position in cubic meters by L X B X D or by box


measurements.

RATE

The Contract unit rate for this item of sub base/base course shall be payable in full for carrying out the
required operations including full compensation for all components listed below.

Making arrangements for traffic to except verges, shoulders and construction of diversions;

Furnishing all materials to be incorporated in the work including all royalties, fees, rents where
necessary and all leads and lifts,

All labour, tools, equipment, plant incidental to complete Specifications

Page | 122
Carrying out the work in part widths of the road where required

Carrying out the required tests for quality control.

Item95: Providing and laying cement concrete 1:4:8 (1- Cement : 4- coarse sand : 8- B T stone aggregates
40 mm nominal size) and curing complete excluding cost of formwork in (A) Foundation and Plinth

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
cement concrete 1:4:8 (1- Cement : 4- coarse sand : 8- B T stone aggregates 40 mm nominal size) and
curing complete excluding cost of formwork in (A) Foundation and Plinth

Item96: Providing and laying cement concrete work 1:2:4 (1- Cement : 2- Coarse sand : 4- graded stone
aggregates 20 mm nominal size) and curing complete excluding cost of formwork and reinforcement
for reinforced concrete work in Foundation & Plinth

The work shall be executed as per specification of Item No.3 except the work is for providing and laying
cement concrete work 1:2:4 (1- Cement : 2- Coarse sand : 4- graded stone aggregates 20 mm nominal
size) and curing complete excluding cost of formwork and reinforcement for reinforced concrete work
in Foundation & Plinth

Item97: Providing and fixing pre cast Rubber Dye inter locking concrete block 60mm thick with grade of
concrete M200 pnumatic compresed by mechanically pressed and as per approved design including
75mm Sandlayer for levelling and filling the joint with sand in proper line and level etc.complete.
Constructing

General

Page | 123
Part 3 : Conditions of Contract & Contract Forms

This work shall consist of providing and laying precast Rubber Dye inter locking concrete block
60mm thick with grade of concrete M-200 pneumatic compressed by mechanically pressed and as per
approved design over a base layer of 75 mm thick layer of sand of the shape and dimensions shown on
the drawings and conforming to these specifications or as approved by the Engineer in charge.

1.0 MATERIAL

Water shall conform to M-1. Cement shall conform to M-3.

1.0 Rubber Dyed interlocking concrete block

Rubber Dyed interlocking concrete block shall be of approved size brand and make as approved
by Engineer in charge.

1.1 The size shape and design of rubber Dyed interlocking concrete block shall generally be as per
manufacturers product or as directed by the Engineer in charge and Architect.

1.2 The rubber Dyed interlocking concrete block shall satisfy the tests as regards compress strength
transverse strength resistance to wear and water absorption.

1.3 The colour size shape and design of the rubber Dyed interlocking concrete block shall be
directed by Engineer or Architect.

1.4 The rubber Dyed interlocking concrete block shall be of best quality as approved by the Engineer
In charge. They shall be flat and true to shape. They shall be free form cracks, crazing spots, chipped
edges and corners. The glazing shall be of uniform shade.

2.0 SAND

2.1 Sand shall be natural sand, clean well graded, hard strong durable and gritty particular free from
immures amounts of dust, clay, kankar modules.

2.2. For masonry works sand shall confirm to the requirements of IS: 2116.

2.3. For plain and reinforced cement concrete (PCC and RCC) or pre stressed concrete (PSC) works
fine aggregates shall consist of clean, hard strong and durable prices of crushed stone, crushed gravel
or suitable combination of natural sand crushed stone or gravel, They shall not contain dust lumps soft
or flaky materials mica or other deleterious materials in such quantities as to reduce the strength and
durability of concrete, or to attack the embedded steel. Motorized sand washing machines should be

Page | 124
used to remove impurities from sand. Fine aggregate having positive alkali-silica reaction shall not be
used. All fine aggregates shall conform to IS L 383 and tests for conformity shall be carried out as per IS
: 2386 (Part I to VIII) The contractor shall submit to the Engineer in charge the entire information
indicated in Appendix A of IS : 383. The fineness modulus of fine aggregate shall neither be less than
2.00 nor greater than 3.5.

2.4. Sand fine aggregates for structural concrete shall conform to the following grading
requirements as shown in the table below.

2.5 Fine Sand: The fineness module shall not exceed 1.0 the sieve analysis of fine sand be as under:

IS. Sieve Designation % by wt. passing

Zone I Zone II Zone III

10 mm 100 100 100

4.75 mm 90-100 90-100 90-100

2.3 6mm 60-95 75-100 85-100

1.18 mm 30-70 55-90 75-100

600 MC 15-34 35-59 60-79

300 MC 5-20 8-30 12-40

150 MC 0-10 0-10 0-10

Coarse Sand: The fineness modules of coarse sand shall not be less than 2.5 and shall not exceed 3.0.
The sieve analysis of coarse sand be as under:

I. S. Sieve Designation % by wt. passing

4.75 mm 100

2.36mm 90 to 100

1.18 mm 70 to 100

Page | 125
Part 3 : Conditions of Contract & Contract Forms

600 MC 30 to 100

300 MC 85 to 70

150 MC 00 to 50

3.0 WORKMANSHIP

3.1 The rubber Dyed interlocking concrete block shall be laid on a layer 7.5 cm thick layer of coarse
sand. The slope in the floors shall be provided in the sub grade. The base layer shall be properly
watered, rammed and consolidated. Before laying the pavers blocks, it shall be moisture. Plinth
masonry offset shall be depressed so as to allow the sub grade concrete to rest on it.

3.2 Rubber Dyed interlocking concrete block of approved quality shape and design and shall be laid
evenly to level and slope as directed by Engineer in charge over a bed of a base layer consisting of
75mm thick sand layer.

3.3 Laying: The rubber Dyed interlocking concrete block tiles shall be laid in plain, diagonal or other
pattern as directed. The cement concrete blocks shall be laid properly and set home by gentle taping.

3.4 End portion of pavement shall be finished with C.M. 1:3 as per detailed drawing etc. complete.

4.0 MODE OF MEASURMENT AND PAYMENT

4.1 The unit rate rubber Dyed interlocking concrete block flooring shall include the cost of all
materials, tools and plant required for supplying and laying material like brick bats sand pavers blocks,
laying of base layer in true level and slope as required applying & placing pavers blocks in position,
compacting, finishing, curing.

4.2 The length and breadth shall be measured correct to a Square meter correct to 2 places of
decimal. Length and breadth shall be measured to correct to a centimeter and between the finished the
finished face of the skirting, dedo or wall plaster and no deduction shall be made nor extra paid for any
opening in floors or areas up to 0.1 square meter.

Page | 126
4.3 The rate shall be for a unit of one Square meter.

Item98: Steel work, riveted in built up sections framed work including cutting, hoisting, fixing in
position and applying a priming coat of read lead paint. (A) In beams and joists, channels angles Tees,
flats, with connecting plates or angle cleats as in main and cross beams. Hip and jack rafters, purlins
conneted to common rafters and the like.

Materials

The structured steel work shall conform to M-22. Red lead paint shall conform to I.S : 102-1962.

2.0. Workmanship

2.1. The steel sections as specified or required, shall be cut, square and to correct lengths, as per
drawings and design. The cut ends exposed to view shall be finished smooth. No two pieces shall be
welded or otherwise jointed to make up the required length of member, except as indicated in the
drawing or as directed. All straightening and shaping to form shall be done by application of pressure
and not by hammering. Any bending or cutting shall be carried out in suet a manner as not to impair the
strength of the metal. All operations shall be done in cold state unless otherwise directed/permitted.

2.2. Steel riveted or bolted in built up sections, frame work.

2.2.1. The steel structure as shown in the drawings or as per direction of the Engineer-in-charge shall
be laid out on a level platform to full scale and to full size in parts. A steel tape shall be used for
measurements to ensure maximum accuracy.

2.2.2. Wooden templates 12 mm. to 19 mm. thick or metal sheet template shall be made to correspond
to each connecting gussets plate and rivet holes shall be accurately marked on them and drilled. The
templates shall be laid on the steel members and holes of the steel members shall also be marked for
curing. The base of steel column and the .position of Anchor bolts shall be carefully set out

2.2.3. Ail stiffeners shall be formed by pressure and where practicable the metal shall not to be cut and
welded in making these. In major work, or whore so specified, shop drawings giving complete details
and information for the fabrication of the component parts of the structure including location, type,
size, (origin and details or rivets, bolts or weld shall be prepared in advance of the actual fabrication
and as distinctly marked or stenciled with paint with the identification mark as given in the stop
drawings. The bars shall be thickened at the ends, so as to provide for screwed threads and gradually

Page | 127
Part 3 : Conditions of Contract & Contract Forms

tapered off to meet their normal section. Great accuracy shall be observed in fabrication of various
member, so that these can be assembled without being unduly packed, stained, or forced into position
and when build up shall be true and tree from twists, brinks, buckles, or open joints. Before making
holes in individual members for fabrication the steel work intended to be riveted or belted together
shall be as ambled or clamped properly and tightly so as to ensure close abutting or lapping or the
surfaces of the different members. All softeners shall bear tightly both at top and bottom without
being drawn or caulked. The abutting joints shall be cut or crossed true and straight and fitted close
together. Web splice plates and tillers under stiffened shall be cut to fit within 3 mm. or flange Angles
Web plates of Girders shall have no cover. Plates shall have their ends flush with the top of angles
forming the flanges unless otherwise required. The web plates when spiced shall have clearance of not
more than 6 mm. The erection, clearance for created ends of members connecting steel shall preferably
be not greater than 5 mm. The erection clearance at the ends of beams without web cleats shall not be
more than 3 mm. at each end but where for a practical reason greater clearance is necessary, suitably
designed seating shall be provided. Pains and rollers shall be accurately tuned to gauge. These straight
and smooth and free from flows. The roller bearing shall be provided with adequate arraignments fur
holding the girders or truss resting on it. In columns caps and bases, the ends of shifts together with
the attached gussets Angles, channels etc after riveting together shah be accurately mechanized so
that the parts connected Butt against each other over the entire surfaces of contact connecting angles
or channels shall he fabricated and placed in position with greater accuracy so that they are nut unduly
reduced in thickness by machining. The ends of bearing stiffeners shall be mechanized or ground to tit
tightly both at the top and bottom, Alt holes shall generally be drilled to the required size and at
required, position. Sub punching shall be permitted provided it is done 3 mm. or less in diameter and
reamer thereafter to the require size. The holes for rivets and bolts shall be larger by 0 4. to 6 mm. than
the nominal diameter of rivets or black holts depending upon me diameter of rivets.

Holes shall have their axis perpendicular to the surface bored through. The drilling or remarrying shall
be free from burrs, and the holes should be clean and accurate holes for counter sunk bolts shall be
made in such a mariner that their heads fit flush with the surface after fixing.

The fabrication work shall be completed in workshop as far as it is practicable to do so.


Site joints shall be done with rivets and fitted bolts or black bolts, as shown in the drawings or as
directed. Generally the following principles shall govern the use of reverts turned and fitted bolts, and
block bolts.

(i) Rivets and turned and fitted bolts shall be used where the connections is such that slip under
load has to be avoided.

(ii) Black bolts may be used very sparingly where a force is carried through a connection without
impact, vibration or reversal or stresses.

Page | 128
2.2.4. Riveting:

The parts assembled for riveting shall be in close contact with each other and the bearing
stiffeners shall bear tightly both at top and bottom without being drawn or caulked. Members to be
riveted shall be properly pinned or bolted and rigidly held to gather while riveting. Drifting of holes shall
not be permitted except to draw the parts together and the drifting tools so used shall have maximum
diameter not exceeding, the nominal diameter of rivets or bolls. Drifting done during assembling shall
not distort the metal 01 enlarge the holes. The shanks of rivets shall project beyond the plate-surface
sufficiently so as to fill hole thoroughly and form the required head after riveting. The riveting shall be
done by hydraulic or pneumatic process. However where such facilities air not available, hand riveting
may be permitted. The rivet shall be heated red hot, care being taken to control the temperature of
heating so as not to burn the steel. Rivers of diameter less than 10 mm. may be fitted cold. Rivets shall
be of heat finish with heads full and of equal size. All loose, burnt or badly formed reverts with
concentric or deficient heads shall be cut out and replaced. The heads of rivets shall be central to
shanks and shall grip the assembled member firmly. In cutting out rivets, care shall be taken so as not
be injure assembled members, caulking or reequipping shall not be permitted.

For testing rivets, a hammer weighing approximately 0 25 kg shall be used. Both heads of
the rivets shall be tapped slack rivets will give a hollow sound and a jar. All rivet heads shall be painted
with red lead paint within a week of their fixing.

2.2.5. All bolt heads and nuts shall be hexagonal arid of equal size unless specified otherwise. The
screwed heads shall conform to I.S. 1363-1960 and the threaded surface shall not be tapered. The bolts
shall be of such length so as to project two clear threads beyond the nuts when fixed in position and
these shall lit in the holes without any shakes. The nut shall be fit in the threaded ends of bolts properly.
Where turned and fitted bolts are required to be used in place of rivets shall be provided with washers
not less than 6 mm. thick so that the nut when tightened shall not bear on the unthreaded body of the
bolt Tapered washers shall be provided for all heads and nuts bearing on leveled surfaces. The threaded
portion of the bolt shall not be within the thickness of the parts bolted together, the faces of the bolt
heads and nuts abutting against steel members shall be machine finished. Where there is a risk of the
nut being removed or becoming loose due to vibrations or reversal of stresses, these shall be secured
from slackening by me use of locknuts, spring washers, cross-cutting or hammering down of threads as
directed.

Bolts, nuts, and washers shall be thoroughly cleaned and dipped in double boiled linseed
oil before use. The whole steel work shall be painted with a coat of priming coat of red lead, as per
relevant specification of painting.

Page | 129
Part 3 : Conditions of Contract & Contract Forms

3.0 Mode of measurements & payment

3.1. The steel work shall be measured in general as under:

(a) All work shall be measured on the basis of finished dimensions as fixed at site and measured
net unless specified otherwise.

(b) The weight of steel sections, steel rods, and steel strips in finished work shall be calculated
Hum standard weight on the same basis on which steel is supplied to Contractor by department or
those given in relevant I.S. if steel is arranged by the contractor.

(c) The weight of steel plates and strips shall be taken from relevant I.S. based on 7.35 kg./ sq.
meter for every millimeter sheet thickness if steel is supplied to the contractor by department.

(d) Unless otherwise specified, weight of cleats, brackets, packing pieces, bolts, nuts, washer,
distance pieces, separators, diaphragm gusset (taking overall square dimensions) fish plates etc. shall
be added to the weight of respective items.

(e) In riveted work allowance is to be made for weight of rivet hands. No deductions shall be
made for rivet or bolts holes excluding holes for anchor or holding down bolts.

(f) For forged steel and steel castings, weight shall be calculated on the basis of 7850 kg./cum.

(g) Unless otherwise specified, no allowance shall be made for the weld metal in case of welded
steel structure.

(h) Dimensions other than cross sections and thickness of plates shall be measured to nearest
0.001m

(i) Mill tolerance shall be ignored when weight is determined by calculation.

3.2. The rate includes cost of all material, labour, erection, hoisting scaffolding, protective measure,
required for proper completion of the item of work. This shall also include conveyance and delivery
handling, loading, unloading and storing etc. required for completing the item described above
including necessary wastage involved.

3.3. The rate shall be for a unit of Kg.

Item99: Providing corrugated G.I. sheets roofing fixed with glavanished iron J or L Hooks, Bolts and
nuts 8mm diameter with bitumen and G.I. limpet washer. filled with white lead complete-excluding the
cost of purlins, Rafters and Trusses (1) 0.80 mm thick sheet.

Page | 130
The specification for G.I. sheet shall be as per material specification number M-23. It shall be fixed with
glavanished iron J or L Hooks, Bolts and nuts 8mm diameter with bitumen and G.I. limpet washer. filled
with white lead complete-excluding the cost of purlins, Rafters and Trusses (1) 0.80 mm thick sheet.

The measurement and payment shall be made on the basis of sq.mt. of complete finished work.

Item100: Providing and Laying Controlled cement concrete M-200 and finishing smooth with curing etc.
complete including the cost of formwork but excluding the cost of reinforsement for R.C.C work in
Coping & Lintel bend.

The work shall be executed as per specification of Item No.3 except the work is for providing and
Laying Controlled cement concrete M-200 and finishing smooth with curing etc. complete including the
cost of formwork but excluding the cost of reinforsement for R.C.C work in Coping & Lintel bend.

Item101: Finishing wall with weatherproof exterior emulsion


paint on wall surface (two coats) to give an required
shape even shade after thoroughly brushing the
surface to remove all dirt and remains of loose
powdered materials.etc.complete.

General

This work shall consist of painting the walls with weather proof emulsion exterior paint on exterior wall
surfaces of the dimensions shown on the drawings and conforming to these specifications or as
approved by the Engineer in charge.
Page | 131
Part 3 : Conditions of Contract & Contract Forms

MATERIALS

1.0 Exterior emulsion paint

Exterior emulsion paint shall be of specified colour as approved by Engineer in charge the ready
mixed exterior emulsion paint shall not be allowed, If however ready mix emulsion paint of specified
shade or tint is not available white ready mixed paint with approved Steiner will be allowed in such case
the contractor shall ensure that the shade of the paint so allowed shall be uniform exterior emulsion
paint shall meet with the following general requirements

1. Exterior emulsion paint shall not show excessive setting in freshly opened full cam and shall
easily be redepresed with a paddle to a smooth homogeneous state. The exterior emulsion paint shall
show no curding, livering cracking or colour separation and shall be free form lumps and skins.

2. The exterior emulsion paint as received shall brush easily possess good leveling properties and
show no running or sagging tendencies.

3. The exterior emulsion paint shall not skin within 48 hours in a three quarters filled closed
container

4. The exterior emulsion paint shall dry to a smooth uniform finish free from roughness grit
unevenness and other imperfections

5. Ready mix exterior emulsion paint if allowed for specified shade, shall be used exactly as
received from the manufacturers and generally according to their instruction and without any
admixtures whatsoever.

2.0 WORKMAN SHIP

2.1 Scaffolding :

Where scaffolding is required, it shall be erected in such a way that as far as possible no part of
scaffolding shall rest against the surface to be distempered. A properly secured strong and well tied
suspended platform (joola) may be used for distempering. Where ladders are used, pieces of old gunny
bags.

3.0 Application coat :

The exterior emulsion paint on exterior wall surfaces shall be diluted with water or any other
prescribed thinner in a manner recommended by the manufacturer only. Sufficient quantity of
distemper required for a day’s work shall be prepared.

Page | 132
3.1 For undecorated surfaces, after the primer coat is dried for at least 48 hours, the surface shall be
lightly sand papered to make it smooth for receiving the exterior emulsion paint, taking care not to rub
out the priming coat. All loose particles shall be dusted off after rubbing. Minimum two coats of the
exterior emulsion paint shall be applied with brushes in horizontal strokes followed immediately by
vertical strokes which together shall constitute one coat. The subsequent coats shall be applied after a
time interval of at least 24 hours between consecutive coats to permit proper drying of the preceding
coat. The finished surface shall be even and uniform without patches, brush marks, distemper drops
etc.

3.2 Sufficient quantity of the exterior emulsion paint shall be mixed to finish one room at a time.

3.0 MODE OF MEASUREMENT & PAYMENT :

3.1. The unit rate wall painting with exterior emulsion paint and including a primary coat with alkali
resistance primer of approved brand shall include the cost of all materials, tools and plant required for
mixing, cleaning brushing sand papering & painting with all required specials and Lapi compound,
finishing as per direction of the Engineer-in-charge, and all other incidental expenses for producing pipe
line work of specified diameter to complete the structure or its components as shown on the drawings
and according to these specifications. They shall also include the cost of making, fixing and removing of
all scaffolding and forms required for the work.

3.2 The rate of wall painting with exterior emulsion paint shall include the cost of all labour,
materials tools and plant scaffolding and all incidental expenses as described herein above.

3.3. The wall painting with exterior emulsion paint shall be measured for its length and height
limiting dimensions to those specified on plan or as directed. The rate shall be for a unit of one square
meter.

3.4. The payment will be made on square meter basis of the finished work.

Item102: Supplying of yellow or Goradu soil & filling with all


lead and lift including spreading watering,dressing
and rolling with hand roller etc.c0mplete.

Providing yellow or goradu soil for garden development both side of roads and surrounding area as per
instructions of Engineer-in charge.

Page | 133
Part 3 : Conditions of Contract & Contract Forms

2. The yellow or Goradu soil filling at requred depth, clean, free from dust and deleterious
matters obtained from a source as approved by the Engineer-in-charge.

3. After yellow or Goradu soil shall be filled in suitable layers not exceeding 30 cm. at a time
and each layer well compacted by rodding to maximum density or as directed by the Engineer-in-
charge.

4. Mode of measurement shall be the total cubical content (in cum.) of the area covered by brick
bat.

5. Unit rate includes the cost of materials, labour and tools and plant to complete the work.

Item103: Supplying and planting dibbing semi carpet lawn at


distance of about 15cm x 15cm after proper anti
termite treatment and rolling the same by hand roller and watering etc.complete.

Work of Supplying and planting dibbing semi carpet lawn at distance of about 15cm x 15cm after
proper anti termite treatment and rolling the same by hand roller and watering shall be
carriedout as under:

Narrow down seed types by climate: It shall be decided on the basis of which type is best for
surrounding climate, or based on the current time of year and temperature or decided by Engineer-in-
Charge in planting lawns.

Choose a specific seed type: It should provide better resilience to disease and environmental factors.
Browse blends and mixtures to find one suited to lawn's sunlight levels, preferred grass texture,
drought resistance, and durability to foot traffic. Avoid supplying low-quality seed blends using the
following tips:

Look for germination percentages above 75%, and an expiration date no more than ten months in the
past, for best sprouting results.

Look for grass seed containing less than 0.5% weed seeds.

Page | 134
Avoid annual ryegrass, which dies permanently in winter. Avoid rough "agricultural" perennial ryegrass,
or mixtures that include more than 20% of any type of ryegrass, or it can take over your lawn with its
rough texture and appearance.[20]

Avoid grass seeds sold without an identifying variety.

Work on the lawn in sections: After proper anti termite treatment, divide large lawns into sections
measuring approximately 6m x 6m. Work on each section separately, following the steps below for that
section before moving on to the next one. This lets you divide your work into multiple work sessions if
necessary, while ensuring that every section receives all the care it needs.

