You are on page 1of 192

BIDDING DOCUMENT

for

Construction Work of Canteen Building


at NEB
National Competitive Bidding (NCB)
IFB No. : 3/2077/078
National Examinations Board, Sanothimi, Bhaktapur

Issued on :
Invitation for Bids No.:
NCB No.:
Purchaser :
Rs. 3,000

March, 2021
Abbreviations

BD ... ............................................................ Bidding Document


BDF ......................................................... .. Bidding Forms
BDS ......................................................... .. Bid Data Sheet
BOQ ... ....................................................... Bill of Quantities
COF .......................................................... Contract Forms
DP ... .......................................................... Development Partners
DoLIDAR ... .............................................. . Department of Local Infrastructure Development and
Agricultural Roads
ELI ... ..................................................... ... Eligibility
EEC... ....................................................... .. Evaluation and Eligibility Criteria
GCC ... ..................................................... .. General Conditions of Contract
GoN ......................................................... .. Government of Nepal
ICC ... .......................................................... International Chamber of Commerce
IFB ……………………………………. Invitation for Bids
ITB ... .......................................................... Instructions to Bidders
JV ... ........................................................ .. Joint Venture
NCB ... ....................................................... National Competitive Bidding
PAN ... .................................................... .. Permanent Account Number
PPA ... ..................................................... .. Public Procurement Act
PPMO ... .................................................... Public Procurement Monitoring Office
PPR ... ..................................................... .. Public Procurement Regulations
SBD ......................................................... .. Standard Bidding Document
SCC ... ..................................................... .. Special Conditions of Contract
TS ... ............................................................. Technical Specifications
VAT ... .................................................... .. Value Added Tax
WRQ ... .................................................. ... Works Requirements
Table of Contents

Invitation for Bids ...........................................................................................................4

Part - I Bidding Procedures ....................................................................................... 6

Section - I Instructions to Bidders ... ………………………………………………………..7


Section - II Bid Data Sheet………………………………………………………………….30
Section - III Evaluation and Eligibility Criteria…………………………….………………..33
Section – IV Bidding Forms………………………………………………………………...35

Part - II Requirements ...............................................................................................44

Section - V Works Requirements …………………………………………………………..45


Section - VI Bill of Quantities………………………………………………………………57

Part - III Conditions of Contract and Contract Forms .........................................59


Section - VII General Conditions of Contract…………………………………………….…61
Section - VIII Special Conditions of Contract……………………………………………....87
Section - IX Contract Forms ………………………………………………………………..92
Procurement of Works| 4

Section I : Invitation for Bid


g]kfn ;/sf/
/fli6«o k/LIff af]8{
;fgf]l7dL, eQmk'/sf]
rd]gfu[x lgdf{0f ug]{ ;DaGwL af]nkq cfXjfgsf] ;"rgf
v/Lb ;"rgf g+= M #÷@)&&÷)&*
-k|ydk6s k|sflzt ldlt M @)&&÷!@÷@ ut] uf]/vfkq b}lgs_
/fli6«o k/LIff af]8{ ;fgf]l7dL, eQmk'/df rd]gfu[x lgdf{0f ug{sf] nflu ;DalGwt ;]jf k|bfg ug]{ g]kfn ;/sf/af6 Ohfht k|fKt kmd{,
;+:yf jf sDkgLaf6 b]xfo jdf]lhd ljB'tLo v/Lb k|0ffnL (e-Bidding) sf] dfWodaf6 af]nkq cfXjfg ul/Psf] 5 .
zt{x? M
1) af]nkqbftfx?n] ljB'tLo v/Lb k|0ffnLsf] dfWodaf6 dfq af]nkq v/Lb u/L ;f]xL dfWodaf6 bflvnf ug'{kg]{5 . ;f] sf] nflu
;fj{hlgs v/Lb cg'udg sfof{nosf] O ued]{G6 k|f]So'/d]G6 kf]6{n http://www.bolpatra.gov.np/egp af6
8fpgnf]8 ug{ ;lsg]5 . af]nkq bflvnf ug]{ jf]nkqbftfn] af]nkq ;DaGwL sfuhftx?sf] b:t'/ -zt{ g+= !@ df pNn]lvt_
af]8{sf] ;fgf]l7dL l:yt /fli6«o afl0fHo a}+sdf /x]sf] vftf r=lx=g+= !&#)!))))))!#))! df hDdf u/]sf] ef}r/ cknf]8
ug'{kg]{5 .
2) af]nkqbftfsf] u|fXotf ;DaGwL lgDglnlvt sfuhftx? gf]6/L klAnsaf6 k|dfl0ft u/fO{ cknf]8 ug'{kg]{5 .
s= kmd{, ;+:yf jf sDkgL btf{sf] k|df0fkq
v= Joj;fo btf{sf] Ohfhtkq -gljs/0f;lxt_
u= d'=c=s/ / :yfoL n]vf btf{ g+= -Kofg_ k|df0fkq
3= cf=a= @)&^÷&& sf] s/ r'Qmf u/]sf] k|df0fkq
ª= :jM 3f]if0ff / clVtof/L kq
r= af]nkq ;DaGwL sfuhftdf pNn]v ul/Psf cGo of]Uotf÷cg'ej ;DaGwL sfuhftx? .
3) af]nkqbftfn] zt{ g+= !@ df pNn]v ul/P a/fa/sf] la8a08 /f=af=a}+s, ;fgf]l7dLl:yt o; af]8{sf] w/f}6L vftf
r=lx=g=+ !&#)!))))))!%))! df bflvnf u/]sf] ef}r/ jf af]nkq bflvnf ug]{ clGtd ldltb]lv u0fgf x'g] u/L 36Ldf !@)
-Ps ;o aL;_ lbg Dofb ePsf] jfl0fHo a}+s jf laQLo ;+:yfaf6 hf/L hdfgt k]z ug'{kg]5 { . af]nkq ;fy ;dfj]z ul/g]
hdfgt jfktsf] ef}r/ jf lj8j08 of] ;"rgf k|sflzt ePsf] ldlt kl5sf] ePdf dfq dfGotf lbOg]5 .
4) af]nkqbftfx?;Fu ldlt @)&&÷!@÷@# ut] lbgsf] ! ah]] Pre-Bid Meeting o; sfof{nodf to ul/Psf] 5 .
5) af]nkqdf b//]6 c+s / cIf/ b'j}df :ki6;Fu n]Vg'kg]{5 . c+s / cIf/df b//]6 km/s k/]df cIf/nfO{ dfGotf lbOg]5 . b//]6df
s]/d]6 ePdf clgjfo{ ?kdf x:tfIf/ u/L 5fk nufpg'kg]{5 .
6) af]nkq @)&* ;fn a}zfv @ ut] lbgsf] !@M)) ah]leq bflvnf ul/;Sg'kg]{5 . ;f] lbg labf k/]df kl5 nuQ} sfof{no v'Ng]
lbg clGtd lbg dflgg]5 .
7) af]nkq @)&* ;fn a}zfv @ ut] lbgsf] !#M)) ah] af]nkqbftf jf lghsf] k|ltlglwx?sf] /f]xj/df o; sfof{nodf
vf]lng]5 . af]nkqbftfx?sf] pkl:ylt geP klg af]nkq vf]Ng afwf kg]{5}g .
8) ;+o'Qm pkqmddf af]nkq k]z ug]{ af]nkqbftfn] ;fem]bf/-x?_ sf] ;+o'Qm pkqmdsf] ;Demf}tf sfuhft cknf]8 ug'{kg]{5 .
9) s'g} zt{ /fvL k]; u/]sf] af]nkqx? pk/ s'g} sf/jfxL ul/g]5}g .
10) af]nkqbftfsf] of]Uotf, cg'ej, af]nkq;DaGwL sfuhftdf pNn]v ePsf zt{x? cg'?k x'g'kg]{5 .
11) af]nkq :jLs[t ug]{ tyf gug]{ ;Dk"0f{ clwsf/ o; af]8{df ;'/lIft /xg]5 .
12) af]nkq;DaGwL ljj/0f M
af]nkq v/Lb sfo{ ug]{ af]nkq af]nkq a}+s a}+s Uof/]G6L /sdsf] nfut cg'dfg
gDa/ :yfg b:t'/ Uof/]G6L /sd ;dofjlw d'=c=s/ ;lxt
af]nkq vf]lnPsf]
;fgf]l7dL,
#÷@)&&÷&* #,))).– 4,60,000/– lbgb]lv u0fgf x'g] ?=!,^&,#@,))%.(*
eQmk'/
u/L slDtdf !@) lbg
/fli6«o k/LIff af]8{
;fgf]l7dL, eQmk'/
kmf]g g+= M ^^#)*$*
Procurement of Works| 5

Part - I

BIDDING PROCEDURES
Procurement of Works| 6

SECTION - I

Instructions to Bidders

A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data Sheet
(BDS), the Employer, as indicated in the BDS, issues this Bidding
Document for the procurement of Works as specified in Section V (Works
Requirements). The name, identification, and number of Contracts of the
National Competitive Bidding (NCB) are provided in the BDS.

1.2 Throughout this Bidding Document:


(a) the term “in writing” means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words indicating
the singular also include the plural and words indicating the plural
also include the singular; and
(c) “day” means calendar day.

2. Source of Funds 2.1 GoN Funded: In accordance with its annual program and budget,
approved by the GoN, the implementing agency indicated in the BDS
plans to apply a portion of the allocated budget to eligible payments
under the contract(s) for which this Bidding Document is issued.
Or
Public Entities' own Resource Funded: In accordance with its annual
program and budget, approved by the public entity, the implementing
agency indicated in the BDS plans to apply a portion of the allocated
budget to eligible payments under the contract(s) for which this Bidding
Document is issued.
Or
DP Funded: The GoN has applied for or received financing
(hereinafter called “funds”) from the Development Partner (hereinafter
called “the DP”) indicated in the BDS toward the cost of the project
named in the BDS. The GoN intends to apply a portion of the funds to
eligible payments under the contract(s) for which this Bidding Document
is issued.

2.2 DP Funded: Payment by the DP will be made only at the request of the
GoN and upon approval by the DP in accordance with the terms and
conditions of the financing agreement between the GoN and the DP
(hereinafter called the “Loan/Grant Agreement”), and will be subject in all
respects to the terms and conditions of that Loan/Grant Agreement. No
party other than the GoN shall derive any rights from the Loan
Agreement or have any claim to the funds.
Procurement of Works| 7

3. Fraud and 3.1 The Government of Nepal (GoN) requires that the Procuring Entities as
Corruption well as bidders, suppliers and contractors and their sub-contractors under
GoN/DP-financed contracts, shall adhere to the highest standard of
ethics during the procurement and execution of such contracts. In this
context, the Employer;
(a) defines, for the purposes of this provision, the terms set forth below
as follows:
(i) “corrupt practice” means the offering, giving, receiving,
or soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including
a misrepresentation, that knowingly or recklessly misleads,
or attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation;
(iii) “coercive practice” means 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;
(iv) “collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose, including
influencing improperly the actions of another party.
(iv) “obstructive practice” means:
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the investigation
or making false statements to investigators in order to
materially impede a GoN/DP investigation into
allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing
its knowledge of matters relevant to the investigation
or from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the
GoN’s/DP’s inspection and audit rights provided for
under sub-clause 3.5 below.
(b) will reject bid(s) if it determines that the bidder has, directly or
through an agent, engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices in competing for the contract in question;
3.2 The Bidder shall not carry out or cause to carry out the following
acts with an intention to influence the implementation
of the procurement process or the procurement agreement :

(a) give or propose improper inducement directly or indirectly,


(b) distortion or misrepresentation of facts,
(c) engaging in corrupt or fraudulent practice or involving in such
act,
(d) interference in participation of other competing bidders,
(e) coercion or threatening directly or indirectly to cause harm to
the person or the property of any person to be involved in the
procurement proceedings,
(f) collusive practice among bidders before or after submission of bids for
Procurement of Works| 8

distribution of works among bidders or fixing


artificial/uncompetitive bid price with an intention to deprive the
Employer the benefit of open competitive bid price,
(g) contacting the Employer with an intention to influence the
Employer with regards to the bids or interference of any kind in
examination and evaluation of the bids during the period from the
time of opening of the bids until the notification of award of
contract.
3.3 PPMO, on the recommendation of the Procuring Entity may blacklist
a Bidder for a period of one (1) to three (3) years for its conduct including
on the following grounds and seriousness of the act committed by the
bidder:

(a) if convicted by a court of law in a criminal offence which


disqualifies the Bidder from participating in the contract,
(b) if it is established that the contract agreement signed by the Bidder
was based on false or misrepresentation of Bidder’s qualification
information,
(c) if it at any time determines that the firm has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices in competing for, or in executing, a GoN/DP-
financed contract.
(d) if the successful bidder fails to sign the contract.
3.4 A bidder declared blacklisted and ineligible by the GoN, Public
Procurement Monitoring Office (PPMO) and/or the DP in case of DP
funded project, shall be ineligible to bid for a contract during the
period of time determined by the GoN, PPMO and/or the DP.
3.5 The Contractor shall permit the GoN/DP to inspect the Contractor’s
accounts and records relating to the performance of the Contractor and to
have them audited by auditors appointed by the GoN/DP, if so required
by the GoN/DP.
3.6 DP Funded: In pursuance of the fraud and corruption policy, the DP.
(a) will reject a proposal if it determines that the bidder recommended
for award has directly or through an agent, engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practices in
competing for the contract in question;
(b) will cancel the portion of the loan/ credit/ grant allocated to a contract
if it determines at any time that representative(s) of the GoN or of a
beneficiary of the fund engaged in corrupt, fraudulent, collusive,
or coercive practices during the procurement or the execution of that
contract, without the GoN having taken timely and appropriate
action satisfactory to the DP to remedy the situation.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government - owned
entity—subject to ITB 4.5—or any combination of them in the form of a
Joint Venture (JV) under an existing agreement, or with the intent to
constitute a legally-enforceable joint venture. In the case of a JV:
(a) all partners shall be jointly and severally liable for the execution
Procurement of Works| 9

of the Contract in accordance with the Contract terms. Maximum


number of JV shall be as specified in the BDS. The eligibility criteria
requirement of the parties to the JV shall be as specified in Section
III Evaluation and Eligibility Criteria, and

(b) the JV shall nominate a Representative who shall have the authority
to conduct all business for and on behalf of any and all the parties of
the JV during the bidding process and, in the event the JV is
awarded the Contract, during Contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of any country or eligible countries mentioned in the BDS.
A Bidder shall be deemed to have the nationality of a country if the Bidder
is a citizen or is constituted, or incorporated, and operates in conformity
with the provisions of the laws of that country. This criterion shall also
apply to the determination of the nationality of proposed sub Contractors
or suppliers for any part of the Contract including related services.
4.3 A Bidder shall not have a conflict of interest. A Bidder found to have a
conflict of interest shall be disqualified. A Bidder may be considered to be
in a conflict of interest with one or more parties in this bidding process, if:
(a) they have controlling partners in common; or
(b) they receive or have received any direct or indirect subsidy from any of
them; or

(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to
information about or influence on the Bid of another Bidder, or
influence the decisions of the Employer regarding this bidding
process; or
(e) a Bidder participates in more than one bid in this bidding process
either individually or as a partner in a joint venture. Participation by
a Bidder in more than one Bid will result in the disqualification of all
Bids in which the party is involved. However, this does not limit the
inclusion of the same sub Contractor in more than one bid; or
(f) a Bidder or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of the Contract
that is the subject of the Bid; or
(g) a Bidder or any of its affiliates has been hired (or is proposed to be hired)
by the Employer as Engineer for the Contract.
4.4 A firm that is under a declaration of ineligibility by the GoN/DP in
accordance with ITB 3, at the date of the deadline for bid submission or
thereafter, shall be disqualified.
4.5 Enterprises owned by Government shall be eligible only if they can
establish that they are legally and financially autonomous and operate
under commercial law, and that they are not a dependent agency of
the GoN.
Procurement of Works| 10

4.6 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably request.
4.7 In case a prequalification process has been conducted prior to the
bidding process, this bidding is open only to prequalified Bidders.
4.8 Firms shall be excluded in any of the cases, if
(a) 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, Nepal prohibits any import of goods or Contracting
of works or services from that country or any payments to persons or
entities in that country.
(b) DP Funded: as a matter of law or official regulation, Nepal
prohibits commercial relations with that country, provided that the
DP is satisfied that such exclusion does not preclude effective
competition for the supply of goods or related services required;

(c) DP Funded: a firm has been determined to be ineligible by the


DP in relation to their guidelines or appropriate provisions on
preventing and combating fraud and corruption in projects
financed by them.

4.9 The bidder shall meet the eligibility criteria specified in section III
(Evaluation and Eligibility Criteria) of bid document.

5. Eligible Materials, 5.1 The materials, equipment and services to be supplied under the
Equipment and Contract shall have their origin in any source countries as defined in
Services ITB 4.2 above and all expenditures under the Contract will be limited to
such materials, equipment, and services. At the Employer’s request,
Bidders may be required to provide evidence of the origin of materials,
equipment and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced or
manufactured, and from which the services are provided. Materials
and equipment are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its
basic characteristics or in purpose or utility from its components.

B. Contents of Bidding Documents


6. Sections of Bidding 6.1 The Bidding Document consist of Parts I, II, and III, which include
Document all the Sections indicated below, and should be read in conjunction with
any Addenda issued in accordance with ITB 8.
PART I Bidding Procedures
Section I Instructions to Bidders (ITB)
Section II Bid Data Sheet (BDS)
Section III Evaluation and Eligibility Criteria (EEC)
Section IV Bidding Forms (BDF)
PART II Requirements
Section V Works Requirements (WRQ)
Procurement of Works| 11

Section VI Bill of Quantities (BOQ)

PART III Conditions of Contract and Contract Forms


Section VII General Conditions of Contract (GCC)
Section VIII Special Conditions of Contract (SCC)
Section IX Contract Forms (COF)
6.2 The Invitation for Bids issued by the Employer is not part of the Bidding
Document.

6.3 The Employer is not responsible for the completeness of the Bidding
Document and their Addenda, if they were not obtained directly from the
source stated by the Employer in the Invitation for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all information
or documentation required by the Bidding Document may result in the
rejection of the bid.

7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding Document
Bidding Document, shall contact the Employer in writing at the Employer’s address indicated in
Site Visit, Pre-Bid BDS or raise any question or curiosity during the pre-bid meeting if
Meeting provided for in accordance with ITB 7.4. The Employer shall be
required to make available as soon as possible the answer to such
question or curiosity in writing to any request for clarification,
provided that such request is received as mentioned in ITB 7.5. The
Employer shall forward copies of its response to all Bidders who have
acquired the Bidding Document in accordance with ITB 6.3, including
a description of the inquiry but without identifying its source. Should
the Employer deem it necessary to amend the Bidding Document as a
result of a request for clarification, it shall do so following the procedure
under ITB 8 and ITB 22.2.
7.2 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself, on its own risk and 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 The Bidder’s designated representative is invited to attend a pre-bid
meeting, if provided for in the BDS. 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, as far as possible, to submit
any questions in writing, to reach the Employer as mentioned in BDS.
Procurement of Works| 12

7.6 Minutes of the pre-bid meeting, including the text of the questions
raised, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be transmitted
promptly to all Bidders who have acquired the Bidding Document in
accordance with ITB 6.3. 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.
7.7 Non attendance 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 Employer
Bidding Document may amend the Bidding Document by issuing agenda.
8.2 Any addendum issued shall be part of the Bidding Document and shall be
communicated in writing to all who have obtained the Bidding Document
from the Employer in accordance with ITB 6.3.
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 the
language specified in the BDS. 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 the
language specified in the BDS, in which case, for purposes of
interpretation of the Bid, such translation shall govern.

11. Documents 11.1 The Bid shall comprise the following:


Comprising the
(a) Letter of Bid;
Bid
(b) completed Schedules, in accordance with ITB 12 and 14, or as
stipulated in the BDS;
(c) Bid Security, in accordance with ITB 19;
(d) alternative bids, at Bidder’s option and if permissible, in accordance
with ITB 13;
(e) written confirmation authorizing the signatory of the Bid to commit
the Bidder, in accordance with ITB 20.2;
(f) documentary evidence in accordance with ITB 17 establishing
the Bidder’s eligibility to perform the Contract;
Procurement of Works| 13

(g) Technical Proposal in accordance with ITB 16;


(h) In the case of a bid submitted by a JV, the JV agreement, or letter of
intent to enter into a JV including a draft agreement, indicating at
least the parts of the Works to be executed by the respective partners;
and
(i) Any other document required in the BDS.
11.2 The Bidder is solely responsible for the authenticity of the documents
submitted by the Bidder.

12. Letter of Bid and 12.1 The Letter of Bid, Schedules, and all documents listed under ITB 11,
Schedules shall be prepared using the relevant forms in Section 4 (Bidding Forms),
if so provided. The forms must be completed without any alterations to
the text, and no substitutes shall be accepted. All blank spaces shall be
filled in with the information requested.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be
considered.
13.2 When alternative times for completion are explicitly invited, a statement
to that effect will be included in the BDS, as will the method of
evaluating different times for completion.
13.3 When specified in the BDS pursuant to ITB 13.1, and subject to 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 lowest evaluated Bidder 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 V (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 Bid and
Discounts in the Schedules 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). In case of Unit Rate
Contracts, 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.
14.3 The price to be quoted in the Letter of Bid shall be the total price of the
Bid, excluding any discounts offered.
14.4 Unconditional discounts, if any, and the methodology for their
Procurement of Works| 14

application shall be quoted in the Letter of Bid, in accordance with ITB


12.1.
14.5 If so indicated in ITB 1.1, bids are invited for individual Contracts or for
any combination of Contracts (packages). Bidders wishing to offer any
price reduction 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. Price reductions
or discounts shall be submitted in accordance with ITB 14.4, provided
the bids for all Contracts are submitted and opened at the same time.
14.6 Unless otherwise provided in the BDS and the Conditions of
Contract, the prices quoted by the Bidder shall be fixed. If the prices
quoted by the Bidder are subject to adjustment during the performance of
the Contract in accordance with the provisions of the Conditions of
Contract, the Bidder shall furnish the indices and weightings for the
price adjustment formulae in the Table of Adjustment Data in Section
IV (Bidding Forms) and the Employer may require the Bidder to justify
its proposed indices and weightings.
14.7 The bidder is subject to local taxes such as VAT, social charges or
income taxes on nonresident international personnel, and also duties, fees,
levies on amounts payable by the employer under the Contract.
All duties, taxes, and other levies payable by the Contractor under
the Contract, or for any other cause, as of the date 30 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total bid price submitted by the Bidder.

15. Currency of Bid 15.1 The currency of the bid and payment shall be in Nepalese Rupees.
and Payment

16. Documents Not Applicable


Comprising the
Technical
Proposal

17. Documents Not Applicable


Establishing the
Qualifications of
the Bidder

18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the bid
submission deadline date prescribed by the Employer. A bid valid for a
of Bids
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 30 days beyond the deadline of the
Procurement of Works| 15

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.

19. Bid Security 19.1 The Bidder shall furnish as part of its bid, in original form, a bid security
as specified in the BDS. In case of e-submission of bid, the Bidder shall
upload scanned copy of Bid security letter at the time of electronic submission
of the bid. The Bidder accepts that the scanned copy of the Bid security shall,
for all purposes, be equal to the original. The details of original Bid Security
and the scanned copy submitted with e-bid should be the same otherwise the
bid shall be non-responsive.
19.2 The bid security shall be, at the Bidder’s option, in any of the following
forms:
(a) an unconditional bank guarantee from "A" class commercial bank or;
(b) a cash deposit voucher in the Employer's Account as specified in
BDS.
In the case of a bank guarantee, the bid security shall be submitted
either using the Bid Security Form included in Section IV (Bidding
Forms) or in another Form acceptable to the employer. The form
must include the complete name of the Bidder. The bid security shall be
valid for minimum thirty (30) days beyond the original validity period
of the bid, or beyond any period of extension if requested under ITB
18.2.
19.3 The bid security issued by any foreign Bank outside Nepal must be
counter guaranteed by an "A" class commercial Bank in Nepal.
19.4 Any bid not accompanied by an enforceable and substantially compliant
bid security shall be rejected by the Employer as nonresponsive. In case of
e- Submission, if the scanned copy of an acceptable Bid Security letter is
not uploaded with the electronic Bid then Bid shall be rejected.
19.5 The bid security of unsuccessful Bidders shall be returned within three
days, once the successful bidder has furnished the required performance
security and signed the Contract Agreement pursuant to ITB 38.1and
39.1.
19.6 The bid security shall be forfeited if:
(a) a Bidder requests for withdrawal or modification of its bid,
except as provided in ITB 18.2:
(i) during the period of bid validity specified by the Bidder on the
Bid, in case of electronic submission;
(ii) from the period twenty-four hours prior to bid submission
deadline up to the period of bid validity specified by the
Bidder on the Letter of Technical Bid and Price Bid, in case
of hard copy submission.
(b) a Bidder changes the prices or substance of the bid while providing
information pursuant to clause 27.1;
Procurement of Works| 16

(c) a Bidder involves in fraud and corruption pursuant to clause 3.1;


(d) the successful Bidder fails to:
(i) furnish a performance security in accordance with ITB 38.1; or
(ii) sign the Contract in accordance with ITB 39.1
(iii) accept the correction of arithmetical errors pursuant to clause 31.1;
19.7 The Bid Security of a JV shall be in the name of the JV that submits
the bid. If the JV has not been legally constituted at the time of bidding, the
Bid Security shall be in the names of all future partners as named in the
letter of intent mentioned in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original of the documents comprising the
Signing of Bid bid as described in ITB 11 and clearly mark it ORIGINAL”.
Alternative bids, if permitted in accordance with ITB 13, shall be clearly
marked “ALTERNATIVE”. In addition, the Bidder shall submit copies of
the bid in the number specified in the BDS, and clearly mark each of
them “COPY.” In the event of any discrepancy between the original
and the copies, the original shall prevail.
In case of e-submission of bid, the Bidder shall submit his bid
electronically in PDF or web forms files as specified in ITB Clause
21.1(b), If a Bidder submits both the electronic bid and a bid in hard
copy within the bid submission deadline, then the submitted Bids shall be
accepted for evaluation provided that the facts and figures in hard copy
confirm to those in electronic bid. If there is any major discrepancy in fact
and figures in the electronic bid and bid in hard copy, it shall be treated as
two separate bids from one Bidder and both the Bids shall be disqualified,
as per ITB Clause 4.3 (e).
20.2 The original and all copies of the bid shall be typed or written in
indelible ink and 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 attached to the bid.
The name and position held by each person signing the authorization
must be typed or printed below the signature. All pages of the bid,
except for un amended printed literature, shall be signed or initialed by
the person signing the bid.
20.3 Any amendments such as interlineations, erasures, or overwriting shall be
valid only if they are signed or initialed by the person signing the bid.
Procurement of Works| 17

D. Submission and Opening of Bids

21. Sealing and 21.1 Bidders may always submit their bids by mail or by hand or by
Marking of Bids courier. When so specified in the BDS, bidders shall have the
option of submitting their bids electronically. Procedures for
submission, sealing and marking are as follows:
(a) Bidders submitting bids by mail, by hand or by courier
i. Bidders shall enclose the original and each copy of the Bid,
including alternative bids, if permitted in accordance with ITB
13, in separate sealed envelopes, duly marking the envelopes as

“ORIGINAL”, “ALTERNATIVE” and “COPY.” These envelopes


containing the original and the copies shall then be enclosed in
one single envelope.
ii. The inner and outer envelopes shall:
(aa) bear the name and address of the Bidder;
(bb) be addressed to the Employer as provided in BDS 22.1;
(cc) bear the specific identification of this bidding process
indicated in BDS 1.1; and
(dd) bear a warning not to open before the time and date for bid
opening.
iii. If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the misplacement
or premature opening of the bid.
(b) Electronic Bid Submission Procedures : Bidders submitting
Bids electronically shall follow the electronic bid submission
procedure specified in this clause as follows:

i. For e-submission, the bidder is required to register in the e-GP


portal https://www.bolpatra.gov.np. for downloading and
submitting the bid electronically.
ii. Interested bidders may either purchase the bidding documents
from the employer's office as specified in the invitation for bid
(IFB) or bidders registered in the e-GP portal of PPMO may
download the bidding document from
http://www.bolpatra.gov.np after login. If bidders choose to
download the bidding document and submit the bid
electronically, then the cost of the bidding document shall be
deposited as specified in IFB. In addition, electronic scanned
copy (.pdf format) of the bank deposit voucher/cash receipt
should also be submitted along with the electronic bid files.
iii. The bidder shall then prepare/fill the documents and forms
included in the issued bid documents or the downloaded bid
documents from the e-GP portal of PPMO -
http://www.bolpatra.gov.np. as applicable. The required
Procurement of Works| 18

documents and forms shall be prepared in PDF form and/or shall


be filled in the web forms in the e-GP system as specified below.

S. Document Requirement Remarks


N.

1 Letter of Bid Mandatory PDF/Web


Forms

2 Bid Security (Bank Mandatory PDF


Guarantee)

3 Company/Form Mandatory PDF


registration

4 VAT registration Mandatory PDF

5 Tax clearances Mandatory PDF


certificate or evidence of
tax return submission

6 Power of Attorney of Mandatory PDF


Bid signatory

7 Business Registration Mandatory; PDF


Certificate (License) If Required

8 Bank Voucher for cost Mandatory PDF


of bid document

9 Joint venture agreement Mandatory PDF, Mandatory in case


of
JV Bids Only

10 Applicable Price Mandatory; No price adjustment


Adjustment Table If applicable will be treated if the
indices in the Price
Adjustment Table are
not provided.

11 Completed BOQ Mandatory Web Forms

Note:
a) The documents specified as “Mandatory” should be included in e-
submission and non submission of the documents shall be
Procurement of Works| 19

considered as non-responsive bid.


b) Bidders (all partners in case of JV) should verify/update their
profile documents as appropriate for the specific bid before
submitting their bid electronically.

iv) The Bidder shall then upload the PDF bid files and submit the
complete bid online through e-GP portal of PPMO-
http://www.bolpatra.gov.np within the specified date and time.
v) Bidders are advised to download the bid submission report to
ensure that all the documents/ files are up to date and complete.
vi) The Bidder / Bid shall meet the following requirements and
conditions for e-submission of bids;

aa) The e-submitted bids must be readable through open standards


interfaces. Unreadable and or partially submitted bid files (not
complying as per ITB Clause 21.1(d) shall be considered
incomplete and rejected for further bid evaluation.
bb) In addition to electronically submitted PDF files/web forms, the
Bidder shall be required to submit original bid security letter/
documents and clarifications as specified in ITB Clause 27. If a
bidder does not submit the original Bid security letter and
requested documents and or clarifications within the specified
time limit then the bid shall not be considered for further
evaluation.
cc) If major discrepancy is found between the electronically submitted
PDF bid files and the documents/ clarifications provided by the
Bidder as per ITB Clause 27, then the bid shall not be considered
for further evaluation.
dd) The facility for submission of bid electronically through e-
submission is to promote transparency, non-discrimination,
equality of access, and open competition in the bidding process.
The Bidders are fully responsible to use the e- submission facility
properly in e-GP portal of PPMO- http://www.bolpatra.gov.np as
per specified procedures and in no case the Employer shall be held
liable for Bidder's inability to use this facility.
ee) When a bidder submits electronic bid through the PPMO e-GP
portal, it is assumed that the bidder has prepared the bid by
studying and examining the complete set of the Bidding
documents including specifications, drawings and conditions of
contract.
ff) Bidders who submit electronic bid should deposit the bidding
document fee as specified in IFB and upload the scan copy (in pdf
format) of the deposit voucher at the time of bid submission. The
deposited amount shall be verified by the Employer during the bid
evaluation process. The submitted Bid shall be non-responsive and
shall not be evaluated if the cost for bidding document is not
deposited as specified in the IFB.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later
Submission of Bids than the date and time indicated in the BDS.
Procurement of Works| 20

In case of e-submission, the standard time for e-submission is Nepalese


Standard Time as set out in the server. The e-procurement system will
accept the e-submission of bid from the date of publishing of notice and
will automatically not allow the e-submission of bid after the deadline
for submission of bid.
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 Employer shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB 22. Any bid
received by the Employer after the deadline for submission of bids shall
be declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, and 24.1 A Bidder may withdraw, or modify its bid after it has been
submitted either in hard copy or by e-submission. Procedures for
Modification of
withdrawal or modification of submitted bids are as follows:
Bids
(i) Bids submitted in hard Copy
a) Bidders may withdraw or modify its bids by sending a written
notice in a sealed envelope, duly signed by an authorized
representative, and shall include a copy of the authorization in
accordance with ITB 20.2 before 24 hours prior to the last
deadline of submission of bid. The corresponding modification
of the bid must accompany the respective written notice. All
notices must be:
(aa) prepared and submitted in accordance with ITB 20 and ITB
21,and in addition, the respective envelopes shall be
clearly marked “WITHDRAWAL”, “MODIFICATION;”
and
(bb) received by the Employer twenty four hour hours prior to
the deadline prescribed for submission of bids, in
accordance with ITB 22.
ii) E-submitted bids.
a) Bidder may submit modification or withdrawal prior to the
deadline prescribed for submission of bids through e-GP system
by using the forms and instructions provided by the system.
Once a Bid is withdrawn, bidder will not be able to submit
another bid for the same bid.
b) Withdrawal and modification of bids through hard copy shall not
be considered in case of e-submitted bids

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall


be returned unopened to the Bidders after completion of the bid
opening.
24.3 Bidder may submit request for withdrawal or modification only one
time.
24.4 No bid may be withdrawn if the bid has already been modified.
24.5 Request for withdrawal or modification must be made through the
Procurement of Works| 21

same medium of submission. Request for withdrawal or modifications


through different medium shall not be considered.
24.6 The following provisions apply for withdrawal or modification of the
Bids:
(i) In case of bids submitted in hard copy no bid shall be withdrawn or
modified in the interval between 24 hours prior to 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.
(ii) In case of e-submitted bids no bids shall be withdrawn or modified in the
interval between 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.

25. Bid Opening 25.1 The Employer shall open the bids in public at the address, date and time
specified in the BDS in the presence of Bidders` designated
representatives and anyone who choose to attend.
25.2 The Employer shall download the e-submitted bid files. The e-
procurement system allows the Employer to download the e-
submitted bid files (report) only after bid opening date and time after
login simultaneously by at least two members of the Bid opening
committee.25.3 Electronically submitted bid shall be opened at first
in the same time and date as specified above. Electronic Bids shall be
opened one by one and read out. The e-submitted bids must be
readable through open standards interfaces. Unreadable and or
partially submitted bid files shall be considered incomplete.
25.4 Thereafter, envelopes marked “WITHDRAWAL” shall be opened and
read out and the envelope with the corresponding bid shall not
be opened, but returned to the Bidder. No bid withdrawal shall be
Permitted unless the corresponding withdrawal notice contains
a valid authorization to request the withdrawal and is read out
at bid opening. Next, envelopes marked “MODIFICATION”
shall be opened and read out with the corresponding bid. No
bid modification shall be permitted unless the corresponding
modification notice contains a valid authorization to request
the modification and is read out at bid opening. Only envelopes
that are opened and read out at bid opening shall be considered
further.

25.5 All other envelopes shall be opened one at a time, reading out: the
name of the Bidder; the Bid Price(s), including any discounts and
alternative bids and indicating whether there is a modification; the
presence of a bid security and any other details as the Employer may
consider appropriate. Only discounts and alternative offers read out at
bid opening shall be considered for evaluation.
No bid shall be rejected at bid opening except for late bids, in
accordance with ITB 23.1.

25.6 The Employer shall prepare a record of the bid opening that shall
Procurement of Works| 22

include, as a minimum: the name of the Bidder and whether there


is a withdrawal, or modification; the Bid Price, per Contract if
applicable, including any discounts and alternative offers; and
the presence or absence of a bid security. The Bidders’ representatives
who are present shall be requested to sign the record. The omission of a
Bidder’s signature on the record shall not invalidate the contents and
effect of the record.