Sow the grass: Spread grass seed at distance of about 15cm x 15cm after proper anti termite
treatment using a seed distributor or lawn spreader if possible, to ensure even coverage. Drop the
seeds by hand if no other options are available, but always refer to the recommended sowing density
on the grass seed package. For even distribution, sow half the recommended seeds while walking in
parallel rows back and forth lengthwise across the lawn, then sow the remaining half while walking in
rows widthwise. If there is no recommended seed density on the packaging, use the following
guidelines:

Utility grass (designed for moderate to heavy use) can be sown at 15–20 grams per square meter.

Most "ornamental" grass designed for light use can be sown at 20–25g per sq m.

High quality ornamental grass can be sown at 30g per sq m.

Lightly rake the soil: Use a rake to cover the majority of the seeds with a light layer of soil, no deeper
than 3 mm. This protects the seeds from birds and wind, but still makes it easy for the young grass
sprouts to push through the soil.

For grass seeds sown in the summer, a thin layer 6mm of mulch can help retain moisture. Straw or hay
mulch is not recommended, as it may contain weed seeds.

Stay off the lawn while it grows:Put up signs or temporary barriers if necessary to keep people off the
lawn. Do not step on the soil at all until the grass has germinated, which usually takes 10–14 days. Walk
across it as infrequently and lightly as possible for about six months after planting.

Page | 135
Part 3 : Conditions of Contract & Contract Forms

Water the seeds: Letting the seed dry out completely will prevent germination. To prevent this, water
the seeds immediately after planting with a light sprinkler, just to the point of "puddling." Repeat
frequently throughout each day until sprouts appear. After this occurs, water less often, but more
heavily, now that the established plants won't be washed away. The exact frequency of watering
depends on the temperature, humidity, and grass variety. Increase the watering frequency if the grass
turns brown, unless it is the dormant season (winter for warm-season grass, or summer for cold-season
grass).

If using a blend with Kentucky bluegrass, keep watering with the gentle, more frequent schedule after
the first sprouts appear. Look closely for the next few days for a new layer of small seedlings to sprout,
as "KBG" can take longer to germinate than other species.After this second wave of sprouts appears,
you can switch to a less frequent watering schedule.

Roll the lawn once the grass is 5–7½cm tall:Once the grass reaches this height, press it down with a
light garden roller – either an empty metal one, or a plastic one filled with about 4 liters of water.[29] If
you do not have a garden roller, it may attempt to lightly press the grass into the soil with the wheels of
a rotary mower, or by treading across it carefully, but try not to press it so hard that the soil becomes
hard and compacted.

Mode of measurement and payment

It shall be made on sqm basis of comlete finished work.

Item104: Bowing and developing flowering plants grown in


nursery having approximate height 4 to 5 ft or height as per land scape plan with natural growth and
natural colour planted in a lump of soil packed in polithin bag or earthan pot.including organic &
chemical fertilizer pestisides,fungicides,hormones & Maintaining the plants up to three month as
deserted.including labour charges for planting in pits and placing properly and filling the pit with
required prepared mix soil and watering and disporting.

Page | 136
The varieties of palms must be true to the type, healthy, straight and well established in earthen pots.
The plants must have about 2-3 rings formation on the lower portion of stem and also having 5-6 leave.
Repotted plants shall be rejected straightway.

Payment shall be made on basis of the Nos. of plants.

Sr. Name of Palm Size of Planter Height (CM)


No.
(Bag / Pot) CM

(A) Bottom Palm Dia. 20-25 cm & Ht. 20-25 cm 120 to 150

(B) Triangle Palm Dia. 20-25 cm & Ht. 20-25 cm 120 to 150

(c) Jasud 60 Dia. 20-25 cm & Ht. 20-25 cm 120 to 150

(D) Croton Dia. 20-25 cm & Ht. 20-25 cm 120 to 150

(E) Golden Durenta


Dia. 20-25 cm & Ht. 20-25 cm. 120 to 150
Varigated

(F) Green Mahindi Dia. 20-25 cm & Ht. 20-25 cm 120 to 150

(G) Varigated Ficus Dia. 20-25 cm & Ht. 20-25 cm 120 to 150

(H) New black Ficus Dia. 20-25 cm & Ht. 20-25 cm 120 to 150

(I) Pendula asopalav Dia. 20-25 cm & Ht. 20-25 cm 120 to 150

The Planting of the Palms shall be carried out after excavating pits 0.60 mt x 0.60 mt x 60 mt
size and removing and refilling the pits with extra fertile field soil (Yellow earth) at the rate 70% and
manure at the rate of 30% of the excavated soil. These refilled materials should be treated with anti
termite treatment as and when directed. The Plantation should be maintained for 3 months.

Mode of measurement and payment

It shall be made on number basis of flowering plants including bowing and developing flowering
plants grown in nursery having approximate height 4 to 5 ft or height as per land scape plan with
natural growth and natural colour planted in a lump of soil packed in polithin bag or earthan pot
including organic & chemica fertilizer pestisides,fungicides, hormones & maintaining the plants up to

Page | 137
Part 3 : Conditions of Contract & Contract Forms

three month as deserted including labour charges for planting in pits and placing properly and
filling the pit with required prepared mix soil and watering and disporting

Item105: Providing laying and jointing in true line and level, Consil 25mm dia. U.P.V.C. Pipe (SCH- 40) for
cold water including fittings make PRINCE / SUPREME / ASTRAL / FINOLEX or equivalent as approved by
Engineer In Charge. Pipe shall be fixed on the wall with the help of clamp at every two metre C/C or
shall be concelled as directed including necessary 25mm tube MT fittings, such as such ruducing
coupler, union, band plug, endcap, pipe clip, Tee, hex nipple, elbow, cuopler,..etc complete As directed
By Engineer in Charge & using bonding materials.fittings etc. including testing of pipe and joints and
fixing the same with adhesive solvent, including cost of all materials, Labours. Etc.

1.0 Materials

1.1. The specified dia. U.P.V.C. pipes of ISI mark of approved quality shall be used.

2. Workmanship

U.P.V.C. pipes and fittings shall be of the diameter, size and type specified in the item. The pipe shall be
full lengths of 2 meter as far as possible. All the pipes shall be fixed on wall face at locations indicated
on drawings or as ordered by the Engineer-in-charge. Pipe shall be secured to face of wall below all
joints by M.S. clamps with wooden gut ties.The spigot of the upper pipe shall be properly fitted into the
socket of the lower pipe such that there is uniform annular space for fitting with the jointing materials.
One third depth of annular space between the item. The pipe shall be full lengths of 2 meter as far as
possible. All the pipes shall be fixed on wall face at locations indicated on drawings or as ordered by the
Engineer-in-charge. Pipe shall be secured to face of wall below all joints by M.S. clamps with wooden
gut ties.The spigot of the upper pipe shall be properly fitted into the socket of the lower pipe such that
there is uniform annular space for fitting with the jointing materials. One third depth of annular space
between the socket and the spigot shall be filled with spun-yarn soaked in bitumatic jointing compound
and shall be pressed home by means of caulking tool. The remaining 2/3 depth of the joints shall be
filled in with stiff cement mortar 1:2 and shall be pressed with caulking tool and finished smooth at top
at an angle of 45 sloping up. The joints shall be filled with cement mortar 1:2 (1 cement : 2 sand) span
spun yarn. The joints shall be filled with cement mortar 1.2 (1 cement : 2 sand) and spurn yarn. The pipes
Page | 138
without care shall be fixed to wall with M.S. clamps The pipes will earns shall be secured with 100 mm
before steel or iron barrel distance pieces or boils and stout galvanised iron nails 10 cms long into hand
wool plug fixed in walls. Access doors to fittings shall be provided with 3 mm. rubber insertion packing
and secured without screws to made air and water tight.All soil pipes shall be earned up above the roof
and shall have a wire ball on guarded or a cowl.The ventilating pipe or shaft shall be carried out to a
height of at least one meter above the outer covering of the roof of the building or in the case of
windows in a gable wall or a dormer windows, it shall carried up to a ridge of the roof or at least tow
meters above the top of the windows. In case of flat roof to which access for use is provided, it shall be
carried out up to a height of at least on meter above the parapet or two meters measured vertically
from the top of any windows or opening which any exist up to a horizontal distance of five meters from
the vent pipe into such building and in no case shall be carried out to a height less then three
meters.Where ventilating pipes are carried in pipe shafts, the shaft shall be of a minimum size of one
meter. If !he shells are also used to give fight and air to rooms, the ventilating pipes must be carried out
to a horizontal distance at root level not loss than five meter from the site of the shaft. The sand cast
iron pipes above parapet shall be fixed with M.S. clamps and stays. The clamps shall be made from 1.5
mm. thick MS flat or 3 mm. width band to the required shape and size to fit tightly one the sockets
when tightened with screw bolts. It shall be formed of two semi circular pieces with flanged ends on
both sides, with holes to fit in the screw bolts and nuts 100 mm. dia. M.S. Bars, One end of the stay shall
be bent to form a hook to be fixed with clamps by means of bolts and the other end shall be bent for
embedding in wall in cement concrete block of size 200 mm. x 100 mm. x 100 mm. in 1:2:4 mix. The
concrete shall be finished to match the surrounding surfaces.

The connection between the main pipe and branch pipes shall be made by using branches and bends
with access doors for cleaningThe waste from lavatories, kitchens basins, sinks, baths and other floor
traps shall be separately connected to respective stacks of upper floor. The waste stack of lavatories
shall be connected directly to main hole while the waste stack of other shall be separately discharged
over gulley trap.

3.0. Measurements

The length of pipe shall be measured including all fittings along its length in running meters correct to a
centimeter. No allowance shall be made for the portion of pipe length entered in the sockets of the
adjacent pipe of fittings.

The rate includes all labour, and materials, tools and plant etc. required for satisfactory completion of
this item.

The rate shall be for a unit of One running meter.

Page | 139
Part 3 : Conditions of Contract & Contract Forms

Item106: Plantation of tree in soil including digging 45x45x45 cm size pits preparing soil & providing and
mixing organic fertiliser watering,planting and filling the pits
as per direction of engineer incharge.

Excavating the pits of 45x45x45 cm. size and Removing the excavated soil and refilling the same with
70% of extra fertile soil and 30% of well rotted farm yard manure including fertilizer, insectside etc.
complete as per detailed specification.

1.0 Before starting the work the site shall be cleared from any vegetation, thrown articles or waste
and any undulation. The ground shall be made in one plane. If required, it shall be stripped and make it
cleaned. Fresh soil shall be used for making the ground in level. After ascertaining the ground in one
plane and in good condition, the area to be developed shall be marked and a final layout shall be
decided to decide the region for plantation, grass Lawn, walk way, benches, play centre etc. in
consultation with the Engineer in charge. The payment for walk way, benches, play centre shall be
made separately in different items.

2.0 Grass Lawn shall be planted uniformly so that it can cover the whole region and no decided
space shall be left uncovered. After planting the grass Lawn, it shall be watered very well. The plants of
different sizes and species shall be planted at the places as decided by the Engineer in charge. The size
of the various pits shall be sufficient enough to provide space for different sizes of plants. After
planting the plants it shall be watered well and required qty of organic manure shall be utilized for
healthy growth of the plants.

Item107: Providing Tree Plants having minimum 1.mtr height and healthy growth of various kinds as like
plat form Gulmahore,Kanaj,Ambla,Ranitree,Saptarani,Cherry, Cryjeliya,Spethodia,Paras, Pipala,
Galmalo, Nem, Borsalli,Kadam,Buch,Chompo,Asopalav and as suggested etc.complete.

The work shall be executed as per specification of Item No.104 except the work is for providing Tree
Plants having minimum 1.mtr height and healthy growth of various kinds as like plat form
Gulmahore,Kanaj,Ambla,Ranitree,Saptarani,Cherry, Cryjeliya,Spethodia,Paras Pipala, Galmalo, Nem,
Borsalli,Kadam,Buch,Chompo,Asopalav and as suggested etc.complete.

Page | 140
Page | 141
Part 3 : Conditions of Contract & Contract Forms

DRAWING SECTION

Page | 142
Page | 143
Part 3 : Conditions of Contract & Contract Forms

Page | 144
Page | 145
Part 3 : Conditions of Contract & Contract Forms

Page | 146
Section IX – Particular Conditions of Contract

Page | 147
Section IX – Particular Conditions of Contract

PART 3 – Conditions of Contract and

Contract Forms

Page | 148
Section IX – Particular Conditions of Contract

Section VIII - General Conditions of Contract

These General Conditions of Contract (GCC), read in conjunction with the Particular
Conditions of Contract (PCC) and other documents listed therein, should be a complete
document expressing fairly the rights and obligations of both parties.

These General Conditions of Contract have been developed on the basis of


considerable international experience in the drafting and management of contracts,
bearing in mind a trend in the construction industry towards simpler, more
straightforward language.

Page | 149
Section IX – Particular Conditions of Contract

General Conditions of Contract

A. General

1. Definitions Boldface type is used to identify defined terms.


(a) The Accepted Contract Amount means the amount
accepted in the Letter of Acceptance for the
execution and completion of the Works and the
remedying of any defects.
(b) The Activity Schedule is a schedule of the activities
comprising the construction, installation, testing, and
commissioning of the Works in a lump-sum contract.
It includes a lump-sum price for each activity, which is
used for valuations and for assessing the effects of
Variations and Compensation Events.
(c) 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 23.
(d) Bank means the financing institution named in the
PCC.
(e) Bill of Quantities means the priced and completed Bill
of Quantities forming part of the Bid.
(f) Compensation Events are those defined in GCC Clause
46 hereunder.
(g) The Completion Date is the date of completion of the
Works as certified by the Project Manager, in
accordance with GCC Sub-Clause 57.1.
(h) The Contract is the Contract between the Employer
and the Contractor to execute, complete, and
maintain the Works. It consists of the documents
listed in GCC Sub-Clause 2.3 below.
(i) The Contractor is the party whose Bid to carry out the
Works has been accepted by the Employer.
(j) The Contractor’s Bid is the completed bidding
document submitted by the Contractor to the
Employer.
(k) The Contract Price is the Accepted Contract Amount
stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the Contract.
(l) Days are calendar days; months are calendar months.
(m) Dayworks are varied work inputs subject to payment

Page | 150
Section IX – Particular Conditions of Contract
on a time basis for the Contractor’s employees and
Equipment, in addition to payments for associated
Materials and Plant.
(n) A Defect is any part of the Works not completed in
accordance with the Contract.
(o) The Defects Liability Certificate is the certificate
issued by Project Manager upon correction of defects
by the Contractor.
(p) The Defects Liability Period is the period named in
the PCC pursuant to GCC Sub-Clause 38.1 and
calculated from the Completion Date.
(q) Drawings means the drawings of the Works, as
included in the Contract, and any additional and
modified drawings issued by (or on behalf of) the
Employer in accordance with the Contract, include
calculations and other information provided or
approved by the Project Manager for the execution of
the Contract.
(r) The Employer is the party who employs the
Contractor to carry out the Works, as specified in the
PCC.
(s) Equipment is the Contractor’s machinery and vehicles
brought temporarily to the Site to construct the
Works.
(t) “In writing” or “written” means hand-written, type-
written, printed or electronically made, and resulting
in a permanent record;
(u) The Initial Contract Price is the Contract Price listed in
the Employer’s Letter of Acceptance.
(v) The Intended Completion Date is the date on which it
is intended that the Contractor shall complete the
Works. The Intended Completion Date is specified in
the PCC. The Intended Completion Date may be
revised only by the Project Manager by issuing an
extension of time or an acceleration order.
(w) Materials are all supplies, including consumables,
used by the Contractor for incorporation in the
Works.
(x) Plant is any integral part of the Works that shall have
a mechanical, electrical, chemical, or biological
function.
(y) The Project Manager is the person named in the PCC
(or any other competent person appointed by the
Employer and notified to the Contractor, to act in
Page | 151
Section IX – Particular Conditions of Contract
replacement of the Project Manager) who is
responsible for supervising the execution of the
Works and administering the Contract.
(z) PCC means Particular Conditions of Contract.
(aa) The Site is the area defined as such in the PCC.
(bb) Site Investigation Reports are those that were
included in the bidding document and are factual and
interpretative reports about the surface and
subsurface conditions at the Site.
(cc) Specification means the Specification of the Works
included in the Contract and any modification or
addition made or approved by the Project Manager.
(dd) The Start Date is given in the PCC. 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.
(ee) A Subcontractor is a person or corporate body who
has a Contract with the Contractor to carry out a part
of the work in the Contract, which includes work on
the Site.
(ff) Temporary Works are works designed, constructed,
installed, and removed by the Contractor that are
needed for construction or installation of the Works.
(gg) A Variation is an instruction given by the Project
Manager which varies the Works.
(hh) The Works are what the Contract requires the
Contractor to construct, install, and turn over to the
Employer, as defined in the PCC.
(ii) “Contractor’s Personnel” refers to all personnel
whom the Contractor utilizes on the Site or other
places where the Works are carried out, including the
staff, labor and other employees of each
Subcontractor.
(jj) “Key Personnel” means the positions (if any) of the
Contractor’s personnel that are stated in the
Specification.
(kk) “ES” means Environmental and Social (including
Sexual Exploitation and Abuse (SEA), and Sexual
Harassment (SH)).
(ll) “Sexual Exploitation and Abuse” “(SEA)” means the
following:
Sexual Exploitation is defined as any actual or
attempted abuse of position of vulnerability,
Page | 152
Section IX – Particular Conditions of Contract
differential power or trust, for sexual purposes,
including, but not limited to, profiting monetarily,
socially or politically from the sexual exploitation of
another;
Sexual Abuse is defined as the actual or threatened
physical intrusion of a sexual nature, whether by force
or under unequal or coercive conditions.
(mm) “Sexual Harassment” “(SH)” is defined as
unwelcome sexual advances, requests for sexual
favors, and other verbal or physical conduct of a
sexual nature by the Contractor’s Personnel with
other Contractor’s or Employer’s Personnel; and
(nn) “Employer’s Personnel” refers to the Project
Manager and all other staff, labor and other
employees (if any) of the Project Manager and of the
Employer engaged in fulfilling the Employer’s
obligations under the Contract; and any other
personnel identified as Employer’s Personnel, by a
notice from the Employer or the Project Manager to
the Contractor.

2. Interpretation 2.1 In interpreting these GCC, words indicating one gender


include all genders. Words indicating the singular also
include the plural and words indicating the plural also
include the singular. Headings have no significance. Words
have their normal meaning under the language of the
Contract unless specifically defined. The Project Manager
shall provide instructions clarifying queries about these GCC.
2.2 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).
2.3 The documents forming the Contract shall be interpreted in
the following order of priority:
(a) Agreement,
(b) Letter of Acceptance,
(c) Contractor’s Bid,
(d) Particular Conditions of Contract,
(e) General Conditions of Contract, including
Appendices,
(f) Specifications,
(g) Drawings,
Page | 153
Section IX – Particular Conditions of Contract
(h) Bill of Quantities,20 and
(i) any other document listed in the PCC as forming part
of the Contract.

3. Language and 3.1 The language of the Contract and the law governing the
Law Contract are stated in the PCC.
3.2 Throughout the execution of the Contract, the Contractor
shall comply with the import of goods and services
prohibitions in the Employer’s country when
(a) as a matter of law or official regulations, the Borrower’s
country prohibits commercial relations with that country; or
(b) by an act of compliance with a decision of the United
Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrower’s Country
prohibits any import of goods from that country or any
payments to any country, person, or entity in that country.

4. Project 4.1 Except where otherwise specifically stated, the Project


Manager’s Manager shall decide contractual matters between the
Decisions Employer and the Contractor in the role representing the
Employer.

5. Delegation 5.1 Unless otherwise specified in the PCC, the Project Manager
may delegate any of his duties and responsibilities to other
people, except to the Adjudicator, after notifying the
Contractor, and may revoke any delegation after notifying
the Contractor.

6. Communica- 6.1 Communications between parties that are referred to in the


tions Conditions shall be effective only when in writing. A notice
shall be effective only when it is delivered.

7. Subcontracting 7.1 The Contractor may subcontract with the approval of the
Project Manager, but may not assign the Contract without
the approval of the Employer in writing. Subcontracting
shall not alter the Contractor’s obligations. The Contractor
shall require that its Subcontractors execute the Works in
accordance with the Contract, including complying with the
relevant ES requirements and the obligations set out in Sub-
Clause 28.1.

8. Other 8.1 The Contractor shall cooperate and share the Site with
Contractors other contractors, public authorities, utilities, 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
20
In lump-sum contracts, delete “Bill of Quantities” and replace with “Activity Schedule.”
Page | 154
Section IX – Particular Conditions of Contract
the Schedule. The Employer may modify the Schedule of
Other Contractors, and shall notify the Contractor of any
such modification.
8.2 The Contractor shall also, as stated in the Specifications or
as instructed by the Project Manager, cooperate with and
allow appropriate opportunities for the Employer’s or any
other personnel, notified to the Contractor by the Employer
or Project Manager, to conduct any environmental and
social assessment.

Page | 155
Section IX – Particular Conditions of Contract

9. Personnel and 9.1 The Contractor shall employ the Key Personnel and use the
Equipment Equipment identified in its Bid, to carry out the Works or
other personnel and Equipment approved by the Project
Manager. The Project Manager shall approve any proposed
replacement of Key Personnel and Equipment only if their
relevant qualifications or characteristics are substantially
equal to or better than those proposed in the Bid.
9.2 The Project Manager may require the Contractor to remove
(or cause to be removed) any person employed on the Site
or Works, including the Key Personnel (if any), who:
(a) persists in any misconduct or lack of care;
(b) carries out duties incompetently or negligently;
(c) fails to comply with any provision of the Contract;
(d) persists in any conduct which is prejudicial to safety,
health, or the protection of the environment;
(e) based on reasonable evidence, is determined to have
engaged in Fraud and Corruption during the execution
of the Works;
(f) has been recruited from the Employer’s Personnel;
(g) undertakes behavior which breaches the Code of
Conduct for Contractor’s Personnel (ES).
If appropriate, the Contractor shall then promptly appoint
(or cause to be appointed) a suitable replacement with
equivalent skills and experience.
Notwithstanding any requirement from the Project
Manager to remove or cause to remove any person, the
Contractor shall take immediate action as appropriate in
response to any violation of (a) through (g) above. Such
immediate action shall include removing (or causing to be
removed) from the Site or other places where the Works are
being carried out, any Contractor’s Personnel who engages
in (a), (b), (c), (d), (e) or (g) above or has been recruited as
stated in (f) above.”
9.3 The Contractor shall take all necessary safety measures to
avoid the occurrence of incidents and injuries to any third
party associated with the use of, if any, Equipment on public
roads or other public infrastructure. The Contractor shall
monitor road safety incidents and accidents to identify
negative safety issues, and establish and implement
necessary measures to resolve them.
9.4 Labor
9.4.1 Engagement of Staff and Labor. The Contractor shall
provide and employ on the Site for the execution of Page
the | 156
Works such skilled, semi-skilled and unskilled labor as is
necessary for the proper and timely execution of the
Contract. The Contractor is encouraged, to the extent
practicable and reasonable, to employ staff and labor with
appropriate qualifications and experience from sources
within the Country.
Unless otherwise provided in the Contract, the Contractor
shall be responsible for the recruitment, transportation,
Section IX – Particular Conditions of Contract

10. Employer’s and 10.1 The Employer carries the risks which this Contract states are
Contractor’s Employer’s risks, and the Contractor carries the risks which
Risks this Contract states are Contractor’s risks.

11. Employer’s 11.1 From the Start Date until the Defects Liability Certificate has
Risks been issued, the following are Employer’s risks:
(a) 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.
(b) 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 Employer’s design, or due to war or
radioactive contamination directly affecting the
country where the Works are to be executed.
11.2 From the Completion Date until the Defects Liability
Certificate has been issued, the risk of loss of or damage to
the Works, Plant, and Materials is an Employer’s 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 Employer’s risk, or
(c) the activities of the Contractor on the Site after the
Completion Date.

12. Contractor’s 12.1 From the Starting Date until the Defects Liability Certificate
Risks 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
Employer’s risks are Contractor’s risks.

13. Insurance 13.1 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 Contractor’s risks:
(a) loss of or damage to the Works, Plant, and Materials;
(b) loss of or damage to Equipment;

Page | 157
Section IX – Particular Conditions of Contract
(c) loss of or damage to property (except the Works,
Plant, Materials, and Equipment) in connection with
the Contract; and
(d) personal injury or death.
13.2 Policies and certificates for insurance shall be delivered by
the Contractor to the Project Manager for the Project
Manager’s approval before the Start Date. All such
insurance shall provide for compensation to be payable in
the types and proportions of currencies required to rectify
the loss or damage incurred.
13.3 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.
13.4 Alterations to the terms of an insurance shall not be made
without the approval of the Project Manager.
13.5 Both parties shall comply with any conditions of the
insurance policies.

14. Site Data 14.1 The Contractor shall be deemed to have examined any Site
Data referred to in the PCC, supplemented by any
information available to the Contractor.

15. Contractor to 15.1 The Contractor shall construct and install the Works in
Construct the accordance with the Specifications and Drawings.
Works 15.2 If the Contract specifies that the Contractor shall design any
part of the permanent Works, the Contractor shall take into
account the Employer’s requirements which may include, if
stated in the Specifications:
(a) designing structural elements of the Works taking
into account climate change considerations;
(b) applying the concept of universal access (the
concept of universal access means unimpeded
access for people of all ages and abilities in
different situations and under various
circumstances; and
(c) considering the incremental risks of the public’s
potential exposure to operational accidents or
natural hazards, including extreme weather events.

16. The Works to 16.1 The Contractor may commence execution of the Works on
Be Completed the Start Date and shall carry out the Works in accordance
by the Intended with the Program submitted by the Contractor, as updated
Completion with the approval of the Project Manager, and complete
Page | 158
Section IX – Particular Conditions of Contract
Date them by the Intended Completion Date.
16.2 The Contractor shall not carry out mobilization to the Site
unless the Project Manager gives approval, an approval that
shall not be unreasonably delayed, to the measures the
Contractor proposes to address environmental and social
risks and impacts, which at a minimum shall include applying
the Management Strategies and Implementation Plans
(MSIPs) and Code of Conduct for Contractor’s Personnel
submitted as part of the Bid and agreed as part of the
Contract.
The Contractor shall submit, to the Project Manager for its
approval any additional MSIPs as are necessary to manage
the ES risks and impacts of ongoing Works. These MSIPs
collectively comprise the Contractor’s Environmental and
Social Management Plan (C-ESMP). The Contractor shall
review the C-ESMP, periodically (but not less than every six
(6) months), and update it as required to ensure that it
contains measures appropriate to the Works. The updated
C-ESMP shall be submitted to the Project Manager for its
approval.

17. Approval by the 17.1 The Contractor shall submit Specifications and Drawings
Project showing the proposed Temporary Works to the Project
Manager Manager, for his approval.
17.2 The Contractor shall be responsible for design of Temporary
Works.
17.3 The Project Manager’s approval shall not alter the
Contractor’s responsibility for design of the Temporary
Works.
17.4 The Contractor shall obtain approval of third parties to the
design of the Temporary Works, where required.
17.5 All Drawings prepared by the Contractor for the execution
of the temporary or permanent Works, are subject to prior
approval by the Project Manager before this use.

18. Health, Safety 18.1 The Contractor shall be responsible for the safety of all
and Protection activities on the Site.
of the 18.2 The Contractor shall:
Environment
(a) comply with all applicable health and safety
regulations and Laws;
(b) comply with all applicable health and safety
obligations specified in the Contract;
(c) take care for the health and safety of all persons
entitled to be on the Site and other places, if any,
Page | 159
Section IX – Particular Conditions of Contract
where the Works are being executed;
(d) keep the Site and Works clear of unnecessary
obstruction so as to avoid danger to these persons;
(e) provide fencing, lighting, safe access, guarding and
watching of the Works until the issue of the Contract
Completion Certificate;
(f) provide any Temporary Works (including roadways,
footways, guards and fences) which may be necessary,
because of the execution of the Works, for the use and
protection of the public and of owners and occupiers
of adjacent land;
(g) provide health and safety training of Contractor’s
Personnel as appropriate and maintain training
records;
(h) actively engage the Contractor’s Personnel in
promoting understanding, and methods for,
implementation of health and safety requirements, as
well as in providing information to Contractor’s
Personnel, training on occupational safety and health,
and provision of personal protective equipment
without expense to the Contractor’s Personnel;
(i) put in place workplace processes for Contractor’s
Personnel to report work situations that they believe
are not safe or healthy, and to remove themselves
from a work situation which they have reasonable
justification to believe presents an imminent and
serious danger to their life or health.
(j) Contractor’s Personnel who remove themselves from
such work situations shall not be required to return to
work until necessary remedial action to correct the
situation has been taken. Contractor’s Personnel shall
not be retaliated against or otherwise subject to
reprisal or negative action for such reporting or
removal;
(k) where the Employer’s Personnel, any other
contractors employed by the Employer, and/or
personnel of any legally constituted public authorities
and private utility companies are employed in carrying
out, on or near the site, of any work not included in
the Contract, collaborate in applying the health and
safety requirements, without prejudice to the
responsibility of the relevant entities for the health
and safety of their own personnel; and
(l) establish and implement a system for regular (not less
than six-monthly) review of health and safety

Page | 160
Section IX – Particular Conditions of Contract
performance and the working environment.
Subject to GCC Sub-Clause 16.2, the Contractor shall submit
to the Project Manager for its approval a health and safety
manual which has been specifically prepared for the Works,
the Site and other places (if any) where the Contractor
intends to execute the Works.
The health and safety manual shall be in addition to any
other similar document required under applicable health and
safety regulations and laws.
The health and safety manual shall set out all the health and
safety requirements under the Contract,
(a) which shall include at a minimum:
(i) the procedures to establish and maintain a safe
working environment without risk to health at all
workplaces, machinery, equipment and processes
under the control of the Contractor, including
control measures for chemical, physical and
biological substances and agents;
(ii) details of the training to be provided, records to
be kept;
(iii) the procedures for prevention, preparedness and
response activities to be implemented in the case
of an emergency event (i.e. an unanticipated
incident, arising from both natural and man-made
hazards, typically in the form of fire, explosions,
leaks or spills, which may occur for a variety of
different reasons including failure to implement
operating procedures that are designed to
prevent their occurrence, extreme weather or
lack of early warning);
(iv) remedies for adverse impacts such as
occupational injuries, deaths, disability and
disease;
(v) the measures to be taken to avoid or minimize the
potential for community exposure to water-
borne, water-based, water-related, and vector-
borne diseases,
(vi) the measures to be implemented to avoid or
minimize the spread of communicable diseases
(including transfer of Sexually Transmitted
Diseases or Infections (STDs), such as HIV virus)
and non-communicable diseases associated with
the execution of the Works, taking into

Page | 161
Section IX – Particular Conditions of Contract
consideration differentiated exposure to and
higher sensitivity of vulnerable groups. This
includes taking measures to avoid or minimize the
transmission of communicable diseases that may
be associated with the influx of temporary or
permanent Contract-related labor;
(vii) the policies and procedures on the management
and quality of accommodation and welfare
facilities if such accommodation and welfare
facilities are provided by the Contractor in
accordance with GCC Sub-Clause 9.4.6; and
(b) any other requirements stated in the Specification
18.3 Protection of the environment
The Contractor shall take all necessary measures to:
18.3.1 protect the environment (both on and off the Site); and
18.3.2 limit damage and nuisance to people and property resulting
from pollution, noise and other results of the Contractor’s
operations and/ or activities.
The Contractor shall ensure that emissions, surface
discharges, effluent and any other pollutants from the
Contractor’s activities shall exceed neither the values
indicated in the Specifications, nor those prescribed by
applicable laws.
In the event of damage to the environment, property
and/or nuisance to people, on or off Site as a result of the
Contractor’s operations, the Contractor shall agree with
the Project Manager the appropriate actions and time
scale to remedy, as practicable, the damaged environment
to its former condition. The Contractor shall implement
such remedies at its cost to the satisfaction of the Project
Manager.

19. Archaeological 19.1 All fossils, coins, articles of value or antiquity, structures,
and Geological groups of structures, and other remains or items of
Findings geological, archaeological, paleontological, historical,
architectural or religious interest found on the Site shall be
placed under the care and custody of the Employer. The
Contractor shall:
(a) take all reasonable precautions, including fencing-off
the area or site of the finding, to avoid further
disturbance and prevent Contractor’s Personnel or
other persons from removing or damaging any of
Page | 162
Section IX – Particular Conditions of Contract
these findings;
(b) train relevant Contractor’s Personnel on appropriate
actions to be taken in the event of such findings; and
(c) implement any other action consistent with the
requirements of the Specifications and relevant laws.
The Contractor shall, as soon as practicable after discovery
of any such finding, notify the Project Manager of such
discoveries and carry out the Project Manager’s instructions
for dealing with them.

20. Possession of 20.1 The Employer shall give possession of all parts of the Site to
the Site the Contractor. If possession of a part is not given by the
date stated in the PCC, the Employer shall be deemed to
have delayed the start of the relevant activities, and this
shall be a Compensation Event.

21. Access to the 21.1 The Contractor shall allow the Project Manager and any
Site person authorized by the Project Manager (including the
Bank staff or consultants acting on the Bank’s behalf,
stakeholders and third parties, such as independent
experts, local communities, or non-governmental
organizations), including to carry out environmental and
social audit, as appropriate,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.

22. Instructions, 22.1 The Contractor shall carry out all instructions of the Project
Inspections and Manager which comply with the applicable laws where the
Audits Site is located.

22.2 The Contractor shall keep, and shall make all reasonable
efforts to cause its Subcontractors and subconsultants to
keep, accurate and systematic accounts and records in
respect of the Works in such form and details as will clearly
identify relevant time changes and costs.

22.3 Inspections &Audit by the Bank


Pursuant to paragraph 2.2 e. of Appendix A to the GCC-
Fraud and Corruption, the Contractor shall permit and shall
cause its agents (where declared or not), subcontractors,
subconsultants, service providers, suppliers, and personnel,
to permit, the Bank and/or persons appointed by the Bank
to inspect the site and/or the accounts, records and other
documents relating to the procurement process, selection
and/or contract execution, and to have such accounts,
records and other documents audited by auditors

Page | 163
Section IX – Particular Conditions of Contract
appointed by the Bank. The Contractor’s and its
Subcontractors’ and subconsultants’ attention is drawn to
GCC Sub-Clause 25.1 (Fraud and Corruption) which provides,
inter alia, that acts intended to materially impede the
exercise of the Bank’s inspection and audit rights constitute
a prohibited practice subject to contract termination (as
well as to a determination of ineligibility pursuant to the
Bank’s prevailing sanctions procedures).

23. Appointment of 23.1 The Adjudicator shall be appointed jointly by the Employer
the Adjudicator and the Contractor, at the time of the Employer’s issuance
of the Letter of Acceptance. If, in the Letter of Acceptance,
the Employer does not agree on the appointment of the
Adjudicator, the Employer will request the Appointing
Authority designated in the PCC, to appoint the Adjudicator
within 14 days of receipt of such request.
23.2 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 shall be jointly appointed by the
Employer and the Contractor. In case of disagreement
between the Employer and the Contractor, within 30 days,
the Adjudicator shall be designated by the Appointing
Authority designated in the PCC at the request of either
party, within 14 days of receipt of such request.

24. Procedure for 24.1 If the Contractor believes that a decision taken by the
Disputes Project Manager was either outside the authority given to
the Project Manager by the Contract or that the decision
was wrongly taken, the decision shall be referred to the
Adjudicator within 14 days of the notification of the Project
Manager’s decision.
24.2 The Adjudicator shall give a decision in writing within 28
days of receipt of a notification of a dispute.
24.3 The Adjudicator shall be paid by the hour at the rate
specified in thePCC, together with reimbursable expenses
of the types specified in the PCC, and the cost shall be
divided equally between the Employer and the Contractor,
whatever decision is reached by the Adjudicator. Either
party may refer a decision of the Adjudicator to an
Arbitrator within 28 days of the Adjudicator’s written
decision. If neither party refers the dispute to arbitration
within the above 28 days, the Adjudicator’s decision shall be
final and binding.
24.4 The arbitration shall be conducted in accordance with the
arbitration procedures published by the institution named

Page | 164
Section IX – Particular Conditions of Contract
and in the placespecifiedin the PCC.

25. Fraud and 25.1 The Bank requires compliance with the Bank’s Anti-
Corruption Corruption Guidelines and its prevailing sanctions policies
and procedures as set forth in the WBG’s Sanctions
Framework, as set forth in Appendix A to the GCC.
25.2 The Employer requires the Contractor to disclose any
commissions or fees that may have been paid or are to be
paid to agents or any other party with respect to the
bidding process or execution of the Contract. The
information disclosed must include at least the name and
address of the agent or other party, the amount and
currency, and the purpose of the commission, gratuity or
fee.

26. Stakeholder 26.1 The Contractor shall provide relevant contract- related
Engagement information, as the Employer and/or Project Manager may
reasonably request to conduct Stakeholder engagements.
“Stakeholder” refers to individuals or groups who:
(i) are affected or likely to be affected by the Contract;
and
(ii) may have an interest in the Contract.
The Contractor may also directly participate in Stakeholder
engagements, as the Employer and/or Project Manager may
reasonably request

27. Suppliers (other 27.1 Forced Labor: The Contractor shall take measures to require
than its suppliers (other than Subcontractors) not to employ or
Subcontractors) engage forced labor including trafficked persons as
described in GCC Sub-Clause 9.4.14. If forced
labor/trafficking cases are identified, the Contractor shall
take measures to require the suppliers to take appropriate
steps to remedy them. Where the supplier does not remedy
the situation, the Contractor shall within a reasonable
period substitute the supplier with a supplier that is able to
manage such risks.
27.2 Child Labor: The Contractor shall take measures to require
its suppliers (other than Subcontractors) not to employ or
engage child labor as described in GCC Sub-Clause 9.4.15. If
child labor cases are identified, the Contractor shall take
measures to require the suppliers to take appropriate steps
to remedy them. Where the supplier does not remedy the
situation, the Contractor shall within a reasonable period
substitute the supplier with a supplier that is able to
manage such risks.
27.3 Serious Safety Issues: The Contractor, including its

Page | 165
Section IX – Particular Conditions of Contract
Subcontractors, shall comply with all applicable safety
obligations, including as stated in GCC Sub-Clause 18.2. The
Contractor shall also take measures to require its suppliers
(other than Subcontractors) to adopt procedures and
mitigation measures adequate to address safety issues
related to their personnel. If serious safety issues are
identified, the Contractor shall take measures to require the
suppliers to take appropriate steps to remedy them. Where
the supplier does not remedy the situation, the Contractor
shall within a reasonable period substitute the supplier with
a supplier that is able to manage such risks.
27.4 Obtaining natural resource materials in relation to supplier:
The Contractor shall obtain natural resource materials from
suppliers that can demonstrate, through compliance with
the applicable verification and/ or certification
requirements, that obtaining such materials is not
contributing to the risk of significant conversion or
significant degradation of natural or critical habitats such as
unsustainably harvested wood products, gravel or sand
extraction from river beds or beaches.
If a supplier cannot continue to demonstrate that obtaining
such materials is not contributing to the risk of significant
conversion or significant degradation of natural or critical
habitats, the Contractor shall within a reasonable period
substitute the supplier with a supplier that is able to
demonstrate that they are not significantly adversely
impacting the habitats.

28. Code of 28.1 The Contractor shall have a Code of Conduct for the
Conduct Contractor’s Personnel.
The Contractor shall take all necessary measures to ensure
that each Contractor’s Personnel is made aware of the Code
of Conduct including specific behaviors that are prohibited,
and understands the consequences of engaging in such
prohibited behaviors.
These measures include providing instructions and
documentation that can be understood by the Contractor’s
Personnel and seeking to obtain that person’s signature
acknowledging receipt of such instructions and/or
documentation, as appropriate.
The Contractor shall also ensure that the Code of Conduct is
visibly displayed in multiple locations on the Site and any
other place where the Works will be carried out, as well as in
areas outside the Site accessible to the local community and
Page | 166
Section IX – Particular Conditions of Contract
project affected people. The posted Code of Conduct shall
be provided in languages comprehensible to Contractor’s
Personnel, Employer’s Personnel and the local community.
The Contractor’s Management Strategy and Implementation
Plans shall include appropriate processes for the Contractor
to verify compliance with these obligations.

29. Security of the 29.1 The Contractor shall be responsible for the security of the
Site Site, and:
(a) for keeping unauthorized persons off the Site;
(b) authorized persons shall be limited to the Contractor’s
Personnel, the Employer’s Personnel, and to any other
personnel identified as authorized personnel
(including the Employer’s other contractors on the
Site), by a notice from the Employer or the Project
Manager to the Contractor.
Subject to GCC Sub-Clause 16.2, the Contractor shall submit
for the Project Manager’s No-objection a security
management plan that sets out the security arrangements
for the Site
The Contractor shall (i) conduct appropriate background
checks on any personnel retained to provide security; (ii)
train the security personnel adequately (or determine that
they are properly trained) in the use of force (and where
applicable, firearms), and appropriate conduct towards
Contractor’s Personnel, Employer’s Personnel and affected
communities; and (iii) require the security personnel to act
within the applicable Laws and any requirements set out in
the Specifications.
The Contractor shall not permit any use of force by security
personnel in providing security except when used for
preventive and defensive purposes in proportion to the
nature and extent of the threat.
In making security arrangements, the Contractor shall also
comply with any additional requirements stated in the
Specification.”

B. Time Control

30. Program and 30.1 Within the time stated in the PCC, after the date of the
Progress Letter of Acceptance, the Contractor shall submit to the
Reports Project Manager for approval a Program showing the
general methods, arrangements, order, and timing for all
the activities in the Works. In the case of a lump-sum
contract, the activities in the Program shall be consistent
Page | 167
Section IX – Particular Conditions of Contract
with those in the Activity Schedule. The Project Manager’s
approval of the Program shall not alter the Contractor’s
obligations. The Contractor may revise the Program and
submit it to the Project Manager again at any time. A
revised Program shall show the effect of Variations and
Compensation Events.
30.2 An update of the Program shall be a program 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.
30.3 The Contractor shall monitor progress of the Works and
submit to the Project manager progress report and any
updated Program showing the actual progress achieved and
the effect of the progress achieved on the timing of the
remaining Works, including any changes to the sequence of
the activities, at intervals no longer than the period stated in
the PCC. If the Contractor does not submit an updated
Program within this period, the Project Manager may
withhold the amount stated in the PCC from the next
payment certificate and continue to withhold this amount
until the next payment after the date on which the overdue
Program has been submitted. In the case of lump-sum
Contract, the Contractor shall provide an updated Activity
Schedule within 14 days of being instructed to by the Project
Manager.
30.4 Unless otherwise stated in the Specifications, each progress
report shall include the Environmental and Social (ES) metrics
set out in Appendix B.
30.5 In addition to the progress reports, the Contractor shall
inform the Project Manager immediately of any allegation,
incident or accident in the Site, which has or is likely to have a
significant adverse effect on the environment, the affected
communities, the public, Employer’s Personnel, Project
Manager’s personnel or Contractor’s Personnel. This
includes, but is not limited to, any incident or accident
causing fatality or serious injury; significant adverse effects
or damage to private property; or any allegation of SEA
and/or SH. In case of SEA and/or SH, while maintaining
confidentiality as appropriate, the type of allegation (sexual
exploitation, sexual abuse or sexual harassment), gender and
age of the person who experienced the alleged incident
should be included in the information.
The Contractor, upon becoming aware of the allegation,
incident or accident, shall also immediately inform the
Project Manager of any such incident or accident on the
Subcontractors’ or suppliers’ premises relating to the Works

Page | 168
Section IX – Particular Conditions of Contract
which has or is likely to have a significant adverse effect on
the environment, the affected communities, the public,
Employer’s Personnel, or Contractor’s, its Subcontractors’
and suppliers’ personnel. The notification shall provide
sufficient detail regarding such incidents or accidents. The
Contractor shall provide full details of such incidents or
accidents to the Project Manager within the timeframe
agreed with the Project Manager.
The Contractor shall require its Subcontractors and suppliers
(other than Subcontractors) to immediately notify the
Contractor of any incidents or accidents referred to in this
Subclause.

31. Extension of 31.1 The Project Manager shall extend the Intended Completion
the Intended Date if a Compensation Event occurs or a Variation is issued
Completion which makes it impossible for Completion to be achieved by
Date the Intended Completion Date without the Contractor
taking steps to accelerate the remaining work, which would
cause the Contractor to incur additional cost.
31.2 The Project Manager shall decide whether and by how much
to extend the Intended Completion Date within 21 days of
the Contractor asking the Project Manager 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.

32. Acceleration 32.1 When the Employer wants the Contractor to finish before
the Intended Completion Date, the Project Manager shall
obtain priced proposals for achieving the necessary
acceleration from the Contractor. If the Employer accepts
these proposals, the Intended Completion Date shall be
adjusted accordingly and confirmed by both the Employer
and the Contractor.
32.2 If the Contractor’s priced proposals for an acceleration are
accepted by the Employer, they are incorporated in the
Contract Price and treated as a Variation.