E. Evaluation and Comparison of Bids


26. Confidentiality 26.1 Information relating to the examination, evaluation,
comparison, and recommendation of Contract award, shall not
be disclosed to Bidders or any other persons not officially
concerned with such process until information on Contract
award is communicated to all Bidders.
26.2 Any attempt 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 any Bidder wishes to contact the
Employer on any matter related to the bidding process, it may
do so in writing.
27. Clarification of 27.1 To assist in the examination, evaluation, and
Bids
comparison of the bids, the Employer may, at its discretion,
ask any Bidder for a clarification of its bid. 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 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 31. In case
of e-submission of bid, upon notification from the employer, the
bidder shall also submit the original of documents comprising
the bid as per ITB 11.1 for verification of submitted documents
for acceptance of the e-submitted bid.
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
Reservations, and apply:
Omissions
(a) “Deviation” is a departure from the requirements 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
Procurement of Works| 23

(c) “Omission” is the failure to submit part or all of the


information or documentation required in the Bidding
Document.
29. Determination of 29.1 The Employer’s determination of a bid’s responsiveness is to be based
Responsiveness on the contents of the bid itself, as defined in ITB11.
29.2 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,
(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.
29.3 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.
29.4 In case of e-submission bids, the Employer evaluates the bid on the
basis of the information in the electronically submitted bid files. If the
Bidder cannot substantiate or provide evidence to establish the
information provided in e-submitted bid through documents/
clarifications as per ITB Clause 27.1, the bid shall not be
considered for further evaluation.

30. Nonconformities, 30.1 Provided that a bid is substantially responsive, the Employer may
Errors, and waive any non-conformities in the bid.
Omissions
30.2 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 of the
bid. Failure of the Bidder to comply with the request may result in the
rejection of its bid.
30.3 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 may be adjusted, for comparison
purposes only, to reflect the price of a missing or non-conforming
item or component. The adjustment shall be made using the methods
indicated in Section III (Evaluation and Eligibility Criteria).
30.4 If minor discrepancies are found such as in technical specification,
description, feature which does not make the bid to be rejected, then
the cost, which is calculated to the extent possible due to such
Procurement of Works| 24

differences, shall be included while evaluating the bid.


30.5 If the value of such non-conformities is found to be more than fifteen
percent of the quoted amount of the bidder on account of minor
discrepancies pursuant to ITB 30.4, such bid shall be considered
ineffective in substance and shall not be involved in evaluation.

31. Correction of 31.1 Provided that the bid is substantially responsive, the Employer shall
Arithmetical correct arithmetical errors on the following basis:
Errors
(a) only for unit price 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, unless in the opinion of the Employer there is an
obvious misplacement of the decimal point in the unit price, in
which case the total price as quoted shall govern and the unit price
shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected; and

(c) If there is a discrepancy between the bid price in the Summary


of Bill of Quantities and the bid amount in item (c) of the Letter
of Price Bid, the bid price in the Summary of Bill of Quantities
will prevail and the bid amount in item (c) of the Letter of Price
Bid will be corrected.
(d) 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) ,(b) and (c) above.
31.2 If the Bidder that submitted the lowest evaluated bid does not accept
the correction of errors, its bid shall be disqualified and its bid security
shall be forfeited.

32. Evaluation of Bids 32.1 The Employer shall use the criteria and methodologies listed in this
Clause. No other evaluation criteria or methodologies shall be
permitted.
32.2 To evaluate a bid, the Employer shall consider the following:
(a) the bid price, excluding Value Added Tax , Provisional Sums, and
the provision, if any, for contingencies in the Summary Bill of
Quantities, for Unit Rate Contracts, or Schedule of Prices for lump
sum Contracts, but including Day work items, where priced
competitively;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 31.1;
(c) price adjustment due to discounts offered in accordance with ITB
14.4;
(d) adjustment for nonconformities in accordance with ITB 30.3;
(e) application of all the evaluation factors indicated in Section III
Procurement of Works| 25

(Evaluation and Eligibility Criteria);


32.3 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.
32.4 If this Bidding Document allows Bidders to quote separate prices
for different Contracts, and to award multiple Contracts to a single
Bidder, the methodology to determine the lowest evaluated price
of the Contract combinations, including any discounts offered in the
Letter of Bid, is specified in Section III (Evaluation and Qualification
Criteria).

32.5 In case of special evaluation in civil works, if the bid for an Unit Rate
Contract, which results in the lowest Evaluated Bid Price is seriously
unbalanced or front loaded or substantially below updated
estimates in the opinion of the Employer, the Employer may
require the Bidder to produce detailed price analysis for any or all items
of the Bill of Quantities, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed. After
evaluation of the price analysis, taking into consideration the schedule
of estimated Contract payments, the Employer may require that the
amount of the performance security be increased at the expense of the
Bidder as mentioned in BDS to protect the Employer against financial
loss in the event of default of the successful Bidder under the Contract.
32.6 In case of e-submission bids, the Employer evaluates the bid on the
basis of the information in the electronically submitted bid files. If the
Bidder cannot substantiate or provide evidence to establish the
information provided in e-submitted bid through documents/
clarifications as per ITB Clause 27.1, the bid shall not be
considered for further evaluation.

33. Comparison of 33.1 The Employer shall compare all substantially responsive bids in
Bids accordance with ITB 32.2 to determine the lowest evaluated bid.

34. Qualification of
the Bidder
Not Applicable

35. Employer’s Right 35.1 The Employer reserves the right to accept or reject any bid, and to
to Accept Any Bid, annul the bidding process and reject all bids at any time prior to
and to Reject Any Contract award, without thereby incurring any liability to Bidders.
or All Bids In case of annulment, all bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

F. Award of Contract
36. Award Criteria 36.1 The Employer shall award the Contract to the Bidder whose offer
has been determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Document, provided further
that the Bidder is determined to be qualified to perform the Contract
satisfactorily.
Procurement of Works| 26

37. Letter of Intent 37.1 The Employer shall notify the concerned Bidder whose bid has been
to Award the selected in accordance with ITB 36.1 within seven days of the selection
Contract/Notificat of the bid, in writing that the Employer has intention to accept its bid and
ion of Award the information regarding the name, address and amount of selected
bidder shall be given to all other bidders who submitted the bid.
37.2 If no bidder submits an application pursuant to ITB 40 within a period
of seven days of the notice provided under ITB 37.1, the Employer
shall, accept the bid selected in accordance with ITB 36.1 and Letter of
Acceptance shall be communicated to the selected bidder prior to the
expiration of period of Bid validity, to furnish the performance security
and sign the contract within fifteen days.

38. Performance 38.1 Within Fifteen (15) days of the receipt of Letter of Acceptance from the
Security Employer, the successful Bidder shall furnish the performance
security as under mentioned from A class Commercial Bank in
accordance with the conditions of Contract using Sample Form for the
Performance Security included in Section IX (Contract Forms), or
another form acceptable to the Employer. The performance
security issued by any foreign Bank outside Nepal must be counter
guaranteed by an "A" class commercial Bank in Nepal.
i) If bid price of the bidder selected for acceptance is up to 15 (fifteen)
percent below the approved cost estimate, the performance security
amount shall be 5 (five) percent of the bid price.
ii) For the bid price of the bidder selected for acceptance is more than 15
(fifteen) percent below of the cost estimate, the performance security
amount shall be determined as follows:
Performance Security Amount =[(0.85 x Cost Estimate – Bid Price) x 0.5] + 5% of
Bid Price.
The Bid Price and Cost Estimate shall be inclusive of Value Added Tax.
38.2 Failure of the successful Bidder to submit the above-mentioned
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 next lowest evaluated Bidder whose offer is
substantially responsive and is determined by the Employer to be
qualified to perform the Contract satisfactorily. The process shall be
repeated according to ITB 37.

39. Signing of 39.1 The Employer and the successful Bidder shall sign the Contract
Contract Agreement within the period as stated ITB 38.1.
39.2 At the same time, the Employer shall affix a public notice on the result of
the award on its notice board and make arrangement for causing such
notice to be affixed on the notice board also of the District Development
Committee, District Administration Office and District Treasury and
Controller Office. The Employer may make arrangements to post the
notice into its website, if it has; and if it does not have, into the website of
the Public Procurement Monitoring Office, identifying the bid and lot
numbers and the following information: (i) the result of evaluation of
Procurement of Works| 27

bid; (ii) date of publication of notice inviting bids; (iii) name of


newspaper; (iv) reference number of notice; (v) item of procurement;
(vi) name and address of bidder making contract and (viii) contract
price
39.3 Within thirty (30) days from the date of issuance of notification pursuant
to ITB 37.1 unsuccessful bidders may request in writing to the Employer
for a debriefing seeking explanations on the grounds on which their
bids were not selected. The Employer shall promptly respond in
writing to any unsuccessful Bidder who, requests for debriefing.
39.4 If the bidder whose bid is accepted fails to sign the contract as stated ITB
39.1, the Public Procurement Monitoring Office shall blacklist the bidder
on recommendation of the Public Entity.

40. Complaint and 40.1 If a Bidder is dissatisfied with the Procurement proceedings or the
Review decision made by the Employer in the intention to award the Contract, it
may file an application to the Chief of the Public Entity within Seven
(7) days of providing the notice under ITB 37.1 by the Public Entity, for
review of the proceedings stating the factual and legal grounds.
40.2 Late application filed after the deadline pursuant to ITB 40.1 shall not
be processed.
40.3 The chief of Public Entity shall, within five (5) days after receiving
the application, give its decision with reasons, in writing pursuant to
ITB 40.1:
(a) whether to suspend the procurement proceeding and indicate the
procedure to be adopted for further proceedings; or
(b) to reject the application.
The decision of the chief of Public Entity shall be final for the Bid
amount up to the value as stated in 40.4.
40.4 If the Bidder is not satisfied with the decision of the Public Entity in
accordance with ITB 40.3, is not given within five (5) days of receipt of

application pursuant to ITB 40.1, it can, within seven (7) days of


receipt of such decision, file an application to the Review Committee
of the GoN, stating the reason of its disagreement on the decision of the
chief of Public Entity and furnishing the relevant documents, provided that
its Bid amount is more than Rupees Twenty Million (Rs. 20,000,000). The
application may be sent by hand, by post, by courier, or by electronic
media at the risk of the Bidder itself.
40.5 Late application filed after the deadline pursuant to ITB 40.4 shall not
be processed.
40.6 Within three (3) days of the receipt of application from the Bidder,
pursuant to ITB 40.4, the Review Committee shall notify the
concerning Public Entity to furnish its procurement proceedings,
pursuant to ITB 40.3.
40.7 Within three (3) days of receipt of the notification pursuant to ITB
40.6, the Public Entity shall furnish the copy of the related documents to
Procurement of Works| 28

the Review Committee.


40.8 The Review Committee, after inquiring from the Bidder and the
Public Entity, if needed, shall give its decision within one (1) month
of the receipt of the application filed by the Bidder, pursuant to ITB
40.4.
40.9 The Bidder, filing application pursuant to ITB 40.4, shall have to
furnish a cash amount or Bank guarantee from "A" class
commercial bank equivalent to zero point five percent (0.15%) of its
quoted Bid amount with the validity period of at least ninety (90) days
from the date of the filing of application pursuant to ITB 40.4.
40.10 If the claim made by the Bidder pursuant to ITB 40.4 is justified, the
Review Committee shall have to return the security deposit to the
applicant, pursuant to ITB 40.9, within seven (7) days of such decision
made.
Procurement of Works| 29

SECTION - II
Bid Data Sheet
A. General
ITB 1.1 The number of the Invitation for Bids is : National Examinations Board

ITB 1.1 The Employer is: National Examinations Board, Sanothimi, Bhaktapur

ITB 1.1 The number and identification of lots comprising this bidding process is:
………..
[insert the name and contract number of the lots]

ITB 2.1
The name of the Project is: Construction Work of Canteen Building at NEB
at Sanothimi, Bhaktapur
The DP is: NA
The implementing agency is: NA
GoN Funded or DP Funded: Internal Resource

ITB 4.1 (a) Maximum number of partner in a joint venture shall be : 3 (three)

ITB 4.2 Eligible countries: Nepal

B. Bidding Document

ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Mr. Bhaskar Datt Pant
Address: Sanothimi, Bhaktapur
Telephone: : 01-6630848
Facsimile number: ______________________
Electronic mail address: info@neb.gov.np

ITB 7.4 A Pre-Bid meeting “shall not be” held . Pre-Bid Meeting will

Take place at the following date, time and place:

Date : 2077/12/23 (5th April, 2021)

Time: 13:00 PM.


Place: NEB, Sanothimi, Bhaktapur.
A site visit “shall not be” organized by the Employer.

ITB 7.5 Time for request: Requests for clarification should be received by the
Employer no later than 10 days prior to the deadline for submission of bids.
Procurement of Works| 30

C. Preparation of Bids
ITB 10.1 The language of the bid is: English / Nepali

ITB 11.1 (b) In accordance with ITB 12 and ITB 14, the following schedules shall be
submitted with the bid, including the priced Bill of Quantities for Unit Rate
Contracts and Schedule of Prices for lump sum contracts: _______

ITB 11.1 (i) The Bidder shall submit with its bid the following additional documents:
[insert if any additional documents required]

ITB 13.1 Alternative bids shall not be permitted.

ITB 13.2 Alternative times for completion shall not be permitted.

ITB 13.4 Alternative technical solutions shall not be permitted.

ITB 14.6 The prices quoted by the Bidder “shall not be” subject
to adjustment during the performance of the Contract.

ITB 18.1 The bid validity period shall be: Ninety (90) days].

ITB 19.1 The Bidder shall furnish a bid security, from "A" class commercial
bank/Financial Institution with a minimum of NRs. 4,60,000.00 which shall
be valid for 30 days beyond the validity period of the bid.

ITB 19.2 (b) Account Name: Call Deposit


Bank Name: Rastriya Banijya Bank
Bank Address: Sanothimi, Bhaktapur
Account Number: 1730100000015001

ITB 20.1 In addition to the original of the bid, the number of copy/ies is/are: Not
Applicable

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
indicate:
(a) The name and description of the documentation required to
demonstrate the authority of the signatory to sign the Bid such as a
Power of Attorney; and
(b) In the case of Bids submitted by an existing or intended JV, an
undertaking signed by all parties (i) stating that all parties shall
be jointly and severally liable, and (ii) nominating a
Representative who shall have the authority to conduct all
business for and on behalf of any and all the parties of the JV
during the bidding process and, in the event the JV is awarded the
Contract, during contract execution.
Procurement of Works| 31

D. Submission and Opening of Bids


ITB 21.1 Bidders “shall” have the option of submitting their bids electronically.

ITB 22.1 For bid submission purposes only, the Employer’s address is :

Attention : National Examinations Board

Address : Sanothimi, Bhaktapur

The deadline for bid submission is :

Date : 2078/1/2 (15th April, 2021)


Time : 12:00 Noon

ITB 25.1 The bid opening shall take place at :

Address : National Examinations Board

Date : 2078/1/2 (15th April, 2021)


Time : 13:00PM

E. Evaluation and Comparison of Bids


ITB 32.5 The amount of the performance security as per Public Procurement Act.
Procurement of Works| 32

SECTION - III
Evaluation and Eligibility Criteria
This Section contains all the criteria that the Employer shall use to evaluate bids and eligible Bidders.
GoN/DP requires bidders to be qualified by meeting predefined, precise minimum requirements. The
method sets pass-fail criteria, which, if not met by the bidder, results in disqualification. In accordance
with ITB 32 and ITB 34, no other methods, criteria and factors shall be used. The Bidder shall provide
all the information requested in the forms included in Section IV (Bidding Forms).

1. Evaluation
In addition to the criteria listed in ITB 32.2 (a) - (e) the following criteria shall apply:

1.1 Quantifiable Nonconformities, Errors and Omissions

[insert project specific requirements]

The evaluated amount of quantifiable nonconformities, errors and/or omissions shall be


determined by ascertaining the price of such effect on an equal basis by adjusting the same to the
quoted price of the bid. A bid having minor deviations and having no material deviation to cause any
serious effect upon the scope, quality, characteristics, terms and conditions, performance or any other
requirements stated in the bidding documents and acceptable to the Employer can be considered to
be substantially responsive.

2. Eligibility

Criteria Compliance Requirements Documents

Requirement Single Joint Venture Submission


Entity Requirements
All Partners Each One
Combined Partner Partner

2.1 Conflict of Interest

No conflicts of must meet existing or must meet not Letter of Bid


interest in requirement intended JV requirement applicable
accordance must meet
with ITB Sub- requirement
Clause 4.3.

2.2 Government-owned Entity

Bidder required must meet existing or must meet not Forms ELI - 1,
to meet requirement intended JV requirement applicable ELI - 2, with
conditions of must meet attachments
ITB Sub- requirement
Clause 4.5.
Procurement of Works| 33

2.3 UN Eligibility

Not having been declared must meet existing or must meet not Letter
ineligible based on a requirement intended JV requirement applicable of Bid
United Nations must meet
resolution or Employer's requirement
country law, as described
in ITB Sub-Clause 4.8.

2.4 Other Eligibility

Firm Registration Certificate must meet not must meet not Document
requirement applicable requirement applicable attachment

Business Registration must meet not must meet not Document


Certificate (License) requirement applicable requirement applicable attachment

VAT and PAN Registration must meet not must meet not Document
certificate (only for requirement applicable requirement applicable attachment
domestic bidders)

Tax Clearance must meet not must meet not Document


Certificate/Tax return requirement applicable requirement applicable attachment
submission evidence for the
F/Y 2076/77(Only for
domestic bidders)

Additional requirements ……………. ………… …………… ………… …………


[Insert if any]
Procurement of Works| 34

SECTION - IV

Bidding Forms

This Section contains the forms which are to be completed by the Bidder and submitted as part of its
Bid.
Procurement of Works| 35

Letter of Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the
Bidder’s complete name and address.

Date: .........................................................

Name of the contract: .........................................................

Invitation for Bid No.: .......................................................

To: ……………………………………………………………………………………………………….....

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 8;
(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

(d) The discounts offered and the methodology for their application are:

(e) Our bid shall be valid for a period of [insert validity period as specified in ITB 18.1] days from the
date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall
remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Document;

(g) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from
eligible countries or any countries [insert the nationality of the Bidder, including that of all parties that
comprise the Bidder if the Bidder is a consortium or association, and the nationality of each
Subcontractor and Supplier];

(h) We, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITB 4.3;

(i) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding
process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB
13;

(j) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the
contract, has not been declared ineligible, under the Employer’s country laws or official regulations or
by an act of compliance with a decision of the United Nations Security Council;
Procurement of Works| 36

(k) We are not a government owned entity/We are a government owned entity but meet the
requirements of ITB 4.5;1

(l) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed;

(m) We declare that, we have not been black listed as per ITB 3.4 and no conflict of interest in the
proposed procurement proceedings and we have not been punished for an offense relating to the
concerned profession or business.

(n) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you
may receive; and

(o) If awarded the contract, the person named below shall act as Contractor’s Representative:

(p) We agree to permit the Employer/DP or its representative to inspect our accounts and records and
other documents relating to the bid submission and to have them audited by auditors appointed by
the Employer.

Name: .................................................................................................

In the capacity of .............................................................................

Signed …………………………………………………………...

Duly authorized to sign the Bid for and on behalf of …………

Date …………………………………………………………....
Procurement of Works| 37

1 Use one of the two options as appropriate.

Table of Price Adjustment Data


[To be used if Price Adjustment is applicable
as per GCC 45.1]

Base Employer's Proposed Bidder's Proposed


Index Source of
Code Value and Weighting Range Weighting
Description Index*
Date (coefficient) (coefficient)**
1 2 3 4 5 6
Non -
0.15 0.15
adjustable (A)
Labor (b)
Materials (c)
Equipment
usage (d)
Total 1.00

*Normally following source of index shall apply. Public Entity shall choose applicable Index for
each item.

(a) Labor: "National Salary and Wage Rate Index"- "Construction Labor" of Nepal Rastra Bank
or
rate fixed by District Rate Fixation Committee

(b) Material:"National Wholesale Price Index" - Construction Materials" of Nepal Rastra Bank

(c) Equipment usage:

"National Wholesale Price Index" - "Transport Vehicles and Machinery Goods" of Nepal Rastra

Bank

or

"Fuel" Price fixed by Nepal Oil Corporation.

** Bidders proposed weightings should be within the range specified by the Employer in column - 5
Procurement of Works| 38

Table of Price Adjustment Data


[To be used if Price Adjustment is applicable
as per GCC 45.7]

Code Construction Unit Base Price (NRs/Unit) Source (Factory)**


Material* (Ex-factory)
1 2 3 4 5

* Major construction materials to be specified by Employer in column - 2.

** Base Price and source normally to be specified by Employer (or alternatively informed to be
proposed by bidder) in column 4 and 5.

Note:
The base prices of the construction materials shall be taken as of 30 days before the deadline for
submission of the Bid as quoted by the Bidder and verified by the Employer. For the purpose of
calculation of price adjustment, the Ex-factory price of the same source shall be taken into consideration.
Procurement of Works| 39

Bid Security
Bank Guarantee

Bank’s Name, and Address of Issuing Branch or Office


(On Letter head of the 'A' class Commercial Bank)

Beneficiary: .............................. name and address of Employer ……………………………………….

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

Bid Security No.: ..........................................................................................................................................

We have been informed that . …………. .[insert name of the Bidder] (hereinafter called “the Bidder”)
intends to submit its bid (hereinafter called “the Bid”) to you for the execution of …………... name of
Contract . …………… under Invitation for Bids No. ……………… (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.

At the request of the Bidder, we…………………. . name of Bank. ……………….. hereby


irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . .
………...amount in figures ………………………. (. ………….. .amount in words ……………….)
upon receipt by us of your first demand in writing accompanied by a written statement stating that the
Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn or modifies its Bid during the period of bid validity specified by the Bidder in the
Form of Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity,
(i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the
performance security, in accordance with the ITB.
(d) is involved in fraud and corruption in accordance with the ITB

This guarantee will remain in force up to and including the date ………number…………days 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 letter than the above date.

This Bank guarantee shall not be withdrawn or released merely upon return of the original guarantee by
the Bidder unless notified by you for the release of the guarantee.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

. . .Bank’s seal and authorized signature(s) . . .

Note:
The bid security of ………..……………. has been counter guaranteed by the Bank ……..………... ...…… on
…………... .................................................. ...……..………. (Applicable for Bid Security of Foreign Banks).
Procurement of Works| 40

Bidder’s Information Format

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others
Procurement of Works| 41

Bidder’s Information

Form ELI - 1: Bidder’s Information Sheet

Bidder's Information

Bidder's legal name

In case of JV, legal name of each partner

Bidder's country of constitution

Bidder's year of constitution

Bidder's legal address in country of constitution

Bidder's authorized representative (name,

address, telephone numbers, fax numbers, e-

mail address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in
accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered under 1 above required to
comply with ITB 4.5.
Procurement of Works| 42

Form ELI - 2: JV Information Sheet

Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder's legal name

JV Partner's or Subcontractor's legal name

JV Partner's or

Subcontractor's country of constitution

JV Partner's or

Subcontractor's year of constitution

JV Partner's or

Subcontractor's legal address in country of

constitution

JV Partner's or

Subcontractor's authorized representative

information (name, address, telephone

numbers, fax numbers, e-mail address)

Attached are copies of the following original documents.

1. articles of incorporation or constitution of the legal entity named above, in accordance with ITB
4.1 and 4.2.
2. Authorization to represent the firm named above, in accordance with ITB 20.2.
3. In the case of government-owned entity, documents establishing legal and financial autonomy and
compliance with commercial law, in accordance with ITB 4.5.
Procurement of Works| 43

Part - II

REQUIREMENTS
Procurement of Works| 44

SECTION - V
Works Requirements

This Section contains the Specification, the Drawings, and supplementary information that
describe the Works to be procured.
Procurement of Works| 45

Scope of Work

The work contains dismantling of existing canteen building and disposing of


debris to out of NEB site, construction of New canteen building including all civil,
electrical and sanitary works.
Procurement of Works| 46

Specifications
Notes on the Specifications

A set of precise and clear specifications is a prerequisite for Bidders to respond realistically and
competitively to the requirements of the Employer without qualifying or conditioning their Bids.
The specifications must be drafted to permit the widest possible competition and, at the same time,
present a clear statement of the required standards of workmanship, materials, and performance of
the goods and services to be procured. Only if this is done will the objectives of economy, efficiency
and fairness in procurement be realized, responsiveness of Bids be ensured, and the subsequent task
of bid evaluation facilitated. The specifications should require that all goods and materials to be
incorporated in the Works 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.

Samples of specifications from previous similar projects are useful in this respect. The use of metric
units is encouraged by the Funding Agency in case of funding assisted projects. Most specifications
are normally written specially by the Employer or Project Manager to suit the Contract Works in
hand. The available standard specification of works of Ministry of Physical Infrastructure and
Transport, DoLIDAR and Other line Ministries can be adopted for respective civil construction works.

There are considerable advantages in standardizing General Specifications for repetitive Works in
recognized public sectors, such as highways, urban housing, irrigation, and water supply, in the
same country or region where similar conditions prevail. The General Specifications should cover all
classes of workmanship, materials, and equipment commonly involved in construction, however it may
not necessarily be adequate to be used in a particular Works Contract and may necessitate preparation of
Particular (Special) Specifications to amend and or supplement the provision of the General
Specifications to meet the requirement of the particular Works.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the specification of
standards for goods, materials, and workmanship, recognized international standards should be used
as much as possible. Where other particular standards are used, whether national standards of Nepal or
other standards, the specifications should state that goods, materials, and workmanship that meet other
authoritative standards, and which ensure substantially equal or higher quality than the standards
mentioned, will also be acceptable.

Employers should decide whether technical solutions to specified parts of the Works are to be permitted.
Alternatives are appropriate in cases where obvious (and potentially less costly) alternatives are possible
to the technical solutions indicated in the Procurement Documents for certain elements of the Works,
taking into consideration the comparative specialized advantage of potential bidders. For example:

The Employer should provide a description of the selected parts of the Works with appropriate
references to Drawings, Specifications, Bill of Quantities, and Design or Performance criteria, stating
that the alternative solutions if applicable shall be at least structurally and functionally equivalent to
the basic design parameters and specifications.

Such alternative solutions shall be accompanied by all information necessary for a complete evaluation by
the Employer, including drawings, design calculations, technical specifications, breakdown of prices,
proposed construction methodology, and other relevant details.
Procurement of Works| 47

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the goods and
materials to be furnished, and work performed or tested, the provisions of the latest current edition or
revision of the relevant standards and codes in effect shall apply, unless otherwise expressly stated in
the Contract. Where such standards and codes are national, or relate to a particular country or region,
other authoritative standards that ensure a substantially equal or higher quality than the standards and
codes specified will be accepted subject to the Project Manager’s prior review and written consent.
Differences between the standards specified and the proposed alternative standards shall be fully
described in writing by the Contractor and submitted to the Project Manager at least 30 days prior to
the date when the Contractor desires the Project Manager’s consent. In the event the Project Manager
determines that such proposed deviations do not ensure substantially equal or higher quality, the
Contractor shall comply with the standards specified in the documents.

These Notes for Preparing Specifications are intended only as information for the Employer or the
person drafting the Procurement Documents. They should not be included in the final documents.

Specification for Civil Works

A. Civil Works
NOTES:
1. The work shall be carried out according to the specifications whether specifically mentioned in it
or not. No payment for any work in any form shall be made unless it is definitely stated as an item in
the Bill of Quantities. Whenever the specification are not given or ambiguous, the relevant Indian
Standard and further amendments or decision of the engineer shall be considered as a final and binding.
2. The work shall be carried out simultaneously with the electrical, plumbing sanitary and other services
and in cooperation with the contractors or the above services. The work shall be carried on till it is
completed satisfactorily. The contractor shall keep the other contractor informed well in advance of the
proposed program of the work so that the proposed work is not hindered. The Contractor shall further
cooperate with other contractors in respect of any facilities required by them e.g. making holes in
shuttering for pipes, electric conducts, fan hooks e.t.c. However nothing extra shall be admissible to
him for such reasonable assistance and facilities afforded to other contractors and the contractor shall
be deemed to have taken these factors into consideration while quoting his rates.
3. The work shall be related to the Drawings, which the Contractor is presumed to have studied. Nothing
extra will be paid for any item on its shape, location or other difficult circumstances, even if the
schedule makes no distinction as long as the item is shown in the Drawings.
4. The source of materials stated in the specifications are those from which materials are generally
available. However, materials not conforming to specifications shall be rejected even if they come
from the stated sources. The contractor should satisfy himself that sufficient quantity of material of
acceptable specification is available from the stated or other sources.
5. "Engineer shall mean "Consultant" Sunil kumar Singh and "Employer" means National Examination
Bord
6. The requirements of specification under A: General and B: Materials shall be fulfilled by the
contractor without extra charge including transportation or any other taxes involved i.e. the item
rates quoted shall be deemed to have taken these into account.
7. "Engineer's Representative " shall mean ……………………………..…….
8. "Project Engineer" shall denote the Sunil Kumar Singh.
A. General
1. Boards: A board of size approximately 2.15m * 2.0 m shall be made and put at an approved place on
the site. This board shall be painted in approval color with names of (1) the proposed construction
and Employer (2) The contractor (3) any other specialist consultant, as directed by the engineer. This
shall be provided by the contractor at his own expense.
2. Drawing, Instructions, Measurements: All the works shall be done according to the Drawings and
instructions of the Engineer and the Contractor shall arrange to test materials and /or soundness
and sufficiency, if after any such test and in the opinion of the Engineer any work or position of work
Procurement of Works| 48

is found to be defective or unsound the Contractor shall pull down and re-execute the same at his
own cost. Defective materials shall be removed from the site.
3. Clearing the site: The site described and shown on the plans plus 6m. all round the building shall be
cleared of all obstruction, loose stones and materials, rubbish of all kinds as well as brush -wood. All
holes or hollows whether originally existing or produced shall be well rammed and leveled off as
directed. Also the contractor shall dress the site 6m. all round the building after completion,
maximum cutting or filling being 300mm. No extra shall be paid for this, unless specified otherwise.
4. Trees: No trees shall be cut without permission. If any trees have to be cut, this shall form an extra
item. For the purpose of the specification a tree shall be defined as a growth whose circumference of
the trunk at 300 mm. from the base is not less than 900 mm.
5. Measuring Materials: Materials requiring measuring shall be measured separately in boxes of
appropriate sizes before being mixed.
6. Temporary Protection: All trenches, wall, newly laid concrete or other work requiring protection from
weather or accidental injury shall be protected by means of tarpaulin or in other way so as to keep
the work immune from damage. Nothing extra shall be allowed for on this matter.
7. Quality of Work: Materials, tools, and plants and workmanship shall be the best of several kinds
obtainable in the market and as approved by the engineer.
8. Leave clean: On completion, all work must be cleaned up, rubbish removed and the works and site
cleaned of surplus materials, debris and other accumulations and everything left in clean and orderly
condition by the contractor.
9. Samples: Samples of each class of work required shall be submitted by the Contractor for the
approval of the Engineer and after such approval these samples shall be deposited at a safe place
chosen by the Engineer. The Contractor will require these approved samples for future reference.
10. Provisional Items: All provisional items in the Schedule shall be carried out at the discretion of the
Engineer, and may or may not form part of the Contract. In case the provisional items are carried to
by the Contractor the rates shall be settled as for extra items as stated in the Conditions of Contract.
11. Storage: Safe, dry and proper storage shall be provided for all materials, particularly for cement. The
capacity of the cement storage go down shall at least 200 bags installed at the site of work.
12. Contractor's Laboratory: The Contractor shall provide a laboratory at all sites with equipment at his
own cost within 28 days after signing the "Form of Agreement" then maintain till the Contract period
for carrying out the test therein under the supervision of a qualified engineer and to be removed on
completion of the work. The laboratory shall have enough space housed in a weatherproof building
designated and used exclusively for the purpose of testing. The laboratory shall be maintained in a
clean, tidy and orderly fashion to the satisfaction of the Engineer. The Contractor’s laboratory shall
have the following equipment in working condition, labor and materials required for tests.

 Standard IS. Sieves for testing sand aggregates up to 40mm…………….1 sets


 Weighing balance up to 5 Kg with accuracy up to 5 gm …………………1 unit
 Glass measuring flask ½ liter and 1 liter………………………………….1 each
 Slump cone………………………………………………………………..1 unit
 Cube mould metal (150mm)……………………………………………...6 nos.
 Water tank for curing of concrete cubes to the satisfaction of the
 Engineers representative………………………………………………… 1 set
 Concrete mixture 280 liters………………………………………………. 1 no.
 Needle vibrator……………………………………………………………1 set

The Contractor shall maintain the equipment in a serviceable condition and immediately correct or replace it
if it is found to be inaccurate.

The Contractor shall perform tests on materials and site-cast concrete cubes as specified and shall submit to
the Engineer's Representative two copies of the result of each tests shall be retained in the Contractor's
Laboratory. Without relieving the contractor any of his responsibilities for the testing of materials the
Engineer's Representative may, as and when desired, carry out any of the tests, using the facilities provided by
the contractor for this work.
The Contractor shall at his own cost arrange and carry out the tests of materials to be used in the Works or any
other tests, requiring other equipment, deemed necessary by the Engineer/ Engineer's Representative. These
tests shall be conducted at a testing laboratory chosen by the Engineer.
Procurement of Works| 49

13. Facilities for the Engineers/ Engineer's Representative


13.1 General
The Contractor shall provide and maintain the site offices, laboratory, furnishings and equipment for
use of the Engineer's Representative as described herein at contractors own cost. Unless the
Engineer's Representative agrees otherwise all facilities provided for his use shall be new.
13.2 Site office for the Engineers/ Engineer's Representative
The Contractor shall provide the temporary site office for the exclusive use of the Engineer's
Representatives at suitable locations to be approved by the Engineer's Representative. Temporary
site Office shall have net area of approximately 12sqm comprising 1 room with bathroom facility. The
office shall be fully furnished and equipped by the Contractor in accordance with the schedules.
13.3 Schedules of Furnishings and Equipment for the Engineer's Representatives Accommodation
The following schedules are attached listing the furniture and equipment that the contractor shall
provide for the Engineer's Representatives offices cum accommodations
1. Schedule of office Equipment
2. Schedule of Survey Equipment
3. Schedule of Furniture for the Office
Note: Where brand / model names are given they are indicative only of the quality/standard of the
equipment that should be provided and the Contractor can propose to provide other brands / models
all to the approval of the Engineer's Representative.

All equipment, except consumable / expendable items shall revert to the contractor’s ownership on
completion of the contract.

1. SCHEDULE OF OFFICE EQUIPMENT


Item Description Units
Programmable Calculators Casio fx 850 1 set
Draughtsman instrument including pencils, scales, set squares, 1 set
straight edge, curves etc.
Heavy duty punching machine 1 set
Heavy duty stapling machine 1 set
Miscellaneous office items including: Staplers, Punches, Files, Waste As required
paper baskets etc.

Branded Laptop Apple or Sony 1 set

2. SCHEDULE OF SURVEY EQUIPMENT


Item Description Units
Engineer's automatic level and tripod: Wild NAK 1 or equivalent approved by 1
the Engineer's representative
Leveling staff with bubble, metric, 4m long collapsible to 1m 2
Ranging rods 5
Fiber glass tapes, metric 30m long 1
Fiber glass tapes, metric 10m long 1
Steel pocket tapes, 3m long 1
Survey umbrella 1
2 kg hammer and other tools and equipment for surveying as required 1
Clip boards, survey forms and other items of stationary, as required. 1
3. SCHEDULE OF FURNITURE FOR THE ENGINEER'S REPRESENTATIVE OFFICE

Item Description Units


Office desk (1.2m*0.9m with 3 drawers) 1
Office chair, cushioned with arms 1
Office table (1.2m*0.75m) 1
Office chair, cushioned 4
Office cupboard, steel (1m wide, 4 shelves) 1
Procurement of Works| 50

B. Materials
The materials supplied and used in the Works shall comply with the requirements of these
Specifications. They shall be new, except as may be provided elsewhere in the Contract or permitted
by the Engineer in writing. The materials shall be manufactured, handled and used in a workmanlike
manner to ensure completed work in accordance with the Contract. Where an Indian Standard is
specified, the latest version of the Standard quoted shall be considered to apply.

Sources: The use of any kind or class of material from more than one source is prohibited, except by
written permission of engineer. Such permission, if granted, will set forth the condition under which
the change may be made. The sources of kinds of materials shall not be changed at any time without
written permission of engineer. If the product from any source proves unacceptable at any time, the
contractor shall make such arrangements as may be necessary to assure acceptable materials, either
by alterations in plant operations or by the change of source. Claims for increased cost which may be
occasioned by such alterations or changes will not be given consideration, unless the source of
unacceptable materials was designated in the contract as a source of material. When any
manufactured product, either new or used, is furnished by the employer, the location at which such
materials will be delivered to the contractor will be designated in the contract. In such cases the
contractor shall haul the materials from the designated delivery point to point of use, and
compensation for such hauling will be considered to be included in the contract unit price for placing
the materials in the finished work.

Inspection and acceptance of materials: Final inspection and acceptance of materials will be made
only at the site of the work. The Engineer reserves the right to sample, inspect and test materials
throughout the duration of the work, and to reject any material, which is found to be unsatisfactory
at the time of use. A preliminary inspection of materials may be made at the source for the
convenience of the contractor, but the presence of DOE's Representative at the source shall not
relieve the Contractor of the responsibility of furnishing materials, which comply with these
specifications. The Engineer's Representative shall have free entry at all times to those parts of any
plant which concern the manufacture or production of the materials ordered.

Samples and Tests: The Contractor shall submit samples of all materials for the approval of the
Engineer prior to commencement of the works. The Contractor shall give immediate notification of
the placing of orders for shipping of materials to permit testing, he shall furnish without charge all
samples required and he shall afford such facilities as the Engineer requires for collecting and
forwarding such samples. The Contractor shall not incorporate into the work the materials
represented by the samples until the tests have been made an the materials are found to comply with
the requirements of the specifications, except that any materials which have a satisfactory record of
compliance with the specification may, at the discretion of the Engineer, be used until the tests are
completed. If the materials fail to pass the tests, no further use thereof shall be made until the
contractor has taken steps satisfactory to the engineer to correct the deficiencies. When required by
the Engineer/Engineer's Representative preliminary samples of the character and quantity prescribed
shall be submitted by the contractor or producer for examination and shall be tested in accordance
with the methods referred to in this specification. Only the materials actually delivered for the work
will be considered and their acceptance or rejection will be based on the results of the tests and
inspections prescribed in these specifications.

Defective materials: All materials which, do not conform to the requirement of the contract will be
rejected whether in place or not. They shall be removed immediately from the site unless otherwise
permitted by the Engineer's Representative. No rejected materials, the defect of which have been
subsequently corrected, shall be used in the work unless approval in writing has been given by the
Engineer's Representative. Upon failure of the contractor to comply promptly with any order of the
Engineer given under to cause the removal and replacement of rejected materials, the Engineer may
remove the rejected materials by other means and deduct the cost thereof from any moneys due to
the contractor.
Procurement of Works| 51

Trade Names and Alternatives for convenience in designation in the contract, certain articles or
materials to be incorporated in the work may be designated under a trade name or the name of a
manufacturer and his catalogue information. The use of an alternative articles or material which is of
equal quality and of the required characteristics for the purpose intended will be permitted, subject
to the following requirements.

a) The burden of proof as to the quality and suitability of alternatives shall be upon the
contractor and he shall furnish all information necessary as required by the engineer. The
Engineer/ Engineer's Representative shall be the sole judge as to the quality and suitability of
all alternative articles or materials and his decision shall be final.

b) Whenever the Specifications permit the substitution of a similar or equivalent material or


article, no tests or action relating to the approval of such substitute material will be made un
till the request for substitution is made in writing by the contractor accompanied by
complete data as to the equality of the material or article proposed. Such request shall be
made in ample time to permit approval without delaying the work.
Foreign Materials which are manufactured, produced or fabricated outside Nepal shall be delivered to
a distribution point in Nepal, unless otherwise required in these specification or the special
provisions, where they shall be retained for a sufficient period of time to permit inspection, sampling,
and testing The contractor shall not be entitled to an extension of time from acts or responsibility to
deliver materials obtained from outside Nepal to the point of entry into Nepal in sufficient time to
permit timely delivery to the job site. The contractor shall supply the facilities and arrange for any
testing required at his own cost .All testing by the contractor shall be subject to witnessing by the
engineer.

The manufacturer, producer or fabricator of foreign material shall furnish to the engineer a
"Certificate of Completion" with the specification where required. In addition, certified mill test
reports clearly identifiable to the lot of material otherwise requested by the engineer shall be
submitted. Where structural materials requiring mill test reports are obtained from foreign
manufacturers, such materials shall be furnished only from those approved by the engineer. The
sufficiency of their ability to furnish only from those foreign manufacturers who have previously
established, to be satisfied by the engineer, the sufficiency of their in-plant quality control, as deemed
necessary by the engineer or his representative, to give satisfactory assurance of their ability with
these specifications. At the option of the engineer, such sufficiency shall be established whether by
submission of the engineer or his representative.

1. Water
Water shall be clean and free from oil, waste, acid or other organic matter in solution or suspension.
Water shall be from municipal main or tank or well water. Storage for the water shall be of
sufficient size and as directed by the engineer. The contractor shall make his own arrangements for
supply of water.

2. Earth
Earth for filling and terracing shall be free from ass rubbish, organic or vegetable growth including
roots, weeds e.t.c. All clods shall be first broken-down.
3. Sand
Sand shall be clean river or pit sand of approved quality and free from salt, earth, dust or other
impurities. If required by the project engineer, it shall be washed with clean water and not more than
5% of fine materials (clay, dust and silt) will be allowed, as tested by the settlement in water. The
sand may contain particle size unto 5mm and should be well graded. Coarse sand for concrete work
shall be from local rivers or from any other place as approved by the engineer and shall conform to
cement concrete specification.
4. Ordinary Portland cement
Cement should be fine. Its chemical composition, consistency, tensile and compressive strength,
soundness, setting time must be according to I.S it should be packed in gunny bags or waterproof
paper bags and should be free from lumps. It should be stored in a weatherproof building on a floor
at least 30cm clear from the walls, and stored in such a manner that permits of easy access of
Procurement of Works| 52

inspection. It should also be stacked in not more than 6 layers high to prevent bursting of bottom
bags.
5. Stone:
Stone for rubble masonry shall be of the best of its kind. It shall be strong, angular, free from flakes
and must be of quality approved by the project engineer. No earthy or discolored, weather or water
worn stone shall be used. Stone in foundations shall be from local quarries or from any other place as
approved by project engineer. Stone for stone masonry shall be of the type specified. It shall be hard,
sound, and durable free from decay and weathering. Stone with round surface shall not be used.
Before starting the work, the contractor shall get the sample of stone approved by the engineer. Size
of the stones shall be as specified.
6. Cement Mortar:
Cement mortar shall be of proportion specified for each type of work in the schedule. It shall be
composed of Portland cement and sand. The ingredients shall be accurately gauged by measure and
shall be well and evenly mixing together in a mechanical pan mixer, care being taken not to add more
water than is required. No mortar that has begun to set shall be used. River sand shall be used unless
otherwise specified. If hand mixing is allowed then it shall be done in brick tanks. The gauged
materials shall be put in the tank and mixed dry. Water will then be added and the whole mixed again
until it is homogeneous and of uniform color. Required quantity of cement shall be mixed at one time
and shall not be such as to exceed mortar amount that can be consumed within half an hour of its
mixing.
7. Aggregates
Aggregates shall be obtained from an approved source. They must be chemically inert, strong, hard,
durable, free from adhering coatings, salts, organic or other impurities and shall be washed or
screened as directed.
a) Fine Aggregates and sand
Fine aggregate and sand shall be clean, sharp, coarse, hard siliceous material and equal at all times to
the samples which shall be deposited with and approved by the engineer.
The caustic soda tests for organic impurities shall show a color not deeper than of the standard
solution. The setting test for natural sand shall be made and after being allowed to settle for three
hours the layer of silt deposit on the coarse material shall not exceed 8% and the layer of mica
deposit shall not exceed 2%.
b) Grading limits for fine aggregate

IS Sieve Required grading


10mm 100%
4.75mm 90-100%
2.36mm 85-100%
1.18mm 75-100%
600microns 60-79%
300microns 12-40%
150microns 0-10%

The contractor shall supply all necessary equipment for the testing of fine aggregates and sand for the
use of the engineer.

c) Coarse Aggregates and Grading

All aggregates shall confirm to latest IS 383. An aggregate shall be from hard stone to sizes as
specified under item of works. In general, 40mm maximum gauge aggregate shall be used for mass
concrete in foundation and 19mm down gauge, graded aggregate broken from approved quality of
stone for RCC work.

40mm gauge aggregate shall be such that not more than 5% shall exceed 40mm and not less than
25% smaller than 19mm. No piece shall be in any case being larger than 45mm. It shall be screened
free from dust or other foreign materials.
Procurement of Works| 53

19mm gauge aggregate shall be as given in RCC specifications. If proper gauge of aggregate is not
being obtained sieving may be insisted upon in which case the contractor shall supply necessary
materials sieves and labor at his own cost.

The contractor should supply samples of the aggregate for the purpose of making preliminary tests
for concrete. Methods of sampling of aggregate for concrete shall be as per IS 2430-1969 and method
of test for aggregate for concrete shall be as per IS: 2386.

d) Aggregates Storage
Each grade of aggregate shall be stored on the works in separate heaps so that there shall be no
possibility of any inter-mixing. Any materials, which have become inter-mixed, shall be removed from
the site forth with by the contractor. The materials shall be stored on a timber or concrete floor and
the piles shall be as large as possible, flat topped and drained.

8. Bricks
All bricks shall be of good quality, approved by the engineer .The bricks shall be free from grit and
other impurities such as lime, iron and other deleterious salts, well burnt, copper colored, sound,
hard, square with sharp edges and shall give ringing sound when struck with a mallet. They shall be of
uniform size. No brick after 24 hours immersion in water shall absorb water more than 15%of its
weight. Chimney made local bricks shall be of best quality available, satisfying above-mentioned
properties.

9. Telia bricks
Telia bricks or tiles shall be of first class quality, having smooth, hard surface, regular in shape, sizes,
uniform thickness, and good color. The tiles should be thoroughly burnt having sharp and square edges.
They should be free from cracks, flaws and chips. They shall show a fine grained, dense texture and be
free from lumps of lime, lamination, cracks, air holes, soluble salts, causing efflorescence or other
defects which may in any way impair their strength, durability, appearance and usefulness for the
purpose intended. They shall not have any part under-burnt. They shall give a clear, metallic ringing
sound when struck. All tiles shall have to be approved by the engineer. Any tile not found up to the
specification shall be removed from the site immediately at contractor's own cost, Representative
samples of tiles to be used shall be submitted to the engineer and his approval should be taken before
bulk purchase. All tile supplied shall confirm to the approved samples in all respect.

10. Tor steel/Torkari steel Fe 500


The reinforcement shall be Torkari round bars of Torkari steel or tor steel as per schedule, as
approved by the engineer. The reinforcement shall be free from filings, loose rust, mill scale, paint,
oil, grease, adhering earth, or any other material that in the opinion of the engineer may impair the
bond between the concrete and the reinforcement or that courses corrosion of the reinforcement or
disintegration of the concrete test certificates may be required from the suppliers, and in addition,
the contractor must undertake tensile and bending tests on random samples of the reinforcement
delivered to the site. All steel, which is represented by a sample, which fails to reach the minimum
requirements as per schedule is to be removed from the site immediately.

11. Terrazzo tile


Terrazzo tile shall be of smooth surface, durable and of sizes and colors as per schedule. The sample
should be approved by the engineer before commencement of flooring work.

12. Marble chips


Marble chips for terrazzo flooring shall be dry, sharp and hard. The chips shall be 6mm down to 3mm
shall be free from foreign matters.
13. Scaffolding
Scaffolding shall consist of wood bellies and necessary battens and planks. All the scaffolding
members shall be checked before installation for their strength and stiffness and tied up properly.
Steel scaffolding if available, may also be used and where necessary it shall be erected on double
supports. Planks shall be fixed and tied together. In case of finished work such as plastering, painting
Procurement of Works| 54

and distempering, no part of scaffolding should touch the structure. Where ladders are used, gunny
bags shall be tied up at ends to prevent any damage to work by sliding or tipping.

14. Timber
Timber shall be of the type as stated in schedule and of best kind available, perfectly dry, well
seasoned, free from knots, cracks, shakes and other defects and any appearance of rot.

15. Glass
Sheet or plate glass shall be of approved make of thickness as stated in the schedule of quantities and
visually clear when viewed from any direction. It shall be free from bubbles, waves and all other
defects.

16. Oil Paints and primers


These shall be only of ready mixed type in sealed tins of approved makes as specified

17. Plastic Emulsion paint with primers


These shall be only of ready mixed type sealed tins of approved makes as specified.

18. Apex weather coat paints


These shall be of approved brand in sealed tins or packages as specified.

19. Holdfasts
The iron Holdfasts shall be of the 12" total length one end bend and other fishtailed of the form as
shown in the drawing. There shall be 2 such holdfasts on each side of the frame up to 4'0" height (4 in
all) and 3 on each side of the frame above 4'0" (6 in all). The holdfasts shall be embedded in concrete
block of 9"*4"*4" in 1:2:4

20. Fixtures & Fastening


All Fixtures Fastenings shall be of brass or oxidized brass unless otherwise described in the item and
shall be new, sound and strong. They shall be of the best quality and workmanship. The size, shape,
design and finish shall be as directed by the site in charge for approval and kept in site office for
comparison. All fixtures damaged during fixing shall be removed and new ones fixed in their placed
and the surface of joinery made good where affected, the contractor's expense.

21. Solid core plywood


These shall be either commercial ply or teak ply of solid cored shutters of specified thickness
conforming to IS 2202-1973. These shutters shall be factory made shutters from recognized
manufacturers of India like Sitapur plywood manufacturer's ltd. Sitapur to the Indian Plywood
manufacturing co. ltd, Bombay or other manufacturing companies having hot press and modern
equipments, samples shall be produced for approval.

22. Wire mesh


The finished sizes of the components like styles, rails, matins shall be as per drawings. The
workmanship shall be of the best quality. The styles, rails etc shall be rebated ½" along the side to
receive the wire gauge. The galvanized wire mesh of 24 gauge of not more than 1/10" mesh shall be
bent to 90 to ½" along both sides to rebate and fixed securely to the styles, rails and matins by
galvanized iron staples at about 6" intervals, staggered spacing. Fillets shall be of specified same
timber neatly fixed with small screws, spaced about 3" centre. The exposed edges of fillets shall be
neatly finished. The wire mesh shall be tightly stretched during fixing. The space between the fillet
and the rebate where the webbing is bent shall be neatly finished with putty, so that cut end of
webbing may not be visible. Each shutter shall be fitted with necessary fittings of approved quality as
shown on the drawings. For wire mesh door shutters expanded metal of 2" mesh shall be provided
along with wire mesh.

23. Fittings
Procurement of Works| 55

All doors shall be provided with lock handles in both sides and all windows with handles on thinner
side. Necessary hinges, tower bolts hook belts, stops for keeping the leaves open and also wooden
blocks to prevent leaves striking the jambs of wall etc shall be provided. The fitting shall be of steel.
Screw shall be of suitable length and correct diameter and shall be fixed with screwdriver not by
hammering.

24. Louvers:
These shall be as per the drawing

25. GI plain sheet:


These shall be of specified gauge fitted with pan el pins as per drawings.

26. Sliding window with fixed panel and ventilation 88 *38.1*1.3 titanium series naturally
Anodized color these shall be of specified gauge fitted with panel as per drawing.

27. Special material:


If materials of a particular brand are specified in the bill of quantities, these shall be produced
accordingly from the particular manufacture. These shall include materials such as bricks, tiles,
bitumen and bituminous compounds, water proofing compounds, hardening compounds, special
paints, acoustic and insulation boards and other finishing materials of approved makes. The
responsibility for the use of these materials lies with the contractor and he should avail himself of
necessary guarantees from the manufacturers. Such guarantees as may be required by the project
engineer shall be obtained by the contractor and given to the engineers. Specific brand names have
been avoided, wherever possible. Where brand names have used, they have been used merely to
describe the nature of the desired materials and not used to endorse or indicate a preference for a
particular product or manufacturer. Goods, which have similar characteristics and provide
performance and quality at least equal to those specified and conforming to be standards, are
acceptable.

C. Workmanship:

1. EARTHWORK IN EXCAVATION AND FILLING

Scope of works:
This specification covers the works of the BOQ items Site clearance earthen excavation, Disposal of
earth Sand filling Dry brick soling .

Materials:
i) Earth: Earth as per specification (Materials) article 2
ii) Sand: Sand as per specification (materials) article 3
iii) Brick: Brickbats as per specified (materials) article 8

Workmanship:

1.1 Examine the site


The contractor is recommended to examine the site carefully in order to ascertain for himself the
nature thereof and the type of materials to be excavated.

1.2 Cleaning & Grubbing


The site on which the structure is to be built as shown on the area and required for setting out and
other operations should be cleaned of all obstructions, loose stones, materials and rubbish of all
kinds, stumps, brush wood trees etc and removed as directed, roots being entirely grubbed up. The
topsoil is to be taken out up to a depth of 6" and wasted. All the sliceable materials will be conveyed
and properly stacked as directed within the specified lead. Unserviceable materials shall be disposed
off as directed.
Procurement of Works| 56

1.3 Setting Out


After cleaning the site, the lay out and setting out shall be one by the contractor, based on the
drawings supplied by the site in charge. It will be the responsibility of the contractor to install
substantial reference marks, bench marks etc and maintain them as long as required, true to line,
curve slopes and levels. The contractor shall assume full responsibility for alignment, elevation and
dimension of each and all parts of work. Labor required for initially setting the reference marks will be
paid but subsequent maintenance of all such benchmarks and reference marks will be at the cost of
contractor.
1.4 Excavation
Excavation shall be exact to the width and depth indicated on the drawings or to such lesser or
greater depth as the engineer (see definition in condition of contract) may deem necessary and so
instruct the contractor in order to obtain satisfactory foundation.
1.5 finish of trench
The bottom of foundation trench shall be perfectly leveled both longitudinally and transversely and
the sides of the trench shall be vertical. If the soil is not good and does not permit vertical sides, the
sides should be sloped back or protected with timber shoring. The bed of the trench shall be lightly
watered and well rammed.
1.6 Finds
Any treasure and valuable materials found during the excavation shall be property of government.
1.7 Shoring
Where necessary to do shoring, the contractor shall be responsible for the design of shoring for
proper excavation. Shoring shall be of sufficient strength to resist side pressure ensuring safety from
slips, prevent damage to work and property and injury to persons. It shall be removed as directed
after all the items for which it is required are completed.
1.8 Protection
Near town and all frequented places, foundation pits, well pits and similar excavations shall be
securely fenced and marked with red lights at night in charge of watchman, to avoid accident.
Adequate protection measures shall be taken to see that the foundation excavation does not effect
on damage adjoining structures. All measures required for the safety of the excavation. Protection of
the people working in and near the foundation trenches, property and the people in the vicinity shall
be the responsibility of the contractor. The contractor shall be entirely responsible for any injury to
life and damage to property caused by his negligence or accidents due to his constructional
operations.
1.9. Disposal of Excavated Materials
Materials excavated from the foundation trenches shall be placed 5ft away from the outer edge of
excavation. All materials excavated will remain the property of the employer. Materials not useful in
any way shall be disposed as directed by Site-In charge.
1.10 Water in foundation
The contractor shall be paid extra for baling out or pumping out if water accumulates in the trench.
Necessary precaution shall be taken to prevent surface water to enter into the trench by the
contractor without any extra payment. The excavation shall be kept free from water.
a) During inspection and measurement
b) When concrete and masonry are in progress and till they come above the natural water level
and,
c) Till the Site-In charge considers that the mortar is sufficiently set.
1.11 Trench filling
After construction of foundation the remaining portion of the trenches shall be filled up with earth
(free from rubbish and refuse matter in layers of 6") and watered and rammed fully using mechanical
vibrators.
1.12 Measurement
The measurement of site clearance shall be done in one complete job in LS item.
The measurement for payment of earthwork shall be done as follows:
The excavation shall be measured correct up to 1" and be product of length and width of lowest step of
the footing according to the drawing and depth measured vertically. Where the ground is not level, the
average depth shall be taken. Rate shall be of complete work including backfilling, timbering, pumping
out water etc. including all labors, tools and plants required for the completion of the work. The
measurement will be computed in cubic contents.
Procurement of Works| 57

Disposal of excavated earth materials or stacked on the site is measured in cubic content directed as
per site in charge.
Gravel packing shall be done as per drawing and instruction of site in charge. Measurement shall be
taken for the consolidated thickness of filling materials and shall not include the extra excavation and
filling which contractor excavates with sloping sides for his convenience.
The measurement of dry brick soling shall be the net area of length and breadth and payment will be
done in square feet. The rate shall be for all the materials and labours.
2. CONCRETE WORK
2.1 Scope: This specification deals with the cement concrete, plain or reinforced of specified proportion
in foundation and flooring (IS Code of Practice IS: 456 latest revision to be complied with unless
permitted otherwise hereinafter). The specification covers item no. 2.1,2.2, of BOQ
2.2 Material: All required materials should be as specified in "STANDARD CONSTRUCTION MATERIALS"
Cement: Ordinary Portland cement as per specification (Sivam,Maruti, Hituda As cube test 7 days &
28 days)
Aggregate: Broken hard stone as specified under the schedule of maximum size of 38mm for
foundation and 20 mm for floor, beam, column etc. as per specification (Materials) 7.
Sand: Sand as per specification (Materials) article 3
Admixtures: The use of admixtures in concrete for promoting workability improving strength,
entraining air or for any other purpose may be used only with the prior approval of the engineer.
2.3 Grades of Concrete:
a) General:
Structural concrete shall be either odinary or controlled and in three grades designated as M150,
M200 and M250 as specified in IS: 456-latest provision.
Ordinary Concrete:
Ordinary concrete is recommended only when accurate control is impracticable and not necessary.
However, if ordinary concrete is allowed by the engineer, it shall be used only in the concrete of
Grades M150, M200 and M250. Ordinary concrete does not require preparation of trial mixes.
Concrete mix proportions for ordinary concrete shall be as per IS 456-latest revision-and as follows:
Mix Proportions (by weight) expected to give different degree of workability with different water
cement ratios and a specified strength.
For Guidance
Ratio by weight of Ratio by weight of
cement to gravel cement to crushed
aggregate stone aggregate
Workability Water Compressive 20 mm 38 mm size 20mm size 38 mm
cement strength in 28 size size
ratio days kg/cm cm

Very low 0.4 360 1:4:8 1:5:3 1:4:5 1:5:0


Slump 0.5 290 1:7:2 1:7:7 1:6:5 1:7:4
0-25mm 0.6 220 1:8:5 1:8:6 1:7:8 1:8:4
0.7 160 1:9:0 1:9:0 1:8:7 1:8:9
Low 0.4 360 1:3:9 1:4:5 1:3:5 1:4:0
Slump 0.5 290 1:5:5 1:6:7 1:5:0 1:5:5
25-30 mm 0.7 160 1:8:0 1:8:5 1:7:4 1:8:0
Medium 0.4 360 1:3:5 1:3:8 1:3:1 1:3:6
Slump 0.5 290 1:4:8 1:5:7 1:4:2 1:5:0
25-100 mm 0.7 160 1:6:8 1:7:9 1:6:2 1:7:0
High 0.4 360 1:3:2 1:3:5 1:2:9 1:3:3
Slump 0.5 290 1:4:4 1:5:2 1:3:9 1:4:6
100-175 0.6 220 1:5:4 1:6:7 1:4:7 1:5:7
mm 0.7 160 1:6:2 1:7:4 1:5:5 1:6:5

Not withstanding anything mentioned hereinbefore, the maximum total quantity of aggregates by
weight per 50 kg of cement should not exceed 150 kg except where otherwise specifically permitted by
the Engineer.
Procurement of Works| 58

The minimum cement content for each grade of concrete shall be as follows:
Grade of concrete Minimum cement content per cu. m of finished concrete
M150 325kg
M200 360kg
M250 420kg

At least four trial batches are to be made and six test cylinders/cubes taken for each batch noting the
slump on each mix. These cylinders/cubes shall be tested in a testing laboratory approved by the
engineer at 7 days and others at 28 days for obtaining the ultimate compressive strength. The test
reports shall be submitted to the engineer. The cost of the mix design and testing shall be borne by
the contractor.

On the basis of the above test reports, proportion of mix by weight and water -cement ratio will be
approved by the engineer; the proportions so decided for different grades of concrete shall be
adhered to during all concreting operations. If however, at any time, the engineer feels that the
quality of the materials being used, has been changed from those used for preliminary mix design, the
contractor shall ascertain the mix proportions and water-cement ratio for obtaining the desired
strength and consistency. It will be within the competency of the engineer to reduce the number of
trial batches and the number of test specimens mentioned above.

The mixes once approved must not be varied without prior approval of the engineer.

In designing the mix proportions of concrete, the quantity of both cement and aggregate shall be
determined by weight. The engineer may allow the quantity of aggregates to be determined by
equivalent volume basis after the relationship between the weight and volume is well established by
trial and the same shall be verified frequently. Water shall be either measured by volume in
calibrated tanks or weighted.

All measuring equipments shall be maintained in a clean and serviceable condition and their accuracy
periodically checked.

To keep the water - cement ratio to the designed value, allowance shall be made for the moisture
content in both fine and coarse aggregates and determination of the same shall be made as
frequently as directed by the engineer. The determination of moisture contents shall be according to
IS: 2386 (part III)-(latest revision)

2.4 Strength requirements

Where ordinary Portland cement conforming to IS 269- latest revision or Portland cement-furnace
slag cement conforming to IS 455 (latest revision) is used, the compressive strength requirements for
various grades of concrete shall be as shown in table below and shall apply to both controlled
concrete and ordinary concrete.

The acceptance of strength of concrete shall be as per clause 5.4 "Sample size and acceptance
criteria" of IS 456-latest revision subject to the stipulations and /or modifications stated elsewhere in
this specification.

Concrete work found unsuitable shall have to be dismantled and replacement to be done as per
specification by the contractor. No payment for the dismantled concrete. The relevant formwork and
reinforcement embedded fixtures, etc shall be made. In course of dismantling, if any damage is done
to the embedded items or adjacent structures, the same shall be made good free of charge by the
contractor to the satisfaction of the engineer.

Compressive strengths for different grades of concrete as specified in Table-IV shall always refer to
the cylinder/cubes strength based on test conducted on 15 cm diameter and 30 cm height. Other
Procurement of Works| 59

requirements of concrete strength as may be desired by the engineer shall be in accordance with IS
456 (latest revision)

In exceptional circumstances, the engineer may accept a concrete of lower strength than specified
and which is otherwise unacceptable according to the "Acceptance criteria" of IS 456-(latest revision),
provided the strength is never less than 80% of that specified shall always be rejected. Payment for
concrete of lower strength than specified but accepted by the engineer shall always be made at a
reduced rate on prorate basis to the strength obtained.

Strength Requirement of Concrete

Compressive strength of 15cm diameter and 30 cm high cylinder or


15cm cube at 28 days after mixing, conducting in accordance with IS
456-latest revision
Grade of concrete Preliminary tests kg/cm cm Work test kg/cm cm
M150 200 150
M200 260 200
M250 320 250

With permission of the engineer, for any of these above-mentioned grades of concrete shall also be
increased proportion ally to keep the ratio of water to cement same as adopted in trial mix design for
each grade of concrete. No extra payment for the additional cement will be made.

2.5 Workability
The workability of the concrete shall be checked at frequent intervals by slump test. Where facilities
exist and if required by the engineer, alternatively, the compacting factor test in accordance with IS:
1199- (latest revisions), shall be carried out. The degree of workability necessary to allow the concrete
to be well consolidated and to be worked into the corners of formworks and around on the type and
nature of structure and shall be based on experience and tests within the preferred limits of
consistency as specified in Table below for various types of structures.

Limits of Consistency

Degree of Slump in mm Use for which concrete is suitable


workability min Max
Low 20 40 Mass concrete foundation without vibrations, simple reinforced
section with vibration.
Medium 50 100 Normal reinforced beams, columns, slabs without heavily
reinforced section with vibration.
High 100 150 Section with congested reinforcement not normally suitable for
vibration.

Note: However the slump to be obtained for work in progress shall be as per direction of the
engineer.

2.6 Load Test


Load test of structural members may be required by the engineer when the strength of job control
cylinders/cubes falls below the required strength and is not acceptable as per "Acceptable criteria" of
IS: 456- (latest revision). If the load testing is decided by an engineer, the member under
consideration shall be subjected to a superimposed load equal to one and quarter (1.1/4) times the
specified superimposed load used for design and this load shall be maintained for a period of 24
hours before removal. The detailed procedure of the test is to be decided by the engineer.
Procurement of Works| 60

If the member shows evident, failure, such changes as are necessary to make the structure
adequately strong shall be made free of cost. If on the other hand, the failure becomes evident, the
engineer under special circumstances (with the approval of the designer) can retain the portion of the
structure under the test, provided suitable modifications for strengthening and /or dispersion of
design load is feasible. Cost of such modification of dispersion of load shall be borne by the
contractor.

The entire cost of load testing shall be borne by the contractor. If a portion of the structure is found
to be unacceptable it shall be dismantled and replaced by a fresh structure as per specification. The
cost of dismantling and the cost of concrete, formwork and reinforcement involved in the dismantled
portion shall not be paid to the contractor.

If in the course of dismantling, any damage is done to the embedded items and or other adjacent
structures the same shall be made good free of charge by the contractor to the satisfaction of
engineer.

2.7 Workmanship:
a) General: All workmanship shall be according to the latest and best possible standards.
i) Mixing of Concrete
The proportion of fine and coarse aggregate, cement and water shall be as determined by the
preliminary tests or according to fixed proportions incase of ordinary concrete and shall always be
approved by the engineer. The quantities of fine and coarse aggregates shall be determined by weight.
The water shall be measured accurately after giving proper allowance for surface water present in the
aggregate for which regular checks shall be made by the contractor. Due allowance shall be made for
bulking in case of volume batching in accordance with IS 2386 (part III)-latest revision)

Concrete shall always mixed in a mechanical mixer unless specifically approved by the engineer for
concrete to be used in unimportant structure. The water shall not be poured into the drum of the
mixer until all the cement and aggregates constituting the batch are already in the drum and mixed
for at least one minute. Mixing of each batch shall be continued until there is uniformity in color and
consistency, but in no case shall mixing be done for less than two minutes and at least forty
revolutions after all the materials and water are in drum. When absorbent aggregates are used or
when the mix is very dry, the mixing time shall be extended as may be directed by the engineer. Mixer
shall not be loaded above their rated capacity as this prevents thorough mixing.

The entire contents of the drum shall be discharged before the ingredient for the next batch is fed
into the drum. No partly set or remixed or excessively wet concrete shall be used and it shall be
immediately removed from site.

Each time the work stop, the mixer shall be thoroughly cleaned and when the next mixing
commences, the first mix shall have 10% additional cement at no extra cost to the employer to allow
for loss in the drum.

When hand mixing is permitted by the engineer for concrete to be used in unimportant structure, it
shall be carried out on a watertight platform and care shall be taken to ensure that mixing is
continued until the mass is uniform in color and consistency. In case of hand mixing, extra cement
@10% shall be added to each batch with no extra cost to the owner.
ii) Conveying Concrete:
Concrete shall be handled and conveyed from the place of mixing to the place of final deposit as
rapidly as practicable by approved means before the initial setting of the cement starts. Concrete
should be conveyed in such a way as we prevent segregation or loss of any of the ingredients. If
segregation does occur during transport, the concrete shall be remixed. During the very hot or cold
weather, if directed by the engineer concrete shall be transported in deep containers, which will
reduce the rated of loss of water, by evaporation and loss of heat. Conveying equipment for concrete
shall be well maintained and thoroughly cleaned before commencement of concrete mixing. Such
equipment shall be kept free from set concrete.
Procurement of Works| 61

iii) Placing Concrete:


Formwork and reinforcement shall be approved in writing by the engineer prior to placing of concrete.
Concrete shall be placed in its final position without segregation. The forms shall be well wetted and
all shavings, dirt and water that may have collected at the bottom shall be removed before concrete is
placed. The interval between adding water to the dry materials in the mixer and the completion of the
final placing inclusive of compaction of the concrete shall not be more than initial setting time of the
cement, normally 30 minutes for ordinary Portland cement. The concrete shall be well placed in the
formwork by means approved by the engineer and shall not be dropped from a height or handled in a
manner which may cause segregation. Any drop above 180 cm shall have to be approved by the
engineer. Once the concrete is placed in its final position, it shall not be disturbed. After the concrete
has been placed, it shall not be disturbed. After the concrete has been placed, it shall be spread
thoroughly compacted by approved mechanical vibration to a maximum subsidence without
segregation and thoroughly worked around reinforcement or other embedded fixtures into the concrete
form and shape. Vibrations shall not be used for pushing and shoveling on concrete. Vibration must be
operated by experienced men and over vibration shall not be permitted. Hand tamping in some cases
may be allowed subject to the approval of the engineer.

No concrete shall be placed in open, while it rains. If there has been any sign of separation of cement
and sand by washing, the concrete shall be entirely removed immediately. Suitable precautions shall be
permitted on freshly laid concrete. Slabs, beams and similar members shall be poured in one operation
normally. Bleeding of under layer, if any shall be effectively removed. Moulding, throating, drip
coarse, etc shall be poured as shown on the drawing or as directed by the Engineer. Any deviation from
the drawing shall be set right by the contractor at his own expense as instructed by the Engineer.

iv) Construction joints:


When the work is to be interrupted, the concrete shall be rebated at the joint to such shape and size
as may be required by the Engineer as shown on the drawing. All vertical construction joints shall be
made with step boards, which are rigidly fixed and slotted to allow for the passage of the reinforcing
steel. If desired by the Engineer keys and/or dowel bars shall be provided at the construction joints. In
the case of water retaining structure water stops of approved material shall be provided if so
specified in the drawings or desired by the Engineer. Construction joints shall be provided in positions
as described, the joints shall be in accordance with the followings

In a column, the joints shall be formed about 75mm below the lowest surface of the beams forming
into it.

Concrete in a beam shall be placed throughout without a joint, but if the provision of a joint is
unavoidable, the joint shall be vertical and at the middle of the span. A joint in a suspended floor slab
shall be vertical at the middle of the span at right angle to the principal reinforcement. The locations
of construction joint shall be planned by the contractor well in advance of pouring and will have to be
approved by the Engineer.

Before fresh concrete is placed, the cement skin of the partially hardened concrete shall be
thoroughly removed and surface made rough by hacking, sand blasting, water jetting, air jetting or
any other method as directed by the engineer. The rough surface shall be thoroughly wetted for
about two hours and shall be dried and coated with 1:1 freshly mixed cement sand slurry before
placing the new concrete. The new concrete shall be worked against the prepared surface before the
slurry sets. Special care must always be taken to see that the first layer or concrete placed after a
construction joint is cold. Joint during pour shall be treated with 1:1 freshly made cement sand slurry
only after removing all loose materials.

v) Protection and curing of concrete:


Newly placed concrete shall be protected by approved means from rain, sun and wind. As soon as the
concrete has hardened sufficiently for the surface to be marked, it shall be covered either with sand,
Hessian, canvas or similar materials and kept continuously wet for at least fourteen days after final
setting. This period may be extended at the discretion of the Engineer.
Procurement of Works| 62

vi) Control Tests on Concrete:


Six test cylinders/cubes for each type of work shall be taken by the contractor for each 8 hours or less
of concreting. If the value of concrete poured is less than 20M3 on any day per mixing plant, the
Engineer may exempt or reduce the number of test cylinders. The samples of concrete shall be tested
in, as approved laboratory in presence of the Engineer and the test results shall be submitted in
triplicate to the engineer. The Contractor shall carry out the sampling and testing according to the
provisions of this specification at his own cost. No payments shall be made for the concrete used in
specimens.