33. Delays Ordered 33.1 The Project Manager may instruct the Contractor to delay
by the Project the start or progress of any activity within the Works.
Manager

34. Management 34.1 Either the Project Manager or the Contractor may require
Meetings the other to attend a management meeting. The business of
a management meeting shall be to review the plans for
Page | 169
Section IX – Particular Conditions of Contract
remaining work and to deal with matters raised in
accordance with the early warning procedure.
34.2 The Project Manager 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 Project Manager either at the management
meeting or after the management meeting and stated in
writing to all who attended the meeting.

35. Early Warning 35.1 The Contractor shall warn the Project Manager at the
earliest opportunity of specific likely future events or
circumstances that may adversely affect the quality of the
work, increase the Contract Price, or delay the execution of
the Works. The Project Manager 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 estimate shall be provided by the
Contractor as soon as reasonably possible.
35.2 The Contractor shall cooperate with the Project Manager in
making and considering proposals for how the effect of
such an event or circumstance can be avoided or reduced by
anyone involved in the work and in carrying out any
resulting instruction of the Project Manager.

C. Quality Control

36. Identifying 36.1 The Project Manager shall check the Contractor’s work and
Defects notify the Contractor of any Defects that are found. Such
checking shall not affect the Contractor’s responsibilities.
The Project Manager may instruct the Contractor to search
for a Defect and to uncover and test any work that the
Project Manager considers may have a Defect.

37. Tests 37.1 If the Project Manager instructs the Contractor to carry out
a test not specified in the Specifications 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.

38. Correction of 38.1 The Project Manager shall give notice to the Contractor of
Defects 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.
38.2 Every time notice of a Defect is given, the Contractor shall
correct the notified Defect within the length of time
specified by the Project Manager’s notice.

Page | 170
Section IX – Particular Conditions of Contract

39. Uncorrected 39.1 If the Contractor has not corrected a Defect within the time
Defects specified in the Project Manager’s notice, the Project
Manager shall assess the cost of having the Defect
corrected, and the Contractor shall pay this amount.

D. Cost Control

40. Contract Price21 40.1 The Bill of Quantities shall contain priced items for the
Works to be performed by the Contractor. The Bill of
Quantities is used to calculate the Contract Price. The
Contractor will be paid for the quantity of the work
accomplished at the rate in the Bill of Quantities for each
item.

41. Changes in the 41.1 If the final quantity of the work done differs from the
Contract Price22 quantity in the Bill of Quantities for the particular item by
more than 25 percent, provided the change exceeds 1
percent of the Initial Contract Price, the Project Manager
shall adjust the rate to allow for the change. The Project
Manager shall not adjust rates from changes in quantities if
thereby the Initial Contract Price is exceeded by more than
15 percent, except with the prior approval of the Employer.
41.2 If requested by the Project Manager, the Contractor shall
provide the Project Manager with a detailed cost
breakdown of any rate in the Bill of Quantities.

42. Variations 42.1 All Variations shall be included in updated Programs23


produced by the Contractor.
42.2 The Contractor shall provide the Project Manager with a
quotation for carrying out the Variation when requested to
do so by the Project Manager. The Contractor shall also
provide information of any ES risks and impacts of the
Variation. The Project Manager shall assess the quotation,
which shall be given within seven (7) days of the request or
within any longer period stated by the Project Manager and
before the Variation is ordered.

21
In lump-sum contracts, replace GCC Sub-Clauses 40.1 as follows:
40.1 The Contractor shall provide updated Activity Schedules within 14 days of being instructed
to by the Project Manager. The Activity Schedule shall contain the priced activities for the
Works to be performed by the Contractor. The Activity Schedule is used to monitor and
control the performance of activities on which basis the Contractor will be paid. If payment
for materials on site shall be made separately, the Contractor shall show delivery of
Materials to the Site separately on the Activity Schedule.
22
In lump-sum contracts, replace entire GCC Clause 41 with new GCC Sub-Clause 41.1, as follows:
41.1 The Activity Schedule shall be amended by the Contractor to accommodate changes of
Program or method of working made at the Contractor’s own discretion. Prices in the
Activity Schedule shall not be altered when the Contractor makes such changes to the
Activity Schedule.
23
In lump-sum contracts, add “and Activity Schedules” after “Programs.”
Page | 171
Section IX – Particular Conditions of Contract
42.3 If the Contractor’s quotation is unreasonable, the Project
Manager may order the Variation and make a change to the
Contract Price, which shall be based on the Project
Manager’s own forecast of the effects of the Variation on
the Contractor’s costs.
42.4 If the Project Manager decides that the urgency of varying
the work would prevent a quotation being given and
considered without delaying the work, no quotation shall be
given and the Variation shall be treated as a Compensation
Event.
42.5 The Contractor shall not be entitled to additional payment
for costs that could have been avoided by giving early
warning.
42.6 If the work in the Variation corresponds to an item
description in the Bill of Quantities and if, in the opinion of
the Project Manager, the quantity of work above the limit
stated in GCC Sub-Clause 41.1 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. 24
42.7 Value Engineering: The Contractor may prepare, at its own
cost, a value engineering proposal at any time during the
performance of the contract. The value engineering
proposal shall, at a minimum, include the following;
(a) the proposed change(s), and a description of the
difference to the existing contract requirements;
(b) a full cost/benefit analysis of the proposed change(s)
including a description and estimate of costs
(including life cycle cost) the Employer may incur in
implementing the value engineering proposal;
(c) a description of any effect(s) of the change on
performance/functionality; and
(d) a description of the proposed work to be performed, a
program for its execution and sufficient ES
information to enable an evaluation of ES risks and
impacts.
The Employer may accept the value engineering proposal if
the proposal demonstrates benefits that:

24
In lump-sum contracts, delete this paragraph.
Page | 172
Section IX – Particular Conditions of Contract
(a) accelerates the contract completion period; or
(b) reduces the Contract Price or the life cycle costs to the
Employer; or
(c) improves the quality, efficiency, safety or sustainability
of the Facilities; or
(d) yields any other benefits to the Employer,
without compromising the functionality of the Works.
If the value engineering proposal is approved by the
Employer and results in:
(a) a reduction of the Contract Price; the amount to be
paid to the Contractor shall be the percentage
specified in the PCC of the reduction in the Contract
Price; or
(b) an increase in the Contract Price; but results in a
reduction in life cycle costs due to any benefit
described in (a) to (d) above, the amount to be paid to
the Contractor shall be the full increase in the Contract
Price.

43. Cash Flow 43.1 When the Program,25 is updated, the Contractor shall
Forecasts provide the Project Manager with an updated cash flow
forecast. The cash flow forecast shall include different
currencies, as defined in the Contract, converted as
necessary using the Contract exchange rates.

44. Payment 44.1 The Contractor shall submit to the Project Manager monthly
Certificates statements of the estimated value of the work executed
less the cumulative amount certified previously.
44.2 The Project Manager shall check the Contractor’s monthly
statement and certify the amount to be paid to the
Contractor.
44.3 The value of work executed shall be determined by the
Project Manager.
44.4 The value of work executed shall comprise the value of the
quantities of work in the Bill of Quantities that have been
completed.26
44.5 The value of work executed shall include the valuation of
Variations and Compensation Events.
44.6 The Project Manager may exclude any item certified in a
previous certificate or reduce the proportion of any item

25
In lump-sum contracts, add “or Activity Schedule” after “Program.”
26
In lump-sum contracts, replace this paragraph with the following: “The value of work executed shall
comprise the value of completed activities in the Activity Schedule.”
Page | 173
Section IX – Particular Conditions of Contract
previously certified in any certificate in the light of later
information.
44.7 If the Contractor was, or is, failing to perform any ES
obligations or work under the Contract, the value of this
work or obligation, as determined by the Project Manager,
may be withheld until the work or obligation has been
performed, and/or the cost of rectification or replacement,
as determined by the Project Manager, may be withheld
until rectification or replacement has been completed.
Failure to perform includes, but is not limited to the
following:
(a) failure to comply with any ES obligations or work
described in the Works’ Requirements which may
include: working outside site boundaries, excessive
dust, failure to keep public roads in a safe usable
condition, damage to offsite vegetation, pollution of
water courses from oils or sedimentation,
contamination of land e.g. from oils, human waste,
damage to archeology or cultural heritage features, air
pollution as a result of unauthorized and/or inefficient
combustion;
(b) failure to regularly review C-ESMP and/or update it in a
timely manner to address emerging ES issues, or
anticipated risks or impacts;
(c) failure to implement the C-ESMP e.g. failure to provide
required training or sensitization;
(d) failing to have appropriate consents/permits prior to
undertaking Works or related activities;
(e) failure to submit ES report/s (as described in Appendix
B), or failure to submit such reports in a timely
manner;
(f) failure to implement remediation as instructed by the
Project Manager within the specified timeframe (e.g.
remediation addressing non-compliance/s).

45. Payments 45.1 Payments shall be adjusted for deductions for advance
payments and retention. The Employer shall pay the
Contractor the amounts certified by the Project Manager
within 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 for each of the currencies in which
payments are made.

Page | 174
Section IX – Particular Conditions of Contract
45.2 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.
45.3 Unless otherwise stated, all payments and deductions shall
be paid or charged in the proportions of currencies
comprising the Contract Price.
45.4 Items of the Works for which no rate or price has been
entered in shall not be paid for by the Employer and shall be
deemed covered by other rates and prices in the Contract.

46. Compensation 46.1 The following shall be Compensation Events:


Events (a) The Employer does not give access to a part of the Site
by the Site Possession Date pursuant to GCC Sub-
Clause 20.1.
(b) The Employer modifies the Schedule of Other
Contractors in a way that affects the work of the
Contractor under the Contract.
(c) The Project Manager orders a delay or does not issue
Drawings, Specifications, or instructions required for
execution of the Works on time.
(d) The Project Manager instructs the Contractor to
uncover or to carry out additional tests upon work,
which is then found to have no Defects.
(e) The Project Manager 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 bidders (including the Site Investigation
Reports), from information available publicly and from
a visual inspection of the Site.
(g) The Project Manager 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 does 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 Employer’s
Page | 175
Section IX – Particular Conditions of Contract
Risks.
(k) The Project Manager unreasonably delays issuing a
Certificate of Completion.
46.2 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 Project Manager 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.
46.3 As soon as information demonstrating the effect of each
Compensation Event upon the Contractor’s forecast cost
has been provided by the Contractor, it shall be assessed by
the Project Manager, and the Contract Price shall be
adjusted accordingly. If the Contractor’s forecast is deemed
unreasonable, the Project Manager shall adjust the Contract
Price based on the Project Manager’s own forecast. The
Project Manager shall assume that the Contractor shall
react competently and promptly to the event.
46.4 The Contractor shall not be entitled to compensation to the
extent that the Employer’s interests are adversely affected
by the Contractor’s not having given early warning or not
having cooperated with the Project Manager.

47. Tax 47.1 The Project Manager shall adjust the Contract Price if taxes,
duties, and other levies are changed between the date 28
days before the submission of bids for the Contract and the
date of the last Completion certificate. The adjustment shall
be the change in the amount of tax payable by the
Contractor, provided such changes are not already reflected
in the Contract Price or are a result of GCC Clause 49.

48. Currencies 48.1 Where payments are made in currencies other than the
currency of the Employer’s country specified in the PCC, the
exchange rates used for calculating the amounts to be paid
shall be the exchange rates stated in the Contractor’s Bid.

49. Price 49.1 Prices shall be adjusted for fluctuations in the cost of inputs
Adjustment only if provided for in the PCC. If so provided, the amounts
certified in each payment certificate, before deducting for
Advance Payment, shall be adjusted by applying the
respective price adjustment factor to the payment amounts
due in each currency. A separate formula of the type
specified below applies to each Contract currency:
Pc = Ac + BcImc/Ioc

Page | 176
Section IX – Particular Conditions of Contract
where:
Pc is the adjustment factor for the portion of the
Contract Price payable in a specific currency “c.”
Ac and Bc are coefficients27specified in the PCC,
representing the nonadjustable and adjustable
portions, respectively, of the Contract Price payable in
that specific currency “c;” and
Imc is the index prevailing at the end of the month being
invoiced and Ioc is the index prevailing 28 days before
Bid opening for inputs payable; both in the specific
currency “c.”
49.2 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.

50. Retention 50.1 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.
50.2 Upon the issue of a Certificate of Completion of the Works
by the Project Manager, in accordance with GCC Sub-Clause
57.1, half the total amount retained shall be repaid to the
Contractor and half when the Defects Liability Period has
passed and the Project Manager has certified that all
Defects notified by the Project Manager to the Contractor
before the end of this period have been corrected. The
Contractor may substitute retention money with an “on
demand” Bank guarantee.

51. Liquidated 51.1 The Contractor shall pay liquidated damages to the
Damages Employer at the rate per day stated in the PCC for each day
that the Completion Date is later than the Intended
Completion Date. 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 Contractor’s liabilities.
51.2 If the Intended Completion Date is extended after
liquidated damages have been paid, the Project Manager
shall correct any overpayment of liquidated damages by the

27
The sum of the two coefficients A c and Bc should be 1 (one) in the formula for each currency. Normally, both coefficients shall be
the same in the formulae for all currencies, since coefficient A, for the nonadjustable portion of the payments, is a very approximate
figure (usually 0.15) to take account offixed cost elements or other nonadjustable components. The sum of the adjustments
for each currency are added to the Contract Price.
Page | 177
Section IX – Particular Conditions of Contract
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 45.1.

52. Bonus 52.1 The Contractor shall be paid a Bonus calculated at the rate
per calendar day 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 Project Manager shall certify that the Works are
complete, although they may not be due to be complete.

53. Advance 53.1 The Employer shall make advance payment to the
Payment Contractor of the amounts stated in the PCC by the date
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 amounts and currencies
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 shall not
be charged on the advance payment.
53.2 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 Project Manager.
53.3 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.

54. Securities 54.1 The Performance Security shall be provided to the Employer
no later than the date specified in the Letter of Acceptance
and shall be issued in an amount specified in the PCC, by a
bank or surety acceptable to the Employer, and
denominated in the types and proportions of the currencies
in which the Contract Price is payable. The Performance
Security shall be valid until a date 28 days from the date of
issue of the Certificate of Completion in the case of a Bank
Guarantee, and until one year from the date of issue of the
Certificate of Completion in the case of a Performance
Bond.

Page | 178
Section IX – Particular Conditions of Contract

55. Dayworks 55.1 If applicable, the Dayworks rates in the Contractor’s Bid
shall be used only when the Project Manager has given
written instructions in advance for additional work to be
paid for in that way.
55.2 All work to be paid for as Dayworks shall be recorded by the
Contractor on forms approved by the Project Manager.
Each completed form shall be verified and signed by the
Project Manager within two days of the work being done.
55.3 The Contractor shall be paid for Dayworks subject to
obtaining signed Dayworks forms.

56. Cost of Repairs 56.1 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 Contractor’s cost if the loss or damage
arises from the Contractor’s acts or omissions.

E. Finishing the Contract

57. Completion 57.1 The Contractor shall request the Project Manager to issue
a Certificate of Completion of the Works, and the Project
Manager shall do so upon deciding that the whole of the
Works is completed.

58. Taking Over 58.1 The Employer shall take over the Site and the Works within
seven days of the Project Manager’s issuing a certificate of
Completion.

59. Final Account 59.1 The Contractor shall supply the Project Manager 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 Project Manager shall
issue a Defects Liability Certificate and certify any final
payment that is due to the Contractor within 56 days of
receiving the Contractor’s account if it is correct and
complete. If it is not, the Project Manager shall issue
within 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 Project Manager shall decide on the
amount payable to the Contractor and issue a payment
certificate.

60. Operating and 60.1 If “as built” Drawings and/or operating and maintenance
Maintenance manuals are required, the Contractor shall supply them by
Manuals the dates stated in the PCC.
60.2 If the Contractor does not supply the Drawings and/or
manuals by the dates stated in the PCC pursuant to GCC

Page | 179
Section IX – Particular Conditions of Contract
Sub-Clause 60.1, or they do not receive the Project
Manager’s approval, the Project Manager shall withhold
the amount stated in the PCC from payments due to the
Contractor.

61. Termination 61.1 The Employer or the Contractor may terminate the
Contract if the other party causes a fundamental breach of
the Contract.
61.2 Fundamental breaches of Contract shall include, but shall
not be limited to, the following:

(a) the Contractor stops work for 28 days when no


stoppage of work is shown on the current Program
and the stoppage has not been authorized by the
Project Manager;
(b) the Project Manager instructs the Contractor to
delay the progress of the Works, and the instruction
is not withdrawn within 28 days;
(c) the Employer or the Contractor is made bankrupt or
goes into liquidation other than for a reconstruction
or amalgamation;
(d) a payment certified by the Project Manager is not
paid by the Employer to the Contractor within 84
days of the date of the Project Manager’s certificate;
(e) the Project Manager 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
Project Manager;
(f) the Contractor does not maintain a Security, which is
required;
(g) 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; or
(h) if the Contractor, in the judgment of the Employer
has engaged in Fraud and Corruption, as defined in
paragraph 2.2 a of the Appendix A to the GCC, in
competing for or in executing the Contract, then the
Employer may, after giving fourteen (14) days
written notice to the Contractor, terminate the
Contract and expel him from the Site.
61.3 Notwithstanding the above, the Employer may terminate
the Contract for convenience.

Page | 180
Section IX – Particular Conditions of Contract

61.4 If the Contract is terminated, the Contractor shall stop


work immediately, make the Site safe and secure, and
leave the Site as soon as reasonably possible.

61.5 When either party to the Contract gives notice of a breach


of Contract to the Project Manager for a cause other than
those listed under GCC Sub-Clause 61.2 above, the Project
Manager shall decide whether the breach is fundamental
or not.

62. Payment upon 62.1 If the Contract is terminated because of a fundamental


Termination breach of Contract by the Contractor, the Project Manager
shall issue a certificate for the value of the work done 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 specified 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.
62.2 If the Contract is terminated for the Employer’s
convenience or because of a fundamental breach of
Contract by the Employer, the Project Manager shall issue
a certificate for the value of the work done, Materials
ordered, the reasonable cost of removal of Equipment,
repatriation of the Contractor’s personnel employed solely
on the Works, and the Contractor’s costs of protecting and
securing the Works, and less advance payments received
up to the date of the certificate.

63. Property 63.1 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
Contractor’s default.

64. Release from 64.1 If the Contract is frustrated by the outbreak of war or by
Performance any other event entirely outside the control of either the
Employer or the Contractor, the Project Manager 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.

Page | 181
Section IX – Particular Conditions of Contract

65. Suspension of 65.1 In the event that the Bank suspends the Loan or Credit to
Bank Loan or the Employer, from which part of the payments to the
Credit Contractor are being made:
(a) The Employer is obligated to notify the Contractor of
such suspension within 7 days of having received the
Bank’s suspension notice.
(b) If the Contractor has not received sums due to it
within the 28 days for payment provided for in GCC
Sub-Clause 45.1, the Contractor may immediately
issue a 14-day termination notice.

Page | 182
Section IX – Particular Conditions of Contract

Force Majeure 65.2 Definition of Force Majeure


In this Clause, "Force Majeure" means an exceptional event or
circumstance:

(a) which is beyond a Party's control,


(b) which such Party could not reasonably have provided
against before entering into the Contract,
(c) which, having arisen, such Party could not reasonably
have avoided or overcome, and
(d) which is not substantially attributable to the other Party
Force Majeure may include, but is not limited to, exceptional
events or circumstances of the kind listed below, so long as
conditions (a) to (d) above are satisfied:

(i) war, hostilities (whether war be declared or not), invasion,


act of foreign enemies,
(ii) rebellion, terrorism, revolution, insurrection, military or
usurped power, or civil war,
(iii) riot, commotion, disorder, strike or lockout by persons
other than the Contractor's Personnel and other employees
of the Contractor and Subcontractors ,
(iv) munitions of war, explosive materials, ionising radiation or
contamination by radio-activity, except as may be
attributable to the Contractor's use of such munitions,
explosives, radiation or radio-activity, and
(v) natural catastrophes such as earthquake, hurricane,
typhoon or volcanic activity.
(vi) Spread of any Pandemic diseases
65.3 Notice of Force Majeure
If a Party is or will be prevented from performing any of its
obligations under the Contract by Force Majeure, then it shall
give notice to the other Party of the event or circumstances
constituting the Force Majeure and shall specify the obligations ,
the performance of which is or will be prevented. The notice
shall be given within 14 days after the Party became aware, or
should have become aware, of the relevant event or
circumstance constituting Force Majeure.

The Party shall, having given notice, be excused performance of


such obligations for so long as such Force Majeure prevents it
from performing them.

Page | 183
Section IX – Particular Conditions of Contract
Notwithstanding any other provision of this Clause, Force
Majeure shall not apply to obligations of either Party to make
payments to the other Party under the Contract.

65.4 Duty to Minimise Delay


Each Party shall at all times use all reasonable endeavors to
minimise any delay in the performance of the Contract as a result
of Force Majeure. A Party shall give notice to the other Party
when it ceases to be affected by the Force Majeure

65.5 Consequences of Force Majeure


If the Contractor is prevented from performing any of his
obligations under the Contract by Force Majeure of which notice
has been given under Sub-Clause 66.2 [Notice of Force Majeure].
and suffers delay and/or incurs Cost by reason of such Force
Majeure, the Contractor shall be entitled subject to Clause 46
[Compensation Events ]to:

(a) an extension of time for any such delay, if completion is or will


be delayed, under Clause 31 Extension of the Intended
Completion Date ,and
(b) if the event or circumstance is of the kind described in sub-
paragraphs (i) to (iv) of Sub-Clause 66.1[Definition of Force
Majeure] and, in the case of sub- paragraphs (ii) to (iv) occurs
in the Country, payment of any such Cost.
After receiving this notice, the Engineer shall proceed in
accordance with Clause 4 [Project Manager’s Decisions] to agreed
or determine these matters.

65.6 Force Majeure Affecting Sub- Contractor


If any Sub-contractor is entitled under any contract or
agreement relating to the works to relief force majeure on terms
additional to or broader than those specified in this Clause, such
additional or broader force majeure events or circumstances
shall not excuse the Contractor's non-performance or entitle him
to relief under this Clause.

Page | 184
Section IX – Particular Conditions of Contract

65.7 Optional Termination, Payment and Release


If the execution of substantially all the Works in progress is
prevented for a continuous period of 84 days by reason of Force
Majeure of which notice has been given under Sub-Clause 66.2
[Notice of Force Majeure], or for multiple periods which total
more than 140 days due to the same notified Force Majeure,
then either Party may give to the other Party a notice of
termination of the Contract. In this event, the termination shall
take effect 7 days after the notice is given, and the Contractor
shall proceed in accordance with Sub-Clause 61.4 of Clause 61
[Termination].

Upon such termination, the Engineer shall determine the value


of the work done and issue a Payment Certificate which shall
include:

(a) the amounts payable for any work carried out for which a
price is stated in the Contract;
(b) the Cost of Plant and Materials ordered for the Works
which have been delivered to the Contractor, or of which
the Contractor is liable to accept delivery: this Plant and
Materials shall become the property of (and be at the risk
of) the Employer when paid for by the Employer, and the
Contractor shall place the same at the Employer's disposal;
(c) any other Cost or liability which in the circumstances was
reasonably incurred by the Contractor in the expectation of
completing the Works;
(d) the Cost of removal of Temporary Works and Contractor's
Equipment from the Site and the return of these items to
the Contractor's works in his country (or to any other
destination at no greater cost); and
(e) the Cost of repatriation of the Contractor's staff and labour
employed wholly in connection with the Works at the date
of termination.
65.8 Release from Performance under the Law
Notwithstanding any other provision of this Clause, if any
event or circumstance outside the control of the Parties
(including, but not limited to, Force Majeure) arises which
makes it impossible or unlawful for either or both Parties to
fulfil its or their contractual obligations or which, under the
law governing the Contract, entitles the Parties to be
released from further performance of the Contract, then
upon notice by either Party to the other Party of such event
or circumstance:
(a) the Parties shall be discharged from further performance,
without prejudice to the rights of either Party in respect of
any previous breach of the Contract, and Page | 185
(b) the sum payable by the Employer to the Contractor shall be
the same as would have been payable under Sub-Clause 66.6
[Optional Termination, Payment and Release] if the Contract
had been terminated under Sub-Clause 66.6.
Section IX – Particular Conditions of Contract
APPENDIX A

TO GENERAL CONDITIONS

Fraud and Corruption

(Text in this Appendix shall not be modified)

1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to
procurement under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing);
bidders (applicants/proposers),consultants, contractors and suppliers; any sub-
contractors, sub-consultants, service providers or suppliers; any agents (whether
declared or not); and any of their personnel, observe the highest standard of ethics
during the procurement process, selection and contract execution of Bank-financed
contracts, and refrain from Fraud and Corruption.
2.2 To this end, the Bank:
a. Defines, for the purposes of this provision, the terms set forth below as
follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence improperly
the actions of another party;
ii. “fraudulent practice” is any act or omission, including
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain financial or other benefit or
to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more
parties designed to achieve an improper purpose, including to
influence improperly the actions of another party;
iv. “coercive practice” is impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property of
the party to influence improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing
of evidence material to the investigation or making false
statements to investigators in order to materially impede a
Bank investigation into allegations of a corrupt,
fraudulent, coercive, or collusive practice; and/or
threatening, harassing, or intimidating any party to
Page | 186
Section IX – Particular Conditions of Contract
prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the
investigation; or
(b) acts intended to materially impede the exercise of the
Bank’s inspection and audit rights provided for under
paragraph 2.2 e. below.
b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-
consultants, sub-contractors, service providers, suppliers and/ or their
employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may
take other appropriate actions, including declaring misprocurement, if the
Bank determines at any time that representatives of the Borrower or of a
recipient of any part of the proceeds of the loan engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practices during the procurement
process, selection and/or execution of the contract in question, without the
Borrower having taken timely and appropriate action satisfactory to the Bank
to address such practices when they occur, including by failing to inform the
Bank in a timely manner at the time they knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by publicly
declaring such firm or individual ineligible (i) to be awarded or otherwise
benefit from a Bank-financed contract, financially or in any other manner;28 (ii)
to be a nominated29 sub-contractor, consultant, manufacturer or supplier, or
service provider of an otherwise eligible firm being awarded a Bank-financed
contract; and (iii) to receive the proceeds of any loan made by the Bank or
otherwise to participate further in the preparation or implementation of any
Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents
and in contracts financed by a Bank loan, requiring (i)
bidders(applicants/proposers), consultants, contractors, and suppliers, and
their sub-contractors, sub-consultants, service providers, suppliers, agents
personnel, permit the Bank to inspect30 all accounts, records and other

28
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i)
applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
29 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in
its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to
meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
30 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken by
the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the
veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is
not limited to: accessing and examining a firm's or individual's financial records and information, and making copies thereof as
relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format)
deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant
individuals; performing physical inspections and site visits; and obtaining third party verification of information.
Page | 187
Section IX – Particular Conditions of Contract
documents relating to the procurement process, selection and/or contract
execution, and to have them audited by auditors appointed by the Bank.

Page | 188
Section IX – Particular Conditions of Contract
APPENDIX B

Environmental and Social (ES) Metrics for Progress Reports

[Note to Employer: the following metrics may be amended to reflect the specifics of the
Contract. The Employer shall ensure that the metrics provided are appropriate for the
Works and impacts/key issues identified in the environmental and social assessment]

Metrics for regular reporting:


a. environmental incidents or non-compliances with contract requirements, including
contamination, pollution or damage to ground or water supplies;
b. health and safety incidents, accidents, injuries that require treatment and all
fatalities;
c. interactions with regulators: identify agency, dates, subjects, outcomes (report the
negative if none);
d. status of all permits and agreements:
i. work permits: number required, number received, actions taken for those not
received;
ii. status of permits and consents:
list areas/facilities with permits required (quarries, asphalt & batch
plants), dates of application, dates issued (actions to follow up if not
issued), dates submitted to resident engineer (or equivalent), status of
area (waiting for permits, working, abandoned without reclamation,
decommissioning plan being implemented, etc.);
list areas with landowner agreements required (borrow and spoil areas,
camp sites), dates of agreements, dates submitted to resident engineer
(or equivalent);
identify major activities undertaken in each area in the reporting period
and highlights of environmental and social protection (land clearing,
boundary marking, topsoil salvage, traffic management, decommissioning
planning, decommissioning implementation);
for quarries: status of relocation and compensation (completed, or details
of activities and current status in the reporting period).
e. health and safety supervision:
i. safety officer: number days worked, number of full inspections & partial
inspections, reports to construction/project management;

Page | 189
Section IX – Particular Conditions of Contract
ii. number of workers, work hours, metric of PPE use (percentage of workers
with full personal protection equipment (PPE), partial, etc.), worker
violations observed (by type of violation, PPE or otherwise), warnings given,
repeat warnings given, follow-up actions taken (if any);
f. worker accommodations:
i. number of expats housed in accommodations, number of locals;
ii. date of last inspection, and highlights of inspection including status of
accommodations’ compliance with national and local law and good
practice, including sanitation, space, etc.;
iii. actions taken to recommend/require improved conditions, or to improve
conditions.
g. Health services: provider of health services, information and/or training, location of
clinic, number of non-safety disease or illness treatments and diagnoses (no names
to be provided);
h. gender (for expats and locals separately): number of female workers, percentage of
workforce, gender issues raised and dealt with (cross-reference grievances or other
sections as needed);
i. training:
i. number of new workers, number receiving induction training, dates of
induction training;
ii. number and dates of toolbox talks, number of workers receiving
Occupational Health and Safety (OHS), environmental and social training;
iii. number and dates of communicable diseases (including STDs) sensitization
and/or training, no. workers receiving training (in the reporting period and
in the past); same questions for gender sensitization, flag person training.
iv. number and date of SEA and SH prevention sensitization and/or training
events, including number of workers receiving training on Code of Conduct
for Contractor’s Personnel (in the reporting period and in the past), etc.
j. environmental and social supervision:
i. environmentalist: days worked, areas inspected and numbers of
inspections of each (road section, work camp, accommodations, quarries,
borrow areas, spoil areas, swamps, forest crossings, etc.), highlights of
activities/findings (including violations of environmental and/or social best
practices, actions taken), reports to environmental and/or social
specialist/construction/site management;
ii. sociologist: days worked, number of partial and full site inspections (by
area: road section, work camp, accommodations, quarries, borrow areas,
spoil areas, clinic, HIV/AIDS center, community centers, etc.), highlights of
Page | 190
Section IX – Particular Conditions of Contract
activities (including violations of environmental and/or social requirements
observed, actions taken), reports to environmental and/or social
specialist/construction/site management; and
iii. community liaison person(s): days worked (hours community center
open), number of people met, highlights of activities (issues raised, etc.),
reports to environmental and/or social specialist /construction/site
management.
k. Grievances: list new grievances (e.g. number of allegations of SEA and SH)
received in the reporting period and number of unresolved past grievances by
date received, complainant’s age and sex, how received, to whom referred to for
action, resolution and date (if completed), data resolution reported to
complainant, any required follow-up (Cross-reference other sections as needed):
i. Worker grievances;
ii. Community grievances
l. Traffic, road safety and vehicles/equipment:
i. traffic and road safety incidents and accidents involving project vehicles &
equipment: provide date, location, damage, cause, follow-up;
ii. traffic and road safety incidents and accidents involving non-project
vehicles or property (also reported under immediate metrics): provide
date, location, damage, cause, follow-up;
iii. overall condition of vehicles/equipment (subjective judgment by
environmentalist); non-routine repairs and maintenance needed to
improve safety and/or environmental performance (to control smoke,
etc.).
m. Environmental mitigations and issues (what has been done):
i. dust: number of working bowsers, number of waterings/day, number of
complaints, warnings given by environmentalist, actions taken to resolve;
highlights of quarry dust control (covers, sprays, operational status); % of
rock/ spoil lorries with covers, actions taken for uncovered vehicles;
ii. erosion control: controls implemented by location, status of water
crossings, environmentalist inspections and results, actions taken to
resolve issues, emergency repairs needed to control
erosion/sedimentation;
iii. quarries, borrow areas, spoil areas, asphalt plants, batch plants: identify
major activities undertaken in the reporting period at each, and highlights
of environmental and social protection: land clearing, boundary marking,
topsoil salvage, traffic management, decommissioning planning,
decommissioning implementation;

Page | 191
Section IX – Particular Conditions of Contract
iv. blasting: number of blasts (and locations), status of implementation of
blasting plan (including notices, evacuations, etc.), incidents of off-site
damage or complaints (cross-reference other sections as needed);
v. spill clean-ups, if any: material spilled, location, amount, actions taken,
material disposal (report all spills that result in water or soil contamination;
vi. waste management: types and quantities generated and managed,
including amount taken offsite (and by whom) or
reused/recycled/disposed on-site;
vii. details of tree plantings and other mitigations required undertaken in the
reporting period;
viii. details of water and swamp protection mitigations required undertaken in
the reporting period.
n. compliance:
i. compliance status for conditions of all relevant consents/permits, for the
Work, including quarries, etc.): statement of compliance or listing of issues
and actions taken (or to be taken) to reach compliance;
ii. compliance status of C-ESMP/ESIP requirements: statement of compliance
or listing of issues and actions taken (or to be taken) to reach compliance
iii. compliance status of SEA and SH prevention and response action plan:
statement of compliance or listing of issues and actions taken (or to be
taken) to reach compliance

compliance status of Health and Safety Management Plan re: statement of


compliance or listing of issues and actions taken (or to be taken) to reach
complianceother unresolved issues from previous reporting periods related to
environmental and social: continued violations, continued failure of equipment,
continued lack of vehicle covers, spills not dealt with, continued compensation or
blasting issues, etc. Cross-reference other sections as needed.

Page | 192
Section IX – Particular Conditions of Contract
Section IX -Particular Conditions of Contract

A.General
GCC1.1(d) The financing institution is:TheWorldBank
GCC1.1(r) The THE EXECUTIVE ENGINEER, KADANA DIVISION NO.1 , DIWADA COLONY,
KADANA GUJARAT
GCC1.1(v) The Intended Completion Date forthewholeoftheWorks shall be 18
months (including rainy season) after commencement date
GCC1.1(y) The Project Manager THE EXECUTIVE ENGINEER, KADANA DIVISION NO.1,
DIWADA COLONY, KADANA GUJARAT
GCC1.1(aa) The Site is located at THE EXECUTIVE ENGINEER, KADANA DIVISION NO.1,
DIWADA COLONY, KADANA, TA. KADANA Dist. PANCHMAHAL, GUJARAT.
GCC1.1(dd) The Start Date shallbe10 days after the date of issue of notice to proceed
with works to the contractor.
GCC1.1(hh) Resurfacing of Panam Patiya to Panam Dam Road km. 0/00 To 14/000 Ta.
Shahera, Dist. Panchamahal,Gujarat underDRIP-II.……………..2020/21
GCC1.1(jj) GCC 1.1 (jj) is replaced with the following:

“Key Personnel are the Contractor’s personnel named in GCC 9.1 of the
Particular Conditions of Contract.”

GCC2.2 Sectional Completions are:


Civilworks Timefor completion

Mile Stone –I 6 months from the date


1. Ground Floor– Amt. 9312478.75 of commencement of
2. First Floor- Amt. work
3. Second Floor& Miscellaneous–
Amt.

Mile Stone –II 12 months from the


1. Ground Floor– Amt. 9312478.75 date of commencement
2. First Floor- Amt. 14899966 of work
3. Second Floor& Miscellaneous–
Amt.

Mile Stone –II


1. Ground Floor– Amt. 9312478.75
2. First Floor- Amt. 14899966 18 months from the
3. Second Floor& Miscellaneous– date of commencement
Amt. 13037470.25 of work

Page | 193
Section IX – Particular Conditions of Contract
GCC2.3(i) Thefollowingdocuments also form part of
theContract:
S. No. Document Description of the document

1. Constructio Construction methodology given in bid


n amended as per comments of employer given in
Methodolo letter of acceptance.
gy

2. Quality Quality control procedures and assurance plans


control given in the bid and amended as per comments
of Employer given in letter of acceptance.

3. Fraud and Appendix A – Fraud and Corruption


Corruption

4. Environme Appendix B - Environmental and Social (ES)


ntal and Metrics for Progress Reports.
Social

GCC3.1 The following is inserted as a sub-clause at the end of GCC 3.1:

“Salient features of major labour and other laws that are applicable to
construction industry in India are given as Appendix 1 to these General
Conditions of Contract.”

Thelanguageof the contract isEnglish.


Thelawthatapplies to theContractarethe laws of Union ofIndia.
GCC 4.1 The following is inserted as a sub-paragraph at the end of GCC 4.1:

“However, if the Project Manager is required, under the rules and


regulations and orders of the Employer, to obtain approval of some other
authorities for specific actions, he will so obtain the approval. Provided
further that any requisite approval shall be deemed to have been given by
the Employer for any such authority exercised by the Project Manager.”
GCC5.1 TheExecutive Engineer may not delegate any of his duties and
responsibilities.
GCC 6.1 The following is inserted at the end of GCC 6.1:

“All oral instructions shall be confirmed in writing in seven working days.”


GCC 7 The first sentence of GCC 7. 1 is modified as:

“The Contractor may subcontract with the approval of the Project Manager
up to a ceiling specified in PCC, but may not assign the Contract without the
approval of the Employer in writing.”

The following sub-clauses are inserted at the end of GCC 7.1:

“7.2 The Project Manager should satisfy himself before recommending to


Page | 194
Section IX – Particular Conditions of Contract
the Employer whether:

a) the circumstances warrant such sub-contracting; and,

b) the sub-Contractor so proposed for the Work possesses the


experience, qualifications and equipment necessary for the
job proposed to be entrusted to him in proportion to the
quantum of Works to be sub-contracted.

7.3 If payments are proposed to be made directly to that sub-contractor,


this should be subject to specific authorization by the prime
contractor so that his arrangement does not alter the contractor’s
liability or obligations under the contract.

7.4 The Contractor shall not be required to obtain any consent from the
Employer for:

(a) the sub-contracting of any part of the Works for which


the Sub-Contractor is already named in the contract;

(b) the provision for labour, or labour component, and,

(c) the purchase of materials which are in accordance with the


standards specified in the contract.

(Note: 1. All bidders are expected to indicate clearly in the bid, if they
proposed sub-contracting elements of the works amounting to more
than 10 percent of the Bid Price. For each such proposal the
qualification and the experience of the identified sub-contractor in the
relevant field should be furnished along with the bid to enable the
employer to satisfy himself about their qualifications before agreeing
for such sub-contracting and include it in the contract. In view of the
above, normally no additional sub-contracting should arise during
execution of the contract.

2. However, [a] sub-contracting for certain specialized elements of the


work is not unusual and acceptable for carrying out the works more
effectively; but vertical splitting of the works for sub-contracting is not
acceptable. [b] In any case, proposal for sub-contracting in addition to
what was specified in bid and stated in contract agreement will not be
acceptable if the value of such additional sub-contracting exceeds 25%
of value of work which was to be executed by Contractor without sub
contracting.

3. Assignment of the contract may be acceptable only under


exceptional circumstances such as insolvencies/liquidation or merger of

Page | 195
Section IX – Particular Conditions of Contract
companies etc.)”
GCC 7.1 The ceiling for sub-contractor is 25% [This is in addition to what was stated
in bid and incorporated in contract agreement.].Hiding information about
any sub-contracting not authorized by the Employer shall be treated as
violation of Appendix A to General Conditions (Fraud and Corruption).
GCC 8.1 Schedule of other contractors: Not applicable
GCC 9 The following is inserted as a sub-clause at the end of GCC 9.2:

“In all the above cases, the contractor shall ensure that the person leaves
the site within seven days and has no further connection with the work in
the contract. The Contractor shall appoint a suitable replacement within 28
days or earlier as may be agreed to between the Project Manager and the
Contractor.”

The following sentence is deleted from first paragraph of GCC 9.4.1:

“The Contractor is encouraged, to the extent practicable and reasonable, to


employ staff and labor with appropriate qualifications and experience from
sources within the Country.”

GCC 9.4.3 and GCC 9.4.4 are deleted.

The following sub-clauses are inserted at the end of GCC 9.4:

“9.5 The Contractor shall not employ any retired Gazetted officer who has
either not completed two years after the date of retirement or has not
obtained permission from the Government authorities for
employment with the Contractor31.

9.6 During continuance of the Contract, the Contractor and his Sub-
Contractors shall abide at all times by all existing labour enactments
and rules made there under, regulations, notifications and bye laws of
the State or Central Government or local authority and any other labour
laws (including rules), regulations, bye laws that may be passed or
notification that may be issued under any labour law prevailing on the
Base Date either by the State or the Central Government or the local
authority. The Contractor shall keep the Employer indemnified in case
any action is taken against the Employer by the competent authority on
account of contraventions including amendments. If the Employer is
caused to pay or reimburse, such amounts as may be necessary to
cause or observe, or for non-observance of the provisions stipulated in
the notifications/bye laws/Acts/Rules/regulations including
amendments, if any, on the part of the Contractor, the Project
Manager/ Employer shall have the right to deduct any money due to

31
Based on Government Directives.
Page | 196
Section IX – Particular Conditions of Contract
the Contractor including his amount of performance security and if
applicable, the Environmental and Social (ES) Performance Security.
The Employer/ Project Manager shall also have right to recover from
the Contractor any sum required or estimated to be required for
making good the loss or damage suffered by the Employer.

9.7 The employees of the Contractor and the Sub-Contractor in no case shall
be treated as the employees of the Employer at any point of time.

9.8 The Contractor shall duly comply with the provisions of the
Apprentices Act 1961 (III of 1961) and the rules made there under, and
comply, failure or neglect to shall be subject to all liabilities and penalties
provided in the said Act and Rules.”
GCC 9.1 [insert the name/s of each Key Personnel agreed by the Employer prior to
Contract signature, Schedule of Key Personnel and equipment as indicated in
accepted bid & construction methodology].

GCC13.1 The minimum insurance amounts and deductibles shall be:

S.No. Description Minimum Maximum deductible


cover for forInsurance
Insurance
(i) Contractor’s All Risk Contract In the case,
Policy (It shall include, price + adequate insurance
but not limited to, Providing is to taken by the
Converging all the adequate contractor, and it is
works, Plant and insurance taken by the
coverage employer, double of
ConstructionEquipme
for all the the insurance
nt, Materials which resources premium paid shall
areincorporated in to be be recovered from
works, Loss or deployed the contractor.
damageto Other for the
Property, Personal work
injuryordeath
insurance: a)
forotherpeople; b)
forContractor‘sEmplo
yees, Third party
liability etc.)

GCC14.1 SiteData are:Enclosed

Page | 197
Section IX – Particular Conditions of Contract
GCC 15.1 GCC 15.1 is replaced with the following:

“The Contractor shall construct and install the Works in accordance with
the Specifications and Drawings and as per instructions of Project
Manager.”
GCC15.2 Thefollowingis added as sub-clause15.2:
―If so instructed byProject Manager, the Contractorshallsubmittothe
Project Managerforreview, ahealthand safetymanual,
specificallypreparedfortheWorks, theSiteandotherplaces(if any)wherethe
Contractor intends
to execute theWorks. Themanual shall beinaddition to anyothersimilar
document required underapplicable health and
safetyregulationsandLaws. Thehealthand safetymanual and its updates
shallbereviewedalongwith the Contractor‘s Environmental and Social
Management Plan (C-ESMP) described in sub-clause16.2.ǁ
GCC 18 (add The following is inserted as a new sub-clause 18.3.3:
new 18.3.3)
“18.3.3 During continuance of the contract, the contractor and his sub-
contractors shall abide at all times by all existing enactments on
environmental protection and rules made thereunder, regulations,
notifications and by-laws of the State or Central Government, or local
authorities and other law, bye-law, regulations that may be passed or
notification that may be issued in this respect in future by the State or
Central Government or the local authority. Salient features of the major
laws are given in Appendix 1 to the General Conditions of Contract.”
GCC20.1 The Site Possession Date(s) shall be: Within 10 days from issuance of
letter of acceptance.
GCC 23 The following is inserted as a new sub-clause 23.1.1:

“23.1.1 The Adjudicator should be in position before “notice to proceed


with work” is issued to the Contractor and an agreement should be
signed with the Adjudicator jointly by the Employer and the Contractor in
the form attached – Appendix 3.”
GCC23.1& Name oftheagreed Adjudicator …………………………………
GCC23.2
AppointingAuthorityforthe Adjudicator: ……………………………….
GCC 24 In the first sentence in GCC 24.3, the words “The Adjudicator shall be paid
by the hour at the rate” are replaced by the words “The Adjudicator shall
be paid daily at the rate”
GCC 24.3 Dailyrate and types of reimbursable expenses to bepaid to the
Adjudicator:
Rs 10,000 /-per daywithoverallpayment not morethan Rs 50000/- and
reimbursable expenses–boarding/ lodging/ travel etc as
applicabletothe designationas per Government of Gujarat travelling
allowance rules amended up to dateofuploadingof tenders.
GCC 24.4 The procedure for Arbitration shall be as follows.