To control the consistency of concrete from every mixing plant, slump test shall be carried out by the
contractor free of charge every two hours or as directed by the Engineer. The amount of mixing water
shall not be changed without prior approval of the engineer. Slumps corresponding to the test cylinders
shall be recorded for reference. The engineer if he so desires may order special tests to be carried out
on cement, sand or coarse aggregates, water reinforcing steel or traverse tests in accordance with ISI
recommendations. If the materials tested are found to be suitable for the intended use, the cost of these
special tests shall be borne by the owner. If the materials is found to be not suitable for the intended use
the cost of these special tests shall be borne by the contractor. Further, during the progress of the work
if the Engineer has doubt about the quality of any materials in use he can instruct suspension of its use
till the materials is proved acceptable by test. Any consequent loss arising out of the suspension shall
be borne by the contractor.

b) Exposed Surface
Interiors: Imperfect surface, where strength is not required shall be patched and rubbed smooth with
carborundum stone, immediately after the formwork is stripped off, fins and projections shall be
removed and the concrete surface affected thereby shall be rubbed smooth to the satisfaction of the
engineer.
c) Anchor Bolts, Anchors, Openings, Sleeves, Insets, and Other Built in Fixtures:
The contractor shall leave all openings, grooves, chases etc. in concrete work as shown on the drawings
or as specified by the engineer. He shall build into concrete work all the materials noted below and
shall embed and secure the same as and when required. The materials is required to be supplied by the
Contractor, shall be of best quality available of approved manufacture and shall be up to the
satisfaction of the Engineer.

Materials to be embedded:
(i) Inserts, hangers, anchor, opening frames, manholes, covers, floor clips, sleeves and conduits.
(ii) Anchor bolts and plates for machinery, equipments and for structural steel work.
(iii) Dowel bars, etc. for concrete work falling under scope of future works.
(iv) Lugs or plugs for door and windows frames accruing in concrete work.
(v) Flashing and jointing in concrete work.
(vi) Any other built-in fixtures as may be required.

Correct location, exact alignment, etc of all these shall be entirely the responsibility of the contractor.

d) Joints etc.

I) Expansion and Isolation Joints:


Expansion joints in concrete structures shall be provided at specified places as indicated on the
drawings. The materials and types of joints shall be as specified below. In case of liquid retaining
structures, additional precaution shall be taken to prevent leakage of liquids as may be specified on
the drawings or as directed by the engineer. The engineer may demand test certificates for the
materials and / or get them tested.

II) Bitumen Boards:


Bitumen impregnated fiber of approved manufacture as per IS: 1838 - latest revision shall be used as
fillers for expansion joints. It must be durable and water proof. At the exposed end the joint shall be
sealed with approved sealing compound to a depth of 25 mm after application of an approved
primer. The sealing compound and the primer shall be applied as specified by the manufacturer.
Procurement of Works| 63

III) Bitumen Compound:


The cap for expansion joints shall be thoroughly cleaned and the bitumen compound laid as per
manufacture specifications. The compound to be used shall be of approved manufacture and shall
conform to the requirements of IS: 1834- latest revision.
IV) Separation Joints:
Strong and tough alkathene sheet or equivalent of about 1mm in thickness as approved by the engineer
shall be used. It shall be stocked by an approved sticker to the cleaned surface of the already set
concrete to cover it fully, fresh concrete shall be laid against the sheet, care being taken not to damage
the sheet in any way.
V) Rubber pad:
Hard foundation quality rubber pads of required thickness and shape are to be put below machine or
other foundations where required as shown on the drawings or as directed by the engineer. The
rubber shall be of best quality of approved manufacturers, durable, capable of absorbing vibration
and must be chemically inert continue unbroken in contact with moist or dry earth under normal
conditions.
2.8 Water proofing Joints
The materials shall confirm to the respective IS Code-latest revision, where applicable. The Engineer's
approval to the materials shall be obtained by the contractor before procurements. If desired by the
engineer, test certificates for the materials shall be submitted by the contractor. The materials shall be
of best quality available indigenously, fresh and thoroughly clean.
a) Water Proofing Admixtures
i) In concrete
The admixtures shall be of right variety and procured freshly. The admixture shall be approved by the
engineer. The method of application and other details shall exactly conform to the manufacturers
specifications. The concrete shall have the services of the manufacturers supervision at no extra
expense to the Employer to supervise the work if desired by the Engineer.
ii) In plaster:
The concrete surface to be plastered is to be hacked to the engineer's satisfaction. The plaster shall
be made of cement and sand as approved by the engineer. If desired by the engineer, the contractor
shall have the work supervised by the manufacturer's supervisor at no extra cost to the owner.
b) Other Admixtures in Concrete:
The Engineer may in his direction instruct the contractor to use any admixture in the concrete.
Payment shall be made extra over the price on concrete on the actual quantity of admixtures used at
the landed cost of admixture plus 15% to cover extra labor, tools, plant, profit, etc.
2.9 Measurement and Rates
The measurement shall be done in cum. calculated as per drawing. The rates for items shall include
cost of all materials consumed in the work at all levels, hire charges of materials, tools and plant, cost
of labor, insurance, all transport, services, accommodation, supervision, storage, protection etc.
complete.
3. Reinforcement
Scope of works:
This specification covers the works of the BOQ item 3
Materials:
Torkari steel/tor steel: The reinforcement shall be specified as in the specification (Materials)
article 10.
Workmanship:
Test for reinforcement:
For each consignment of bar reinforcement used in the works the contractor shall, if required, supply
a certificate giving the ultimate strength, yield stress and elongation and the result of the cold bend
test for each type and each size of bar. Tests for the purpose of obtaining the information shall
confirm to relevant IS.
Dimensions of Reinforcement:
The size of a reinforcement bar described on the working drawings or elsewhere shall be minimum
and the rolling margin and other tolerances shall be wholly above this size. Bar bending schedule shall
be prepared by the contractor and submitted for approval of the Site-In charge. Such schedules shall
be prepared based on reinforcement details. Nothing extra shall be paid for this.
Procurement of Works| 64

Bending and binding of Reinforcement:


Reinforcement bars shall be bent by approved means producing a gradual and even motion. Bars shall
comply with the dimensions described in the drawings. Overall dimensions of bent or internal
dimensions of bending or the like shall be within tolerance of 1 ¼. Any discrepancies or inaccuracies
found by the contractor in the drawings or other documents shall be immediately in the drawings of
their documents shall he immediately reported to the Site in charge whose interpretation and
requirements relating there to shall be accepted. Hooks and other end anchorage bend for mild steel
shall be bent to an internal radius of twice the diameter of the bar. This internal radius of the bends at
corners of binders or stirrup or links shall be half the size of the bar embraced by the binder stirrups
or links.
Fixing Reinforcement:
Reinforcement shall be accurately fixed and by approved means maintained in the position described.
Bars intended to be in contact shall be securely wired together at all such points with 16-gauge iron
tying wire. Binders, stirrups and links shall tightly embrace the bars with which they are intended to
be in contact and shall be securely wired, or if approved, spot-welded thereto. Reinforcement shall be
lapped, joined or spliced only at the positions approved. Splices and the like found to be necessary
elsewhere shall be formed only if and as instructed. Where practicable bars in each member shall be
assembled and fixed in the form of a rigid cage of skeleton before placing in the moulds of formwork.
Immediately before concreting, the reinforcement shall be checked for position, cleanliness, freedom
from rust or retarding liquid. Means shall be taken to ensure that reinforcement remains correctly in
position with required cover during the placing and consolidating of the concrete. Reinforcement
projecting from work being concreted or already concreted shall both be bent out of its correct
position for any reason unless approved and shall be protected from deformation or other damage.
Reinforcement left projecting for bending with future extensions shall be thoroughly coated with
cement grout wash or encased in concrete or otherwise protected from corrosion as instructed.
Cover if Concrete:
Unless otherwise described, the clear cover of concrete to the reinforcement shall be as follows:
Horizontal, Vertical or inclined slabs: ½" or the size of the bar whichever is great.
Lintels: 1/4 or the size of the main bars whichever is greater.
Beams: 1" or the size of the main bars whichever is greater.
Columns: Main bars not exceeding 25 mm diameter shall be 1" and the main bars in columns
exceeding 25mm diameter shall be 1 ½" or the size of the main bar whichever greater. Binders or links
or helical binding. ½" minimum.
Measurement:
Reinforcement works shall be measured in Kg. computed from the sizes and unit weight of
reinforcement. No allowance in weight shall be allowed for cutting to waste, rolling margin, extra
length or other tolerance standard hooks, laps as approved shall be measured for payment.
4. Formwork
Scope of works:
This specification covers the works of the BOQ item no. 4
Workmanship:
a) Design
Formwork shall be so designed and constructed for removal that concrete can be properly placed and
thoroughly compacted. Formwork shall be firmly supported and adequately strutted, braced or tied.
It shall be capable of adjustment to the lines and dimensions of the finished concrete and it shall be
sufficiently strong to resist without distortion, the pressure of concrete during its placing and
compaction, and other loads to which it may be subjected. It shall not be liable to suffer distortion
under the influence of the weather. Concrete work is to ensure that the formwork will remain stable
and the joints tight. The safety and adequacy of centering and shuttering shall be the sole
responsibility of the contractor. The contractor shall if required supply to the Site-In charge drawings
and calculations for the formwork he proposes to use.
b) Deflection and camber
The contractor shall make allowance for any settlement or deflection of the formwork that is likely to
arise during construction, so that the hardened concrete conforms accurately to the specified line and
level. The contractor shall also make allowance in the formwork for any camber specified by the Site
in charge to allow for the elastic deflection of structural members and deflection due to creep of the
concrete. In the absence of any specified camber, the surface of all beams and slabs shall be given a
Procurement of Works| 65

camber equal to 1/340 of the span length to ensure that the structure has the prescribed shape after
removal of the forms.
c) Supports
Formwork shall be constructed so that the formwork to the sides of members can be removed
without disturbing the surface formwork or its support. Props and supports shall be designed to allow
the formwork to be adjusted accurately to line and level and to be erected and removed in an
approved sequence without injury to the concrete. Supports shall be carried to construction, which is
sufficiently strong to afford the necessary support without injury to any portion of the structure. This
may mean in some cases that it be carried down to the foundations or other suitable base. Props and
bracing shall be provided for the temporary support of composite construction where separately
specified.
d) Joints and Edges
All joints in the formwork shall be close fitting to prevent leakage of grout from the concrete. At
construction joints formworks shall be tightly secured against previously cast or hardened concrete to
prevent the formation of stepping or ridges in the concrete. Formwork shall be constructed to
provide straight and true angles, arises or edges. Where chamfers are shown in the drawings, the
fillets shall be accurately cut to size to provide a smooth and continuous chamfer. Formwork panels
shall have true edges to permit accurate alignment at sides and provide a clean line at construction
joints in the concrete, which shall be fixed with their joints either vertical or horizontal, unless
otherwise specified. Formwork shall be provided to the top surface of concrete where the slope or
the nature of the work requires it. Provisions shall be made for forming holes and chases for building
in pipes, conduits and other fixings, as shown on the drawings. Except where corrosion of a metal tie
is unimportant it shall be possible to remove a tie so that no part of it remaining embedded in the
concrete shall be nearer to the finished surface of the concrete than the specified thickness of cover
to the reinforcement. Any holes left after the removal of ties shall be filled with concrete or mortar or
approved composition.
Where concrete is described as having an exposed finish, formwork itself shall be of good finish to
achieve the concreted surface smooth and even free from all board marks, projections, pits and
honey combings e.t.c. and all arises shall be square, straight and true. The contractor shall specially
see that the finished exposed surface is smooth and even so that no rendering or plastering is
required. The contractor shall account for any specially constructed form of wrought timber,
hardboard, plywood or metal with taped joints or any other approved material. The finish shall be to
the approval of the Site in charge.
e) Cleaning and Treatment of Formwork
Spaces to be occupied by concrete shall be free from all rubbish, chipping, shavings, sawdust, dirt and
tying wire e.t.c. before concrete is placed. The formwork to be in contact with the concrete shall be
cleaned and treated with a suitable non-taken that oil or composition is kept away from contact with
the reinforcement or with concrete at any construction joints. Formwork shall be thoroughly cleaned
after each use. Damaged or distorted formwork shall not be used.
f) Striking or removal of Formwork
All formwork shall be removed without sock or vibration that might damage the concrete. Before the
soffit and props are removed the surface of the concrete shall be exposed where necessary in order
to ensure that the concrete has hardened sufficiently. In no circumstance shall formwork be struck off
until the concrete reaches cube strength of times stress at the time or strike. In cold weather a longer
period may be necessary before striking. Suitable curing methods should immediately follow the
removal of the formwork.
The following minimum times shall elapse before removal of formwork:

Type of Formwork Minimum Period Removing shuttering


Vertical formwork to columns walls and 24 hours
large beams
Soffit formwork to slabs 21 days
Props to slabs 21 days
Soffit formwork to beams 28 days
Props to beams 28 days
Procurement of Works| 66

The times given for the removal of props are based on the assumption that the total live load plus
dead weight to be supported at the time of removal of not more than one half the total design loads.
For horizontal members where the loading is a higher proportion of the total design load these times
may need to be increased.
Measurement
(a) In the case of concrete the dimensions for measurement shall be the concrete, excluding any
finish. The size shall be measured correct up to ½" and content worked out in cubic feet or square
feet as required.
(b) In the case of reinforcement it shall be calculated in Kg. computed from the sizes and unit weight
of reinforcement. No allowance in weight shall be allowed for cutting to waste, rolling margin, extra
length or other tolerances standard hooks, laps as approved shall be measured for payment.
(c) In the case of formwork the content shall be worked out in square feet inclusive of bottom sides
etc.
(d) Rates shall be inclusive of all necessary materials scaffolding, curing, labour e.t.c. Complete.
3. Bricks & Stone Work
Scope
This specification covers the construction of brick & stone work including brickwork in foundation, in
superstructure, brick, arches, brick soling flat, on edge, soldier etc. and stonework in above places.
The specification covers the works of the BOQ items 5.1,5.2,5.3,5.4,5.5, and 5.6.
Materials:

Bricks: Chimney Made bricks of approved quality as per specification (materials) article 8.

Cement mortar: Cement mortar as per specification (Materials) article 6.


Workmanship:
Mixing
Cement mortar shall be of proportion as indicated in the BOQ. The ingredients shall accurately gauge
by measure and shall be well and evenly mixed together. Too much water should not be used. Mud
mortar shall be free from aggregates, lumps and all organic materials, mixed with water to a workable
plasticity.
Scaffolding
Scaffolding required for facility of construction shall be as per specification (materials) article 13.
Wet Foundation
In wet foundation, or other situation where water is met with, the work space shall be kept free of
water by the contractor while the masonry is in progress and until the Site in Charge considers the
mortar has sufficiently set. Dewatering shall be carried out in such a way as not to damage the
concrete or masonry in any way. Dewatering shall also be done when required for taking/checking
measurements, approval of foundations. Dewatering shall be included in the rate of masonry unless
separate provision is made in the BOQ.
Brick wall, Column, etc.
All the bricks shall be thoroughly soaked in water before use till bubbles ceased to come up. The
bricks shall be laid in cement mortar bed in proper bond. When bonding, the brickwork must be set
back in every course. The vertical teething shall not be acceptable. The courses shall be truly
horizontal and the work strictly in plumb. The mortar joints shall not exceed nor be less than thick.
The joint shall be broken vertically. All the joints shall be raked to depth of minimum to receive
setting beds for plaster and/or pointing work as required. The works are to be carried up in a uniform
manner with level courses and perpendicular strictly kept, no one portion being built more than 14
single courses per day. The top of walls shall be well wetted before the work in recommenced.
The top finished surface of the brickwork shall be smooth plastered to receive any structural slab,
beam, lintel, etc. the brickwork shall be watered for at least 14 days for curing.
The bricks shall be cut to shape of quarter brick thick as per requirement.
Specially selected bricks shall be used for facing exposed brickwork. The bricks, which are broken or
have irregular edges or corners or chipped edges shall not be used. To achieve a fair face exposed
brickwork, after utilizing the specially selected bricks the exposed face of bricks shall be rubbed, as
required. The mortar splices etc. should be immediately cleaned from the brick faces after each day's
work. A sample of workmanship shall be get approved prior to proceeding ahead with the work. Half
Procurement of Works| 67

brick wall (approx thick) shall be laid in stretcher course with hoop shall of 6 mm dia at every sixth
course with proper anchorage on sides.

b) Brick in soling, pavements


Brickwork in soling, pavements e.t.c. shall be either dry or in cement mortar as specified in the BOQ.

The base shall be properly rammed and leveled or slope as per requirement. The bricks shall be laid
true to line, slope and pattern as required. Necessary pattern, bond e.t.c.shall be approved prior to
proceeding ahead with the work. The brickwork shall be flat, on edge or soldier (upright) as specified.

c) Stone in soling
The stone soling of required thickness shall be provided taking care that stones are placed vertically
and voids filled and packed properly with broken stone/gravel. The final top shall be properly leveled
with sand blinding. Stones more than 6" in any sides shall not be used.

d) Stone wall
The stones shall be laid in cement or mud mortar of specified mix, which shall be laid to secure a close
joints coming into close proximity. Stones shall be fairly equal and fitted to the adjacent ones. Joints
shall not be more than ¾" interstice if any may be filled with pieces or spell of stones embedded in
mortar. The joints shall be broken vertically. More than 2'6" high walls shall not be constructed at a
time. Bond stones shall be provided through for every 5 square feet of face in each course to the full
thickness of the wall. The bond stones may be of two-piece with at least 6" overlap for wall thicker
than 2'. Bond stones shall be staggered. Facing stones should be comparatively larger and uniform in
size to give a good appearance, the breadth of face stone being more than the height. Face joints
shall be broken and faces shall be truly in plumb. Corner stones should be dressed correctly to fit in
position. Specially selected stone with hammer dressed faces shall be provided for the exposed
surface finish. The joints should be neatly done. No stone shall be less than 3" in size. The dry stone
masonry shall be very properly done.

Measurement and Payment


Measurement for payments shall be done either in rft, sft or cft as indicated in the BOQ. The lift of
brickwork in superstructure shall be up to 40' above ground level unless otherwise specified.
Deduction of all openings, any concrete works in the brickwork shall be done to arrive at the net
quantity.

However, nothing extra shall be paid for making such openings e.t.c. No deductions shall be done for
holdfasts. Unless specified otherwise nothing extra shall be admissible for cutting of bricks to suit RCC
structure, walls in any shape other than straight or any cutting necessary for shaping the walls to the
structural design requirements. Extra payment shall however be permissible for providing quarter
brick thick brickwork, brick on edge, brick in soldier course, springs e.t.c. for exposed brickwork and
for brickwork in arches as per item. Cutting in brickwork shall be admissible only for civil works. They
shall be inclusive of all necessary materials, scaffolding, watering cutting of brick/brickwork, labor etc.
complete.
6. Wood work
Scope of works
This specification covers the works of the BOQ items.
Materials
a) Timber: The timber shall be as per specification (Materials) article 14.
b) Holdfasts: The hold fast shall be as per specification (Materials) article 19.
c) Fixtures & fastenings: The fixtures and Fastening shall be as per specification (Materials) article20.
d) Solid core plywood: The solid core plywood shall be as per specification (Materials) article 21.
e) Wire mesh: The wire mesh shall be as per specification (Materials) article 22.
f) Fittings: The fittings shall be as per specification (Materials) article 23
g) Louvers: The louvers shall be as per specification (Materials) article 24.
h) GI Plain sheet: The plain GI sheet shall be as per specification (Materials) article 25.
Procurement of Works| 68

Workmanship:

a) Sapwood for chaukhat


The work shall be as per the drawing. The timber shall be properly planned wrought and dressed in a
workmanlike manner. Joints shall be true to fit properly and as directed by the site in charge. The rate
of woodwork shall include the cost of all sawing, planning, jointing, bolts, nails, spikes, key wedges,
pins, screws etc. necessary for the framing and fixing. Joints and portions inserted in masonry or floor
shall be allowed for in the measurement. Plugging in of holes for holdfast shall be in neat manner. Any
defects observed after installation shall be rejected. Sample of workmanship shall be submitted for
approval.

The rebate and the plaster key groves shall be provided as shown in the drawing. Any adjustment of
spacing necessary shall be reached in position and held in plumb with proper supports from both sides
and built in masonry as it is built.

When ventilator is provided above the door, full length of the vertical post shall be provided. Joints in
the frame vertical style or horizontal rail shall not be allowed. The unrelated edges of the frame in the
opening shall be rounded or beaded uniformly.

b) Solid Panelled Shutter


The timber shutter shall be carried out in conformity with IS 1003 part 1, 1966 for door shutter and IS
1003 part 2-1996 for windows and ventilator shutters regarding material, construction and
workmanship finished as shown on the drawing. When ventilator is included, it shall be provided by
having full-length one-piece posts for door or window and ventilator extending the frame on top of
the head to the required extent. The unrelated edges of the frame in the opening shall be rounded or
beaded uniformly. When no sills are provided for doors, the vertical posts or the frame in the ground
floor shall be embedded in the sill masonry for 1 ½".

On upper floors, the vertical posts shall be fixed in the floor slab or masonry by forming notches ½"
deep. Holdfasts shall be fixed with iron screws as specified. Any slight adjustment of spacing for
holdfasts necessary shall be done to have the joints of masonry in courses. The frames shall be
erected in position and held plumb with strong supports from both sides and built in solid masonry as
it is being built. The shutter shall be of finished dimensions with ornamental moldings, plane, and
glazed and other components as specified in the drawings or as directed by the site in charge. The
clearance between the finished shutter and the doorframes and between the shutters themselves
shall not exceed 1/8" unless otherwise specified. The fixing and size of hinges shall be as indicated
and shown on the drawings, by cutting the necessary rebate, to correspond to the thickness of the
flaps on the sides of the shutters style and the door frame.

c. Solid core plywood door shutter


These shall be either commercial Ply or teak ply of Solid cored shutters of specified thickness
conforming to IS 2202-1973. These shutters shall be factory made shutters from recognized
manufacturers of India like Sitapur Plywood Manufacturers Ltd, Sitapur or the Indian Plywood
Manufacturing Co. Ltd., Bombay or other manufacturing Companies having hot press and modern
equipments. Samples shall be produced for approval.

d. Fully glazed shutter


These shall be described as for paneled shutters but instead of timber panel's glass of various
thickness shall be provided. The glazing on timber shutters shall be fixed with wooden beads and thin
layer of putty as shown in the drawings. Beads shall be of Sal timber as shown in the drawing. First a
thin layer of putty is pressed along the rebate then the glass is presses, over which another layer of
putty is laid and the wooden bead pressed and fixed with panel pins. In case of metal window
shutters, glass shall be fitted with glazing clips and glaziers putty finished with putty knife.
Procurement of Works| 69

e. Fixed glazed shutter


The specification shall cover the glazer's work including the type of glasses putty, method of fixing the
glass in wooden frames. All glasses shall be of the best quality free from specks, bubbles, smokes
veins, air holes and other defects. The thickness of glasses shall be as shown in the detail drawings.

Before glazing all opening parts shall be checked to see that they are closing correctly and are well
budded and not twisted in any way. The farms shall be completely cleaned and bedding putty shall be
placed in the rebate before glazing. Glass shall than be cushioned into this bedding putty properly and
shall be fronted without front putty slope 1/16" to 1/8" from painting to be done up to the sight line,
to seal the edge of the putty to the glass. The back putty, which has coded out over the glazing rebate
shall then be cut off square and smoothed down.

f. Wire Mesh shutters


The finished sizes of the components like styles, rails, matins shall be as per drawings. The
workmanship shall be of best quality. The styles, rails etc shall be rebated ½" along the side to receive
the wire gauge. The galvanized wire mesh of 24 gauge of not more than 1/10" mesh shall be bent to
90 to ½" along both sides to rebate and fixed securely to the styles, rails and matins by galvanized iron
staples at about 6" intervals, staggered spacing. Fillets shall be of specified same timber neatly fixed
with small screws, spaced about 3" centre. The exposed edges of fillets shall be neatly finished. The
wire mesh shall be tightly stretched during fixing. The space between the fillet and the rebate where
the webbing is bent shall be neatly finished with putty so that cut end of webbing may not be visible.
Each shutter shall be fitted with necessary fittings of approved quality as shown on the drawings. For
wire mesh door shutters expanded metal of 2" mesh shall be provided along with wire mesh.

g. Titanium window
The frame size, profile, sections and fittings shall be as shown in the drawings. The contractor shall
submit shop drawings for approval, indicating all the details. After approval of shop drawing, sample
of the same is to be submitted for approval with joints ground smooth fitted complete with fittings
and accessories. This sample may be ultimately used in the work the workmanship shall be of best
quality. The structure fabricated at shop shall be given a coat of red primer paint after cleaning and
thoroughly derusting. The structure shall be secured dead plumb and level. The handles, peg and stay
are to be fixed only after finishing the work. The shutters should be workable for easy operation.
h. MS grills
The MS grills shall be out of 20mm * 4mm flat made to conform to the drawing. The weld joints shall
be ground smooth to achieve a neat finish. Samples shall be submitted for approval, which could
ultimately be used in work.
i. MS Collapsible gate
The MS collapsible gate shall be made cut of MS Channel, tee, angle, flat, lugs, washers, roller, locking
arrangement etc to conform to the drawing. Samples shall be submitted for approval after the
approval of the shop drawing, which can ultimately be used in the work. The structure fabricated shall
be given a coat of red priming paint after cleaning and derusting it. The structure shall be fitted in
position properly.
j. MS Rolling Shutters
The rolling shutters shall be out of 1.22 mm thick steel lath section joined in approved profile. The
shutter shall be fitted with heavy type steel springs, fixed inside the CI housing fitted with two self
aligning steel ball bearings revolving on solid drawn seamless steel tube with handles, locking
arrangements from inside and outside complete. Shop inside and outside complete. Shop drawing
shall be submitted for approval prior to making a sample of work for approval. The structure
conforming to the drawing shall be given a coat of red priming paint at shop prior to erection at site.
The placing in position shall be true to position. The shutter should be operational smoothly.

Measurement and Payment


Measurement for payment of timber door, window frames shall be made in cubic feet. The shutter of
timber shall be measured in square feet finished net. The glass shall be measured net including the
beading in square feet. Nothing extra shall be admissible for putty etc. The metal window, collapsible
gate, rolling shutters etc shall be measured in square feet for the opening provided inclusive of frame
out to out and all required accessories.
Procurement of Works| 70

7. FLOOR FINISHES
Scope of works:
This specification covers floor finished of cement concrete, neatly finished, terrazzo floor, mosaic
flooring, ceramic tile glazed including earth filling, sand filling, flat brick soling and boulder packing in
floor etc. The items of BOQ covered in the specification are item
7.1,7.2,7.3,7.4,7.5,7.6,7.7,7.8,7.9,7.10,7.11,7.12 and 7.13.
Workmanship
Earth filling
Selected solid free from rubbish and refuse matter shall be used for earth filling. Earth shall be laid in
layers not exceeding (15cm) thick, each layer to be watered, well rammed, consolidated and leveled.
Sand Filling
Clean sharp, hard and durable, tree from clay mica and soft flaky pieces shall be used for sand filling.
Sand should be laid in layers not exceeding 15cm each layer (only under concrete floor slab).
Brick Soling
No damaged or broken bricks shall be used anywhere except at edges properly straight out bricks
shall be used. The base on which is to be laid dry brick shall be leveled to proper slope as required and
compacted properly. The brickwork shall be flat, on edge or soldier (upright) as specified and pattern
as required or as per direction of site in charge. The line and level shall be checked by pegging. The
bricked shall be closely packed with sand for compaction. The workmanship shall be to the approval
of site in charge.

Brick paving
Brickwork in pavements etc shall be either dry or in cement mortar as specified in the BOQ.

The base shall be properly rammed and leveled or slope as per requirement. The bricks shall be laid
true to line, slope and pattern as enquired. Necessary pattern, bond etc shall be approved prior to
proceeding ahead with the work. The brickwork shall be flat, on edge or soldier (upright) as specified.

Boulder stone in soling


The boulder stone soling of required thickness shall be provided taking care that stones are placed
vertically and voids filled and packed properly with broken stone/gravel. The final top shall be
properly leveled with course sand blinding. Stones more than 6" in any sides shall not be used.

Polythene sheet
The polythene sheets of specified gauge shall be of approved quality. The sheets shall be rolled
outside by lapped at least 150 mm at all joints. Care should be taken that no puncture are made or
created on the sheeting. The punctured portions shall be properly sealed. Traffic should be avoided
over the sheeting conceit is laid. It shall be provided on the sides of wall as required.

Cement Concrete Floor Finish


The floor finish shall be laid in specified thickness in panels of uniform size not exceeding 16sft. The
dividing strips shall be placed in proper level and pattern laid with cement mortar to give a neat look.
The concrete mixed in specified proportion shall be laid within the panels and finished with a floating
coat of neat cement in one operation. This neat cement shall be ordinary gray cement or of colored
cement as required. Dry cement shall not be used for the finishing coat. In case the flooring is not
provided with dividing strips, the panel shall be laid in alternate panels finished neatly individually.
Proper curing shall be done at least for 7 days and protected.

Mosaic flooring
The mosaic of specified finished thickness shall be laid over an under layer of cement concrete 1:2:4
(1 cement 2 sand 4 stone aggregate) the whole being taken as one item of mosaic floor finish.
Dividing strips shall be laid in required pattern prior to laying of under layer of cement concrete in 1
1/8" thickness. The mosaic topping of white cement, marble powder and marble chips mixed in
specified proportion shall be laid to achieve a final finished thickness of 1 ½" thick mosaic floor finish
after grinding the mosaic topping. The top surface shall be ground smooth in several operations with
Procurement of Works| 71

carborundum stone or grinding machine finally cleaned and rubbed with approved wax polish to give
a glazing surface before hand over. The curing of work shall be at least 7 days.

Mosaic tiles or pre cast Terrazzo Floor Finish


The pre-cast mosaic terrazzo tiles shall be specified size, thickness and pattern of approved quality.
The tiles shall be laid over a setting green mortar bed of not more than ½" thick over a rough base
surface. Tiles shall be properly soaked in water prior to laying in position. The joints shall be
maintained uniformly as shown in the drawing or instructed by the Site in Charge. The joints shall be
grouted fully and finished neatly with a plastic mix of white cement. The top surface shall be finished
smooth by grinding with carborundum stone or grinding machine. Finally the smooth surface shall be
rubbed with approved wax polish to give a glazing surface cracked or broken tiles shall be rejected.

Cement tiles flooring


The specified thickness of cement tiles shall be laid over cement mortar of specified mix and joints
maintained properly shall be grouted with white cement to finish the joint smooth. Broken or cracked
tiles shall be rejected.

Cement punning
The specified thickness of cement punning in the specified proportion shall be done on surface as in
plaster works. The finishing coat of neat cement shall be done by applying thick cement slurry
immediately after the initial setting of the cement mortar plaster. This cement slurry applied surface
shall be finished smooth with metal trowel including rounding of junctions, corners etc, for which
nothing extra shall be admissible. The finished surface shall be smooth and uniform without patch
marks. Patchy surface shall be rejected. The cement skirting / dado shall be cured for at least 7 days
and well protected. Sample of workmanship shall be got approved prior to commencement of work.
Ceramic Tiles
The tiles shall be soaked in water and laid over the green mortar bed of not more than ½" thick laid
over rough base surface. The joints shall be maintained uniformly and grouted with white cement to
finish the joints smooth. Any cracked or broken tiles shall be rejected.
Parquet Timber flooring
This shall be of Memo Parquet. The Parquet flooring of ¼" thick of specified pattern and color shall be
laid on smoothly finished damp dry surface. The floor tiles with wire cloth base shall be laid using
parquet adhesive in approved pattern. After completion of laying the tiles the top surface shall be
smoothly finished which shall be stained and polished as approved.
Measurement and Payment
The measurement of earth filling, sand filling and boulder stone soling shall be taken for consolidated
thickness of earth, sand and boulder stone and paid in cubic content. Pit or stack measurement shall
not be done for the payment.
The measurement of brick soling and pavement shall be the net area of length and breadth and rate
shall be for all the material and labor.
The measurement of concrete floor finishes or tile flooring shall be in square feet of the work done.
Nothing extra shall be admissible for slopes, small areas, corners and work of any shape. No
deduction shall be made for protruding or independent columns occurring in floor, doorframe
embedded in floor or any part, where the area does not exceed 1 sq ft Rate shall include materials
and labor complete including the dividing stripes.

8. Roofing and Roof finishes

Scopes of Works

This specification covers roofing works in timber, tubular truss work and roof like corrugated
galvanized iron sheets, corrugated asbestos sheet, clay roofing tiles, roofing slates, tar felt finishes,
polythene film, eaves board, ceiling and waterproofing treatment in terrace etc. The BOQ items
covers in the specification are items 8.1,8.2,8.3,and 8.5.
Procurement of Works| 72

Workmanship
Timber Truss
The truss if any shall be made on ground to conform to the drawing, which shall be approved by the
site in charge. All the joints shall be true to fit properly and as directed. The lapping or joint lengths
shall be ensured but nothing extra shall be allowed for cutting to shape, making joints. The rafter,
post, struts; purling shall be fitted and joined properly. The MS flat clamps of Y, L, Z, U, V half twisted
etc. as per drawing shall be fitted to the timber members with screws or bolts nuts as required. Such
clamps and bolts nuts shall be measured separately.

CGI Sheet Roofing


The surfaces of the sheets must be clean, bright and free from rust, any sheet showing a white
powder deposit will be rejected. Iron galvanized after and not before the process of corrosion should
be used. CGI sheet should be not less than 26 gauges thick, approved by well recognized
manufacturer must be used. Thinner than this will be rejected.

They are laid over purling, one at each end and one in the middle of each sheet. Each sheet is laid
with lap of 6" (15cm) and the side laps should be of 2 corrugation. The sheets are either riveted or
jointed with limpet washers. The rivet holes should be drilled all holes should be in ridges and never
in gutters. The tools must be very sharp so that there is no tearing. It is better to rivet 3 or 44 in
breadth and then hoisted to the position. The rivet holes should be about 9" (22.4cm) apart on the
sides and at every second corrugation at the ends where four sheets overlap, it is better to drill the
holes, not punches.

All rivets will be GI and will be passed from below with a leaden washer on the top extending ½"
(1.25cm) round beyond the edge of the hole care should be taken that the sheet is well supported
underneath an no inundation are made on the upper surface. The sheets are secured to the iron
purling by means of 3/8" 91cm) dis hooks or J bolts passing through the sheets and 3" (7.5cm) screen
to the wooden Pauline. The bolts holes should be slightly larger than the dia of the bolts and covered
with a limpet or leaden washer. All rivets, bolts, etc should be set in white lead. The ridges and hype
are covered by plain GI riveted sheets and fastened with limpet washers to CGI sheet with an overlap
of 12" 930cm) on each side and joint is set in white lead.