In case the decision of adjudicator is not acceptable to any of the


parties, the aggrieved party will be eligible to invoke the process of
arbitration as per the Gujarat public works contract disputes arbitration
Page | 198
Section IX – Particular Conditions of Contract
tribunal Act 1992 within 28 days, from the date of the Adjudicator‘s
written decision. In case of no reference made to the arbitration tribunal
under the said act, the adjudicator’s decision shallbe final and binding.
The reference to the adjudicator or to the Arbitration Tribunal under
this clause shall not entitle the contractor/ supplier/service provider to
stop the progress of work.

All matters relating to this contract are subject to the exclusive


jurisdiction of the Courts situated in the State of Gujarat and the
language of the arbitration proceedings and that of all documents and
communications between the parties shall be English.
B.TimeControl
GCC 30.1 The Contractor shall submit for approval a Program for the Works within
14 days of delivery of the Letter of Acceptance.

Any revision in Program should only be agreed in writing.

[This program should be in adequate detail and generally conform to the


program submitted along with bid. Deviations if anyfrom that should be
clearly explained and should be satisfactory to theProject Manager]
GCC 30.3 The period between Program updates is 14 days.

The amount to be withheld for late submission of an updated Program is


INR 5,00,000/-

The period for submission of progress reports is [insert number] days.

GCC 31 GCC 31.1 is replaced with the following:

“31.1 The Project Manager shall extend the Intended Completion Date
including milestones if a Compensation Event occurs or a Variation is
issued which makes it impossible for Completion to be achieved by
the Intended Completion Date as per the agreed milestones without
the Contractor taking steps to accelerate the remaining work, which
would cause the Contractor to incur additional cost.”

In GCC 31.2, replace the words “Intended Completion Date” at the first
occurrence by the words “Intended Completion Date/ Milestones”; and at
the second occurrence by the words “Intended Completion Date/
Milestone”.

Page | 199
Section IX – Particular Conditions of Contract
GCC 34 GCC 34.1 is replaced with the following:

“Either the Project Manager or the Contractor may require the other to
attend a management meeting (which will be held at the place indicated
in PCC. The periodicity shall be fixed by Project Manager/ Contractor
jointly). The business of a management meeting shall be to review the
progress of construction with reference to the construction program
given in accordance with GCC 30.1, the plans for remaining work and to
deal with matters raised in accordance with the early warning procedure.”
GCC 34.1 Venue of management meeting will be: officeofChief Engineer and
Additional Secretary (South Gujarat), Block No. 09, 2nd Floor, New
Sachivalay, Gandhinagar, Gujarat
The management meetings shall be held at intervals of ……..(State the
periodicity).

C.QualityControl

GCC 36 The following sub-clause is inserted at the end of GCC 36.1:


GCC 37 The following sub-clauses are inserted before GCC 37.1, and GCC 37.1 is re-
numbered as GCC 37.3:

“GCC 37.1 The Contractor shall institute Quality Assurance (QA) and Quality
Control (QC) systems in accordance with Quality Assurance
Plan to demonstrate compliance with the requirements of the
Contract as approved by the Project Manager. Compliance
with the QA/QC systems shall not relieve the Contractor of any
of his duties obligations or responsibilities under the Contract.

GCC 37.2 The Contractor shall provide all apparatus, assistance,


documents and other information, electricity, equipment, fuel,
consumables, instruments, labour, materials, and suitably qualified and
experienced staff, as are necessary to carry out the specified tests
GCC 38.1 TheDefectsLiabilityPeriodis:12 Months (For all the works having cost
more than one crore. For works costing one crore or less 12 months to be
suggested.)
GCC 39.1 The following notes are added at the end of GCC 39.1:

“Note: 1. Where in certain cases, the technical specifications provide for


acceptance of works within specified tolerance limits at reduced rates,
Project Manager will certify payments to Contractor accordingly.

2. Where the failure to correct a particular defect within the specified time
is considered as a fundamental breach of contract a notice should be given
to the contractor as stated in GCC 61.2(e).”
D. Cost Control

Page | 200
Section IX – Particular Conditions of Contract
GCC 41& GCC 41 & 42 are replaced as under:
42
1. The Engineer-in-charge shall have power to make any alterations in or
addition to the original specifications, drawings, designs and instructions
that may appear to him to be necessary or advisable during the progress
of the work and the contractor shall be bound to carry out the work in
accordance with any instructions in this connection which may be given
to him in writing signed by the Engineer-in-charge and such alternation
shall not invalidate the contract and any additional work which the
contractor may be directed to do in the manner above specified as part
of the work shall be carried out by the contractor on the same
conditions in all respects on which he agreed to do the main work and at
the same rate as are specified in the tender for the main work.
2. Except that when the quantity of any item exceeds the quantity as in the
tender by more than 10% the contractor will be paid for the quantity in
excess of 10% at the rate entered in the S. 0. R. of the year during which
the excess in quantity is first executed or tender rate whichever is less.
3. If the additional or altered work includes any class of work for which no
rate is specified in this contract, then such class of work shall be carried
out.
(i) At the rate derived from the item within the contract which is
comparable to the one involving additional or altered class of
work; where there are more than one comparable items, the
item of the contract which is nearest in comparison with
regard to class or classes of the work involved shall be
selected and the decision of the Superintending Engineer as
to the nearest comparable item shall be final and binding on
the contractor.
(ii) if the rate cannot be derived in accordance with (i) above,
such class of works shall be carried out at the rate entered in
the Schedule of Rates of the Division for the year in which the
tender was received, increased or decreased by the
percentage by which the tender amount is more or less as
compared to the amount arrived at the rates in the "Schedule
of Rates" of the Division in the year in which the tender was
received. If the Schedule of rates of the Division does not
contain all the items, the percentage increase or decrease of
the tender shall be calculated considering such items which
were included in the "Schedule of Rates" of the Division for
the year and for materials consumed on such item the rate to
be charged would be the basic rate taken into account for
fixing the rate in S. O. R. referred to above, instead of the rate
stipulated for FREE ISSUE MATERIALS.

Page | 201
Section IX – Particular Conditions of Contract
4. If the additional or altered work, for which no rate is entered in the
"Schedule of Rates" of the Division is ordered to be carried out before
the rate is agreed upon, then the contractor shall within seven days of
the date of receipt by him of the order to carry out the work, inform the
Engineer-in-charge of the rate, which it is his intention to charge for such
class of work and arrange to carry it out in such manner as he may
consider it advisable, provided always that if the contractor shall
commence work or incur any expenditure in regard thereof before the
rates shall have been determined as lastly herein before mentioned,
then in such cases he shall only be entitled to be paid ;In respect of the
work carried out or expenditure incurred by him prior to the date of the
determination of the rate as aforesaid according to such rate or rates as
shall be fixed by the Engineer-in -charge. In the event of the dispute, the
decision of the Superintending Engineer of the Circle shall be final.

Where, however, the work is to be executed according to the designs,


drawings and specifications recommended by the contractor and
accepted by the competent authority, the alternation above referred to
shall be within the scope of such designs, drawings and specifications
appended to the tenders.

The time limit for the completion of the work shall be extended in the
proportion that the increase in the cost occasioned by alternations bears
to the cost of the original contract work and the certificate of the
Engineer-in-charge as to such proportion shall be final and conclusive.
GCC 42.7 Provisions related to Value Engineering do not apply.
GCC 43.1 The second sentence in GCC 43.1 is replaced with the following:

“The cash flow forecast shall be in Indian Rupees.”


GCC 44 At the end of GCC 44.1 after the word ‘previously’, the following words are
added:

“alongwith details of measurement of the quantity of works executed in a


tabular form approved by the Project Manager”

At the end of GCC 44.2 after the words ‘the Contractor’, the following words
are added:

“after taking into account any credit or debit for the month in question in
respect of materials for the works in the relevant amount and under
conditions set forth in GCC Sub-Clause 53.1 (Secured Advance)”

Page | 202
Section IX – Particular Conditions of Contract
GCC 45 GCC 45.1 is replaced with the following:

“Payments shall be adjusted for deductions for advance payments, retention,


other recoveries in terms of contract & taxes to be deducted at source [TDS] as
per applicable law. The Employer shall pay the Contractor the amounts certified
by the Project Manager within 90 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 rate stated in the PCC.”

A new sub-clause 45.5 is added after sub-clause 45.4:

“45.5 The Contractor shall open an Escrow Account with his bank for the
purpose of receiving all the payments as well as incurring expenditure under
this Contract. The Account shall be open to verification and audit at any time
by the Employer or designee of the Employer. This account will be controlled
solely by the Contractor’s Project Officers (Project Manager and/or Finance
Manager or equivalent designate). No other Contractor employees or
associates will have access to the Project Account or the funds therein. The
Contractor shall report monthly on the status of this account including actual
bank account statements. The Contractor shall provide all Account statements
as requested by the Employer.”
GCC 45.1 Interest rate forDelayedpayment is 5 %perannum

GCC 45.3 All payments (and deductions) shall be paid or charged in Indian Rupees.

GCC 45.5 Deleted

GCC 47 The following sub-clause is inserted before GCC 47.1, and GCC 47.1 is re-
numbered as GCC 47.2:

“47.1 The rates quoted by the Contractor shall be deemed to be inclusive of


the VAT, Sales and other taxes (including GST) that the Contractor will
have to pay for the performance of this Contract. The Employer will
perform such duties in regard to the deduction of such taxes at source
[TDS] as per applicable law.”

In first line of the re-numbered GCC 47.2, replace the words ‘the date 28 days
before’ with the words ‘the deadline for’.
GCC 48 All payments shall be made in Indian Rupees.

Page | 203
Section IX – Particular Conditions of Contract
GCC 49 GCC 49 is replaced with the following:

Price variation clause: Price variation: For (A) Labour (B) Materials and (C) P.O.L
The amounts payable to the contractor for the work done shall be adjusted for
increase or decrease in the rates of labour/ materials excepting those materials
supplied by Government as per Schedule-A and P.O.L. as under.

(A) Labour: Increase or decrease in the cost due to labour shall be


calculated quarterly in accordance with the following formula.

VI = 0.75 x {pl/100 x R x i-io/io}

VI = increase or decrease in the cost of work during the


quarter under consideration due to change in rates for
labour.

R= The value of work done in rupees during the quarter


under consideration, after excluding the value of extra
items and after deducting the cost of.

i. Materials supplied from the Departmental store to the


Contractor at fixed rate as specified in schedule of
DEPARTMENTALLY ISSED MATERIALS and.
ii. Value of cement, steel and asphalt brought by the
contractor valued at star rate plus the increase/decrease for
which price adjustment is done under clause below: -
io = The average consumer price index for industrial
workers for the quarter in which tenders were opened
(as published in *______________)

i = The average consumer price index for industrial


workers for the quarter under consideration.

pl = Percentage of labour components (specified in


Schedule ______________ %) of the item.
*
This refers to average consumer's price-index
(wholesale) for industrial workers as applicable to
Ahmedabad/ Bhavnagar as published by Government
of India, Ministry of Labour Bureau.

(B) Materials other than cement, Steel and Asphalt: The increase or
decrease in cost of materials other than cement and steel shall be
calculated quarterly in accordance with the following formula:
Vm = 0.75 x {Pm/100 x R x i-io/io}

Vm = Increase or decrease in the cost of work during the

Page | 204
Section IX – Particular Conditions of Contract
quarter under consideration due to change in the rates
of material

R= The value of work done in rupees during the quarter


under consideration, after excluding the value of extra
items and after deducting the cost of.

i. Materials supplied from the Departmental store to the


Contractor at fixed rate as specified in schedule of
DEPARTMENTALLY ISSED MATERIALS and.
ii. Value of cement, asphalt and steel brought by the
contractor valued at star rate plus the increase/decrease for
which price adjustment is done under below: -
io = The average wholesale price index *(all
commodities) for the quarter in which tenders were
opened. (as published in @
__________________________________)

i = The average wholesale price index*(all


commodities) for the quarter under consideration.

Pm = Percentage of material components (specified


in Schedule ______________ %) of the item.

@ = For materials wholesale price index as published


by Reserve Bank of India should be referred to.

(C) P.O.L: The increase or decrease in cost of petrol, diesel, oil and
lubricants shall be calculated quarterly in accordance with the
following formula:
Vd = 0.75 x {pd/100 x R x D-Do/Do}

Vd = Increase or decrease in the cost of work during quarter


of consideration due to change in the rates of petrol,
oil and lubricants (P.O.L.)

R= The value of work done in rupees during the quarter


under consideration, after excluding the value of extra
items and after deducting the cost of.

i. Materials supplied from the Departmental store to the


Contractor at fixed rate as specified in schedule of
DEPARTMENTALLY ISSED MATERIALS and.
ii. Value of cement, steel and asphalt brought by the
contractor valued at star rate plus the increase/decrease for
which price adjustment is done under clause below:-
Do = The average price of high speed diesel (HSD)
fixed by I.O.C. for the district in which the work is to

Page | 205
Section IX – Particular Conditions of Contract
be carried out for the quarter in which the tenders
were opened.

D = The average price of HSD fixed by the I.O.C. for the


district in which the work is to be carried out for the
quarter under consideration.

Pd = Percentage of P.O.L component (specified in


schedule) ________ % of the item.

Conditions for variation except for Cement, Steel and Asphalt:


(1) No adjustment shall be done for the work done in the first Eighteen
months of the time limit. Adjustment payable/ recoverable will be
calculated for the remaining work done during the subsequent
period.For such adjustments, no ceiling limit will be applicable.

(2) The sum total price adjustment for B will be excluding the cost of
Materials supplied from the Departmental store to the Contractor at
fixed rate as specified in DEPARTMENTALLY ISSED MATERIALS and
cement, steel and asphalt valued at input rates mentioned as under on
which the sanctioned estimate is based.

QUANITIY INPUT RATE PER TON


Cement : M.T. Rs. per M.T.
Mild Steel : M.T. Rs. per M.T.
TMT/ HYSD Bars M.T. Rs. per M.T.
:
(3) The quarter referred to in the above formula shall mean the quarter of
the calendar year January to March, April to June, July to September and
October to December. Even if the tenders are opened in the middle of a
quarter, the average index for the calendar quarter will be considered.
The same principle would apply for identifying the quarter when the
work is completed in the middle of calendar quarter.

(4) The value of extra items will be excluded for working out the value of 'R'
in the above formula in all these cases.

(5) Intermediate payment of escalation to be made under this clause on


each occasion shall be limited in such a manner that the total up-to-date
payment of escalation will not exceed the proportionate percentage of
the ceiling of escalation as related to the proportionate value of the
contract cost.

(6) Price adjustment shall be applicable only for the work that is carried out
within the stipulated time or extensions thereof as per not attributable
to the contractor. No claims for price adjustment other than those

Page | 206
Section IX – Particular Conditions of Contract
provided herein shall be entertained.

(7) This clause will be applicable in respect of works which of the estimated
cost put to tender is above Rs.25.00lacs and the time limit involved is
more than 18moths.

Price Variation for Cement, Steel and Asphalt brought by Contractor: The
amounts payable to the contractors for the work done involving use of cement,
steel and asphalt when these materials are not supplied by the Government as
for DEPARTMENTALLY ISSED MATERIALS shall be adjusted for increase or
decrease in the rates of these materials as under.

(4) Price variation for cement, steel and asphalt brought by the contractor.

The star rates for cement, mild steel and for steel & asphalt to be brought by
the Contractor shall be considered Ex-Supply Depot/Godown as under: -

QUANITIY STAR RATES


Cement : M.T. Rs. per M.T. Month in
Mild Steel : M.T. Rs. per M.T. which Draft
TMT/HYSD M.T. Rs. per M.T. Tender
Bars : papers
Asphalt 60/70 : M.T. Rs. per M.T. (DTPs) is
Asphalt 80/100 M.T. Rs. per M.T. approved
:

[The above star rates are linked with Reserve Bank of India price index for
steel and cement & asphalt for the month in which the DTPs are approved.
The month in which DTPs are approved will be specified in the tender
document.
Star rates should be mentioned in the tender copy as under:

I. For cement, Price of cement from authorized dealer should be obtained


for the month in which the D.T.P.s are approved & mentioned as star
rate before issue of tender copy.

II(a) For steel & H.Y.S.D. bars, rate of SAIL should be obtained for the month
in which the DTPs. are approved and mentioned as star rate before issue
of tender copy.

II(b) For asphalt the Star Rate is based on the Koyali Refinery prevailing in the
month of which D.T.P is approved and should be mentioned before issue
of tender copy.

III. For basic index specific month in which the DTPs are approved should be
mentioned before issue of tender copy.]

The fluctuations in rates of cement and steel shall be adjusted in the bills
Page | 207
Section IX – Particular Conditions of Contract
payable to the contractors as under:

A=B x {C1/C0 – 1} x D

A= Difference of Amount payable or recoverable B= Star rate of


steel/cement/asphalt.

C1- The (quarterly) average corresponding index for steel, cement, asphalt for
the quarter under consideration (as published in monthly bulletin or Reserve
Bank of India)

Co. – Price index of cement/steel asphalt for the month in which the DTPs are
approved published in monthly bulletin of Reserve Bank of India.)

D-- Qty. of cement/steel actually brought by the contractor on site of work and
consumed in the work during the quarter duly supported with bill as recorded
in cement consumption register or MB (for steel).

Conditions for variation prices of cement and steel only.: -

1. No ceiling escalation for difference in the cost of steel and cement will
be applicable.
2. This clause shall be operative from the date of issue of work order and
up to the expiry of original and extended time limit, if the delay for the
reasons attributable to the contractor, Star rate is not payable, however
recovery will be effected.
3. This formula shall be used individually for Cement/mild steel and Tor
steel for calculation adjustment.
4. The cement and steel brought by the contractor on site of work shall be
used only after the same in tested by the Department.
5. If such materials are not found as per the requirement of L.S
specification, the same shall be removed by the contractor for which no
claim shall be entertained
6. This Cause will be applied to the work inspective of the cost of the work.
Conditions for variation in rates of asphalt only: -

1. The Contractor shall procure asphalt directly from refinery only


2. The Contractor will not be furnished "P" form for purchase of quantity
of asphalt required for this work.
3. The Contractor will have to produce in original all the gate passes issued
by the refinery and also the bill in original to the Engineer-in-charge.
4. The number of transport tanker carrying the asphalt shall be furnished
by the contractor.
5. The test certificate regarding the grade of asphalt as well as test result
of asphalt from GERI Laboratory or other Laboratory approved by R & B
Department shall have to be produced.
6. The difference between two actual rates of purchase as per original bill
of the refinery produced and the star rate shown above in this clause
shall be payment/ recoverable for the quantity of asphalt actually used in

Page | 208
Section IX – Particular Conditions of Contract
the work. This difference shall be Payable /recoverable for the asphalt
consumed in the work executed during original & extended time limit, if
time limit is extended for reasons of delay attributable to the
department. This difference shall not payable for the work executed in
extended time limit, when extension is given for the reason of delay
attributable to the contractor, however in case if price of asphalt is
decreased during the extended time limit than difference between the
actual rate of purchase and the quoted star rate shall be recovered from
the contractor.
7. (A) The difference will be payable/recoverable for the asphalt procured
on and after the date of issue of work order and this price variation will
not be subject to any ceiling. In case the contractor has procured the
asphalt, before issue of work order either of original purchase rate or
the prevailing rate of asphalt at the time of actual consumption in the
work, whichever is less, will be considered for calculating the difference
payable / recovered.
(B). variation in rates of asphalt shall be payable only after cross
verification of refinery gate passes of asphalt with the issuing refinery or
in case of imported asphalt invoices shall be cross verified with the
statutory documents of the authorized dealer and authorized importer.
8. No advance payment or secured Advance will be payable against
asphalt.
9. This part of clause for price variation of asphalt will be applicable for
works estimated to cost above Rs. 5 Lacs and involving use of asphalt.
10. It is permissible to use asphalt product by Private Companies like ESSAR
and imported asphalt also. If the contractor opt to use asphalt produced
by Private Companies or imported asphalt.
a. The Contractor can procure asphalt produced by Private
company of India or imported asphalt and use in the work.
b. The Contractor will have to produce in original, the purchase
invoice of asphalt.
c. All the conditions for variation in rates of asphalt shall be
applicable for the imported asphalt.
d. For calculation of variation in the rate of asphalt, the rate
prevalent at Indian port at the time of purchase in case of
imported asphalt or the rate as per purchase invoice in case of
asphalt purchased from private Indian company or Ex. Refinery
rate of Indian Public Sector undertaking refinery (IOC, HPCL,
BPCL) in the date of purchase, whichever is less, shall be
considered for working out the difference and for comparison of
the Star rate shown above in this clause. This difference shall be
payable / recoverable for the asphalt consumed in the work
executed during original & extended time limit if time limit is
extended for reasons of delay attributable to the department.
This difference shall not be payable for the work executed in
extended time limit, when extension is given for the reason of
delay attributable to the contractor, however in case if price of
asphalt is decreased than difference between the actual rate of

Page | 209
Section IX – Particular Conditions of Contract
purchase and the quoted star rate shall be recovered from the
contractor.
11. If the contractor use imported Asphalt, it will be verified that the
imported Asphalt to be used is of specified viscosity Grade before
permitting to use imported Asphalt. Grade Certificate of Refinery from
which Asphalt is imported only must be obtained. Grade Certificate of
any other Laboratory / institution should not be accepted. For testing of
imported asphalt, six conditions stipulated in R&B Circular No.
STR/102006/1577/8/H Dated 22-11-2017 should also be compiled with.

The price Adjustment will be done Quarterly

GCC 50.1 Theproportion ofpayments retained (RetentionMoney)shall be6%from eachbill


subject to themaximumof 5%of final contract price.
GCC 50.2 The last line of GCC 50.2 is replaced with the following:

“On completion of the whole works the Contractor may substitute the balance
retention money with an “on demand” Bank guarantee.”
GCC 51 In the first sentence of GCC 51.1, the following words are inserted after the
words ‘Intended Completion Date’:

“(for the whole of the works or the milestones as stated in the PCC)”

The following is inserted as a sub-paragraph at the end of GCC 51.1:

“Time is the essence of the contract and payment or deduction of liquidated


damages shall not relieve the contractor from his obligation to complete the
work as per agreed construction program and milestones, or from any of the
Contractor’s other obligations and liabilities under the contract.”

In the first sentence in GCC 51.2 the following words are inserted after the words
‘Intended Completion Date’:

“including milestones”
GCC 51.1 Theliquidated damagesforthe whole ofthe Works are[0.05%of the final
Contract Price] per day.Themaximum amount ofliquidated damages for the
whole oftheWorks is[10 percentage]of thefinalContract Price.

Formilestone1 Rs. 4656/ perday

Formilestone2 Rs. 12,106/ per day

Formilestone3 Rs. 18,625/ per day

Page | 210
Section IX – Particular Conditions of Contract
GCC 52.1 Provisions related to Bonus do not apply.

GCC 53 The following is inserted as a new sub-clause 53.4:

“The Project Manager shall make advance payment in respect of materials


intended for but not yet incorporated in the Works in accordance with
conditions stipulated in the PCC.”
GCC49.1 Advance Payments shall be made in Indian Rupees only .
TheamountoftheAdvance Payments are:

Nature of Advance Amount (Rs. )Conditionsto be fulfilled


1. Mobilization :5% of theContract price On submission ofunconditional
BankGuarantee.

2. Advance Against Machineries:

(i) Secured advance on plants and machineries brought to the site of


work is admissible for the contracts estimated to cost more than
Rs. Ten Lacs.

(ii) Simple interest in such advance granted to contractor against


plants and machineries brought to work sites be charged at the
rate ofNIL % per annum.

(iii) The recovery of the advance shall be affected from the second
month from the month in which advance is given and full recovery
will be completed by the time seventy-five percent of scheduled
time is completed.

(iv) Such advance will be limited to 5 percent of the estimated amount


put to tender.

(v) The advance will be granted for the plant and machinery actually
brought to the site of work.

(vi) The machinery and equipment on which the advance is granted


shall be of full undisputed ownership of the contractor, and they
shall be hypothecated to Government and also comprehensively
insured till the advance granted is fully recovered. The
hypothecation deed shall be executed separately before the
advance is actually given.

(vii) The advance will be granted as 75 percent of the cost of new


equipment for which the contractor is able to produce purchase-
vouchers and other documents. This will not be applicable in the
case of second – hand equipment purchased the contractor.

Page | 211
Section IX – Particular Conditions of Contract
(viii) In the case of used or second hand equipment brought by
the contractor advance will be allowed at 50 percent of the value
of the equipment arrived at in the following manner.

a. For used equipment, for which the records of original


purchase price and past utilization are available,
depreciated value, so worked out will be subject to the
confirmation by Mechanical wing of the Department.
b. For used equipment, for which proper records of purchase
price and past utilization are not available, the value will be
assessed by a committee of Executive Engineers of Civil
and Mechanical Wings. The value assessed will be based on
the probable age of the equipment, its present condition
and its probable depreciated value. In working out
depreciation age of the equipment, its present condition
and its department of spares, repair, reconditioning of the
equipments shall not be taken in to account towards the
capital cost. The value arrived at by the committee will be
final.
(ix) No advance may be allowed for equipment which is more than 8
years old or which has already worked for more than 80 percent
of its life.
(x) No advance shall be given on transport – vehicles like jeeps,
station – wagons, estate – car and such other vehicle ordinarily
required for transport purposes.
(xi) The recovery will have to be completed within the stipulated
period of completion of work i.e…………months.
[Specified advance on plant and machinery brought on site of
work can be given to contractor only after prior approval of the
Government]

(The advancepayment will be paid to the Contractor no later than 15 days


after fulfilment of the above conditions).

3. Secured Advance: Not Applicable

Repayment of advancepayment formobilization:

The advance shall be repaid with percentage deductions from the interim
payments certified by the Project Manager under the Contract. Deductions
shall commence in the next Interim Payment Certificate following that in which
the total of all such payments to the contractor has reached not less than 15
percent of the Contract Price or 9 months from the date of payment of first
installment of advance, whichever period concludes earlier, and shall be made
at the rate of 15% of the amounts of all Interim Payment Certificates until such
time as the advance has been repaid, always provided that the advance shall be

Page | 212
Section IX – Particular Conditions of Contract
completely repaid prior to the expiry of the original time for completion.

On recovery of 100% amount paid against of the Advance Payment, the


Employer shall release the Bank Guarantee to the Contractor, within 21 days
from such request made by the Contractor. If the terms of the guarantee
specify its expiry date, and the advance payment has not been repaid by the
date 21 days prior to the expiry date, the Contractor shall extend the validity
of the guarantee until the advance payment is repaid.

GCC 54 GCC 54.1 is replaced with the following:

“The Performance Security and an Environmental and Social (ES) Performance


Security shall be provided to the Employer no later than the date specified in the
Letter of Acceptance and shall be issued in the amounts specified in the PCC,
and shall be issued by a Nationalized or Scheduled bank in India. The
Performance Security including additional security for unbalanced bids, and the
ES Performance Security, shall be valid until a date 28 days from the date of issue
of the Certificate of Completion.

If the terms of the Performance Security and additional security , specify its
expiry date, and the Contractor has not become entitled to receive the
Completion Certificate by the date 28 days prior to the expiry date, the
Contractor shall extend the validity of the Performance Security and additional
security, until the end of extended Completion Period.”
GCC 54.1 The Performance Security amount is 5 percent of Contract Amount plus
additional security for unbalanced bids [in terms of ITB Clause 41.2], and
Environmental and Social (ES) Performance Security amount is 1 percent of
Contract Amount .

The standard forms of Performance Security and if applicable ES Security


acceptable to the Employer shall be unconditional Bank Guarantees from
Scheduled or Nationalized banks in India of the types as presented in Section X
of the Bidding Document.

[Notes: The Bank Guarantees shall be unconditional (on demand) (see Section X,
Contract Forms).

Throughout this bidding document the term ’performance security’, unless the
context clearly indicates otherwise, means and includes both ‘the performance
security and the ES performance security’ to be submitted by the successful
bidder in the amounts specified above.

E.FinishingtheContract
GCC 59.1 The following is added after the words ‘issue a payment certificate’ at the
end of GCC 59.1:

“within 56 days of receiving the contractor’s revised account”


Page | 213
Section IX – Particular Conditions of Contract
GCC 60.1 The date by which operating and maintenance manuals are required is
within 28 days of issue of certificate of completion of whole or section of
work, as the case may be 365 Days after commencement of work.
The date by which “as built” drawings (in scale1:25) including a compact
disc containing digitized drawings in 2 sets are required is within 28 days
of issue of certificate of completion of whole or section of the work, as
the case may be 365 Days after commencement of work.
GCC 60.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required in GCC
60.1 is 1% of the Bid value.
GCC 61 The following sub-clauses are added after GCC 61.2 (h):

“(i) The contractor has contravened Clauses 7 and 9 of GCC.


(j) The contractor does not adhere to the agreed construction program,
agreed ES-MSIP [Clause 30 of GCC], and also fails to take satisfactory
remedial action as per agreements reached in the management
meetings [Clause 30 of GCC] for a period of 60 days.
(k) The contractor fails to carry out the instructions of the Project
Manager within a reasonable time determined by the Project Manager in
accordance with GCC Clause 15.1 and 22.

GCC 61.2(g) The maximum number of days is: 200 days after commencement of
works
GCC 61.2(l) Hiding any information regarding changes in roles and responsibilities of
JV members, which is not authorized by the Employer, shall also be
treated as violation of Appendix A to General Conditions (Fraud and
Corruption).
GCC 62 The following is added after the words ‘issue of the certificate’ in the first
sentence of GCC 62.1;

“less other recoveries due in terms of contract, less taxes to be deducted


at source [TDS] as per applicable law,”

The following is added after the words ‘date of the certificate’ at the end of
GCC 62.2:

“less other recoveries due in terms of contract, less taxes to be


deducted at source [TDS] as per applicable law”
GCC 62.1 The percentage to apply to the value of the work not completed,
representing the Employer’s additional cost for completing the Works, is
25%.
GCC 66.6(b) Not Applicable
GCC 66.6(d) Not Applicable
GCC 66.6(e) Not Applicable

Page | 214
Section IX – Particular Conditions of Contract

APPENDICES

Page | 215
Appendix 1

Salient Features of Labour& Environment Protection Laws32

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS

APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER


CONSTRUCTION WORK

(a) Employees Compensation Act 1923: The Act provides for compensation in
case of injury, disease or death arising out of and during the course of
employment.
(b) Payment of Gratuity Act 1972: gratuity is payable to an employee under the
Act on satisfaction of certain conditions on separation if an employee has
completed 5 years’ service or more or on death at the rate of 15 days wages
for every completed year of service. The Act is applicable to all
establishments employing 10 or more employees.
(c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The
Act provides for monthly contribution by the employer plus workers @ 10% or
8.33%. The benefits payable under the Act are:
(i) Pension or family pension on retirement or death, as the case may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii)Payment of P.F. accumulation on retirement/death etc.

(d) Maternity Benefit Act 1961: The Act provides for leave and some other
benefits to women employees in case of confinement or miscarriage etc.
(e) Sexual Harassment of Women at the Workplace (Prevention, Prohibition and
Redressal) Act, 2013: This Act defines sexual harassment in the workplace,
provides for an enquiry procedure in case of complaints and mandates the
setting up of an Internal Complaints Committee or a Local Complaints
Committee
(f) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for
certain welfare measures to be provided by the Contractor to contract labour
and in case the Contractor fails to provide, the same are required to be
provided, by the Principal Employer by law. The Principal Employer is
required to take Certificate of Registration and the Contractor is required to
take license from the designated Officer. The Act is applicable to the
establishments or Contractor of Principal Employer if they employ 20 or more
contract labour.
(g) Minimum Wages Act 1948: The Employer is supposed to pay not less than the
Minimum Wages fixed by appropriate Government as per provisions of the
Act if the employment is a scheduled employment. Construction of Buildings,

32
This list is only illustrative and not exhaustive. Bidders and Contractors are responsible for checking the correctness and
completeness of the list. The law as current on the date of bid opening will apply.
Page | 216
Section X – Contract Forms
Roads, Runways are scheduled employments.
(h) Payment of Wages Act 1936: It lays down the mode, manner and by what
date the wages are to be paid, what deductions can be made from the wages
of the workers.
(i) Equal Remuneration Act 1976: The Act provides for payment of equal wages
for work of equal nature to male and female workers and for not making
discrimination against Female employees in the matters of transfers, training
and promotions etc.
(j) Payment of Bonus Act 1965: The Act is applicable to all establishments
employing 20 or more employees. Some of the State Governments have
reduced this requirement from 20 to 10. The Act provides for payments of
annual bonus subject to a minimum of 8.33% of the wages drawn in the
relevant year. It applies to skilled or unskilled manual, supervisory,
managerial, administrative, technical or clerical work for hire or reward to
employees who draw a salary of Rs. 10,000/- per month or less. To be eligible
for bonus, the employee should have worked in the establishment for not less
than 30 working days in the relevant year. The Act does not apply to certain
establishments.
(k) Industrial Disputes Act 1947: the Act lays down the machinery and procedure
for resolution of Industrial disputes, in what situations, a strike or lock-out
becomes illegal and what are the requirements for laying off or retrenching
the employees or closing down the establishment.
(l) Trade Unions Act 1926: The Act lays down the procedure for registration of
trade unions of workmen and employers. The Trade Unions registered under
the Act have been given certain immunities from civil and criminal liabilities.
(m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits
employment of children below 14 years of age in certain occupations and
processes and provides for regulation of employment of children in all other
occupations and processes. Employment of Child Labour is prohibited in the
Building and Construction Industry.
(n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of
Service) Act 1979: The Act is applicable to an establishment which employs 5
or more inter-state migrant workmen through an intermediary (who has
recruited workmen in one state for employment in the establishment situated
in another state). The Inter-State migrant workmen, in an establishment to
which this Act becomes applicable, are required to be provided certain
facilities such as housing, medical aid, traveling expenses from home upto the
establishment and back,etc.
(o) The Building and Other Construction Workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Building and Other Construction
Workers Welfare Cess Act, 1996 (BOCWW Cess Act): All the establishments
who carry on any building or other construction work and employ 10 or more
workers are covered under these Acts. All such establishments are required
to pay cess at the rate not exceeding 2% of the cost of construction as may be
notified by the Government. The Employer of the establishment is required
to provide safety measures at the building or construction work and other
welfare measures, such as Canteens, First –Aid facilities, Ambulance, Housing
accommodations for workers near the work place etc. The Employer to
whom the Act applies has to obtain a registration certificate from the
Page | 217
Registering Officer appointed by the Government.
(p) Factories Act 1948: the Act lays down the procedure for approval of plans
before setting up a factory engaged in manufacturing processes, health and
safety provisions, welfare provisions, working hours, annual earned leave and
rendering information regarding accidents or dangerous occurrences to
designated authorities. It is applicable to premises employing 10 persons or
more with aid of power or 20 or more persons without the aid of power.
(q) Weekly Holidays Act -1942
(r) Bonded Labour System (Abolition) Act, 1976: The Act provides for the
abolition of bonded labour system with a view to preventing the economic
and physical exploitation of weaker sections of society. Bonded labour covers
all forms of forced labour, including that arising out of a loan, debt or
advance.
(s) Employer’s Liability Act, 1938: This Act protects workmen who bring suits for
damages against employers in case of injuries endured in the course of
employment. Such injuries could be on account of negligence on the part of
the employer or persons employed by them in maintenance of all machinery,
equipment etc. in healthy and sound condition.
(t) Employees State Insurance Act 1948: The Act provides for certain benefits to
insured employees and their families in case of sickness, maternity and
disablement arising out of an employment injury. The Act applies to all
employees in factories (as defined) or establishments which may be so
notified by the appropriate Government. The Act provides for the setting up
of an Employees’ State Insurance Fund, which is to be administered by the
Employees State Insurance Corporation. Contributions to the Fund are paid
by the employer and the employee at rates as prescribed by the Central
Government. The Act also provides for benefits to dependents of insured
persons in case of death as a result of an employment injury.
(u) The Personal Injuries (Compensation Insurance) Act, 1963: This Act provides
for the employer’s liability and responsibility to pay compensation to
employees where workmen sustain personal injuries in the course of
employment.
(v) Industrial Employment (Standing Order) Act 1946: It is applicable to all
establishments employing 100 or more workmen (employment size reduced
by some of the States and Central Government to 50). The Act provides for
laying down rules governing the conditions of employment by the Employer
on matters provided in the Act and get the same certified by the designated
Authority.

Page | 218
Section X – Contract Forms
SALIENT FEATURES OF SOME OF THE MAJOR LAWS THAT ARE APPLICABLE FOR
PROTECTION OF ENVIRONMENT.

1. The Environment (Protection) Act, 1986 and as amended: This provides for the
protection and improvement of environment and for matters connected therewith,
and the prevention of hazards to human beings, other living creatures, plants and
property. ‘Environment’ includes water, air and land and the inter-relationship
which exists among and between water, air and land, and human beings, other
living creatures, plants, micro-organism and property.
2. The Forest Conservation Act, 1980, as amended, and Forest (Conservation) Rules,
1981 as amended: These provides for protection of forests by restricting conversion
of forested areas into non- forested areas and prevention of deforestation, and
stipulates the procedures for cutting any trees that might be required by the
applicable rules. Permissions under the Act also stipulates the norms and
compliance requirements of the employer and any contractor on behalf of the
employer.
3. State Tree Preservation Acts as may be in force: These provide for protection of
trees of important species. Contractors will be required to obtain prior permission
for full or partial cutting, uprooting, or pruning of any such trees.
4. The Wildlife (Protection) Act, 1972, and as amended: This provides for protection of
wildlife through notifying National Parks and Sanctuaries and buffer areas around
these zones; and to protect individuals of nationally important species listed in the
Annex of the Act.
5. The Biological Diversity Act, 2002: This provides for conservation of biological
diversity, sustainable use of components of biological diversity, and fair and
equitable sharing of the benefits arising out of the use of biological resources,
knowledge and for matters connected therewith or incidental thereto.
6. The Public Liability Insurance Act, 1991 as amended and The Public Liability
Insurance Rules, 1991 as amended: These provide for public liability insurance for
the purpose of providing immediate relief to the persons affected by accident
occurring while handling hazardous substances and for mattes connected herewith
or incidental thereto. Hazardous substance means any substance or preparation
which is defined as hazardous substance under the Environment (Protection) Act
1986, and exceeding such quantity as may be specified by notification by the
Central Government.
7. The Ancient Monuments and Archaeological Sites and Remains Act, 1958 and the
Ancient Monuments and Archaeological Sites and Remains (Amendment and
Validation) Act, 2010, the Ancient Monuments and Archaeological Sites and
Remains Rules, 1959 amended 2011, the National Monuments Authority Rules, 2011
and the similar State Acts: These provide for conservation of cultural and historical
remains found in India. Accordingly, area within the radii of 100m and 300m from
the “protected property” are designated as “protected area” and “controlled
area” respectively. No development activity (including building, mining, excavating,
blasting) is permitted in the “protected area” and development activities likely to
damage the protected property is not permitted in the “controlled area” without
Page | 219
prior permission of the Archaeological Survey of India (ASI) or the State
Departments of Art and Culture or Archaeology as applicable.
8. The Environmental Impact Assessment Notification, 2006 and as amended: This
provides for prior environmental clearance for new, modernization and expansion
projects listed in Schedule 1 of the Notification. Contractors will be required to
ensure that no work starts until applicable clearances under the Notification is not
available. Contractors will be responsible for implementation of any environmental
management plan stipulated as per the permission under this Notification; and will
be required to prepare and submit to the employer and compliance report
stipulated in the permission under the Notification.
9. The Water (Prevention and Control of Pollution) Act, 1974 as amended, and the
Water (Prevention and Control of Pollution) Rules, 1975 as amended: These provide
for the prevention and control of water pollution and the maintaining and restoring
of wholesomeness of water. ‘Pollution’ means such contamination of water or
such alteration of the physical, chemical or biological properties of water or such
discharge of any sewage or trade effluent or of any other liquid, gaseous or solid
substance into water(whether directly or indirectly) as may, or is likely to, create a
nuisance or render such water harmful or injurious to public health or safety, or to
domestic, commercial, industrial, agricultural or other legitimate uses, or to the life
and health of animals or plants or of aquatic organisms. Contractors will need to
obtain consent for establishment and consent for operation of any item of work or
installation of equipment that generates waste water, and observe the required
standards of establishment and operation of these items of work or installations; as
well as install and operate all required waste water treatment facilities.
10. The Water (Prevention and Control of Pollution) Cess Act, 1977 and The Water
(Prevention and Control of Pollution) Cess Rules, 1978: These provide for the levy
and collection of a cess on water consumed by persons carrying on certain
industries and by local authorities, with a view to augment the resources of the
Central Board and the State Boards for the prevention and control of water
pollution under the Water (Prevention and Control of Pollution) Act, 1974.
11. The Air (Prevention and Control of Pollution) Act, 1981 as amended, and the Air
(Prevention and Control of Pollution) Rules, 1982: These provides for prevention,
control and abatement of air pollution. ‘Air Pollution’ means the presence in the
atmosphere of any ‘air pollutant’, which means any solid, liquid or gaseous
substance (including noise) present in the atmosphere in such concentration as
may be or tend to be injurious to human beings or other living creatures or plants
or property or environment. Contractors will need to obtain consent for
establishment and consent for operation of any item of work or installation of
equipment that generates air pollution such as batching plants, hot mix plants,
power generators, backup power generation, material handling processes, and
observe the required standards of establishment and operation of these items of
work or installations.
12. Noise Pollution (Control and Regulation) Rules, 2000, and as amended: This
provides for standards for noise for day and night for various land uses and
specifies special standards in and around sensitive receptors of noise such as
Page | 220
Section X – Contract Forms
schools and hospitals. Contractors will need to ensure compliance to the applicable
standards, and install and operate all required noise control devices as may be
required for all plants and work processes.
13. Chemical Accidents (Emergency Planning, Preparedness and Response) Rules,
1996: This provides for Requirement of preparation of on-site and off-site Disaster
Management Plans for accident-prone areas.
14. The Explosives Act 1884 and the Explosives Rules, 2008: These provide for safe
manufacture, possession, sale, use, transportation and import of explosive
materials such as diesel, Oil and lubricants etc.; and also for regulating the use of
any explosives used in blasting and/or demolition. All applicable provisions will need
compliance by the contractors.
15. The Petroleum Rules, 2002: This provides for safe use and storage of petroleum
products, and will need to be complied by the contractors.
16. The Gas Cylinder Rules 2004 and amendments: This provides for regulations related
to storage of gas, and possession of gas cylinder more than the exempted quantity.
Contractors should comply with all the requirements of this Rule.
17. Manufacture, Storage and Import of Hazardous Chemical Rules of 1989 and as
amended: These provide for use and storage of hazardous material such as highly
inflammable liquids like HSD/LPG. Contractors will need to ensure compliance to
the Rules; and in the event where the storage quantity exceeds the regulated
threshold limit, the contractors will be responsible for regular safety audits and
other reporting requirements as prescribed in the Rules.
18. Hazardous & Other Wastes (Management and Transboundary Movement) Rules,
2016: These provide for protection of general public from improper handling
storage and disposal of hazardous waste. The rules prescribe the management
requirement of hazardous wastes from its generation to final disposal. Contractors
will need to obtain permission from the State Pollution Control Boards and other
designated authorities for storage and handling of any hazardous material; and will
to ensure full compliance to these rules and any conditions imposed in the permit.
19. The Bio Medical Waste Management Rules, 2016: This provides for control, storage,
transportation and disposal of bio-medical wastes. As and where the contractor has
any first aid facility and dispensaries, established in either temporary or permanent
manner, compliance to these Rules are mandatory.
20. Construction and Demolition Waste Management Rules, 2016: This provides for
management of construction and demolition waste (such as building materials
possible to be reused, rubble and debris or the like); and applies to all those waste
resulting from construction, re-modelling, repair or demolition of any civil structure.
Contractor will need to prepare a waste disposal plan and obtain required approval
from local authorities, if waste generation is more than 20 tons in any day or 300
tons in any month during the contract period; and ensure full compliance to these
rules and any conditions imposed in the regulatory approval.