Asbestos cement sheets


The sheets shall be secured to purling with "J" or "L" hooks of 5/16 diameters of required lengths and
shape with bitumen washer, limpet washer and nuts spaced minimum 3 numbers in each sheet along
a purling. The seam bolt of 5.16" dia. with bitumen washers, limpet washers and nut shall be
provided for jointing the sheets with maximum spacing of 3'0" from another "J""L" or seam bolt. The
holes shall be drilled. " Measuring should be done as required for close and even fitting. The broken
or cracked surfaces shall not be acceptable. Side lap shall be half corrugation and end lap shall be
minimum 6" The fitting of sheets shall be as per the printed instructions of manufacturer. Ridges,
valleys, barge boards, north light curves, gutters, rain water down pipes etc shall be fitted and fixed
neatly as required.
Procurement of Works| 73

Clay roofing tiles


The roofing tiles shall be laid on purling battens in required slope fitted to adjacent one properly in
required slope. Cracked, wavy, broken etc. shall not be accepted. Cutting of tiles as required shall be
done without extra cost. The tiles not in proper shape shall not be used.
Roofing Slate
Slates of approved quality and sizes shall be laid and fixed on the purling, battens with nails in
required slope and pattern and over laps as per drawing.
Tar felt
The work consists of regarding the surface smooth with cement mortar in 1:3 (1 cement 3 sand) of
average ½" thickness and two layers of target bonded with 3 layers of bonding materials bitumen
finished with pea sized gravels sprinkled on top. The surface shall be regarded with cement plaster
smoothly and cured for at least 7 days. After the drying of this regarded surface hot bitumen at the
rate of not less than 10kg per 100 sft shall be brushed. The tar felt shall preferably be cut to required
size, cleaned and laid over bitumen brushed surface in a systematic way to avoid excess of bitumen
under the felt and any air bubble. Overlap of 6" and 3" shall be provided at the end and sides of strips
of felt. All overlaps shall be properly bonded with hot bitumen. The second layer of felt is laid over the
first layer with staggered joints The surface shall be finally sprinkled with pea sized gravel over the
final layer of tar felt bonded with hot bitumen. The target shall be laid as per drawing for places like
drain mouths, pipe opening, wall junction, flashing etc. to avoid seepage of water, the cutting and
making good of walls etc for flashing work shall be paid separately.
Polythene film
Polythene films shall be laid smoothly to avoid any puncture or holes. Lapping shall be of least 6". This
is laid either for floor or below the roofing tiles as required.
Ceiling
The ceiling shall be fitted and fixed on the under framing as per item and drawing. The beading from
outside shall be measured and paid separately unless mentioned otherwise.
Measurement and Payment
The measurement of timber truss shall be done in cubic feet considering each member like purling
rafter etc. lap pages or jointed lengths shall be measured for payment.
The tubular truss, purling and steel pole shall be measured in kg. The rate shall include the cost of all
tubes, plates, bolts, welding etc. completely erected in position including labor.
Corrugated galvanized iron and corrugated Asbestos sheet shall be measured for the finished laid
area. Laps shall not be considered for measurements and payment. The ridges, valley etc. shall be
measured in rft. or sft. as in item.
Tar felt work shall be measured for payment in sqft. for the two layers of target, three layers of
bitumen, regarding and sprinkling of pea sized gravel, as one item, Laps etc. shall not be measured
and paid separately. Clay roofing or slate roofing tiles shall be measured of finished area. Polythene
film shall be measured in sq ft. but no lap pages shall be considered.
The ceiling work and eave boards shall be measured in sqft. of finished area.
The waterproof coating shall be measured in sqft. of finished area.
The rate shall be inclusive of all necessary materials, scaffolding, labor etc complete.
9. Plastering and Pointing
Scope of Works
This specification covers cement plaster finished in wall columns ceilings, floors and similar surface.
The joints of the masonry work shall be racked out to a depth of 10mm and the surface washed and
cleaned before plastering. This specification covers the BOQ items 9.1,9.2,9.3,9.4,9.5,9.5, and 9.6.
Workmanship
Plastering and pointing in wall, ceiling, columns
The materials of mortar cement sand will be in the proportion as specified in drawings or bill of
quantities. The materials of mortar shall be first dry mixed, by measuring with boxes to have the
required proportion and then water added slowly and gradually and fixed thoroughly.
The thickness of plastering shall be of ½" or ¾" as specified in thickness of to ensure uniform thickness
of plaster, patches of 6"*6" strips 3' wide plaster shall be applied first at about 6ft apart to act as a
guide. First mortar shall be dashed and pressed over the surface and then brought to a true smooth
and uniform surface by means of float and trowel. Wall plastering shall be started from the top and
worked down towards floor. Ceiling plastering shall be completed before starting of wall plaster. All
corners and edges shall be rounded. The plastering must be of uniform color in the walls and ceiling.
Procurement of Works| 74

The scaffolding holes must be plastered at the time of plastering to bring the uniform color. The
plastered surface shall be kept wet for 10 days. The surface should be protected from rain, sun,
forest etc. For pointing the joints shall be wrecked out properly, dust and loose mortar shall be
brushed out. Efflorescence if any shall be removed by brushing and scraping, the surface shall be
washed thoroughly with water cleaned and kept wet before pointing. The mortar shall be pressed
into the wrecked out joints with a pointing trowel as per pointing required. The mortar shall not be
spread over corner, edges or surface of masonry. The pointing shall be finish with proper tools. While
the mortar is still green, a groove shall be formed by running a forming tool straight along the center
of joints until a smooth and hard surface is obtained.
Skirting / dado cement finishes
The cement mortar plaster in the specified proportion shall be done on surface as in plaster works.
The finishing coat of neat cement shall be done by applying thick cement slurry immediately after the
initial setting of the cement mortar plaster. This cement slurry applied surface shall be finished
smooth with metal trowel including rounding of junction, corners etc. for which nothing extra shall be
admissible. The finished surface shall be smooth and uniform without patch marks. Patchy surface
shall be rejected. The cement skirting /dado shall be cured for at least 7 days and well protected.
Sample of workmanship shall be got approved prior to commencement of work.
Pointing with cement mortar
The pointing work on stonework shall be done with cement mortar in specified proportion. The joints
shall be raked to a depth of at least ½" and the joints shall be filled with lime surkhi mortar of
specified proportion. The joints shall be finished in required pattern of grooved, raised or flush as
specified to conform to drawing. The finished surface shall be cleaned properly and well protected.
Measurement & Payment
Measurement for payment shall be done in square feet as in item. Measurement shall be done
nearest to ½". All openings shall be deducted and any jamb, soffits etc. shall be allowed for
measurements. The rate shall include rounding of all corners, junctions, making groves and forming
drip course wherever required materials, scaffolding and curing. Unless otherwise specified nothing
extra shall be allowed for plaster on independent columns and beams, any short width or curved
surfaces and difficult location. No extra payment for extra lift.
10. Painting Work
Scope of works
This specification covers painting works on surfaces of timber, plaster, metal etc. with lime,
distemper, waterproof cement paint, enamel paint, acrelic emulsion paint, linseed oil, varnish, chapra
polish, bitumen paint, wood preservative, coal tar etc. The BOQ items included in the specification are
10.1,10.2 and 10.3.
Workmanship
Sample of workmanship of all works as required shall be approved prior to start of the work.
White wash
The surface shall be thoroughly cleaned of mortar droppings and other sticking. Lime solution shall be
prepared from screened lime putty mixed with 1kg of gum with 10cft. of lime putty. The lime solution
.The holes through muslin cloth to obtain a clear solution. The holes etc. shall be filled with lime putty
and rubbed smooth. The surface shall be sand papered smoothly. The lime coat shall be done with
alternate application of horizontal and vertical making at one coat. Second coat shall be done afar the
drying of previous coat. The lime wash shall be finished to give an even and uniform surface without
any patches, cracks or brush marks.
Color Wash
Color of required shade and quantity shall be added in the lime solution to achieve the color wash
solution. Application and finish shall be as of lime wash.
Waterproof cement paint:
The sand papered clean premiered surface shall be wetted by sprinkling of water by spray to allow
the moisture to soak into the surface. The cement paint solution shall be applied to the surface with
one vertical and other horizontal stroke to consist one coat of paint. After the first coat of paint is
hardened sufficiently it shall be cured with water at least for 24 hours before the subsequent coat is
applied. Number of coats shall be given as per item to achieve an even, smooth and uniform surface
without any paint or brush makes. The preparation and application shall be as per printed instructions
of the manufacture.
Procurement of Works| 75

Synthetic Enamel Paint:


The premiered surface shall be smoothly sand papered, cleaned and first coat of paint is applied with
brushes. Further coat of paint shall be applied as specified in the item after the first coat of paint is
dry. The finished surface should be even, uniform and smoothly without any patch marks. Flowing
down of points shall not be allowed.

Coal tar or wood preservative


The undressed surface of timber work shall be painted with bitumen paint or wood preservative as
specified for various items like underside of door, window frame, timber rafter, purling, under
framing, underside of ceiling etc. this shall be applied in two coats.

Distemper
The solution shall be made as per specification of the manufacturer. Application and finish shall be to
achieve a smooth, even and uniform surfaces. It should not come off or stain when rubbed with hand.

Primer Paints:
In case of timber surfaces the surface to be primed shall be sand papered smooth. The surface having
knots, nail holes shall be filled with stopping and knotting materials that shall be allowed to dry and
sand papered. In case of plaster surface the surface deducts shall be patched up with this paste of the
same primer and smoothed after drying. In case of metal, derusting shall be done and properly
cleaned after sand papering. After preparing the surface, the priming coat shall be applied with
brushes. The plastered surface shall be water sprayed prior to application of cement primer. The
primer to other surfaces like timber, metal shall be applied after cleaning the surfaces.

Linseed oil
This shall be applied on clean sand papered surface and allowed to dry.

Acrylic emulsion paint


The paint shall be applied on clean premiered surface. A first coat of paint is vertical and horizontal
stroke applied and allowed to dry. Subsequent coats of paint as specified in the item shall be applied
after the previous coat has dried. The final surface shall be even, smooth and uniform surface. The
preparation and application shall be as per printed instructions of the manufactures.

Water repellent paint


This paint shall be applied on the exposed surfaces of brickwork prior to application of silicon based
colorless paint the brickwork surface shall be cleaned of all darts and patches of mortar if any. This
shall be applied in two separate coats allowing at least 24 hrs between coats. The printed instructions
of the manufacturer shall be strictly followed. The approximate covering capacity shall be 20-25 sft
per coat per liter on brick surfaces.

Measurement and payment


Measurement for payment shall be done in sqft. measured nearest to ½". Where possible
independent members shall be measured individually. Depending upon the type of the structure
following multiplying coefficients shall be applied to arrive at the final measurement. The top and
bottom of the shutters shall also be painted.

Description of Works How measured Multiplying coefficient


Flush doors Flat including rame 1.0 each side
Panelled fully Do 1.5 ,,
Glazed fully Do 0.5 ,,
Glass in panels Do 0.75 ,,
Louvered timber Do 1.5 ,,
Procurement of Works| 76

11. Miscellaneous works


Scope of works
The items of BOQ covers in this specification are 11.1,11.2,11.3,11.4, and 11.5

Workmanship
Sample of workmanship of all works as required shall be approved prior to start of the work.

Sisau wood staircase hand railing:


The specified timber of size as per drawing shall be cut to shape, rounded, groves. The turning points
and or at junction neat joints shall be moulded as shown. The timber joints shall be provided only as
permitted. Sample of workmanship shall be got approved prior to commencement of the work. The
timber handrail shall be fixed in position to conform to size and drawing.

The baluster with horizontal members shall be of MS square pipe and MS flat strip of specified size as
mentioned in the drawing. There shall be appropriate number of holes in the horizontal members for
fixing with timber rail. The finish shall be given a coat of red oxide paint. Sample of workmanship shall
be got approved prior to commencement of work.

Rain water pipe 90mm dia HDPE pipe:

Rain cutter of cement sand 1:3 ratio

Brick apron in 1:4 cement sand mortar around the building

Measurement and Payment

The handrail shall be measured in running feet of the work done. The sisau wood handrail, MS
balusters and horizontal flats strips are in single item. No extra payment in any case shall be made
separate. The rate shall include labors, materials, fabrication, fixing and paintings all complete works.

12. General Notes:

A. GENERAL
1. Read structural drawings in conjunction with Architectural, Mechanical and Electrical drawings.
Report any discrepancies to the engineer prior to fabrication or construction. Any conflict between
specifications and drawings shall be likewise reported.

2. Contractor shall be responsible for checking field dimensions and site conditions

3. Unless otherwise indicated all construction joints shall be roughened joints with 5mm.
Amplitude minimum 5mm +-

4. No measurement shall be directly taken from the print. Only written dimensions shall be
followed.

B. FOUNDATION

1. Foundation shall be on undisturbed soil.


2. Soil bearing capacities shall be verified in the field. Notify Engineer immediately of any soft
pockets or other adverse soil conditions encountered.
3. The line of slope between adjacent excavations for footings or along stepped footing shall
not exceed a rise 1 in a run of 2.
4. Placing of foundation concrete shall be done as excavations have been completed and
approved by the engineer.
Procurement of Works| 77

C. BACKFILLING
1. Backfilling to foundation shall be done simultaneously on both sides
Backfilling shall be done in layers of not more than 150m. each layers being properly compacted to at
least 95% modified productor density.

D. CONCRETE AND REINFORCEMENT STEEL

1. Cast -in-situ concrete shall have minimum 28 days compressive cube strength of N/SQMM
unless otherwise specified in the specifications. Minimum cylinder yield strength shall be
85% of cube strength.

2. Reinforcing steel shall be new hot rolled deformed bars having minimum yield strength of
415 N/SQMM and conforming to IS 1786 1979 or is 1139 1966 marked.

3. Minimum reinforcing laps shall be in accordance with IS 456-1978 or specified as on


structural drawings.

4. Cover to reinforcing steel shall be in accordance with IS 456-1978 or specified in the


structural drawings.

5. Provided corner bars to match horizontal reinforcing steel in walls and footings.

6. Provide dowels to walls and piers, to match vertical bars in walls and piers, unless otherwise
indicated.

7. Plumbing slots, holes around pipes, ducts or other items which pass through concrete slab or
wall shall be filled and patched to the same depth as the slab or wall.

8. Unless otherwise specified, all horizontal and vertical construction joints shall be roughened
joints with 5mm minimum amplitude.

9. Slabs on grade shall be cast in panels bounded by column guidelines in checked boards
pattern. Allow at least 48 houses between castings of adjacent panels.

Contents

Specification for Sanitary and Plumbing Works:

1. GENERAL
1.1 General
1.2 Basic Materials and Method
1.3 Materials Trade name Variations
1.4 Regulation
1.5 Drawings and specifications
1.6 Shop drawings
1.7 As built record
1.8 Cutting and patching
1.9 Painting
1.10 Expansion and Contraction
1.11 Pipe Sleeves
1.12 Clean up
1.13 Pressure Testing
Procurement of Works| 78

2. EXCAVATION WORKS
2.1 Alignment and grade
2.2 Excavation ion tunnels
2.3 Opening out trenches
2.4 Obstruction of roads
2.5 Removal of Sewage
2.6 Excavation to be taken to proper Depths
2.7 Refilling
2.8 Contractor to Restore Settlements and Damages
2.9 Disposal of surplus soil
2.10 Timbering of Sewer and trenches
2.11 Shoring of Buildings
2.12 Removal of Water from Sewer, trenches etc.

3. SANITARY AND SEWER PIPES


3.1 Salt Glazed Stoneware Pipes
3.1.1 Laying
3.1.2 Jointing of Pipes
3.1.3 Testing
3.2 Reinforced cement concrete pipes
3.2.1 Laying
3.2.2 Jointing
3.2.3 Testing
3.2.4 Gully traps
3.3 Cast iron pipes
3.3.1 Laying
3.3.2 Testing
3.3.3 Cement Concrete for Pipe Support
3.4 UPVC Pipes
4. SITE DRAINAGE
4.1 Collection Tank
4.2 Distribution Chamber and Leach Field
4.3 Sewer Drainage
4.4 Manholes, Road Chambers and Collection Chambers

5. MANHOLES AND CHAMBERS

5.1 Manholes and Chambers


5.2 Drop Connections
5.3 making Connections
5.4 Septic Tank
5.5 Soak Pit

6. SOIL WASTE AND VENT PIPES

6.1 Soil, Waste and Vent Pipes


6.1.1 Soil, Waste and Vent Pipes
6.1.2 Clamps
6.1.3 Nahani or Floor traps
6.1.4 Urinal traps
6.1.5 Floor trap inlets
6.1.6 Grating for floor traps
6.1.7 Jointing
6.1.8 Cement concrete
6.1.9 Painting
6.1.10 Cutting and Making good
6.2 Waste pipes from Appliances
Procurement of Works| 79

6.2.1 Waste Pipe from Appliances


6.2.2 Galvanized Pipes
6.2.3 UPVC Pipes
6.2.4 Clean outs
6.2.5 Isolating Valves
6.2.6 Drain valves
6.2.7 Expansion
6.2.8 Pipes and fittings
6.2.9 Pipe supports and hangers
6.2.10 Pipe joints
6.2.11 Valves
6.2.12 Floor Drains
6.2.13 Drain Valves
6.2.14 Hose Bibs
6.3 Testing
7. WATER SUPPLY
7.1 External Water Supply
7.1.1 General
7.1.2 Excavation
7.1.3 Laying
7.1.4 Jointing
7.1.5 Backfilling
7.1.6 Disinfections and Sterilization of water Mains and service Lines
7.1.7 Fittings
7.1.8 Testing Water Service Lines
7.1.9 Dielectric Unions
7.1.10 Clamps
7.1.11 Unions
7.1.12 Flanges
7.1.13 Painting
7.1.14 Color Code
7.1.15 Valves
7.1.16 Marking Connection to Existing Mains
7.2 Internal Water Supply
7.2.1 Pipes
7.2.2 Fittings
7.2.3 Jointing
7.2.4 Clamps
7.2.5 Unions
7.2.6 Flanges
7.2.7 Painting
7.2.8 trenches
7.2.9 Testing
7.2.10 Valves
7.2.11 Brass Fittings
7.2.12 Ball cocks
7.2.13 Measurement
8. PIPE INSULATION
8.1 Pipe Insulation
8.2 Insulation Materials
8.3 Insulation Application
8.4 Protection of insulation
9. STORAGE TANKS
9.2 GI Storage Tank
9.3 RCC Storage Tanks
9.4 Plastic tanks
9.5 Supports for Overhead Water Storage Tanks
Procurement of Works| 80

10 PLUMBING FIXTURES
11. TESTING AND COMMISSIONING
11.1 Testing and Commissioning
11.2 Water Piping
11.3 Disinfections
11.4 Commissioning

Specification for Plumbing and Sanitary Works

B. Plumbing and Sanitary Works

1.0 GENERAL

Scope:

The Contractor shall furnish all materials, labor and related items necessary to complete the work
indicated on the Drawings and Specified herein.

1.1 General
Unless specifically mentioned otherwise, all the applicable codes and standards published by the
Indian Standard Institution and its subsequent revisions and all other Standards that may be
published by them before construction work starts, shall govern in respect of design, workmanship,
quality and properties or materials and method of testing.

Some of these available Standards are listed below:

IS 458-1971 Specification for Cement Concrete Pipes with and without Reinforcement.

IS 651-1965 Specification for Salt Glazed Stoneware Pipes and fittings

IS 771-1979 Specification for Glazed Fire – Clay Sanitary Appliances.

IS 778-1964 Specification for Gun Metal Gate, Globe and Check Valves for Water, Steam and Oil
only.

IS 780E -1966 Specification for Sluice Valve for Various Purpose.

IS 781-1984 Specification for Cast Copper Alloy Screw Down Bib Taps and Stop Valves for water
Services.

IS 781E-1959 Specification for Sand Cast Brass Screw Down Bib Taps for water Services.

IS 782-1978 Specification for Caulking Lead.

IS 783-1959 Code of Practice for Laying of Concrete Pipes.

IS 1171-1963 Basic Requirements of Water Supply, Drainage and Sanitation.

IS 1230-1968 Specification for cast Iron Rainwater Pipes and fittings.

IS 1239-1992 Specifications for Mild Steel Tubes, Tubular and other Wrought Steel Fittings

IS 1536-1989 Centrifugally Cast (Spun) Iron Pressure Pipes for water, Gas and Sewage specification.

IS 1537-1960 Specification for Vertically Cast iron pressure Pipes for water, Gas and sewage.

IS 1538- 1960 Specification forecast iron Fittings for pressure pipes for water, Gas and Sewage
Procurement of Works| 81

IS 1545-1982 Specifications for Solid Drawn Copper Alloy Tubes.

IS 1703-1989 Water Fittings- Copper Alloy Float Valves (Horizontal Plunger Type)- Specification

IS 1726 -1991 Cast Iron Manhole Covers & Frames –Specification

IS 1729 -1979 Specification for Sand Cast Iron Spigot and Socket, Soil, Waste and Ventilating Pipes,
Fittings and Accessories.

IS 1742-1983 Code of Practice for Building Drainage.

IS 2064-1962 Code of practice for Selection, Installation and Maintenance of Sanitary Appliances.

IS 2065-1983 Code of practice for Water Supply in Building

IS 2373-1963 Specification for Water Meters (Bulk type)

IS 2470-1985 Code of practice for Installation of Septic Tank

IS 2556-1967 Specifications for Vitreous Sanitary Appliances (Vitreous China)

IS 3114-1965 Code of Practice for Laying of Cast Iron Pipes

IS 3597 -1966 Method of Test for concrete Pipe

IS 4127 -1967 Code of practice for Laying of Glazed Stoneware pipes.

IS5329 -1969 Code of practice for sanitary Pipe Work Above Ground for Building

IS 5961-1970 Specification for cast iron Gratings for Drainage Purposes

IS7319 -1974 Perforated Concrete Pipe

The Contractor will submit all samples to the Architect for approval, together with Manufacturer's
literature and installation instructions and obtain his full approval before placing any materials orders
or commencing the works.

In cases where materials are not available in Imperial Measurements (as referred to) the nearest size
metric units shall be provided with prior approval of the Engineer, at no extra cost to the contract.

1.2 Basic Materials and Method:


All materials provided for the contract will be in strict accordance with the latest version of the
applicable Indian Standards. All manufacturer's data, specifications and relative information together
with samples will be submitted to the engineer for approval prior to being purchased, otherwise at
the Contractor's own risk.

1.3 Materials Trade Names Variations:


Tenders shall be based upon complete installation. Products required which are not shown or
mentioned, or not specified herein as to manufacturer; quality e.t.c. shall be furnished of the highest
quality (commercial standard)
Materials shall be new and free from all defects
All materials, apparatus or equipment called for on the Plane or in the Specifications by trade names,
or the name of a particular manufacturer, or by catalogue reference are the materials, apparatus, or
equipment which should be allowed for in the Tender, or qualification submitted at the time of
Tender submission.
Procurement of Works| 82

1.4 Regulations
The work shall be carried out in accordance with all rules, regulations, by-laws and requirements of all
authorities having jurisdictions. All changes and alteration required by an authorized inspector of any
authority having jurisdiction shall be carried out at no coat to the Owner.

1.5 Drawings and Specifications:


These specifications shall be considered as an integral part of the drawings, which accompany them,
neither the plans nor the specification shall be used alone. Any item or subject omitted from one, but
which is mentioned or reasonably implied in the other shall be considered as properly and sufficiently
specified and therefore must be supplied by the contractor.

Misinterpretation of any requirements of either the drawings or Specifications shall not relieve the
Contractor of his responsibility for properly completing his work.

The contractors shall apply to the Engineer for any explanations, which he may require in regard to
the meaning and intent of any clause in the specification and Contract. He shall be held responsible
for any errors or losses consequent upon failure to obtain such explanation.

The Contractor shall consult with the engineer to obtain detail drawings or instructions for exact
location of equipment as work progresses, before installing fitting or equipment and will be
responsible for coordination with all other work trades including finishes.

Drawings show general location and routes to be followed by pipes, ducts, etc. where not shown, or
shown diagrammatically, the Contractor shall install them in accordance with best trade practices.

1.6 Shop Drawings:


The Contractor shall submit to the Engineer all shop and setting out drawings or diagrams necessary
in order to make clear the work intended or to show its relation to adjacent work of other trades.

The contractor shall make any changes in such drawings or diagrams, which the Engineer may require,
consistent with the Contract.
Details of shop drawings submitted for approval shall show clearly the relations of various parts to the
main members and lines of the structure, and where correct fabrication of the work depends upon
field measurements, such measurements shall be made by the Contractor and noted on the Drawings
before being submitted for approval.

1.7 As built Record:


The Contractor shall request a complete set of mechanical drawings (white) from the Engineer and
use these for "As Built" records.

"As Built " records shall be retained in the site office and kept up to date daily in regard to changes in
actual installation from the Plans and specifications. Alterations to duct work, piping services, etc.
shall be noted and the revised arrangement drawn in accurately, complete with dimensions from
column lines. Every precaution shall be taken to protect the drawing from damage and loss.

The "As built" records shall be made available to the Engineer upon request and made available at
each site meeting. After no further alteration can be expected and the contract is nearing completion,
the records shall be submitted for final approval.

The contractor shall include on " As built" records the dimensions location of all buried piping and
valves and during construction plainly mark location of exterior services and valves to prevent
damage to these until the project is completed.

1.8 Cutting and Patching:


Openings not indicated on the Architectural or Structural Drawings, which are required for bringing
equipment into the building or for other temporary or permanent service shall be approved by the
Procurement of Works| 83

Engineer. The Contractor will provide, maintain and restore these openings and shall pay for their
provision and restoration. Ample notice shall be given of size and location of such openings.

The Contractor shall ensure that he does not undertake any cutting that may impair the strength of
the building. No holes, except expansion bolts and small screws may be drilled into the structure
without obtaining prior approval.

All cutting and patching work shall be done in a neat and workman like manner by mechanics skilled
in the trades.

1.9 Painting:
All equipment supplied under this specification shall be delivered to the site with a factory applied
prime coat of paint unless noted otherwise. All supports and hangers shall receive a prime coat of
paint.

Painting where required for pipe , duct services, equipment identifications, including stenciling shall
be carried out by a paint tradesman under this division in accordance with the workmanship and
material specification.

All factory prime-coated or finish coated equipment shall be touched up or repainted if equipment is
marred during shipment or installation.

1.10 Expansion and Contraction:


Unless shown otherwise, the Contractor shall be responsible for measures to control the thermal
movement of piping and apparatus. Piping shall be erected in such a manner that strain and weight
do not come upon cast connections or apparatus.

Where possible, the effect shall be obtained by providing changes in direction and loops in pipe runs,
supplemented by the necessary guides, anchors and limit stops.

1.11 Pipe Sleeves:


An adequate number of sleeves (pipe inserts) of mild steel shall be provided where pipes pass
through concrete, masonry and similar works. The pipe inserts shall be of sizes shown on the
following. The pipe inserts shall have a flange welded in the center around its circumference, in order
to provide water tight and secure fixing into the structure.

A. Sleeves Through Exterior Walls Below Grade:

i. Sleeves in exterior foundation walls below grade shall project 25mm beyond the
outside surface of the wall and be flush with the inside surface.

ii. The annular space between the sleeve and the pipe shall be caulked with unbarred
Oakum and sealed with approved caulking compound. The sealing shall be 25 mm
deep from each side. The pipe and sleeve surfaces shall be cleaned to enable good
bonding. Allow 24 hours for setting of the compound. The Contractor shall adhere
strictly to the manufacturer's recommendation.

B. Sleeves Through Interior Wall, Floor and Ceilings:

i. Sleeves through interior masonry walls and partitions shall be set flush with finished
wall surfaces.

ii Sleeves through floors in finished areas shall terminate 25mm above the finished
floor.
Procurement of Works| 84

iii. Sleeves through floors in service area (e.g. mechanical rooms) shall terminate 50
mm above the finished floor.

iv. The annular space between sleeves and pipes shall be packed with fiberglass wool
bats. In mechanical rooms, the fiberglass packing shall be finished at both ends of
the sleeve with 6mm deep caulking compound. In other areas the finishing may be
on the room side only.

v. Pipe insulation shall be carried full thickness through pipe sleeves.

Sleeves Size:

Outside diameter of pipe Pipe Size (Nominal Bore)


(Insulated pipe also) for Sleeve

10 mm - 30 mm 80 mm (3")
31 mm - 50 mm 100mm(4")
51 mm - 75 mm 125mm(5")
76 mm - 100 mm 150mm(6")
101 mm - 150 mm 200mm(8")
151 mm - 200 mm 250mm(10")
201 mm - 250 mm 300mm(12")
251 mm - 300 mm 350mm(14")
301 mm - 350 mm 400mm(16")
351 mm - 400 mm 450mm(18")
401 mm - 450 mm 500mm(20")
1.12 Clean Up
The Contractor shall clean all exposed metal surfaces from grease, dirt or other foreign materials.
Chrome plated and polished work shall be left bright and clean. All openings in pipes and fixtures shall
be properly capped and plugged during construction.
Fixtures and equipment shall be properly protected from damage during the construction period and
shall be cleaned in accordance with the manufacturer's instructions.
1.13 Pressure Testing:
General:
i. These clauses shall apply to all piping systems including the plumbing and drainage systems,
which shall also be governed by the applicable requirements of the IS specifications.
ii. The contractor shall notify the Engineer 24 hours in advance of all tests.
iii Test of piping system or protection thereof, shall include all apparatus forming part of the
complete systems, except where such apparatus is factory tested prior to installation in the
systems.
iv. All tests shall be performed before the application of pipe covering or before being
concealed.
v. Except where otherwise noted, test pressure shall be one and one half times the maximum
working pressure of the systems. or 150 psi, whichever is greater. Test fluid shall be water
unless otherwise indicated.
vi Piping systems may be tested in whole or in part. Each system to be tested shall be suitably
isolated from existing or new systems using temporary blanks between flanges (thickness of
blanks shall be approved by the Engineer or caps. Where necessary for testing purposes, a
pair of flange shall be installed in the piping system for the installation of blanks. Tests shall
not be performed against a closed valve.
vii. All drains, vents, safety or relief valves and other pressure sensitive devices shall be removed
prior to testing and the openings capped or plugged. It is not permissible to plug or seal
safety or relief valves. Air shall be removed from all high points to the satisfaction of the
Engineer before flushing vent openings.
viii. Temporary blanks or caps shall be removed when testing has been satisfactorily completed
and drains, vents, safety or relief valves etc be replaced.
Procurement of Works| 85

ix. At least four hours shall elapse after erection before any welded or brazed line is subjected
to test pressure.
x. When test pressure is attained, the test pump or compressor shall be disconnected and the
connection capped. The test pressure gauge shall be left in the system.
xi. At least four hours shall elapse after test pressure is applied before the system is inspected
for leaks. All joints, glands, connections etc. shall be carefully inspected for leaks and
tightened as necessary.
xii. Test pressure shall be maintained without loss for a period of 24 hours.
xiii. Joints or connections that continue to leak after tightening shall be completely dismantled,
checked, cleaned (replace if necessary) re-assemble and retested. Opening, caulking or hemp
shall not be used for leaking joints.
xiv. All water shall be drained from the system following testing to prevent damage.
xv. During testing, precautions shall be taken to prevent injury to persons or property as a result
of sudden rupture of a piping system.
2.0 EXCAVATION WORKS
2.1. Alignment and Grade:
The drainage, water supply and sewer lines are to be laid to alignment and gradients shown on the
Drawing but subject to such modifications as shall be ordered by the engineer from time to time to
meet the requirements of the works. No deviations from the lines, depths of cuttings or gradients of
sewers shown on the drawing shall be permitted except by the explicit direction in writing of the
Engineer.
2.2 Excavation in tunnels:
The excavation shall be open cutting unless the permission of the Engineer for the ground to be
tunneled is obtaining in writing. Where Sewer lines have to be constructed along narrow passages,
the engineer may order the excavation to be made partly in tunnel and in such cases the excavated
soil shall be brought back later on for refilling the trenches or tunnels.
2.3 Opening out trenches:
In excavating the trenches, etc. the soiling, road metalling, pavement, kerbing, etc. and turf is to be
placed on one side and preserved for reinstatement when the trench or other excavation shall be
filled up. The surface of all trenches and holes shall be restored and maintained to the satisfaction of
the engineer and of the owners of the roads or other property traversed and the contractor shall not
cut or break down any live fences or trees in the line of the proposed works but shall seek tunnel
under them unless the Engineer shall order to the contrary.
The Contractor shall grub up and clear the surface over the trenches and other excavations of all
trees, stumps, roots and all other encumbrances affecting execution of the work and shall remove
them from the site to the approval of the Engineer.
2.4 Obstruction of Roads:
The contractor shall not occupy or obstruct by his operation more than one half of the width of any
road or street, and if sufficient space shall then be left for public and private transit, he shall remove
the materials excavated and bring them back again when trench is required to be refilled. The
Contractor shall obtain the consent of the engineer in writing before closing any road to vehicular
traffic, and the foot-walks must be kept clear at all times.
2.5 Removal of Sewage:
All night soil, sewage or any other offensive matter met with during the excavation of the works,
immediately after it is taken out of any trench, sewer or cesspool, shall not be deposited upon the
surface or where it is likely to be a nuisance or passed into any sewer or drain but shall, at once be
put into carts and removed to a suitable location to be provided by the Contractor
2.6 Excavation to be taken to Proper depths:
The trenches shall be excavated to such a depth to allow that the sewers shall rest on concrete as
described and so that the inverts may be at the levels given on the sections. In bad ground the
Engineer may order the Contractor to excavate to a greater depth than that shown on the drawings
and to fill up the excavation to the level of the sewer with concrete, broken stone, gravel or other
materials. The contractor shall be paid extra at rates laid down for such works in the schedule if the
extra work was ordered by the engineer in writing, but if the contractor should excavate the trench to
a greater depth than is required, without a specific order to that effect in writing of the Engineer, the
extra depth shall have to be filled up with concrete at the Contractor's own costs and charges to the
requirements and satisfaction of the Engineer.
Procurement of Works| 86

2.7. Refilling:
After the sewer or other work has been laid and proved to be watertight the trench or other
excavations shall be refilled. Utmost care shall be taken in doing this, so that no damage shall be
caused to the sewer and other permanent work. The filling in the trenches and up to 300mm above
the crown of the sewer shall consist of the finest selected materials placed carefully in 150 mm layers
and consolidated, using approved methods. After this has been laid, the trench and other excavation
shall be refilled carefully in 150mm layers with materials taken from the excavation, each layer being
watered to assist in the consolidation.
2.8. Contractor to Restore Settlements and damages:
The contractor shall, at his own cost and charges, make good promptly during the whole period the
works are in hand, any settlements that may occur in the surfaces of roads, beam, footpaths,
gardened, open spaces, etc. whether public or private caused by his trenches or by other his
excavations and he shall be liable for any accidents caused thereby. He shall also, at his own expenses
and charges, repair and make good any damage done to buildings and other property. If in the
opinion of the Engineer he fails to make good such works with all practicable dispatch he shall be at
liberty to get the work done by the other means and the expenses thereof shall be paid by the
contractor or deducted from any money that may be or become due to him or recovered from him in
any other manner according to the law of the land.

2.9 Disposal of Surplus Soil:


The contractor shall, at his own costs and charges, provide places for disposal of all surplus materials
not required to be used on the works. As each trench is refilled the surplus soil shall be immediately
removed, the surface properly resorted and roadways and sides left clear.

2.10 Timbering of Sewer and trenches:


The contractor shall at all times support efficiently and effectively the sides of the sewer trenches and
other excavations by suitable timbering, piling and sheeting, and they shall be close timbered in loose
or sandy strata and below the surface of the sub soil water level.

All timbering, sheeting and piling with their walling and supports shall be of adequate dimensions and
strength and fully braced and strutted so that no risk of collapse or subsidence of the walls of the
trench shall take place.

The contractor shall be held responsible and accountable for the insufficiency of all timbering,
bracing, sheeting and piling used for all damage to persons and property resulting from improper
quality, strength placing, maintaining or removing of the same.

2.11 Shoring of Buildings


The contractor shall shore up all buildings, walls and other structures the stability of which is liable to
be endangered by the execution of the work and shall be fully responsible for all damages and
persons to property resulting from any accident to any of such buildings.