Page | 221
21. The E-Waste (Management) Rules, 2016: This provides for management of E-
wastes (but not covering lead acid batteries and radio-active wastes) aiming to
enable the recovery and/or reuse of useful material from e-waste, thereby reducing
the hazardous wastes destined for disposal and to ensure the environmentally
sound management of all types of waste of electrical and electronic equipment.
This Rule applies to every manufacturer, producer, consumer, bulk consumer,
collection centers, dealers, e-retailer, refurbisher, dismantler and recycler involved
in manufacture, sale, transfer, purchase, collection, storage and processing of e-
waste or electrical and electronic equipment listed in Schedule I, including their
components, consumables, parts and spares which make the product operational.
22. Plastic waste Management Rules, 2016: This provides for control and management
of the plastic waste generated from any activity. Contractors will ensure
compliance to this Rule.
23. The Batteries (Management and Handling) Rules 2001: This provides for ensuring
safe disposal and recycling of discarded lead acid batteries likely to be used in any
equipment during construction and operation stage. Rules require proper control
and record keeping on the sale or import of lead acid batteries and recollection of
the used batteries by registered recyclers to ensure environmentally sound
recycling of used batteries. Contractors will ensure compliance to this Rule.
24. The Ozone Depleting Substances (Regulation and Control) Rules, 2000 and as
amended: This provides for regulation of production and consumption of ozone
depleting substances in the country, and specifically prohibits export to or import
from countries not specified in the Rules, and prohibits unless specifically
permitted, any use of ozone depleting substance.
25. The Coastal Regulation Zone Notifications, 1991 and as amended: This provides for
regulation of development activities within the 500m of high tide line in coastal
zone and 100m of stretches of rivers and estuaries influenced by tides. Contractors
will be required to ensure that no work starts until applicable clearances under the
Notification is not available. Contractors will be responsible for implementation of
any plan stipulated as per the permission under this Notification; and will be
required to prepare and submit to the employer and compliance report stipulated
in the permission under the Notification.
26. The Motor Vehicle Act 1988 as amended (and State Motor Vehicle Acts as may be in
force) and the Motor Vehicle Rules, 1989, and as amended (and State Motor Vehicle
Rules as may be in force): To minimize the road accidents, penalizing the guilty,
provision of compensation to victim and family and check vehicular air and noise
pollution. Contractors will be required to ensure full compliance to these rules.
27. Easement Act, 1882: This provides for the rights of landowners on groundwater.
Contractors will need to ensure that other landowners’ rights under the Act is not
affected by any groundwater abstraction by the contractors.
28. State Groundwater Acts and Rules as may be in force and the Guidelines for
Groundwater Abstraction for drinking and domestic purposes in Notified Areas and
Page | 222
Section X – Contract Forms
Industry/Infrastructure project proposals in Non-Notified areas, 2012: These provide
for regulating extraction of ground water for construction/industrial and drinking
and domestic purposes. Contractors will need to obtain permission from
Central/State Groundwater Boards prior to groundwater abstraction through
digging any bore well or through any other means; and will to ensure full
compliance to these rules and any conditions imposed in the permit.
29. The Mines Act, 1952 as amended; the Minor Mineral and concession Rules as
amended; and the State Mineral (Rights and Taxation) Acts as may be in force:
These provide for for safe and sound mining activity. The contractors will procure
aggregates and other building materials from quarries and borrow areas approved
under such Acts. In the event the contractors open any new quarry and/or borrow
areas, appropriate prior permission from the State Departments of Minerals and
Geology will need to be obtained. Contractors will also need to ensure full
compliance to these rules and any conditions imposed in the permit.
30. The Insecticides Act, 1968 and Insecticides Rules, 1971 and as amended: These
provide for regulates the manufacture, sale, transport, distribution, export, import
and use of pesticides to prevent risk to human beings or animals, and for matters
connected therewith. No one should import or manufacture; sell, stock or exhibit
foe sale; distribute, transport, use: (i) any misbranded insecticides, (ii) any
insecticide the sale, distribution or use of which is for the time being prohibited
under the Act; and (iii) any insecticide except in accordance with the condition on
which it was registered under the Act.
31. National Building Codes of India, 2005 and as amended: This provides guidelines for
regulating the building construction activities in India. The code mainly contains
administrative regulations, development control rules and general building
requirements; stipulations regarding materials, structural design and construction;
and building and plumbing services. Contractors will be required to comply with all
Bureau of Indian Standards Codes dealing with: (i) use and disposal of asbestos
containing materials in construction; (ii) paints containing lead; (iii) permanent and
temporary ventilations in workplace; (iv) safety, and hygiene at the workplace; (v)
prevention of fire; (vi) prevention of accidents from faulty electrical gadgets,
equipment and accessories; and all other such codes incidental to the Contract.

Page | 223
BOQ SCHEDULES

[The following Schedules are for example only. The schedules may be modified and
specified as appropriate for each work]

Schedule 1: Earth Work In Formation

Schedule 2: Civil Engineering Work (Bridge)

Schedule 3: Civil Engineering Work Building,

Schedule 4: Steel Fabrication Works

Schedule 5: Road Works –WBM

Schedule 6: Road BTM

Schedule 7:

Page | 224
Section X – Contract Forms
Appendix - 333

Appointment of Adjudicator

Suggested Draft of Letter of Appointment of Adjudicators in civil works contracts

Sub:____________________________________________________(Name of the
Contract)

To

Name and address of the Adjudicator

We hereby confirm your appointment as Adjudicator for the above contract to carry
out the assignment specified in this Letter of Appointment.

For administrative purpose____________________(name of the officer representing the


Employer) has been assigned to administer the assignment and to provide the
Adjudicator with all relevant information needed to carry out the assignment on behalf
of both the employer and the contractor. The services will be required during the
period of contract for the work of (Name of the Contract)_______________________.

The Adjudicator shall visit the worksite once in 3 (three)months till the completion of
the work indicated above or as specifically requested by Employer/ Contractor for the
period up to the end of defects liability period with prior intimation to the Employer
and the contractor. The duration of each visit shall ordinarily be for one day only.
These durations are approximate and (Name of the employer and Name of the
Contractor) may find it necessary to postpone or cancel the assignment and/or shorten
or extend the duration.

The appointment will become effective upon confirmation of letter by you. The
appointment of Adjudicator shall be liable for termination under a 30 (thirty) days
written notice from the date of issue of the notice, if both Employer and the Contractor

33
If ITB 51makes provision of an Adjudicator from list provided by an institution, kindly modify Appendix 3 to state that the fee and
reimbursable payable to the adjudicator shall be as per the rules of the Institution.
Page | 225
so desire. Also the appointment shall automatically stand terminated 14 days after the
defect notice / correction period as stated in Clauses 23 and 24 of the Conditions of
Contract is over.

The Adjudicator will be paid a fee of Rs.______ (Rupees ____________only) per each
day of visit at the worksite. The actual expenses for boarding and traveling in
connection with the assignment will be reimbursed to the Adjudicator. The Adjudicator
will submit a pre-receipted bill in triplicate to the employer indicating the date of the
visit, fees for the visit and a proof in support of the actual expenditure [only for items
valued above Rs. 500 each] incurred by him against boarding, lodging and traveling
expenses after performing the visit on each occasion. The Employer will make the
admissible payment (both the Employer’s and the Contractor’s share) to the
Adjudicator within 30 days of the receipt of the bill. The Contractor’s share on this
account (half the paid amount) will be recovered by the Employer from the
Contractor’s bills against the work.

In accepting this assignment, the Adjudicator should understand and agree that he is
responsible for any liabilities and costs arising out of risks associated with travel to and
from the place of emergency repatriation, loss or damage to personal/professional
effects and property. The Adjudicator is advised to effect personal insurance cover in
respect of such risks if he does not already have such cover in place. In this regard, the
Adjudicator shall maintain appropriate medical, travel, accident and third-party liability
insurance. The obligation under this paragraph will survive till termination of this
appointment.

Procedures for resolution of disputes by the Adjudicator is described in the contract of


_____________(name of the contract) between the employer and the contractor vide
Clause No. 24 of the General Conditions of Contract. Your recommendation should be
given in the format attached, within 28 days of receipt of a notification of dispute.

The Adjudicator will carry out the assignment in accordance with the highest standard
of professional and ethical competence and integrity, having due regard to the nature
and purpose of the assignment, and will conduct himself in a manner consistent
herewith. After visiting the worksite, the Adjudicator will discuss the matter with the
Employer and if necessary with the Contractor before arriving at any decision.

The Adjudicator will agree that all knowledge and information not within the public
domain, which may be acquired while carrying out this service shall be all time and for
all purpose, regarded as strictly confidential and held in confidence, and shall not be
directly or indirectly disclosed to any party whatsoever, except with the permission of
the employer and the contractor. The Adjudicator’s decision should be communicated
in the form of a speaking order specifying the reasons.

The Adjudicator will agree that any manufacturing or construction firm with which
he might be associated with, will not be eligible to participate in bidding for any
Page | 226
Section X – Contract Forms
goods or works resulting from or associated with the project of which this
consulting assignment forms a part

Read and Agreed Name of Adjudicator

Signature

Place:

Date:

Name of Employer

Signature of authorized representative of Employer

Name of the Contractor

Signature of authorized representative of Contractor

Attachment: Copy of contract document between the employer and contractor and
format for recommendation.

Page | 227
SUMMARY OF AJUDICATIOR’S RESPONSIBILITIES

The Adjudicator has the following principal responsibilities:

1. Visit the site periodically.

2. Keep abreast of job activities and developments.

3. Encourage the resolution of disputes by the parties.

4. When a dispute is referred to it, conduct a hearing (no legal presentation),


complete its deliberations, and prepare a recommendations in a professional
and timely manner (as per sample format)

Page | 228
Section X – Contract Forms
Sample Format of Adjudicator’s Recommendation

[Project Name]

Recommendation of Adjudicator

Dispute No. XX [NAME OF DISPUTE]

Hearing Date:____________

Dispute

Description of dispute. A one or two sentence summation of the dispute.

Contractor’s Position

A short summation of the contractor’s position as understood by the Adjudicator.

Employer’s Position

A short summation of the Employer’s position as understood by the Adjudicator.

Recommendation

The Adjudicator’s specific recommendation for settlement of the dispute. (The


recommended course is consistent with the explanation).

Explanation

(This section could also be called Considerations, Rationale, Findings, Discussion, and so
on.)
Page | 229
The Adjudicator’s description of how each recommendation was reached.

Respectfully submitted,

Date : _______________________ ____________________

Date : _______________________ ____________________

Date : _______________________ ____________________

Page | 230
Section X – Contract Forms
Section X - Contract Forms

This Section contains forms which, once completed, will form part of the Contract.
The forms for Performance Security, ES performance security if applicable, and
Advance Payment Security, when required, shall only be completed by the successful
Bidder after contract award.

Page | 231
NOTIFICATION OF AWARD
Letter of Acceptance
[on letterhead paper of the Employer]

[The Letter of Acceptance shall be the basis for formation of the Contract as described
in ITB Clause 47. This Standard Form of Letter of Acceptance shall be filled in and sent
to the successful Bidder only after evaluation of bids has been completed, subject to
any review by the World Bank required under the Loan Agreement.]

. . . . . . . [date]. . . . . . .

To: . . . . . . . . . .[name and address of the Contractor] . . . . . . . . . .

Subject: . . . . . . . . . .[Notification of Award Contract No]. . . . . . . . . . .

This is to notify you that your Bid dated . . . .[insert date] . . . . for execution of the . . .
. . . . . . .[insert name of the contract and identification number, as given in the PCC]. . .
. . . . . . . for the Accepted Contract Amount of . . . . . . . . .[insertamount in numbers
and words], as corrected and modified34 in accordance with the Instructions to
Bidders is hereby accepted by our Agency.

You are requested to furnish the Performance Security, plus additional security for
unbalanced bids in terms of ITB Clause 41, and ES Performance Security[Delete ES
Performance Security if it is not required under the contract]in the form detailed in
ITB Clause 50 for amounts35 of Rs. …….., and Rs. ……. specified therein, within 21
days of the receipt of this letter of acceptance, and visit this office to sign the
contract, failing which action as stated in ITB Clause 50.2 will be taken in accordance
with the Conditions of Contract. The securities shall be valid upto 28 days from the
date of completion i.e.upto …………. and shall be as per the Performance Security
Form and the ES Performance Security Form[Delete reference to the ES Performance
Security Form if it is not required under the contract],included in Section X -Contract
Forms, of the bidding document.

[Choose one of the following statements:]

We accept that __________________________[insert the name of Adjudicator


proposed by the Bidder] be appointed as the Adjudicator36.

[or]

We do not accept that _______________________[insert the name of the Adjudicator


proposed by the Bidder] be appointed as the Adjudicator, and by sending a copy of
this Letter of Acceptance to ________________________________________[insert
34 Delete “corrected and” or “and modified” if not applicable. See Notes on Standard Form of Agreement, next page.
35
Insert amounts for (i) Performance Security, plus additional security for unbalanced bids in terms of ITB Clause 41; and (ii) ES
Performance Security respectively.

36
To be used only if the Contractor disagrees in the Bid with the Adjudicator proposed by the Employer in the Instructions to Bidders,
and has accordingly offered another candidate.
Page | 232
Section X – Contract Forms
name of the Appointing Authority], the Appointing Authority, we are hereby
requesting such Authority to appoint the Adjudicator in accordance with ITB 51.1 and
GCC 23.137.

We note that as per your bid, you do not intend to subcontract any component of
work.

[OR]

We note that as per your bid, you propose to employ M/s. ………………… as sub-
contractor for executing ……………………..

We have reviewed the construction methodology submitted by you alongwith the bid
in response to ITB Clause 16 and our comments are given in the attachment. You are
requested to submit a revised Program including ES requirements as per Clause 26 of
General Conditions of Contract within 14 days of receipt of this letter of acceptance.

Authorized Signature: .............................................................................................................

Name and Title of Signatory: ..................................................................................................

Name of Agency: .....................................................................................................................

37
To be used only if the Contractor disagrees in the Bid with the Adjudicator proposed by the Employer in the ITB, has accordingly
offered another candidate, and the Employer does not accept the counterproposal.

Page | 233
Issue of Notice to proceed with the work

(letterhead of the Employer)

_________ (date)

To

______________________________(name and address of the Contractor)

______________________________

______________________________

Dear Sirs:

Pursuant to your furnishing the requisite securities as stipulated in ITB clause


50.1, insurance policy as per GCC 13, construction methodology as stated in letter of
acceptance and signing of the contract agreement for the construction
of______________@ a Bid Price of Rs.___________, you are hereby instructed to
proceed with the execution of the said works in accordance with the contract
documents.

Yours faithfully,

(Signature, name and title of


signatory authorized to sign
on behalf of Employer)

Attachment: Contract Agreement

Page | 234
Section X – Contract Forms

Contract Agreement

THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . .


[name of the Employer]. . . . .. . . . . (hereinafter “the Employer”), of the one part, and
. . . . . [name of the Contractor]. . . . .(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . [name of the
Contract]. . . . .should be executed by the Contractor, and has accepted a Bid by the
Contractor for the execution and completion of these Works and the remedying of
any defects therein,

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as
part of this Agreement. This Agreement shall prevail over all other Contract
documents.

(i) This Agreement

(ii) the Letter of Acceptance

(iii) the Contractor’s Bid including completed schedules and priced bill of quantities,

(iv) the addenda Nos ________(if any)

(v) the Particular Conditions

(vi) the General Conditions of Contract, including appendix;

(vii) the Specification

(viii) the Drawings

(ix) Construction Program, Methodology, Quality Assurance Program, ES


Management Strategies and Implementation Plans, and Code of Conductfor
Contractor’s Personnel (ES)

(x) Joint Venture Agreement [for JVs only];and

(xi) 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 specified in this Agreement, the Contractor hereby covenants with the Employer
to execute the Works and to remedy defects therein in conformity in all respects
with the provisions of the Contract.

Page | 235
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 Indiaon the day, month and year specified above.

Signed by: Signed by:

for and on behalf of the Employer for and on behalf the Contractor

in the in the
presence of: presence
of:

Witness, Name, Signature, Address, Witness, Name, Signature, Address, Date


Date

Page | 236
Section X – Contract Forms
Performance Security- Bank Guarantee
[including Additional Performance Security for unbalanced bids]

[Guarantor letterhead or SWIFT identifier code]

Performance Guarantee No…………………….[insert guarantee reference number]

Date………………………….[insert date of issue of the guarantee]

To: ______________________________________________ [name of Employer]


_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor38]


(hereinafter called "the Applicant") has undertaken, in pursuance of Contract No.
_____ dated ________________ to execute __________________________ [name of
Contract and brief description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the
Applicant shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligations in accordance with
the Contract;

AND WHEREAS we have agreed to give the Applicant such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible
to you, on behalf of the Applicant, up to a total of ____________________ [amount
of guarantee39] ___________________________ [in words], such sum being payable
in the types and proportions of currencies in which the Contract Price is payable, and
we undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of ____________________ [amount of
guarantee] as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified therein.

38 In the case of a JV, insert the name of the Joint Venture


39
An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract less
provisional sums, if any, plus additional performance security for unbalanced bids if any, and denominated in Indian Rupees.
Page | 237
We hereby waive the necessity of your demanding the said debt from the
Applicant before presenting us with the demand.

We further agree that no change or addition to or other modification of the


terms of the Contract or of the Works to be performed thereunder or of any of the
Contract documents which may be made between you and the Applicant 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 shall be valid until ……… 40, and any demand for payment under
it must be received by us at this office on or before that date.

Signature and seal of the guarantor _____________________________


Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

Note: All italicized text (including footnotes) is for use in preparing this form and
shall be deleted from the final product.

40Insert
the date twenty-eight days after the expected completion dateas described in GC Clause 53.1. The Employer should note that in
the event of an extension of this date for completion of the Contract, the Employer would need to request an extension of this
guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the
guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the
penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six
months][one year], in response to the Employer’s written request for such extension, such request to be presented to the
Guarantor before the expiry of the guarantee
Page | 238
Section X – Contract Forms
Environmental and Social Performance Security

ES – Bank Guarantee

[Guarantor letterhead or SWIFT identifier code]

ES Performance Guarantee No.: [Insert guarantee reference number]


Date………………………….[insert date of issue of the guarantee]

To: ______________________________________________ [name of Employer]


_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor 41]


(hereinafter called "the Applicant") has undertaken, in pursuance of Contract No.
_____ dated ________________ to execute __________________________ [name of
Contract and brief description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the
Applicant shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his Environmental and Social (ES)
obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Applicant such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible
to you, on behalf of the Applicant, up to a total of ____________________ [amount
of guarantee42] ___________________________ [in words], such sum being payable
in the types and proportions of currencies in which the Contract Price is payable, and
we undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of ____________________ [amount of
guarantee] as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the
Applicant before presenting us with the demand.
41In
the case of a JV, insert the name of the Joint Venture
42
An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract less
provisional sums, if any, and denominated in Indian Rupees.
Page | 239
We further agree that no change or addition to or other modification of the
terms of the Contract or of the Works to be performed thereunder or of any of the
Contract documents which may be made between you and the Applicant 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 shall be valid until ……… 43, and any demand for payment under
it must be received by us at this office on or before that date.

Signature and seal of the guarantor _____________________________


Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

Note: All italicized text (including footnotes) is for use in preparing this form and
shall be deleted from the final product.

43 Insert
the date twenty-eight days after the expected completion dateas described in GC Clause 53.1. The Employer should note that in
the event of an extension of this date for completion of the Contract, the Employer would need to request an extension of this
guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the
guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the
penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six
months][one year], in response to the Employer’s written request for such extension, such request to be presented to the
Guarantor before the expiry of the guarantee
Page | 240
Section X – Contract Forms
Advance Payment Security

Demand Guarantee

[Guarantor letterhead or SWIFT identifier code]

Advance Payment Guarantee No…………………….[insert guarantee reference


number]

Date………………………….[insert date of issue of the guarantee]

To: __________________________________________ [name of Employer]


__________________________________________ [address of Employer]
___________________________________________[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, Subclause 49.1


("Advance Payment") of the above-mentioned Contract,
________________________________ [name and address of Contractor 44]
(hereinafter called "the Applicant") shall deposit with ________________________
[name of Employer] a bank guarantee to guarantee his proper and faithful
performance under the said Clause of the Contract in an amount of _____________
[amount of guarantee45] _________________________________ [in words].

We, the ____________________ [bank or financial institution], as instructed by


the Applicant, agree unconditionally and irrevocably to guarantee as primary
obligator and not as Surety merely, the payment to ____________________ [name of
Employer] on his first demand without whatsoever right of objection on our part and
without his first claim to the Applicant, in the amount not exceeding
____________________ [amount of guarantee]
__________________________________ [in words].

44
In the case of a JV, insert the name of the Joint Venture
45
An amount shall be inserted by the bank representing the amount of the Advance Payment, and denominated
in Indian Rupees.
Page | 241
We further agree that no change or addition to or other modification of the
terms of the Contract or of Works to be performed thereunder or of any of the
Contract documents which may be made between _____________________ [name
of Employer] and the Applicant, 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 shall remain valid and in full effect from the date of the advance
payment under the Contract until _________________________ [name of Employer]
receives full repayment of the same amount from the Applicant. Consequently any
demand for payment under this guarantee must be received by us at this office on or
before that date.

Yours truly,

Signature and seal:


_______________________________
Name of Bank: _________________
Address:
_______________________________________
Date: ____________________

Note: All italicized text (including footnotes) is for use in preparing this form and
shall be deleted from the final product.

Page | 242
Section X – Contract Forms
Retention Money Security

Demand Guarantee

[Guarantor letterhead or SWIFT identifier code]

_____________________________ [Bank’s name and address of issuing branch or


office]

Beneficiary: ______________________ [Name and Address of Employer]

Date: ____________________________

RETENTION MONEY GUARANTEE NO.: _________________

We have been informed that ______________ [name of contractor46] (hereinafter


called “the Applicant”) has entered into Contract No. _________________ [reference
number of the contract] dated ______________________ with you, for the execution
of __________________ [name of contract and brief description of Works]
(hereinafter called “the Contract”).

Furthermore, we understand that, according to the conditions of the Contract, when


the Taking-Over Certificate has been issued for the Works and the first half of the
Retention Money has been certified for payment, payment of ___________ [insert
the second half of the Retention Money] is to be made against a Retention Money
guarantee.

At the request of the Applicant, we _________________ [name of Bank] hereby


irrevocably undertake to pay you the sum or sums not exceeding in total an amount
of _____________________ [amount in Rupees] (______________________)
[amount in words47] upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Applicant is in breach of its obligation under
the Contract without cavil or argument.

46
In the case of a JV, insert the name of the Joint Venture
47 The Guarantor shall insert an amount representing the amount of the second half of the Retention Moneyor if the amount guaranteed
under the Performance Guarantee when the Taking-Over Certificate is issued is less than half of the Retention Money, the
difference between half of the Retention Money and the amount guaranteed under the Performance Security.
Page | 243
It is a condition for any claim and payment under this guarantee to be made that the
payment of the second half of the Retention Money referred to above must have
been received by the Applicant on its account number _________ at ___________
[name and address of Bank].

This guarantee shall expire, at the latest, 21 days after the date when the Employer
has received a copy of the Defects Liability Certificate issued by the Project Manager.
Consequently, any demand for payment under this guarantee must be received by us
at this office on or before that date.

_____________________
[Signature(s) and seal of the guarantor]

Note: All italicized text (including footnotes) is for use in preparing this form and
shall be deleted from the final product.

Page | 244

You might also like