2.12 Removal of Water from Sewer, Trenches etc.


The contractor shall at all time during the progress of the work keep the trenches and excavations
free from water which shall be disposed of by him in a manner as will neither cause injury to the
public or private property nor to the work completed or in progress nor to the surface of any roads or
streets, nor cause any interference with the use of the same by the public.
If any excavation is carried out at any point or points to a greater width than specified cross section of
the sewer with its envelope, the full width of the trench shall be filled with concrete by the contractor
at his own expense and charges to the requirements of the Engineer.
The Engineer shall have power by giving an order in writing to the contractor to increase the
maximum width in respect of which payment will be allowed for excavation in trenches for various
classes of sewer, manholes, and other works in certain lengths to be specifically laid down by him,
where on account of bad ground or other unusual conditions, he considers that such increased width
are necessary in view of the site conditions.
Procurement of Works| 87

Recommended width of trenches at the bottom of the trench are as follows:


100 mm dia Pipes 550mm
150mm dia pipes 550mm
200-250 mm dia pipes 600mm
300 mm dia pipes 750mm

Minimum width of the bed concrete shall also be as above. No additional payment is admissible for
widths greater than specified.

3.0 SANITARY AND SEWER PIPES

3.1 Salt Glazed Stoneware Pipes

Shall be of First Class quality and free from rough texture inside and outside and be straight in their
length (unless otherwise designed) all pipes shall have the Manufacturer's name marked on them.

3.1.1 Laying:
Pipes are liable to be damaged in transit and notwithstanding tests that may have been made before
dispatch; each pipe shall be examined carefully on arrival at site. Each pipe shall be rung with a
wooden hammer or mallet and those that do not ring true and clear shall be rejected. Sound pipes
shall be carefully stacked to prevent damage. All defective pipes should be segregated, marked in a
conspicuous manner and their use in the works prevented.

The pipes shall be laid with sockets leading uphill and should rest on solid and even foundations for
the full length of the barrel. Socket (or hand) holes shall be formed in the foundation bed sufficiently
deep to allow the pipe jointer/collar to work right round the pipes and as short as practicable to
admit the socket and allow the joint to be made.

Where pipes are not bedded on concrete the trench bottom shall be left slightly high and carefully
bottomed up as pipe laying proceeds so that the pipe barrels rest on firm ground. If excavation has
been carried too low it shall be made up with cement concrete at the Contractor's expense.

If the bottom of the trench consists of rock or very hard ground that cannot be easily excavated to a
smooth surface, the pipes shall be laid on cement concrete bed to ensure even bearing.

3.1.2 Jointing of Pipes:


Tarred gaskin shall first be wrapped round the spigot of each pipe and the spigot shall then be placed
into the socket of the pipe previously laid: the pipe shall then be adjusted and fixed in its correct
position and the gaskin caulked tightly home so as to fill not more than one quarter of the total length
of the socket.

The remainder of the socket shall be filled with a stiff mix of cement mortar 1:1 When the socket is
filled, a fillet should be formed round the joint with a trowel forming an angle of 45 degrees with the
pipe barrel. The mortar shall be mixed as needed for immediate use and no mortar shall be beaten
and used after it has begun to set after the joint has been made any extraneous materials shall be
removed from inside of the joint with a suitable scraper or badger. The newly made joints shall be
protected from the sun, drying winds, rain or dust until it sets, the Joint shall be exposed and space
left all round the pipes for inspection by the engineer. The inside of the sewer must be left absolutely
protected from the sun, drying winds, rain or dust until it sets, the Joints shall be exposed and space
left all round the pipes for inspection by the Engineer. The inside of the sewer must be left absolutely
clear in bore and free from cement mortar or other obstruction throughout its entire length.

3.1.3 Testing:
All length of the drains shall be fully tested for water tightness by means of water pressure
maintained for not less than 30 minutes. Testing shall be carried out from manhole to manhole. All
pipes shall be subjected to a test pressure of at least 1.5 meters head of water at the highest point of
the section under test. In long lengths the test pressure shall, however not exceed 6m head at any
Procurement of Works| 88

point. The pipes shall be plugged preferably with standard drain plugs with rubber plugs on both
ends, but shall, however, be connected to a pipe for filling with water and getting the required head.

Drainage lines shall be tested for straightness by


i) Inserting a smooth ball 12mm less than the diameter of the pipe. In the absence of
obstructions such as yarn or mortar projecting at the joints the ball should roll down the
invert of the pipe and emerge at the lower end,
ii) Means of mirror at one end and a lamp at the other end. If the pipeline is straight the full
circle of light will be seen otherwise obstruction or deviation will be apparent.

The contractor shall give a smoke test to the drains and sewers at his own expense and charge, as
directed by the Engineer.

3.2 reinforced Cement Concrete Pipes:


All underground storm water pipes and sewer lines where specified (other than those specified cast
iron) shall be centrifugally spun RCC pipes of specified class. Pipes shall be true and straight with
uniform bore throughout. Cracked warped pipes shall not be used on the work. All pipes shall be
tested by the manufacturer and the Contractor shall produce when directed, a certificate to that
effect from manufacturer.

3.2.1 Laying:
RCC spun pipes shall be laid on cement concrete bed or cradles as specified and shown on the
detailed Drawings. The cradle may be precast and sufficiently cured to prevent cracks and breakage in
handling. The invert of the cradles shall be left 12mm below the invert level of the pipe and properly
placed on the soil to prevent any disturbance. The pipe shall then be placed on the bed concrete or
cradles and set for line and gradient by means of sight rails and boring rods etc. Cradles or concrete
bed may be omitted, if directed by the Engineer.

3.2.2 Jointing:
After setting out the pipes the collar shall centered over the joint and filled it with tarred Hessian, till
sufficient space is left on either side of the collar to receive the mortar. This space shall then be filled
with cement mortar 1:2 (1 cement 2 fine sand0 and caulked by means of proper tools. All joints shall
be finished at an angle of 45 degrees to the longitudinal axis of the pipe on both sides of the collars.

3.2.3 Testing:
All pipes shall be tested to a hydraulic test of 1.5m head for at least 30 minutes at the highest point in
the section under test. Test shall be carried out similarly as those for stoneware pipes. The smoke test
shall also be carried out by the contractor, if directed by the engineer, at the expense and charges of
the contractor.

3.2.4 Gully Traps


Gully traps shall be of the same quality as described for stoneware pipes.

Gully traps shall be fixed in cement concrete 1:5:10 and a brick masonry chamber 300mm * 300mm
inside in cement mortar 1:5 with 150mm * 150 mm grating inside and 300mm*300mm CI sealed
cover and frame weighing not less than 7.3 kg to be constructed as per standard Drawings.

3.3 Cast Iron Pipes:


All drainage lines passing under buildings, floors and road with heavy traffic, in exposed position
above ground, shall be cast iron pipes. Position of such pipe shall generally be shown on the
Drawings.

Cast iron pipes shall be vertically cast type conforming to IS 1537 -1976 or centrifugally spun cast iron
pipes conforming to IS 1536-1976.
Procurement of Works| 89

3.3.1 Laying:
Excavation for CI pipes shall be done as specified elsewhere.

All cast iron pipes and fittings shall be jointed with best quality soft pig lead (conforming to IS 782-
1978), which shall be free from impurities. In wet trenches joints shall be made from lead wool.
Nothing extra shall be paid for lead wool joints. Depth of pig lead in each joint for sizes up to 250mm
dia shall be 45 mm

The spigot of pipefittings shall be centered in the adjoining socket by caulking. Sufficient turns of
tarred Hessian shall be caulked to leave unfilled the required depth of socket for lead as set out in
1.68 When the Hessian has been caulked tightly home, jointing ring shall be placed round the barrel
and against face of the socket. Molten pig lead shall then be pored to fill the remainder of the socket.
This shall be done in one poring. The lead shall then be solidly caulked with suitable tools and
hammer weighing not less than 2 kg.
The socket shall be caulked with tarred gaskin, as explained above. The lead wool shall be inserted
into the sockets and tightly caulked home skein by skein with suitable tools and hammer weighing not
less than 2 kg weight until joint is filled.
On cooling the shrinkage of the molten metal shall preferably finish 3mm behind the socket face.
The quantity of lead to be filled per joint in various sizes of Soil and Waste CI Pipe shall be as follows:
Pipe Sizes Weight of the Lead per joints
50mm (2") 0.50 kg/ joints
80mm (3") 0.70 kg /joints
100mm (4") 1.20 kg/joints
150mm ( 6") 1.80 kg/joints
3.3.2 Testing:
All cast iron pipes for drainage shall be tested to a hydraulic test of 3m head. Test for straightness
shall be same as for stoneware pipe.
3.3.3 Cement Concrete for Pipe Support:
Wherever specified or shown on the drawings, all pipes shall be supported in bed and all
round or in haunches. The thickness and mix of the concrete shall be as given in the Bill of
Quantities. Width of the bedding shall be as per the Drawings.

Up to 1.5 m depth 1.5m to 3m depth Beyond 3 m depth

Stoneware pipes all round (1:5:10) in haunches (1:5:10) all round (1:5:10)
in open ground
(no sub soil water)
RCC or SW pipe all round (1:3:6) all round (1:3:6) all round (1:3:6)
in sub soil water
CI pipes all round (1:5:10) in haunches (1:5:10) in haunches (1:5:10)
(in all conditions)
RCC or CI pipes all round (1:5:10) all round(1:5:10) all round (1:5:10)
Under roads or Building
Procurement of Works| 90

3.4 UPVC Pipes:


Where specified, waste pipes shall be un plastisized rigid Poly Vinyl Chloride (UPVC) pipes conforming
to

IS: 4989-1958 Waste pipes shall be of following specifications:

Normal diameter Outside diameter Wall thickness min/max Working pressure


in mm kgf/cm cm.
32mm 40mm 2.4/2.7 10
40mm 50mm 1.7/2.1 6
50mm 63mm 2.2/2.7 6
75mm 90mm 3.1/3.7 6
100mm 110mm 3.7/4.3 6

Pipes shall be of color specified by the engineer. Fitting for UPVC pipes shall include coupling tees,
bends, elbows, unions, reducers, nipples, and plugs. Outlets of suitable diameter for connection to
the appliances shall be provided PVC pipes shall be done as described.

4.0 SITE DRAINAGE

4.1 Collection Tank:


The majority of Sub Soil Drainage and Surface Water drainage is routed into a "Collection Tank" and
by operation of float switch, pumped into public Surface Water system outside the Boundary of the
Site.

4.2 Distribution Chamber and Leach Field


The sub soil drainage and surface water drainage that does not get routed into the collection tank will
run into a "distribution " chamber and "leach field" where it will allow to percolate into the ground.

The contractor will liaise with and pay all fees and charges involved in obtaining permission from the
necessary government or Public Authority to carry out the final works and connection into public
system.

The contractor will allow for all work outside the site Boundary, including Public protection, for the
whole period of work while making the final connection. The existing pavement, if broken up, will be
reinstated to the entire satisfaction of the Engineer and concerned Authority.

Trenches, beds, surrounds and backfilling will be carried out as described herein this specification,
and as detailed in the drawing or as directed by the engineer to suit the site conditions if necessary.
Trenches shall be excavated to the required depth in 3 lines parallel to each other as shown on the
Drawings. Trench bottoms will be leveled to the necessary falls but not compacted.

Filter materials of gravel or crushed stone (all to the approval of the Engineer) shall be laid in the full
width of the trench and to the prescribed depth (150mm to 250mm) as noted.

The pipes should be laid open jointed as detailed and carefully surrounded in filter materials to the
entire satisfaction of the engineer. No filter materials or backfill shall be dropped onto the pipe; it
shall be lowered into the trench and spread evenly over and around the pipe by hand. Any pipes
damaged by the tipping of materials into the trenches will be rejected and replaced at the
Contractor's expense.
When sufficient approval materials has been placed around and over the pipe, a further bed of course
aggregate av. 40mm in size will be placed for a depth of 150 mm, prior to backfilling the trench with
excavated material. " Loose compaction " only shall be carried out in 300 mm layers up to the
required level.
Procurement of Works| 91

4.3 Sewer Drainage:


The work covered under this section comprises of the supply and installation of the following:

(a) Foul Water Drainage system complete


(b) Waste Water Drainage system complete

Pipes for these works shall be as follows:

(a) Up to 150mm dia, made of Salt Glazed Stoneware, in accordance with Indian Standards and
carried out as described herein.

(b) Over 150mm dia., made of reinforced cement concrete, in accordance with Indian
Standards.

(c) Under Building drainage of any dia., made of Cast Iron, in accordance with Indian Standards.

All Sewer drainage lines passing under buildings floors, roads or paths with heavy traffic or in exposed
positions above ground shall be in cast iron pipes with suitable fittings. The position of such pipes
shall generally be shown on the drawings or details.

The jointing of pipes and fittings shall be made according to the different kinds of pipes and
proprietary systems i.e. by caulked lead, screwing, welding, flanges bolted or flexible joints.

Trenches, beds, surrounds and backfilling will be carried out as described herein this specification,
and as detailed in the drawings or as directed by the engineer to suit the site conditions as necessary.

4.4 Manholes, Road Chambers and Collection Chambers:


Manholes and chambers shall be constructed as shown in Detail Drawings, and where shown on Site
Services layout. Materials shall be of not less than 225 mm brickwork, cast in place concrete, or
precast concrete. Concrete shall be M20 strength. All brickwork shall be plastered in cement, sand
(1:2) Gratings, lids and castings in general shall be in Cast iron in accordance with IS 5961 -1970 and
built in or fixed as detailed.

5.0 MANHOLES AND CHAMBERS

5.1 Manholes and chambers


All manholes, chambers and septic tank and other such works designated to be constructed shall be
as specified in the schedule of quantities.

All manholes, chambers, septic tanks etc shall be supported on a base of cement concrete of such
thickness and mix as given in the schedule of quantities as shown on the drawings. Where not
specified, manholes shall be constructed as follows:

Internal Dimensions Maximum Depth


of manhole chamber mm

800mm* 800mm up to 1000mm


1200mm *900mm over 1000 & up to 1500 mm

1400dia or 1200*900 mm over 1500 7 up to 3000mm

All manholes shall be provided with cement concrete benching in 1:2:4 mix. The benching shall have a
slope of 100 mm towards the channel. The depth of the channel shall be the full dia. of the pipe.
Benching shall be finished with a floating coat of neat cement.
Procurement of Works| 92

The manhole chamber, covers and frames shall comply with the following ratings:

Road gratings Med Duty - 406 mm *356 mm o/a frame -102 kg


Road gratings Med Duty - 508mm*356mm o/a frame -140kg
Manhole covers L. Duty -600 mm*600mm o/a frame with 500 mm square lid -78.5kg
Manhole covers Med Duty - 750 mm* 750 mm o/a frame with 600 mm dia round
lid- 216 kg

All manholes shall be plastered with 12mm thick cement mortar 1:3 (1 cement: 3 coarse sand) and
finished inside with a floating coat of neat cement. Manholes shall be plastered outside as above cut
with rough plaster.

All manholes with depths greater than 1.2 m shall be provided with 20mm square or 25 mm round
rod catch rings set in cement concrete or brickwork in 1:2:4 mix, 300 mm vertically and staggered.
Catch rings shall be coated with tar before embedding.

All manholes shall be provided with cast iron covers and frames and embedded in reinforced cement
concrete slab. Weight of cover and frame thickness of slab shall be as specified in the Bill of
Quantities or given above.

5.2 Drop connection


Drop connection of the required sizes shall be provided between branch sewer and main sewer or in
the main sewer itself in steep ground when the difference in invert level of the two exceeds 450mm.

Drop connections from gully traps to main sewer on rectangular manhole shall be made inside and
shall have HCI special type door bend on top and heel rest bend at bottom connected by an HCI pipe.
This pipe shall be supported by holder bat clamps at 1800 mm intervals with at least one clamp for
each drop connection. All joints shall be lead caulked joints 25 mm deep.

Drop connection from branch sewer to main sewer shall be made outside the manhole with glazed
stoneware tee connection, vertical pipe and bend at the bottom. The top of the tee shall be finished
up to the surface level and provided with CI hinged type frame and cover 300mm*300mm. The
connection shall be embedded in cement concrete 1:2:4 mix; 150 mm all round the pipe and tee up to
the surface chamber of the tee.
Drop connection made from vertical stacks directly into manholes shall not be considered as drop
connections. They shall be paid for under the relevant soil and waste pipes work items.

5.3 Making Connections:


The Contractor shall connect the new sewer line to the existing manhole by cutting the walls,
benching and restoring them to the original condition. A new channel shall be cut in the benching of
the existing manhole for the new connections. The Contractor shall remove all sewage and water if
encountered in making the connection without additional cost.

5.4 Septic Tank:


The Septic tank shall be constructed as per the detailed drawing and item provided thereof in
particular.

Excavation for the septic tank is to be excavated in open trenches etc. to true lines and depth as per
invert level of the inlet manhole as shown or required including planking and shuttering as necessary.
The inlet level, bottom level and outgoing level must be properly followed as per drawing and
direction and the septic tank should be air tight, water tight, light is also excluded to help
decomposition of the sewage.
Procurement of Works| 93

Septic tank should be initially filled with water; disinfections should not be used beyond very small
quantities, which may be absolutely necessary. Since they kill bacterial life and the septic tank will not
function. Soap and grease from bathrooms are also harmful.

CI manhole covers and frames 1'-6" * 1'-6" are to be provided and fixed on the top RC slab as per the
Drawing. And 2 nos. 6" * 6" 90 degree tee to be provided for inlet and outlet of septic tank and 1 no.
2" dia. AC vent pipe also to be provided. All level pegs for inlet and outlet pipes and invert level shall
be approved by the Engineer prior to proceeding to work.

5.5 Soak Pit:


The soak pit work shall be done as per the drawing. The earthwork in excavation shall be carried out
to the exact dimensions given in the drawing. The soak pit shall be constructed and honeycomb dry
brick shaft as per the drawing. Round the shaft and within the radius of given measurement shall be
placed well-burnt brickbats. Brick bats of sizes 50 to 80 mm shall be packed round the radius of given
measurement. The remaining portion shall be filled with brickbats of 40mm size. The top of the slab
shall be as per the drawing or direction of the Engineer.

6.0 SOIL, WASTE AND VENT PIPES

6.1 Soil, Waste and Vent Pipes:

6.1.1 Soil, waste and Vent Pipes:


All soil, waste, vent and anti-siphon age pipes shall be cast iron soil pipes unless specified otherwise.
All pipes shall be straight and smooth and inside free from irregular bore blowholes and other
manufacturing defects. Pipes shall be centrifugally spun cast iron soil pipes conforming to IS: 3989-
1987 or IS: 1729 -1967.
All fittings shall conform to IS: 1729-1967. Fittings shall be of the required degree with or without
access door. All access doors shall be made up with 6 mm thick insertion rubber gasket, while lead
and tightly bolted to make the fitting air and water tight.
Standard weight, dimensions and pig lead required for joints shall be as follows:
FOR PIPE CONFORMING TO IS: 3989-1987
(CENTRIFUGALLY SPUN SOIL PIPES)
Nominal Wall Thickness Overall weight of 6' or Internal diameter of Depth of lead
Diameter 1.83m length pipe socket
In (mm) mm kg mm mm
2(50) 3.5 8.5 73 25
3(75) 3.5 12.7 99 25
4(100) 4.0 19.2 126 25
6(150) 5.0 35.5 178 38

FOR PIPE CONFORMING TO IS: 1729 -1964


(SAND CAST SOIL PIPES & FITTINGS)
Nominal Wall Thickness Overall weight of 6' or Internal diameter Depth of lead
Diameter 1.83 m length pipe of socket
In (mm) mm kg mm mm
2(50) 5.0 11.41 76 25
3(75) 5.0 16.52 101 25
4(100) 5.0 21.67 129 25
6(150) 5.0 31.92 181 38
Procurement of Works| 94

Tolerances:
Acceptable tolerance for pipes to IS: 3989 and IS: 1729 shall be as follows:

a. Wall thickness 15%


b. Length 20 mm
c. Height 10%

All vertical pipes shall be fixed by holder bat clamps truly vertical. Branch pipes shall be connected to
the stack at the same angle as that of the fittings. A heel rest bend supported on concrete block shall
be provided at the feet of the stack. No collars shall be used on vertical stack. Each stack shall be
terminated at top with a cowl.

Horizontal pipes running along ceiling shall be fixed on structural adjustable clamps of special design
shown on the Drawings. Horizontal pipes shall be laid to uniform slope and the clamps adjusted to the
proper levels so that the pipes fully rest on them.

6.1.2 Clamps:
Holder bat clamps shall be of standard design and fabricated from M.S flat 40mm * 3mm thick and
12mm dia. rod and 6mm nuts bolts. They shall be painted with two coats of black bitumen paint
before fixing. Holder bat clamps shall be fixed in cement concrete of 1:2:4 mix.

Where holder bat clamps are to be fixed on RCC column, wall or beam they shall be fixed with 40mm
* 3mm flat iron "U" type clamps with anchor fasteners of approved design. Rates for both types of
clamps shall be the same and no addition or deduction shall be made.

Structural clamps shall be fabricated from MS structural members e.g. rods, angles, channels, flats as
per detailed drawing. Contractor shall provide all nuts, bolts, welding and paint the clamps with one
coat of red oxide.

Copper pipe shall have copper or copper plated hangers.

6.1.3 Nahani or Floor traps:


Nahani or floor traps shall be cast iron, deep seal with an effective seal of 50mm. All waste pipes shall
be discharged over the trap. The trap and waste pipes shall be set in cement concrete blocks firmly
supported on the structural floor. The blocks shall be in 1:2:4 mix (1 cement: 2 coarse sand: 4 stone
aggregate) and extended 35 mm below finished floor level. Contractor shall provide all necessary
shuttering and centering for the blocks. Size of the block shall be 300mm*300mm and of the required
depth.

6.1.4 Urinal traps:


Urinal traps shall be cast iron 'p' or 'S' Trap with or without vent and set in cement concrete blocks as
specified without extra charge.

6.1.5 Floor Trap Inlets:


Where specified the Contractor shall provide a special type cast iron inlet hopper without or with one,
two or three inlet sockets to receive the waste pipes. Joints between waste and hopper inlet socket
shall be lead caulked joint. Hopper shall be connected to an CI "P" or "S" trap with at least 50mm seal
(Hopper and traps shall be paid for separately) Floor trap inlet hoppers and traps shall be set in
cement concrete blocks as specified without extra charge.

6.1.6 Grating for Floor Traps:


Floor traps shall be provided with 125mm dia. Chrome Plated (CP) Brass or stainless Steel grating with
rim of approved design and shape. Minimum thickness shall be of 3mm.
Procurement of Works| 95

6.1.7 Jointing:
Soil, waste and vent pipes shall be jointed with refined pig lead conforming to IS 782-1962. Sufficient
skein of jute rope shall be caulked to leave a minimum space for the pig lead to be poured in. After
pouring, the lead shall be caulked into the joints with caulking tool and hammer. All surplus lead shall
be cut and joint left flush with the rim of the socket.
6.1.8 Cement Concrete:
Cast iron soil and waste pipes under floor in sunken slabs and in wall chases (when cut specially for
the pipe) shall be encased in cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone aggregate),
75mm bed and all round. When pipes are running well above the structural slabs, the encased pipe
shall be supported with suitable cement concrete pillars of 150 mm * 150mm of required height at
interval of 1800mm. Rate for concrete around pipes shall be inclusive of pillars support, shuttering
and centering.
6.1.9 painting:
Pipefittings and clamps in exposed positions shall be painted with three or more coats of ready mix oil
paint of approved make, quality and shade.
6.1.10 Cutting and Making Good:
Pipes shall be fixed and tested as building work proceeds. Contractor shall provide all necessary holes,
chases in structural members as building work proceeds. Wherever holes are cut or left originally
they shall be made good with cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone
aggregate) and the surface restored as in original condition. No additional payment shall be made for
cutting and making good holes.
6.2 Waste Pipes from Appliances:
6.2.1 Waste Pipes from Appliances:
Waste pipes from appliances e.g. wash basins, sinks, drinking fountain, urinals, water cooler etc. Shall
be of PVC as given in the schedule of Quantities or the drawings.
All pipes shall be fixed in gradient towards the out fall drain. Pipes inside a toilet room shall be chased
unless otherwise shown on drawings. Where required pipes may be run at ceiling level in suitable
gradient and supported on structural clamps. Spacing for clamps for such pipes shall be 1800mm
centers vertically and at 1200 mm centers horizontally.
6.2.2 Galvanized Pipes
Where specified, waste pipes shall be galvanized pipes conforming ti IS 1239-1964. The pipes shall be
provided with all required fittings that are tee, coupling, bend, elbows, unions, nipples, plugs etc. All
GI pipes shall be terminated at the point of connection with the appliance with an outlet of suitable
diameter. Pipes in chases shall be with two coats of bitumen paint and the exposed pipes with two
coats of red oxide and with approved enamel paintings. Fixing of GI pipes shall be done in the best
workmanship.
6.2.3 UPVC Pipes:
Where specified, waste pipes shall be un plastisized rigid Poly Vinyl Chloride (UPVC) pipes
Conforming to IS 4989-1958 Waste pipes shall be of following specifications:

Normal diameter Outside diameter Wall thickness min/max Working Pressure


(in mm) kgf/cm2
32mm 40mm 2.4/2.7 10
40mm 50mm 1.7/2.1 6
50mm 63mm 2.2/2.7 6
75mm 90mm 3.1/3.7 6
100mm 110mm 3.7/4.3 6
Pipes shall be of color specified by the engineer. Fitting for UPVC pipes shall include coupling tees,
bends, elbows, unions, reducers, nipples and plug. Outlets of suitable diameter for connection to the
appliance shall be provided; PVC pipes shall be jointed with PVC cement as recommended by
manufacturers. Fixing of UPVC pipes shall be done as described.
6.2.4 Clean Outs:
Clean –outs shall be full pipe size up to 100mm and a minimum of 100 mm on larger pipes with cast
brass plug and caulked lead seat. A clean out shall be installed at, or as close as possible to, the base
of every vertical waste, soil and drain stack. A clean out shall be installed at the up-slope of each pipe
at which a building drain or branch changes direction by 45 degree or more.
Procurement of Works| 96

Clean –out in horizontal drainage piping shall be at interval not greater than:
-15 m where the piping is of dia 100 mm and smaller.
-30m where the piping is of large than dia 100 mm.
-6m where waste pipes are horizontally connected to sinks.
Nickel bronze or Stainless Steel Floor Plates with frames shall be installed on finished floors for access
to clean-outs. Clean –outs on horizontal lines in finished area shall be as per IS Specifications.
6.2.5 Isolating Valves:
Isolating valves shall be provided on all branch lines to enable isolation of groups of fixtures and
sections of building and as shown on drawings.
6.2.6 Drain Valves:
The Contractor shall include drain valves at low points of piping, at isolating valves off risers, on the
suction side of pump, downstream of water meters & as shown on the drawings.
6.2.7 Expansion:
Expansion of hot water pipes shall be compensated for by flexible piping layouts and by utilizing
bends in pipe works. Expansion compensators shall be used where bends are not possible. Swing
joints are not permitted.
6.2.8 Pipes and Fittings:
All domestic hot and cold water pipes shall be seamless copper or copper alloy tubing type L or type K
for exterior water service pipe, and type L or type M for interior water distribution pipe, hard drawn
conforming to ASTM B75, ASTM B88, ASTM B251, ANSI H23.1 with wrought or casted copper fittings
conforming to ANSI B16.22 Or as mentioned in the BOQ.
a. Connection to plumbing fixtures and equipment:
Threaded flared compression type fittings or solders joint with lead free solder and lead free flux (95-
5 TIN-ANTINOMY solder).
b. Make connections to equipment with flanges or unions and with threaded adapters used for swing
connections. Terminate as noted, plugged or capped connections in threaded plug or threaded nipple
and caps as required.
6.2.9 Pipe Supports and Hangers:
SPACING FOR SUPPORTS & HANGERS OF FIXING FOR INTERNAL PIPING
Kind of Pipe Size of pipe (mm) Interval Horizontal Run (m) Interval Vertical Run (m)
Copper Light Gauge 15 1 2
20 2 2.5
25 2 2.5
32 2.5 3
40 2.5 3
50 2.5 3
65 3 3.5
80 3 3.5
100 3 3.5

Copper Heavy Gauge, 15 2 2.5


Wrought Iron or Mild 20 2.5 3
steel (GI Pipes) 25 2.5 3
32 2.5 3
40 3 3.5
50 3 3.5
65 3.5 5
80 3.5 5
Cast iron or PVC 100 4 5
50 2 2
80 2.5 2.5
100 2.5 2.5
Procurement of Works| 97

6.2.10 Pipe Joints:


Cast –iron hub and spigot pipe shall be carefully centered, caulked with oakum and soft pig lead.
Caulking ferrules shall be cast brass or cold drawn seamless tube not less than 100 mm long.
Threaded pipe joints shall be carefully reamed and jointed with Teflon tape or hemp on male thread
only.

Copper tube shall be jointed carefully and cleaned: fittings shall be soldered with tin antimony for
water lines. Solders shall be suitable for the service and temperature expected.

6.2.11 valves:
Shut –off valves:

- 65mm and small shall be brass


- 65mm and 75mm shall be gate, 125 pounds, brass, screwed
- Larger valves shall be gate, 125 pounds, iron body, flanged bronze trim

Check Valves:
- 50mm and smaller in copper lines shall be brass
- 65 mm and larger in copper lines, and all sizes in other lines shall be iron body, brass trim, swing
check

Manual control valves (balancing valves) shall be 200 pounds, bronze globe type.

Drain valves shall be wrought brass 20mm stop and drain.

6.2.12 Floor Drains:


All floor drains shall be of the size shown on the schedule /Drawing and where directly connected to a
sanitary drain line shall be provided with a properly vented deep seal trap.

All floor drains and hub drains shall be provided with tapped and plugged pipe connections for trap
primers as required.

6.2.13 Drain valves:


Drain valves shall be installed in all liquid carrying systems at the low points to facilitate complete
drainage of the system.

6.2.14 Hose Bibs:


Hose bibs in the building shall be cast brass with a leather disc, screwed pipe end, 20 mm iron pipe
hose tread. Hose bibs in finished areas shall be chromium plated.

6.3 Testing:
Before use at site, all pipes shall be tested by filling up with water for at least 10 minutes. After filling,
pipes shall be struck with a hammer and inspected for blowholes and cracks. All defective pipes shall
be rejected and removed from the site within 48 hours. Pipes with monor sweating shall be accepted
at the discretion of the Engineer. Pipes shall be tested after installations, by filling up the stack with
water. All opening and connections shall be suitably plugged. The total head in the stack shall
however not exceed 3m.
Alternatively, the Contractor may test all soil and waste stacks by a smoke testing machine. Smoke
shall be pumped into the stack after plugging all inlets and connections. The stack shall then be
observed for leakages and all defective pipes and fittings removed or repaired as directed by
Engineer.
7.0 WATER SUPPLY
7.1 External Water Supply
7.1.1 General
All pipes laid outside of the building and generally underground shall be considered as External water
supply. They shall be properly carried out in galvanized piping or as specified, with threaded
Procurement of Works| 98

connections that are completely watertight. All fixtures and fittings shall be properly installed and
checked against losses and leaks and for designated pressure.

7.1.2 Excavation:
Generally, external water mains pipe shall be laid a minimum, of 600mm below ground level.
Excavation for trenches shall be done as specified elsewhere, but the depth of the trenches shall be as
follows:

Dia. of pipe Width of trench Depth of trench


15mm to 50mm 300mm 750mm
65mm to 100mm 450mm 1000mm

7.1.3 Laying:
Pipes, fixtures and fittings shall be of class specified in BOQ, manufactured to India Standards 1239-
1979 or its equivalent and galvanized to IS 4736.

All pressure main pipes and other pipes to be laid under the ground shall be laid over a minimum of
100mm sand bedding or selected granular material compacted as described herein this specification.

The water main shall be laid and maintained to the required lines and grades with fittings, valves, and
connections at the required locations and all valves and stems plumb.

Proper implements, tools and facilities shall be provided and used by the contractor for the safe and
convenient performance for the work.

All pipes, valves and fittings shall be carefully lowered into the trench piece by hand ropes or other
suitable tools or equipment in such a manner as to prevent damage to water main materials and
protective coatings and linings.

Under no circumstances shall water main materials be dropped or dumped into the trench. Valves,
valve covers, meters, trapping sleeves and other accessories shall be installed as per the
manufacturer's recommendation and in conjunctions and compliance with the requirements of the
Local government or Public Service Authority specifications.
It will be the responsibility of the contractor to furnish and install all proper size pipe bends for both
horizontal and vertical deflections that are required to construct the water main to the line and grade
as shown and specified.
7.1.4 Jointing:
The jointing shall be made in accordance with the instructions of the pipe and fitting manufactures.
The pressure pipe shall be tested to a minimum of 150-psi pressure.

The setting and arrangement of pipes shall be as per the working Drawings. Pipes are cut size and
ends are squared. All screw thread shall be clear and well cut.
The pipes and fittings shall be inspected at the site before use. Where the pipes have to be cut or
rethreaded the end shall be carefully filed so that no obstruction to bore is effected.

The pipe shall be cleaned and cleared of all foreign matters before being laid / in jointing the pipe the
inside of the socket and the end of the pipe shall be oiled and rubbed over with white lead and a full
turn of heap yarn wrapped around into the socket, tees etc. Care should be taken that all pipes and
fittings are properly joined as to make the joints completely watertight.

After laying, the open ends of the pipe shall be temporarily plugged to prevent access of water, soil or
any other foreign materials. Any thread exposed after jointing shall be painted or in case of under
ground piping thickly coated with paint to prevent corrosion.

Jointing of pipes shall be made according to the different kind of pipes by caulked lead, screwing,
welding, flanges, or flexible joints e.t.c. Joints between dissimilar materials e.g. lead alloy piping to
cast iron piping or copper shall be by means of copper-ally unions or union ferrules.
Procurement of Works| 99

Care shall be taken to ensure that all piping and fittings are clean internally and free from particles of
sand, soil, metal, filings and chips, etc.

7.1.5 backfilling:
Backfilling of trenches shall not commence until the pipes therein have been tested and approved.

Under non-paved areas the backfill shall be constructed of selected excavated materials free from
large stones refuse or organic materials as approved by the Engineer.

7.1.6 Disinfections and Sterilization of Water Mains and Service Lines:


Disinfections and sterilization of water lines shall be in accordance with service Authorities and as
approved by the Engineer.

7.1.7 Fittings:
Fittings for GI pipes such as couplings, elbows, bends, tees, reducers, nipples union etc. shall be
malleable cast iron galvanized fittings of approved make. All fittings shall have manufacturer's
trademark stamped on it.

Pipe and fittings shall be jointed with screwed fittings. Care shall be taken to remove burr from thread
of the pipe after cutting by a round file.

7.1.8 testing Water Service Lines:


The water service lines shall be hydrostatically tested in accordance with the requirements of public
Service Authorities. Test pressure shall be 150 psi and the pipes shall be tested for the specified
pressure for24 hours. Defective pipes shall be replaced or repaired immediately and retested.
7.1.9 Dielectric unions:
Dielectric unions shall be installed at EVERY connection between iron or steel and coppers, brass or
bronze.

7.1.10 Clamps:
GI pipelines in shaft and other locations shall be supported by GI holder bat clamps of approved
design. Pipes in wall chases shall be anchored by iron hooks. Pipes at ceiling level shall be supported
on structural clamps fabricated from MS structural sections as described.

7.1.11 Unions:
Adequate number of unions shall be provided on all pipelines to enable the dismantling later. Unions
shall be provided near each valve, stop cock, check valve and at an interval of 6m (20ft.) on straight
runs.

7.1.12 flanges:
Flanged connections shall be provided on pipes where shown on the drawings. Connections shall be
made by the correct number and size of nuts and bolts and made with 3mm thick insertion rubber
washer.

7.1.13 Painting:
All pipes above ground shall be painted with two coats of anti corrosive paints of approved quality
and then two coats of synthetic enamel paint of approved quality and color.

All pipes in chases shall be painted with two coats of anti corrosive paint of approved quality and then
two coat of bitumen paint.

All pipes below ground shall be covered with a tape of bitumen felt 15-kg/sq m over a layer of cold
applied bitumen, then a final layer of bitumen shall also be applied.
Procurement of Works| 100

7.1.14 Color Code:


Pipes for various uses shall be painted with color code for pipes as approved by the Engineer.

7.1.15 Valves:
Valves shall be heavy gun metal full way gate valves or non-return valves conforming to IS 778 -1964
(class I). Valves shall be tested at manufacturer's work ti 21-kg/sq meters and shall have
manufacturer's name stamped on it.

All valves shall be approved by the Engineer before they are allowed to be used on the work.

7.1.16 Making Connection to Existing Mains:


Whenever required the Contractor shall make tee connections to the existing water supply mains of
the required size. The Contractor shall make adequate arrangements for cutting the roads where
required and shall provide suitable roadblock with red signals and lanterns at night to prevent any
mishap. He shall inform the concerned authorities of his intentions to shut off the water supply well
in advance. He shall then excavate the pit of required size. Adequate agreement for pumping and
bailing out water shall be made. The connections shall be made by inserting the tee with a collar of
the required size. Notwithstanding the size of main pipe shown on the drawings and give in the Bill of
Quantities, the Contractor must check the size of the main and obtain the materials accordingly. A
sluice valve shall be provided after the tee connection.

7.2 Internal Water Supply

7.2.1 Pipes:
All pipes inside the buildings and where specified, outside the building shall be galvanized steel tubes
conforming to IS 1239-1964 of class specified. When class is not specified they shall be medium class.

7.2.2 Fittings:
Fittings shall be malleable iron galvanized fittings of approved make. All fittings shall have
manufacturer's trademark stamped on it. Fittings for GI pipes shall include couplings, elbows, bends,
tees reducers, nipples, unions of approved makes.

7.2.3 Jointing:
Pipes and fittings shall be jointed with screwed fittings, care shall be taken to remove burr from the
end of the pipe after cutting by a round file. Genuine red lead with grummet and a few strands of fine
hemp shall applied before fixing. All pipes shall be fixed in accordance with layout and alignment
shown on the drawings. Care shall be taken to avoid air pockets. As far as possible GI pipes inside
toilets shall be run under sunken floor unless instructed. Pipes may also be run under the ceiling of
floors and other areas as shown on the drawings.

7.2.4 Clamps:
GI pipes in shafts and other locations shall be supported by GI holder bat clamps of approved design.
Pipes in wall chases shall be anchored by iron hooks. Pipes at ceiling level shall be supported on
structural clamps fabricated from MS structural as shown in the drawings.

7.2.5 Unions:
The Contractor shall provide adequate number of unions on all pipes to enable dismantling later on.
Union shall be provided near each gunmetal valve, stopcock or check valve and at an interval of 18
meters on straight runs.

7.2.6 Flanges:
Flanges connections shall be provided on pipes where shown on the drawings. Connections shall be
made by the correct number and size of the bolts and made with 3mm thick inspection rubber
washer. Where hot water or steam connections are made insertion gasket shall be of suitable quality
and grade.

7.2.7 Painting:
Procurement of Works| 101

a. All pipes above ground shall be painted with one coat of red lead and two coats of Synthetic
Enamel paint of approved make, shade and quality.

b. All pipes in chases and below ground shall be covered with a tape of bitumen felt over a
layer of cold applied bitumen and a final layer of bitumen shall also be applied.

7.2.8 Trenches:
All GI pipes below ground shall be laid in trenches and shall have a minimum over of 600mm.
Excavation for trenches, refilling and disposal shall be in accordance with the specification for Civil
Works.

7.2.9 testing:

a. All pipes fittings and valves shall be tested by hydrostatic pressure as follows:

For medium class pipes 7.0 kg/sqm.


For heavy class pipes 10.5 kg/sq.m

Pressure shall be maintained for a period of at least two hours without appreciable drop in the
pressure after fixing at site.

b. In addition to the testing carried out during the construction the contractor shall test the
entire installation after connections to the overhead tanks or pumping systems or mains. He shall
rectify all leakages, and shall replace all defective materials in the system at is own expense without
any extra money.

c. After commissioning of the water supply system, the Contractor shall test each valve by
closing and opening it a number of times to observe if it is working efficiently. The valves, which do
not operate effectively, shall be replaced by new ones at his cost and tested as above.

7.2.10 Valves:
Valves shall be heavy gunmetal full way gate valves or non-return valves conforming to IS 778-1964
(Class I) valves shall be tested at manufacturer's work to 21 kg/sqcm. and shall have manufacturer's
name stamped on it. All valves shall be approved by the engineer before they are allowed to be used
on work.

7.2.11 Brass Fittings:


All brass stopcocks and bin cocks shall be heavy type bright finished and renewable leather washers
conforming to IS 781-1967. The valves shall be as follows:

Diameter mm Stop Cocks kg Bib cocks kg


15 0.40 0.40
20 0.75 0.75
25 1.30 1.25

7.2.12 Ball Cocks


Ball cocks used for storage tanks shall be high or low-pressure ball cocks with brass lever rods and
polythene ball floats. The ball floats shall confirm to Indian Standard, which shall be hammer, tested.

7.2.13 Measurements:
GI pipes above ground shall be measured per running meter and the rate shall be inclusive of all
fittings including unions, HB, Clamps, cutting chases and hooks in wall and floors and making good the
same and testing of pipes and fittings.
Procurement of Works| 102

GI pipes below ground shall be measured per running meter and the rate shall be inclusive of all
fittings including unions, excavations for trenches refilling and disposal of surplus earth and testing.

Gun metal valves, non return valves, ball cocks, foot valves, stop cocks, bib cocks, shall be measured
by number.

8.0 PIPE INSULATION

8.1 Pipe Insulation:


All domestic water supply lines shall be insulated with 25mm thick standard fiberglass type pipe
insulation. The insulation shall have fire retarding jacket, where directed, or in compliance with the
standards.

8.2 Insulation Materials:

Insulation materials shall be glass wool, resin-bonded fiberglass or approved equal. The thermal
conductivity of the insulation material shall not exceed 0.285 KCal/(hr-sqm/cm) or 0.27 Btu/ (hr-
sqft/in) at 32 degree Celsius mean temperature. The density shall not be less than 24kg/cu m (1.5
ib/cuft) Insulation shall be of 25mm thick pre –moulded tubular type.

Bonding of insulation materials shall be with a cold –setting compound. Adhesives used for setting he
insulation shall be non- inflammable vapor –proof adhesive.

8.3 Insulation Application:


All insulation shall be applied strictly as per manufacturer recommendations by specialist skilled
workmen trained in the trade. Before applying insulation, all pipe work and fittings shall be brushed
clean, all dust, dirt and oil removed. Each length of piping to be insulated shall be tested for its
performance requirements. Only such pipe lengths, which are free from defect, shall be insulated.
After testing the pipe length shall be dried out. All pipes shall be painted with one coat of zinc-
chromate primer followed by two coats of bituminous paint before applying insulation. Premoulded
insulation shall be encased in GI chicken mesh held firmly in position by 20-gauge spiral. Polythene
sheets shall be then wrapped on the insulation over its entire length with adequate overlaps at all
joints

All insulation on ducts and piping shall be continuous and full thickness and as specified where
passing through walls, floors, partitions and pipe sleeves.

8.4 Protection of insulation:


Where insulation is liable to be damaged, it shall be adequately protected as desired by the Engineer.
The protection shall consist of a 20mm thick cement plaster (1 cement 6 coarse washed sand) applied
continuously over the GI wire mesh on the pipe. The plaster shall be finished smooth to receive
painting and other finishes.
9.0 STORAGE TANKS

9.1 The Contractor shall provide and install Storage tanks in accordance with the Detailed Drawings and
as specified in BOQ and in the location shown on the Plans.

The Contractor shall provide inlets, outlets, and overflow pipes, socket for float level switch and inter
connection. The overflow and vent pipes shall be provided with a mosquito proof brass net. The vent
pipes of size mentioned shall be provided with bends and pieces of pipes facing downwards. The
holes in the tanks for the inlets, outlets, overflows etc. shall be made as per the manufacturer's
specifications.

9.2 GI Storage Tank:


GI storage tank shall be of riveted construction. The sheet shall be of specified gauge thickness riveted
to angle iron frames as required. The sheets shall be fixed by means of 6mm diameter rivets at 32 mm
Procurement of Works| 103

pitch on all sides except on top angle iron frame, which shall be at 62mm pitch. Holes for riveting shall
be drilled and not punched. White Lead shall be applied before the surface to be jointed. The tank
shall confirm to the Drawings.

9.3 RCC Storage Tanks:


RCC storage tanks shall be constructed as per drawings. The contractor shall provide puddle flanges
fabricated from GI pipes of required sizes and welded to 300*300*6mm MS Plate. All puddle flanges
must be fixed in true alignment and level and shall be tack welded to the reinforcement bar to
prevent movement during construction.

The contractor shall make connections of pipe lines laid and fixed by him to existing concrete,
masonry or steel tanks as required at site. No additional payment shall be allowed for making
connection.

9.4 Plastic tanks:


The tanks shall be vertical or horizontal type as required and of One Piece Moulded (without any
seam, joints or weld) High Density Polyethylene. The tank shall be provided with a manhole of size
400mm in diameter. The tanks shall be of 'SINTEX' if Sinter Plast Containers (India) or equivalent.

Contractor shall provide inlets, outlets and overflow pipes, socket for floa level switch and inter
connection. The overflow and vent pipes shall be provided with mosquito proof brass net. The vent
pipes of size mentioned shall be provided with bends and pieces of pipes facing downwards. The
holes in the tanks for the inlets, outlets, overflows etc. shall be made as per the manufacturer's
specifications.

All outlets connections shall be at least one size higher than the pipe connections and shall be
connected to the pipe by reducers (no reducing bushes will be accepted).

9.5 Supports for Overhead Water Storage Tanks:


The tanks where required shall be on the rooftop over an elevated RCC platform or on RSJ or other
structural member as shown on the drawing. The tanks shall be put in such a manner that the bottoms
of all the tanks have a sufficient bearing. The contractor shall provide all supporting and fixing devices
(such as mild steel ring around the tank with anchoring members) necessary to fix the tanks and fittings
securely in position as per the manufacturer's Specifications. The fixing devices shall be rigidly
anchored into the building structure. All the devices shall be rust proof and shall be so fixed that they
do no present any unsightly look.

10.0 PLUMBING FIXTURES

1.80 Liquid Heat Transfer:

Electric Water Heater:


Water heater shall be complete packaged unit with insulated heavy gauge factory painted metal
causing under the sink type as shown on the Drawings. Electric heaters shall have glass lining with
magnesium anode rod, ceramic heating element, anti –mixing baffle (to avoid quick mixing of cold
and hot water) and nylon bushes in order to avoid electrolysis problems.

Electrical heaters shall be provided with double safety thermostat and safety valve. Electric heaters
shall be furnished with cord and plug for connection to grounded sockets. Size as indicated on
Drawings.

Hot Water Dispenser (single point instantaneous electric water heater)


Capacity: 0.5 gallon per minute for providing hot water at any time, inside container made of tinned
copper, with all fittings, high grade neat insulation, thermostat control adjustable to any temperature,
installed relay device for remote control, exchangeable heating flange, safety cut out slim sheet steel
Procurement of Works| 104

outer casing with lacquer finish, including safety valve, complete in every respect, connected to wash
basins as shown on Drawings and Schedules or as directed by the Engineer the item shall include the
connection to the cold water supply system and the electrical connections . Operation voltage shall
be 220 VAC.

Plumbing Fixtures:
Plumbing fixtures shall be free from flaws and blemishes and shall have a clear smooth surface.
Fixtures shall be white in color unless stated otherwise. Visible parts such as trim, supplies, traps, etc
shall be heavy chrome plated brass.

Each fixture shall be provided with a trap and with loose key compression stops in addition to a valve
of faucet on the fixture.

Each fixture shall be piped up with domestic hot water as applicable and cold water, waste and vent
in accordance with the schedule.

Chrome Plated (CP) Brass Fittings:


All mixers, fittings, bibcocks etc. shall be of the best quality heavy pattern of approved make.

All CP fittings shall be fixed in a neat workman like manner and shall not carry tool mark and
scratches. All valves shall carry identical CP handles (Knobs) approved by the Engineer.

Mirrors:
Mirrors shall be 5.5mm thick, all edges shall be rounded off. Mirrors shall be fixed on a backing of 6
mm thick commercial board backing and fixing to wall with brass chromium plated screws and
washers.

Sinks:
Sinks shall be of required size in stainless steel, as required in the schedule of Quantities with
overflow. Each sink shall have one 40mm CP brass trap with union, nuts, etc. Sinks shall be supported
on CI or MS brackets of heavy type, or as detailed on the Schedule.

11. TESTING AND COMMISSIONING

11.1 Testing and Commissioning:


Piping shall not be buried, concealed or insulated before being properly tested.

The test shall be carried out in accordance with the requirements of all authorities having jurisdiction.

Storm, waste and sanitary drainage systems within the building shall conform the following:

a. The tightness of joints and the soundness of piping shall be tested in the presence of the
Engineer, after drains and roof leaders have been placed in position and branches installed,
but before the fixtures have been set, and connected or the main drain has been connected
permanently to the sewer.

b. The test shall be carried out in following manner. Openings and pipe ends throughout the
work shall be securely closed by means of approved plugs and the entire system, including
rising stacks, rain water leaders, branches to the fixtures and all horizontal mains and drains
shall be filled with water up to the top of the highest opening. This water shall stand at the
same level for not less than two hours. Another test shall be made of the entire plumbing
system after the fixtures have been set and the main sewers connected to the drains. This
test shall consist of turning the water into all pipes, fixtures and traps in order that any
imperfect material or workmanship may be detected.
Procurement of Works| 105

c. Where it is impossible to test the whole system at any time, it may be divided into parts. A
smoke test shall also be made and any other test required by the Engineer.

d. Any leaks discovered shall be made tight while the system is under pressure. If this is
impossible, the pipe etc shall be removed and refitted and the test reapplied until
satisfactory results have been obtained.

11.2 Water Piping:


Water Piping shall be tested at 10.5 kg per sq cm. pressure for a period of not less than 24 hours. The
pressure must remain constant for the period and the leaks, if any, shall be made tight while the
system is under pressure. If this is impossible, the joint shall be remade and the test reapplied until
satisfactory results have been obtained.

11.3 Disinfections:
Before being placed in service, all sanitary water piping shall be thoroughly flushed and chlorinated by
the application of a chlorinating agent which shall be calcium or sodium hypo chloride obtained from
an approved manufacturer.

The chlorinating solution shall have a chlorine dosage of 50 ppm and shall be injected into the system
at one end through a cock or tapped connection. All valves and accessories on the system shall be
operated to ensure treatment of entire system. The solution shall be retained in the system for a
period of at least 24 hrs. At the end of this period the water shall be flushed from the line at its
extremities until the water at these points is of the same quality as the source of supply.

11.4 Commissioning and testing:


Before commissioning and testing of fixtures, the contractor shall ensure that all soil and waste stacks
and drainage system are connected to the respective manholes and the outfall. He shall also ensure
that the water supply system has been commissioned and tested.

Fixtures shall be cleaned and all debris and dirt removed. All stickers, labels etc. shall be removed
with hot water. Cold water shall be let in each fixture individually. The fixtures shall then be observed
for any leakage or drip at inlet and outlet connections. The rate of flow for each fixture shall be
adjusted by control valves. All defective part shall be replaced and retested.

After commissioning of the cold water system, water heaters shall be charged with hot water. After
expelling all air in the system by allowing the water to flow through the tap for sometime, the heaters
shall be switched on. Each heater shall be observed for any leakage leakages and its thermostatically
controlled operations. If necessary, thermostats shall be reset and any leakage or defects in the
heater repaired or replaced.

On satisfactory testing and commissioning of the fixtures, the Contractor shall clean all fixtures and
accessories by a suitable detergent and hand over the bathroom in an absolutely clean and usable
condition.

The Contractor shall remove all debris, dirt and surplus materials caused by the work. The system
shall be left complete and ready for use.
Procurement of Works| 106

Contents

Specification for Electrical Works:


1. General
2. System
3. Standards
4. Scope of Work
5. Rates
6. Quantities
7. Drawings
8. Shop Drawings
9. Sample
10. Location of Fixtures
11. Power Outlets
12. Ceiling and Wall Fans
13. Exhaust Fan
14. Light fixtures
15. Main Distribution Board
16. Sub-Distribution Boards (SDB)
17. Underground cable
18. Steel tubular Poles
19. Earthing
20. Relevant Standards
21. Abbreviation used
22. Wiring and Conducting
23. Wiring and Conducting
24. Standard Make
25. Testing Before Installation
26. Completion tests
27. As-Installed Drawing
28. List of Approved Electrical Materials and Manufactures
Procurement of Works| 107

Specification For Electrical Works

C Electrical Works:

1. General: All electrical works related to this Project shall be carried out with the highest degree of
technical quality and workmanship accepted for this category of work. Special attention shall be given
to rigorous application of safety codes and accepted practices so that with the completed works,
operation of electrical services may add to the overall efficiency of functions to be performed within
the premises without in any way detracting from the safety aspects required within the premises.

Installation of electrical service shall be undertaken in a safe, simple systematic and orderly fashion
giving attention to labeling of circuits, color codes and numbering of cables so that the completed
installation can be effectively maintained by personnel with nominal understanding of electrical
engineering.

2. System:
Electrical power within the premises will be available at 400 V, 3 phases four-wire ac or 230 V single
phase two-wire ac, 50 HZ directly from the power utility supply lines.

3. Standards:
Where not specified within this Specification, all materials and workmanship used in the installation
works shall be in accordance to the latest edition of the related Indian Standard Specification (IS: 732-
Code of practice of Electrical Wiring Installation- System Voltage not exceeding 650 V) or equivalent.

Notwithstanding the stipulation of above Standards, local electrical coded for electrical services in
buildings, where such exist, shall also be followed. Adequate consideration shall also be given to
compliance of the equipment and works with local environmental conditions such as temperature,
altitude, humidity, dust, vermin, attitude of personnel who will occupy the premises etc.

4. Scope of Work:

The scope of works generally requires.

a. The supply and delivery of all required materials, fixtures, electrical equipment and
appliances:

b. Setting, wiring, fixing and electrical installation of all required materials, fixtures, electrical
equipment and appliances. Testing and commissioning of the entire electrical installation;
and

c. Any other required works.

The works undertaken shall be fully co-ordinate with the civil works so that all electrical works are set
and finished in conformity with the building structural and architectural works. The work schedule
shall also be co ordinate so that no components of work schedules are interrupted owing to defective
programming. Works to be undertaken are categorized under the following major sections:

a. Laying of electrical PVC duct, outlet boxes, pull boxes and accessories required for the
electrical wiring of the system;

b. Wiring in surface installed PVC duct to achieve desired electrical sub circuits for the given
electrical layout;
Procurement of Works| 108

c. Installation of and termination of wiring to light fixtures, ceremonial lights, outdoor lights
signs, power outlets, ceiling fans, controlling switches, exhaust fans etc.

d. Installation of mains and sub mains cable from the utility LV takes –off terminal (or the sub
station to the main switchboard and from the main switchboard to distribution panels;

e. Installation of the main switchboard and distribution panels;

f. Installation of earth electrode; and

g. All other work required including testing, commissioning etc.

Works indicated shall include all civil and electrical works required to achieve a satisfactory electrical
installation, whether or not such are specifically outlined in the Specifications. The entire installation
shall be suitable for a three phase, four wires or single –phase two wire or single-phase two-wire
system (i.e. 400/230 V, 50 HZ AC).

The BOQ, Specification and the drawings will describe the total scope of the work.

5. Rates:

The rate quoted in the tender shall include all charges of materials, installation, testing,
commissioning, labor, tools and equipment, shed for material store, transferring all materials from
place of availability to the site, all taxes, contingencies, breakage, wastage and maintenance of
installation for one year. The rate in the original contract shall determine the values of the extra work
where such extra work is of similar nature, the rate for the same shall be determined prior to the
execution of work and approved by the Engineer / Client.

6. Quantities:
All quantities mentioned in the bill of Quantities are not actual and the Contractor will get payment
according to measurement of actual work quantities. The Schedule of Quantities is liable to alteration
by deletion or addition as required.

7. Drawings:
The drawings provided are design drawings and generally are diagrammatic. They do not show offset,
bends, pull box, which may be required for the installation. The contractor shall follow the Drawings
as closely as possible and shall provide necessary bends, pull box etc. The contractor shall prepare
and submit for approval detailed shop drawings of all installations not detailed on the Drawings
provided. Some modifications in design, drawing can be done during the construction time in order to
overcome practical difficulties provided the modification is approved by the Engineer.

Prior to commencing the electrical works, the Contractor shall provide to the Engineer a set of
drawings to the scale 1:50 showing detailed conduit layout and wiring drawings showing all details
such as the route and size of the conduit, number and size of cables in the conduit, location of outlets
boxes, openings or duct outlets in civil works if required, routing and dimensions of cable trenches
etc.

This drawing shall be prepared in complete co-ordination with and understanding of the civil and
architectural works, which will actually be undertaken. The drawing shall be immediately modified
and approved if any changes in design are undertaken and a record of such amendments shall be
kept. A set of the updated and approved Drawings shall be available at the site at all times for
inspection by the Engineer.

8. Shop Drawings:
Prior to commencing procurement, the contractor shall submit for approval, shop drawings showing
layout, dimensions, materials use, standards specified for the fabrication or procurement of items
Procurement of Works| 109

such as the main switchboard, distribution panels and other items for which custom design is
necessary.

9. Sample:
Prior to commencing procurement, the contractor shall submit for approval technical description,
related catalogue/brochures and a sample item each of all cable, conduit, accessories, switches,
power outlets, lamps, fluorescent tubes, fixtures etc. which are to be procured and installed.

10. Location of Fixtures:


Location of conduit, fixtures, switches, outlets, distribution boards and other electrical equipment and
appliances shall generally be in accordance with the specification and mounting heights and location
details mentioned herein. Notwithstanding the guidelines given in the Drawings and Specifications,
the location of all electrical items, equipment and appliances in the buildings shall be approved by the
Engineer prior to commencement of electrical installation works.

11 Power Outlets:
Power outlets conforming ti IS: 1293-1977 shall be three-pin switch socket rated at 5/15 A, single
phase. The outlets shall have an earth connection. Safety features shall be incorporated to ensure
that when any appliance is plugged in, its earth continuity is first maintained prior to mating of the
phase and neutral pins. Additional safety features shall include shutters, illuminated indicators and
shrouded terminals. High –grade brass sheet metal contact tubes shall ensure tight, spark –free
contacts with mating plugs.

Controlling switches shall have high current capacity silver and silver cadmium oxide contacts, bounce
free snap action, wiping action and making and breaking mechanism with minimum arching.

All electrical parts shall be enclosed in a sturdy porcelain or thermoplastic housing. The power outlets
shall be preferably being screwed into the junction box through a meyal mounting plate. The cover
plate over the switch socket assembly shall be of brass screwed onto the metal frame.

The outlets shall be flush mounted by means of recessed junction boxes, which have been fabricated
precisely for the fixture dimensions. Such boxes shall be constructed of sturdy galvanized sheet steel
and shall feature conduit knockouts on all sides. Rubber gaskets shall be provided along the
knockouts through which conduit will enter so that a water weight continuity of electrical installation
is maintained.

12. Ceiling and Wall Fans:


Ceiling and wall fans of an approved manufacture shall be of the type and sweep diameter as shown
in the drawings. Fan regulators shall be electronic light dimmer for continued speed control. Ceiling
fans shall be suspended from the ceiling on J-hooks, which are bonded to reinforcement rods of
ceiling structural works.

13. Exhaust fans:


Heavy duty exhaust fans of an approved manufacture shall be of approximately 250mm diameter
sweep, integral metal units suitable for installation in walls or single or double pane windows and
shall feature two speed push –button type selectors. The fans shall be capable of delivery rate of not
less than 700-meter cube per hour at 1200 rpm. A stainless steel louvered shutter shall be provided to
close off the fan opening. The fans shall be connected in 3-pin switch socket outlet.

14. Light fixtures:


Incandescent and fluorescent light fixtures shall be supplied and installed as shown in the drawings.
Major types of fixtures are briefly described below. All fixtures described shall be of an approved
manufacturer indicated in the drawing or Bill of Quantities. If fixtures of an alternate manufacture are
offered, sufficient testimony must be provided to substantiate its quality with the product
recommended.
Procurement of Works| 110

a. Fluorescent fixtures shall generally be surface mounted with 1*18 W, 4*18W, 1*36 W or 2*36 W
energy efficient TLD fluorescent tubes with good color rendering qualities with sturdy, corroding free
metal body and mounting channel with required type of reflectors, diffusers or optical assemblies.
High quality, low glow, high accuracy current set ballast with copper windings. High quality starters
shall be of an approved manufacturer capable of generating adequate voltage to quickly ignite the
type of tube used. A glow switch and a radio interference suppresser capacitor shall be built into the
starter assembly, which shall be mounted from high quality white polycarbonate canister with good
insulation characteristics.

b. Ceiling incandescent luminaries in single or multi configuration shall generally be 250mm diameter
opal glass or clear glass spheres with even light diffusion characteristics housed in a non –corrosive
sturdy spun metal body. A 60W incandescent lamp shall be used with such fixtures.

c. Incandescent wall fixtures shall general be decorative light fixtures compatible with interior décor.
The fixtures shall have one or two 60 W lamps as shown in the drawings. Generally the light diffuser
shall be 250mm, diameter high quality spherical opal glass or clear glass with even light diffusion
characteristics. The housing shall be of sturdy non-corrosive spun metal (brass or stainless steel)
d. Light fixtures used for outdoor application either as post –top lanterns, street lights, recessed fixtures
for all brackets shall be integrally weatherproof with rubber gasket or other approved means to
exclude entry of water.

Where PTLs or streetlights have to be installed outdoors these shall be fitted with high-pressure
sodium vapor lamps and mounted on specified galvanized steel tubes finished with anti-corrosive
paint. Erection works shall include the construction of adequate foundation block in cement concrete
for these poles. Wiring to the outdoor units shall be in specified size unarmed twin –core PVC
insulated and sheathed cable. Lights in each circuit shall be controlled by photoelectric switches set to
switch on and switch off the lights on predetermined ambient light conditions.

e. Festival lights for use during ceremonial occasions shall feature 25W colored pygmy lamps of assorted
colors spaced at 500 mm intervals and fitted to weatherproof lamp holders which are installed
inconspicuously onto the building surface and wired through PVC conduit.

f. Sign lights to provide guidance to personnel and functions within the premises (e.g. parking, exit etc.)
shall be fabricated of sturdy sheet steel housing with 2mm thick translucent acrylic plastic screens
fixed to the metal housing with aluminum angles. Sign letters also made of colored acrylic plastic
2mm thick and not less than 100mm in height shall be glued to the main screen. Illumination shall be
provided by a minimum of 1*18 W fluorescent luminary installed within the housing.

All metal parts of light fixtures installed within the premises shall be effectively earthed.

15. Main Distribution Board:

15.1 The Main distribution board shall be indoor type, totally enclosed made from 14 SWG heavy gauge
mild steel sheet, dust and vermin proof suitable for wall mounting. The steel sheet should undergo
acidulation and phosphatation process before two coats of red oxide primer are applied, then two
final coats of steel gray enamel paint shall be applied.

15.2 The bus bar shall be tinned and made from high conductive electrolytically pure copper bar strips of
sufficient cross sectional area so that maximum current density of 1.2 amps per sq.mm shall not be
exceeded. The neutral bus bars shall not be less than 50% of the phase bus cross section. The bus bars
shall be sufficiently supported by insulator so that insulation resistance shall not be less than 20 mega
ohms.

15.3 Arrangement shall be made at the bottom of the control panel for receiving incoming cable. Space for
outgoing cables shall be properly designed as per requirement of individual buildings.
Procurement of Works| 111

15.4 The interconnection of cable to the bus bars, MCCB shall be done with heavy –duty crimping type
chromium plated brass double compression cable shoe of suitable size.

15.5 The MCCBs shall have a breaking capacity of 15 KA at 380 V or higher at 415 volts for incoming as well
as for outgoing circuits. The circuit breaker shall be operated by a toggle type handle and shall have a
quick make, quick break trip free mechanism. The circuit breaker shall be of inverse time and
instantaneous trip type, with static trip release. A push trip shall be provided on the cover to test the
MCCB mechanically. The 'on' 'off' and 'trip' positions shall be clearly marked on the enclosure.
15.6 the connections from bus bars to the incoming as well as outgoing MCCBs shall be done by copper
strips of suitable cross section.

15.7 All the contact surfaces in copper bus bars and strips shall have coating of silver by brazing.

16. Sub-Distribution Boards (SDB):

Sub distribution board shall be made compact with 18 SWG mild steel sheet cubical concealed type/
surface types with double cover having locking arrangement. The mild steel sheet shall be painted
with two coats of red oxide primer, and the two final coats of steel gray color enamel. The bus bar
used shall be made from highly conductive electrolytically pure copper bar strips of sufficient cross
sectional area so that maximum current density of 1.2 AMp/sqmm shall not be exceeded. Neutral bus
bar shall not be less than 50% of the phase bus cross section. The interconnection of cable inside SDB
shall be done with crimping type cable shoe of appropriate size. The incoming MCCB shall have
breaking capacity of 15K.A at 380 V or higher at 415 volts and the outgoing MCBs shall have breaking
capacity of 10 KA or higher.

Distribution boards shall be complete with:

a. Appropriately rated tinned copper bus bars;


b. Neutral link and earth terminal
c. Labeling of circuit breakers;
d. Clearly printed schedule of circuits; and
e. Hinged front cover with locking device;

17 underground Cable:
The underground LT cable leading to the MDB of each building shall be laid in a trench 3 ft. from the
general ground level. The bottom of the trench shall be leveled and the brick trench shall be made in
cement mortar as per the drawing. The cable shall be laid on a 2" bedding of fine chemically inert sand.
Mechanical protection shall be given with single layer of well – burnt bricks on the top, with the inside
cavity being filled with sand so that at least 2" layer of sand remains on the top of the cable. Backfilling
shall be done with well-rammed and watered earth. Whenever cable run through. Enter the building,
crosses roads or drains, GI sleeves pipes of approved diameter shall be provided.

18. Steel Tubular Poles:


The steel tubular poles for LT lines shall confirm to IS 2713 (part I&II) 1980. The poles shall be swaged
type and made from steel having breaking load of 451 kg. The 9m LT pole shall corresponds to 410 SP
32 type. The dimension of the pole shall be as described below. The pole shall be complete with 6mm
thick 300 mm& 300mm mild steel base plate welded at the larger end. The poles shall be painted
throughput inside with a bituminous preservative compound and outside shall be painted with a coat
of red oxide primer and two coats of aluminum paint. At the bottom of the pole 2m coal tar varnish
shall be painted over the outer surface.

Dimension of 9m high steel tubular poles:


Bottom section-127 mm-outer dia, 4.5 mm thick, 5m lengths
Middle section – 108 mm outer dia, 3.65 mm thick, 2m lengths
Top section -76 mm outer dia, 3.25 mm thick, 2m lengths.
19. Earthing:
Procurement of Works| 112

Earthing shall be carried out as per the drawing with 600 mm *600mm * 3.147mm copper plate. The
earth resistance of the earthing electrode shall not exceed 4 ohms. Separate earth electrodes shall be
provided for each building.

20. Relevant Standards:

Following Specifications and Codes or their latest revisions shall apply under all circumstances:

1 Low voltage Moulded Case Circuit Breaker-IS 2516, 1977


2 Transformer IS 2026,1962
3. Earthing IS 3043, 1966
4. Wiring Installation IS 732, 1963
5. PVC cable IS 1554, 1964
6. Distribution Boards IS 2675, 1966
7 Bus bars and bus chambers IS 375, 1963

21. Abbreviation used


LT -Low tension
HT -High tension
AC -Alternating Current
MDB -Main Distribution Board
DB -Distribution Board
KV -Kilo Volt
KVA -Kilo Volt Amp
KA -Kilo Amp
PVC -Poly Vinyl Chloride
SWG -Standard Wire gauge
IS -Indian Standard
TPN -Three Phase Neutral
DP -Double Pole
MCB -Miniature Circuit Breaker
MCCB -Moulded Case Circuit Breaker

22. Wiring and Conducting: (Concealed)

22.1 All wiring and conducting of cables shall be concealed inside ceiling slab and wall.

22.2 All the wiring conductors shall be of soft drawn annealed copper with PVC insulation rated for 400
Volts. The cable shall be drawn in HDPE conduits of size mentioned in the BOQ. The minimum wall
thickness of HDPE conduit shall be 2mm.

22.3 Maximum 4 nos of 3/22 HDPE insulated copper wire along with an earth wire shall be allowed
through a 16 mm internal dia HDPE conduit and maximum of 2 nos 7/22 PVC insulated copper wire
along with an earth wire shall be allowed through the same.

22.4 All HDPE conduits shall be single length without joint except in the junction box and pull box. Single
conduit length above 15m shall be provided with a conveniently located pull box. Pull box also shall
be provided at sharp bends of conduit.

22.5 All wiring conductors shall be single length without joint except in the junction box. No joint shall be
allowed in the pull box.

22.6 PVC insulated wire of different colors shall be used so that phases and neutral wires can be
distinguished.
Procurement of Works| 113

22.7 Junction box for branch circuit shall not be less than 6" *4" *2" made of 18 SWG GI metal sheet. The
box shall be installed 180 mm below the ceiling and shall be covered by 18 SWG GI metal sheets. The
box shall be installed 180mm below the ceiling and shall be covered by 18 SWG 8"*6" GI metal plate
painted with enamel of color matching with the wall . The minimum thickness of the plate shall be
2mm.

22.8 The metal box for switch and socket shall be made of 18 SWG metal sheets.

22.9 Interconnection of wire inside the junction box shall be done with 15 Amp Bakelite wire connector

22.10 Centering outlet points shall be checked prior to the RCC casting work as no alteration can be made
after completion of RCC casting.

22.11 Hooks for ceiling shall be installed prior to the RCC casting.

23. Wiring and Conducting (Surface wiring)

23.1 All wiring shall be passed through the PVC wiring duct of appropriate size fixed on wall/ceiling. The
PVC duct shall have top covering. The wall thickness of the duct shall be 1.5mm or more.

23.2 All wiring conductor shall be soft drawn annealed copper with PVC insulation rated for 400 volts.

23.3 3/22 PVC insulated copper wire shall be used for light point wiring and 7/22 PVC insulated copper
wire shall be used for power socket point wiring.

23.4 the wiring conductor shall be single length without joint except in the junction box.

23.5 Junction box for branch circuit shall not be less then 6"*4"*2" made from 18 SWG GI sheet. The box
shall be painted with two coats of red oxide and two final coats of white enamel from outside as per
drawings.

23.6 The interconnection of wire inside the junction box shall be done with 15 AMP Bakelite wire
connector.

23.7 The PVC duct shall be fixed on the wall / ceiling by using flat head self screw with plastic grip at an
interval of 30 cm.

23.8 Hooks for ceiling shall be installed prior to the RCC casting.
24. Standard Make:
PANELS BYS, HYJON ELECTRICALS
MCCB Mitsubishi New PSS series>15 KA NF Model
MCB ABB
Wiring cable Janta/Prakash Cable/trishakti
Light switch Clipsal
Switch Socket Clipsal
Fluorescent tube light fixture Philips
Power Cable Janta/Prakash/trishakti
Ceiling Fan/Exhaust fan Usha/Crompton/bajaj/Khaitan
Incandescent Lamp Fixture Decon/Crystal

25. Testing before installation


The following equipments and materials shall be tested before installation
- Underground cable
- MCCB
- MCB

The insulation resistance for underground cable shall be 20 mega ohms or more
Procurement of Works| 114

26. Completion Tests:


After completion of work, following tests shall be performed before commissioning the system.

26.1 Testing Insulation Resistance between Line and Earth:

The insulation resistance between a line and earth shall be checked by a 500 Volt megger. The phase
conductor is connected to the terminal marked "Line" on the megger and terminal marked "Earth" is
connected to the earth continuity conductor or an efficient earth. This test shall be performed with all
fuse links in place, alls witches "on" and all lamps in position. The result must not be less than 50
mega ohms divided by number of outlets. The test shall be performed for all outgoing circuits of main
control panel, Feeder Post, MDB and DB.

26.2 Testing Insulation Resistance Between Line to Line:


The test shall be performed with all lamps removed and all switches "ON". The result must not be
again less than 50mega ohms divided by numbers of outlet. The test shall be performed for all
outgoings circuits of main control panel, feeder post, MDB and DB.
26.3 Test should make to verify that all single pole switches are on phase conductor and not on the natural
o earth conductor.
If the above results tests are not satisfactory, the contractor shall rectify the faults, at his own cost
until the require results are obtained. These tests shall be carried out, without any change, by
contractor in the presence of the Engineer's Representative.
27. As –installed drawings
After all tests on the completed installation have been approved, the contractor shall submit two
copies along with the original set of as installed Electrical Drawings in hard –bound covers for
subsequent maintenance and operation. These shall clearly indicate:
a. Conduit runs and sizes with the number and size of cables enclosed in the conduit and the
location of intermediate conduit accessories such as pull boxes, outlets etc.
b. Distribution patterns and circuits in main and sub distribution and the controlling switchgear.
c. Location of earth stations and conductors.
d. Location of all electrical appliances, equipments and components
e. Underground and over-head cables routes, sizes, cable trays and ducts provided.

28. List of Approved Electrical Materials and Manufacturers

1 Panels -national Electric, Balaju Electro LTD


2 Fluorescent light fixtures -Philips
3 Decorative light fixtures -Crystal, Decon or client suggested brand, model
4 MCCB -Mitsubishi (Japan) PSS New series
5 MCB -Mitsubishi (Japan) ABB
6 Sockets and switches -Clipsal
7 Exhaust Fans -Crompton Greaves, Bajaj, Usha
8 PVC cables -Prakash, Janta
9 Power cables -Gloster, INCAB, Prakash
10 Telephone socket -Clipsal
11 Copper strip ` -Indian Origin
12 Wall Bracket -Indian or client suggested brand & model
13 Dome light ` - Indian or client suggested brand & model
14 External lighting -Crompton Greaves India/Philips.
Procurement of Works| 115

Drawings

Drawing is attached with this document.


Procurement of Works| 116

Supplementary Information

[Insert supplementary information if any]


Procurement of Works| 117

SECTION - VI
Bill of Quantities1

Notes for Unit Rate Contracts :


Objectives
The objectives of the Bill of Quantities are
(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the
periodic valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient
detail to distinguish between the different classes of Works, or between Works of the same nature
carried out in different locations or in other circumstances which may give rise to different
considerations of cost. Consistent with these requirements, the layout and content of the Bill of
Quantities should be as simple and brief as possible.

Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of
measurement which have been adopted in the preparation of the Bill of Quantities and which are to
be used for the measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those parts
of the Works which by nature, location, access, timing, or any other special characteristics may give
rise to different methods of construction, or phasing of the Works, or considerations of cost. General
items common to all parts of the works may be grouped as a separate section in the Bill of
Quantities.

Day work Schedule


A Day work Schedule should be included only if the probability of unforeseen work, outside the items
included in the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of
rates quoted by the Bidders, the Day work Schedule should normally comprise the following:

1
In lump sum contracts, delete “Bill of Quantities” and replace with “Schedule of Activities” throughout this
section.
Procurement of Works| 118

(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work
rates or prices are to be inserted by the Bidder, together with a statement of the conditions
under which the Contractor will be paid for work executed on a day work basis.

(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as
bid. The rate to be entered by the Bidder against each basic Day work item should include the
Contractor’s profit, overheads, supervision, and other charges.

Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a
provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible
price increases should be provided as a provisional sum in the Summary Bill of Quantities. The
inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to
request periodic supplementary approvals as the future need arises. Where such provisional sums or
contingency allowances are used, the Contract Data should state the manner in which they will be
used, and under whose authority (usually the Project Manager’s).

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried
forward, with provisional sums for Day work, for physical (quantity) contingencies, and for price
contingencies (upward price adjustment) where applicable.

These Notes for Preparing Specifications are intended only as information for the Employer or the
person drafting the Bidding documents. They should not be included in the final documents.
Procurement of Works| 119

Preamble of Bill of Quantities

A. General
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General and
Special Conditions of Contract, Technical Specifications, and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to
provide a common basis for bidding. The basis of payment will be the actual quantities of work
ordered and carried out, as measured by the Contractor and verified by the Project Manager and
valued at the rates and prices bid in the priced Bill of Quantities, where applicable, and
otherwise at such rates and prices as the Project Manager may fix within the terms of the Contract.

3. For any item for which measurement is based on records made before or during construction the
records shall be prepared and agreed between the Engineer and the Contractor. Should the Contractor
carry out such work without the prior agreement of the Engineer, the Engineer may request the
Contractor to carry out investigations to confirm the extent of the work and the quantity of work
certified for payment shall be solely at the Engineer's discretion. The cost of any such investigation
shall be borne by the Contractor.

4. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided under
the Contract, include all construction equipment, labor, supervision, materials, erection,
maintenance, insurance, profit, taxes, and duties, together with all general risks, liabilities, and
obligations set out or implied in the Contract.

5. A rate or price shall be entered against each item in the priced Bill of Quantities, whether
quantities are stated or not. The cost of items against which the Contractor has failed to enter a rate
or price shall be deemed to be covered by other rates and prices entered in the Bill of Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in the Items
provided in the priced Bill of Quantities, and where no Items are provided, the cost shall be
deemed to be distributed among the rates and prices entered for the related Items of Work.

7. General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities. The Specification Clause references where given in the item description of the Bills of
Quantities are for the convenience of bidders and generally refer to the principal relevant-
specification clause but do not necessarily represent the whole of the specification requirements for
the work required within the item. The presence of a Specification clause reference shall not in any
way reduce the Bidders obligation to complete work in accordance with all the requirements of the
Specification.

8. Provisional Sums included and so designated in the Bill of Quantities shall be expended in whole
or in part at the direction and discretion of the Project Manager in accordance with the Conditions
of Contract.

9. The method of measurement of completed work for payment shall be in accordance with the
Specifications.

10. The abbreviations and symbols used in this Bill of Quantities are:
[Insert as applicable]
Procurement of Works| 120

B. Day work Schedule

a) General
1. Work shall not be executed on a day work basis except by written order of the Project Manager.
Bidders shall enter basic rates for day work items in the Schedules. These rates shall apply to any
quantity of day work ordered by the Project Manager. Nominal quantities have been indicated against
each item of day work, and the extended total for day work shall, be carried forward as a Provisional
Sum to the Summary Total Bid Amount. Unless otherwise adjusted, payments for day work shall be
subject to price adjustment in accordance with the provisions in the Conditions of Contract.
b) Day work Labor
1. In calculating payments due to the Contractor for the execution of day works, the hours for labor will
be reckoned from the time of arrival of the labor at the job site to execute the particular item of day
work to the time of departure from the job site, but excluding meal breaks and rest periods. Only the
time of classes of labor directly doing work ordered by the Project Manager and are competent to
perform such work will be measured. The time of gangers (charge hands) actually doing work with
the gangs will also be measured but not the time of foremen or other supervisory personnel.
2. The Contractor shall be entitled to payment in respect of the total time that labor is employed on day
work, calculated at the basis rates entered by it in the " SCHEDULE OF DAY WORK RATES: 1.
LABOR". The rates for labor shall be deemed to cover all costs to the Contractor including (but not
limited to) i) the amount of wages paid to such labor, transportation time, overtime, subsistence
allowances, ii) any sums paid to or on behalf of such labor for social benefits in accordance with
Nepal law, iii) Contractor's profit, overheads, superintendence, liabilities and insurance and iv)
charges incidental to the foregoing.
c) Day work Equipment
1. The Contractor shall be entitled to payments in respect of Constructional Plant already on site and
employed on day work at the basis rental rates entered by him in the “SCHEDULE OF DAY WORK
RATES:2 EQUIPMENT ”. The said rates shall be deemed to include due and complete allowance for
depreciation, interest, indemnity and insurance, repairs, maintenance, supplies, fuel, lubricant, and
other consumables and all overhead, profit and administrative costs related to the use of such
equipment. The cost of drivers, operators and assistants also shall be included in the rate of the
equipment and no separately payment shall be made for it.
2. In calculating the payment due to the Contractor for Constructional Plant employed on day work, only
the actual number of working hours will be eligible for payment, except that where applicable and
agreed with the Project Manager, the travelling time from the part of the Site where the Construction
Plant was located when ordered by the Project Manager to be employed on day work and the time for
return journey there to shall be included for payment.
d) Day work Materials
1. The Contractor shall be entitled to payment in respect of materials used for day work (except for
materials for which the cost is included in the percentage addition to labor costs as detailed
heretofore), at the rates entered by him in the "SCHEDULE OF DAY WORK RATES: 3
MATERIALS" and shall be deemed to include overhead charges and profit as follows;
(i) the rates for materials shall be calculated on the basis of the invoiced price, freight, insurance,
handling expenses, damage, losses, etc. and shall provide for delivery to store for stockpiling at
the Site.
(ii) the cost of hauling materials for use on work ordered to be carried out as day work, from the store
or stockpile on the Site to the place where it is to be used also shall be include in the same rate.
Procurement of Works| 121

Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a
provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price
increases should be provided as a provisional sum in the Summary Bill of Quantities. The inclusion
of such provisional sums often facilitates budgetary approval by avoiding the need to request periodic
supplementary approvals as the future need arises. Where such provisional sums or contingency
allowances are used, the SCC should state the manner in which they will be used, and under whose
authority (usually the Project Manager’s).

The estimated cost of specialized work to be carried out, or of special goods to be supplied, by other
contractors should be indicated in the relevant part of the Bill of Quantities as a particular provisional
sum with an appropriate brief description. A separate procurement procedure is normally carried out by
the Employer to select such specialized contractors. To provide an element of competition among the
Bidders in respect of any facilities, amenities, attendance, etc., to be provided by the successful Bidder as
prime Contractor for the use and convenience of the specialist contractors, each related provisional sum
should be followed by an item in the Bill of Quantities inviting the Bidder to quote a sum for such
amenities, facilities, attendance, etc.
Procurement of Works| 122

Provision Sum
Provision Sum
S.No. Description of works Quantity Unit Claimed Amount Remarks
Rate
In figure In words

Insurance premium for the work, Plant and materials


damage for contract work for all risk including Riot,
A. Strike, Damage, malicious damage and terrorism for Ps 1 70000 Seventy Thousand 70000
contract work of Rs 1.40K for 0.50 years +1 year
maintenance period

Insurance premium for the insurance of owner and


Eighteen Thousand,
consultant staff (Unnamed) Rs. 10,00,000.00 per
B Ps 1 18762 Seven Hundred and Sixty 18762
person for 10 person with unlimited number of Two
occurrences per annum.
Five Thousand Two
Insurance Premium for construction, equipment and
C Ps 1 5287 Hundred and Eighty 5287
machine with value for Rs. 20,000,00 for 0.50 years Seven

Insurance Premium for third party liability personnel Fourteen Thousand One
D only per person rs. 5,00,000.00 for 10 person for Ps 1 14178 Hundred and Seventy 14178
0.50 years. Eight

Sub Total Of Provisional item Rs. 108227


Part A Painting of Garage Building and other civil works

Name Of Contractor:

Sign and Seal:


Procurement of Works| 123

Bill of Quantities

Bill of Quantities of this package is available in online system with this bid.
Procurement of Works| 124

Part - III

CONDITIONS OF CONTRACT
AND CONTRACT FORMS
Procurement of Works| 125

SECTION - VII

General Conditions of Contract

[Name of Employer]

[Name of Contract]
Procurement of Works| 126

General Conditions of Contract

A. General
1. Definitions 1.1 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 23.2 hereunder.
(d) Bill of Quantities means the priced and completed Bill of
Quantities forming part of the Bid.
(e) Compensation Events are those defined in GCC 42
hereunder.
(f) The Completion Date is the date of completion of the
Works as certified by the Project Manager, in accordance
with GCC 53.1.
(g) 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 2.3 below.
(h) The Contractor is the party whose Bid to carry out the
Works has been accepted by the Employer.
(i) The Contractor’s Bid is the completed bidding document
submitted by the Contractor to the Employer.
(j) The Contract Price is the Accepted Contract Amount stated
in the Letter of Acceptance and thereafter as adjusted in
accordance with the Contract.
(k) Days are calendar days; months are calendar-months.
(l) Day works are varied work inputs subject to payment on a
time basis for the Contractor’s employees and Equipment, in
addition to payments for associated Materials and Plant.
(m) A Defect is any part of the Works not completed in
accordance with the Contract.
(n) The Defects Liability Certificate is the certificate issued by
Project Manager upon correction of defects by the Contractor.
(o) The Defects Liability Period is the period calculated from
Procurement of Works| 127

the Completion Date where the Contractor remains


responsible for remedying defects.
(p) Drawings include calculations and other information
provided or approved by the Project Manager for the
execution of the Contract.
(q) The Employer is the party who employs the Contractor to
carry out the Works, as specified in the SCC.
(r) Equipment is the Contractor’s machinery and vehicles
brought temporarily to the Site to construct the Works.
(s) Force Majeure means an exceptional event or circumstance:
which is beyond a Party's control; which such Party could not
reasonably have provided against before entering into the
Contract; which, having arisen, such Party could not
reasonably have avoided or overcome; and, which is not
substantially attributable to the other Party.
(t) The Initial Contract Price is the Contract Price listed in the
Employer’s Letter of Acceptance.
(u) 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 SCC.
The Intended Completion Date may be revised only by the
Project Manager by issuing an extension of time or an
acceleration order.
(v) Letter of Acceptance means the formal acceptance by the
Employer of the Bid and denotes the formation of the contract
at the date of acceptance.
(w) Materials are all supplies, including consumables, used by
the Contractor for incorporation in the Works.
(x) Party means the Employer or the Contractor, as the context
requires.
(y) SCC means Special Conditions of Contract
(z) Plant is any integral part of the Works that shall have a
mechanical, electrical, chemical, or biological function.
(aa) The Project Manager is the person named in the SCC (or
any other competent person appointed by the Employer
and notified to the Contractor, to act in replacement of the
Project Manager) who is responsible for supervising the
execution of the Works and administering the Contract.
(bb) Retention Money means the aggregate of all monies
retained by the Employer pursuant to GCC 46.1.
(cc) The Site is the area defined as such in the SCC.
(dd) Site Investigation Reports are those that were included in
the bidding documents and are factual and interpretative
Procurement of Works| 128

reports about the surface and subsurface conditions at the


Site.

(ee) Specification means the Specification of the Works


included in the Contract and any modification or addition
made or approved by the Project Manager.
(ff) The Start Date is given in the SCC. 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.
(gg) 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.
(hh) Temporary Works are works designed, constructed,
installed, and removed by the Contractor that are needed
for construction or installation of the Works.
(ii) A Variation is an instruction given by the Project Manager
which varies the Works.
(jj) The Works are what the Contract requires the Contractor to
construct, install, and turn over to the Employer, as defined in
the SCC.

2. Interpretation 2.1 In interpreting these GCC, singular also means plural, male also
means female or neuter, and the other way around. 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 SCC, 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) Contract Agreement,
(b) Letter of Acceptance,
(c) Letter of Bid,
(d) Special Conditions of Contract,
(e) General Conditions of Contract,
(f) Specifications,
(g) Drawings,
(h) Bill of Quantities (or Schedules of Prices for lump sum
contracts), and
Procurement of Works| 129

(i) Any other document listed in the SCC as forming part of


the Contract.

3. Language and Law 3.1 The language of the Contract and the law governing the Contract
are stated in the SCC.

1. Project Manager's 4.1 Except where otherwise specifically stated, the Project Manager
Decisions shall decide contractual matters between the Employer and the
Contractor in the role representing the Employer.

2. Delegation 5.1 The Project Manager may delegate any of his duties and
responsibilities to other people, except to the Adjudicator, after
notifying the Contractor, and may cancel any delegation after
notifying the Contractor.

3. Communications 6.1 Communications between parties that are referred to in the


Conditions shall be effective only when in writing. A notice
shall be effective only when it is delivered.

4. Subcontracting 7.1 Not Allowed

5. Other Contractors 8.1 The Contractor shall cooperate and share the Site with other
contractors, public authorities, utilities, and the Employer
between the dates given in the Schedule of Other Contractors,
as referred to in the SCC. The Contractor shall also provide
facilities and services for them as described in the Schedule.
The Employer may modify the Schedule of Other Contractors,
and shall notify the Contractor of any such modification

6. Personnel and Equipment 9.1 The Contractor shall employ the key personnel and use the
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 If the Project Manager asks the Contractor to remove a person
who is a member of the Contractor’s staff or work force, stating
the reasons, the Contractor shall ensure that the person leaves
the Site within seven days and has no further connection with
the work in the Contract.

7. Employer’s and 10.1 The Employer carries the risks which this Contract states are
Contractor's Risk Employer’s risks, and the Contractor carries the risks which
this Contract states are Contractor’s risks.

11. Employer’s Risks 11.1 From the Start Date until the Defects Liability Certificate has
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
Procurement of Works| 130

(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 Risks 12.1 From the Starting Date until the Defects Liability Certificate has
been issued, the risks of personal injury, death, and loss of or
damage to property (including, without limitation, the Works,
Plant, Materials, and Equipment) which are not Employer’s
risks are Contractor’s risks.

13. Insurance 13.1 The Contractor shall provide insurance in the joint names of
the Employer and the Contractor from the Start Date to the end
of the Defects Liability Period, in the amounts and deductibles
stated in the SCC 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;
(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 proportions of
Nepalese Rupees 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 affect the insurance
which the Contractor should have provided and recover the
Procurement of Works| 131

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 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 Investigation Reports 14.1 The Contractor, in preparing the Bid, shall rely on any
Site Investigation Reports referred to in the SCC,
supplemented by any information available to the Bidder.

15. Contractor to Construct 15.1 The Contractor shall construct and install the Works in
the Works accordance with the Specifications and Drawings.

16. The Works to Be 16.1 The Contractor may commence execution of the Works on the
Completed within intended Start Date and shall carry out the Works in accordance
Completion Date with the Program submitted by the Contractor, as updated
with the approval of the Project Manager, and complete them
within the intended Completion Date.

17. Design by contractor and 17.1 The contractor shall be responsible for the design of
Approval by the Project permanent works as specified in SCC.
Manager
17.2 Contractor shall be responsible for design of the Temporary
Works. The Contractor shall submit Specifications and
Drawings showing the proposed Temporary Works to the
Project Manager, for his approval.
17.3 All Drawings prepared by the Contractor for the execution
of the temporary or permanent Works, shall be subject to
prior approval by the Project Manager before their use.
17.4 The Project Manager’s approval shall not alter the Contractor’s
responsibility for design of temporary works.

18. Safety, Security and 18.1 The Contractor shall, throughout the execution, and
Protection of the completion of the works and remedying of any defects therein:
Environment
a. Have full regard for the safety of all persons entitled to be
upon the site and keep the site (so as the same is under his
control) and the works (so far as the same are not
completed or occupied by the Employer) in an orderly state
appropriate to the avoidance of danger to such persons.
b. Provide and maintain at his own cost all lights, guards,
fencing, warning signs and watching, when necessary or
required by the Project Manager or by any duly
constituted authority, for the protection of the Works of
for the safety and convenience of the public or others.
c. Take all reasonable steps to protect the environment on and
off the site and to avoid damage or nuisance to persons
or to property of the public or others resulting from
pollution, noise or other causes arising as a consequence
Procurement of Works| 132

of his methods of operation.


d. Ensure that any cut or fill slopes are planted in grass or other
plant cover as soon as possible to protect them from erosion.
e. Any spoil or material removed from drains shall be disposed
off to designated stable tipping areas as directed by the
Project Manager.
f. Shall not use fuel wood as a means of heating during
the processing or preparation of any materials forming part
of the works.
g. The Project Manager shall have the power to disallow
any working practice or activity of the Contractor or direct
that such practices or activities be modified should the
Project Manager consider, on the advice of the relevant
Government Departments, that the practices or activities
will be harmful to wildlife.
h. Provide on the Site such life saving apparatus as may
be appropriate and an adequate and easily accessible
first aid outfit or such outfits as may be required by
any government ordinance, factory act, etc., subsequently
published and amended from time to time.

19. Discoveries 19.1 Anything of historical or other interest or of significant value


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

20. Possession of the 20.1 The Employer shall give possession of all parts of the Site to the
Contractor. If possession of a part is not given by the date stated
Site
in the SCC, 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 Site 21.1 The Contractor shall allow the Project Manager and any person
authorized by the Project Manager 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, Inspections 22.1 The Contractor shall carry out all instructions of the Project
and Audits Manager which comply with the applicable laws where the
Site is located.
22.2 The Contractor shall permit the GoN/DP and/or persons
appointed by the GoN/DP to inspect the Site and/or the accounts
and records of the Contractor and its sub-contractors relating
to the performance of the Contract, and to have such accounts
and records audited by auditors appointed by the GoN/DP if
required by the GoN/DP. The Contractor’s attention is drawn to
Sub-Clause 58.2 which provides, inter alia, that acts intended to
materially impede the exercise of the GoN’s/DP’s inspection
and audit rights provided for under this Sub-Clause constitute a
Procurement of Works| 133

obstructive practice subject to contract termination.

23. Dispute Settlement 23.1 The Employer and the Contractor shall attempt to settle
amicably by direct negotiation any disagreement or dispute
arising between them under or in connection with the Contract.
23.2 Any dispute between the Parties as to matters arising
pursuant to this Contract which cannot be settled amicably
within thirty (30) days after receipt by one Party of the other
Party‘s request for such amicable settlement may be
referred to Arbitration within 30 days after the expiration of
amicable settlement period.

24. Appointment of the Not Applicable


Adjudicator/ DRC
Members

25 Procedures for Disputes 25.1 In case of arbitration, the arbitration shall be conducted in
accordance with the arbitration procedures published by the
Nepal Council of Arbitration (NEPCA) at the place given in the
SCC.

B. Time Control
26. Program 26.1 Within the time stated in the SCC, after the date of the
Letter of Acceptance, the Contractor shall submit to the
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 with those in the
Activity Schedule.
26.2 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.
26.3 The Contractor shall submit to the Project Manager for
approval an updated Program at intervals no longer than the
period stated in the SCC. If the Contractor does not
submit an updated Program within this period, the Project
Manager may withhold the amount stated in the SCC 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 a lump
sum contract, the Contractor shall Provide an updated Activity
Schedule within 15 days of being instructed to by the Project
Manager.
26.4 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.
Procurement of Works| 134

27. Extension of 27.1 The Project Manager shall extend the Intended Completion
Date if a Compensation Event occurs or a Variation is
the Intended
issued which makes it impossible for Completion to be
Completion Date achieved by the Intended Completion Date without the
Contractor taking steps to accelerate the remaining work,
which would cause the Contractor to incur additional cost.
27.2 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 at
least 7 days prior to the intended completion date. 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.

28. Acceleration 28.1 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.
28.2 If the Contractor’s priced proposals for acceleration are
accepted by the Employer, they are incorporated in the
Contract Price and treated as a Variation.

29. Delays Ordered by the 29.1 The Project Manager may instruct the Contractor to delay
Project Manager the start or progress of any activity within the Works.

30. Management Meetings 30.1 Either the Project Manager or the Contractor may require
the other to attend a management meeting. The business of
a management meeting shall be to review the plans for
remaining work and to deal with matters raised in accordance
with the early warning procedure.
30.2 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.

31. Early Warning 31.1 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
Procurement of Works| 135

by the Contractor as soon as reasonably possible.


31.2 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

32. Identifying Defects 32.1 The Project Manager shall check the Contractor’s work and
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.

33. Tests 33.1 If the Project Manager instructs the Contractor to carry out
a test not specified in the Specification to check whether any
work has a Defect and the test shows that it does, the
Contractor shall pay for the test and any samples. If there is
no Defect, the test shall be a Compensation Event.

34. Correction of Defects 34.1 The Project Manager shall give notice to the Contractor of
any Defects before the end of the Defects Liability Period,
which begins at Completion, and is defined in the SCC. The
Defects Liability Period shall be extended for as long as
Defects remain to be corrected.
34.2 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.

35. Uncorrected Defects 35.1 If the Contractor has not corrected a Defect within the
time 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

36. Contract Price 36.1 In the case of a Unit Rate contract, 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.
36.2 In the case of a lump sum contract, 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.
Procurement of Works| 136

37. Changes in the Contract 37.1 In the case of an Unit Rate contract:
Price
(a) If the final quantity of the work done differs from the
quantity in the Bill of Quantities for the particular item
by more than 25 percent, provided the change exceeds 2
percent of the Initial Contract Price, the Project
Manager shall adjust the rate to allow for the change.
(b) The Project Manager shall not adjust rates from changes
in quantities if thereby the Initial Contract Price is
exceeded by more than 10 percent, except with the prior
approval of the Employer.
(c) 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.
37.2 In the case of a lump sum contract, 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.

38. Variations 38.1 All Variations shall be included in updated Programs,


and, in the case of a lump sum contract, also in the Activity
Schedule, produced by the Contractor.

38.2 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 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.
38.3 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.
38.4 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.
38.5 The Contractor shall not be entitled to additional payment
for costs that could have been avoided by giving early
warning.
38.6 In the case of an Unit Rate contract, 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 37.1 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
Procurement of Works| 137

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.

39. Cash Flow Forecasts 39.1 When the Program, or, in the case of a lump sum contract,
the Activity Schedule, is updated, the Contractor shall
provide the Project Manager with an updated cash flow
forecast.

40. Payment Certificates 40.1 The Contractor shall submit to the Project Manager
monthly statements of the estimated value of the work
executed less the cumulative amount certified previously.
40.2 The Project Manager shall check the Contractor’s monthly
statement and certify the amount to be paid to the
Contractor within 30 days of submission by contractor.
40.3 The value of work executed shall be determined by the
Project Manager.
40.4 The value of work executed shall comprise:
(a) In the case of an Unit Rate contract, the value of
the quantities of work in the Bill of Quantities that
have been completed; or
(b) In the case of a lump sum contract, the value of
work executed shall comprise the value of completed
activities in the Activity Schedule.
40.5 The value of work executed shall include the valuation of
Variations and Compensation Events.
40.6 The Project Manager may exclude any item certified in a
previous certificate or reduce the proportion of any item
previously certified in any certificate in the light of later
information.

41. Payments 41.1 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 30 days of the date of each certificate. If the
Employer makes a late payment, the Contractor shall be
paid interest as indicated in the SCC 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.

41.2 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
Procurement of Works| 138

would have been certified in the absence of dispute.


41.3 Items of the Works for which no rate or price has been
entered in BOQ shall not be paid for by the Employer and

shall be deemed covered by other rates and prices in the Contract.

42. Compensation Events 42.1 The following shall be Compensation Events:


(a) The Employer does not give access to a part of the Site
by the Site Possession Date pursuant to GCC 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 Risks.
(k) The Project Manager unreasonably delays issuing a
Certificate of Completion.
(l) Force majeure events as determined by the Project
Manager.

42.2 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
Procurement of Works| 139

by how much the Contract Price shall be increased and


whether and by how much the Intended Completion Date
shall be extended.

42.3 As soon as information demonstrating 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.
42.4 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.

43. Tax 43.1 The Project Manager shall adjust the Contract Price if
taxes, duties, and other levies are changed between the
date 30 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 45.

44. Currency 44.1 The currency of Contracts shall be Nepalese Rupees.

45. Price Adjustment 45.1 Prices shall be adjusted for fluctuations in the cost of inputs
only if provided for in the SCC. 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.
45.2 Adjustment Formulate2: "The adjustment to the Interim
Payment Certificates in respect of changes in cost and
legislation shall be determined from separate formulae for
each of the types of construction work to be performed and
Plant to be supplied. The formulae will be of the following
general type:

2
For complex Works involving several types of construction work with different inputs, a family of
Formulae will be necessary. The various items of Day work may also require different formulae, depending on
the nature and source of the inputs
Procurement of Works| 140

Where:
pn is a price adjustment factor to be applied to the
amount for the payment of the work carried out in the
subject month, determined in accordance with Sub-Clause
41;
A is a constant, specified in the Bidding Forms- Table of
Price Adjustment data, representing the nonadjustable
portion in contractual payments;3
b, c, d, etc., coefficients representing the estimated
proportion of each cost element (labor, materials,
equipment usage, etc.) in the Works or sections thereof,
net of Provisional Sums, as specified in the SCC;
Ln, Mn, En, etc., are the current cost indices or reference
prices of the cost elements for month “n,” determined
pursuant to Sub-Clause 45.4, applicable to each cost
element; and
Lo, Mo, Eo, etc., are the base cost indices or reference
prices corresponding to the above cost elements at the date
specified in Sub-Clause 45.4

45.3 Sources of Indices and Weightings: The sources of


indices shall be those listed in the Bidding Forms- Table of
Price Adjustment data, as approved by the Project
Manager and stated in SCC. Indices shall be appropriate
for their purpose and shall relate to the Contractor’s
proposed source of supply of inputs on the basis of which
his Contract shall have been computed. As the proposed
basis for price adjustment, the Contractor shall have
submitted with his bid the tabulation of Weightings and
Source of Indices in the Bidding Forms, which shall be
subject to approval by the Project Manager.
45.4 Base, Current and Provisional Indices: The base cost
indices or prices shall be those prevailing on the day 30 days
prior to the latest date for submission of bids. Current
indices or prices shall be those prevailing on the day 30 days
prior to the last day of the period to which a particular Interim
Payment Certificate is related. If at any time the current
indices are not available, provisional indices as
determined by the Project Manager will be used, subject
to subsequent correction of the amounts paid to the
Contractor when the current indices become available.
45.5 Weightings: The weightings for each of the factors of
cost given in the Bidding Forms shall be adjusted if, in the
opinion of the Project Manager, they have been rendered
unreasonable, unbalanced or inapplicable as a result of
varied or additional work already executed or instructed
under Clause 38 or for any other reason.
45.6 Subsequent Legislation: If, after the date 30 days prior to
the latest date for submission of bids for the Contract, there
occur changes to any National Statute, Ordinance, Decree, or

3
Insert a figure for factor A only where there is a part of the Contractors’ expenditures which will not be subject
to fluctuation in cost or to compensate for the unreliability of some indices. A should normally be 0.15. The
sum of A, b, c, d, etc., should be one.
Procurement of Works| 141

other Law or any regulation or by-law of any local or other


duly constituted authority, or the introduction of any such
Statute, Ordinance, Decree, Law, regulation or by-law
which causes additional or reduced cost to the Contractor,
other than under the preceding sub-clauses of this clause, in
the execution of the Contract, such additional or reduced
cost shall, after due consultation with the Employer and
the Contractor, be determined by the Project Manager and
shall be added to or deducted from the Contract Price and
the Project Manager shall notify the Contractor
accordingly, with a copy to the Employer. Notwithstanding
the foregoing, such additional or reduced cost shall not be
separately paid or credited if the same shall already have
taken into account in the indexing of any inputs to the Price
Adjustment Formulae in accordance with the provisions of
Sub-Clauses 45.2

45.7 Where, price adjustment provision is not applicable pursuant


to Sub-clause 45.1 then the Contract is subject to price
adjustment only for construction material in accordance
with this clause. If the prices of the construction materials
stated in the contract is increased or decreased in an
unexpected manner in excess of ten (10%) percent in
comparison to the base price construction material
stated in Section –IV, Bidding Forms-Table of Price
Adjustment Data, then the price adjustment for the
increase or decrease of price of the construction material
beyond 10% shall be made by applying the following
formulas:
For unexpected increase in price
P =[R1 -(R0 ×1.10)]× Q
For unexpected decrease in price P
= [R1 -(R0 ×0.90)]× Q
Where:
“P” is price adjustment amount
“R1” is the present price of the construction material (Source
of indices shall be those listed in the Bidding forms)
“R0” is the base price of the construction material

“Q” is quantity of the construction material consumed in


construction during the period of price adjustment
consideration
If the Base price and source is to be proposed by the Bidder as
per the provision made in Section –IV, Bidding Forms-
Table of Price Adjustment Data then the Base price and
source filled by Bidder for the construction material
Procurement of Works| 142

stated in the Bidding Form shall be subject to the


approval of the Project manager and shall be as stated in
SCC..
45.8 The Price Adjustment amount shall be limited to a maximum
of the initial Contract Amount as specified in the SCC.
45.10 The Price Adjustment provision shall not be applicable
for delayed period if the contract is not completed in
time due to the delay caused by the contractor or the
contract is a Lump sum Contract or a Fixed Budget
Contract.

46. Retention 46.1 The Employer shall retain from each payment due to
the Contractor the proportion stated in the SCC until
Completion of the whole of the Works.
46.2 Upon the issue of a Defects Liability Certificate by the
Project Manager, in accordance with GCC 55.1, half the
total amount retained shall be repaid to the Contractor
and half when the Contractor has submitted the Tax
evidence document issued by the concerned Internal
Revenue Office that the contractor has submitted his
Income Returns . On completion of the whole works, the
Contractor may substitute retention money with an “on
demand” bank guarantee.

47. Liquidated Damages 47.1 The Contractor shall pay liquidated damages to the Employer
at the rate per day stated in the SCC 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 SCC. The Employer may deduct
liquidated damages from payments due to the Contractor.
Payment of liquidated damages shall not affect the
Contractor’s liabilities.
47.2 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
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.41

48. Bonus 48.1 The Contractor shall be paid a Bonus calculated at the
rate per calendar day stated in the SCC 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.
Procurement of Works| 143

49. Advance Payment 49.1 The Employer shall make advance payment to the
Contractor of the amounts stated in the SCC by the
date stated in the SCC, against provision by the
Contractor of an unconditional bank guarantee from 'A'
class commercial Bank in a form and by a bank acceptable
to the Employer in amounts 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.

49.2 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.
49.3 The advance payment shall be repaid by deducting
proportionate amounts, as stated in SCC, from payments
otherwise due 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.

50. Securities 50.1 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 SCC, by a ‘A’ class commercial bank acceptable
to the Employer, and denominated in Nepalese Rupees.
The Performance Security shall be valid until a date 30
days from the date of issue of the Defect Liability
Certificate in the case of a bank guarantee.
50.2 The performance security issued by any foreign Bank
outside Nepal must be counter guaranteed by an "A"
class commercial Bank in Nepal.

51. Day works 51.1 If applicable, the Day works rates in the Contractor’s Bid
shall be used for small additional amounts of work only
when the Project Manager has given written instructions
in advance for additional work to be paid for in that way.
51.2 All work to be paid for as Day works 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.
51.3 The Contractor shall be paid for Day works subject to
obtaining signed Day works forms.
Procurement of Works| 144

52. Cost of Repairs 52.1 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

53. Completion 53.1 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 work is
completed.

54. Taking Over 54.1 The Employer shall take over the Site and the Works
within seven days of the Project Manager’s issuing a
certificate of Completion.

55. Final Account 55.1 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 60 days of receiving the
Contractor’s account if it is correct and complete. If it is
not, the Project Manager shall issue within 60 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.

56. Operating and Maintenance 56.1 If “as built” Drawings and/or operating and maintenance
Manuals manuals are required, the Contractor shall supply them by
the dates stated in the SCC.
56.2 If the Contractor does not supply the Drawings and/or
manuals by the dates stated in the SCC pursuant to GCC
56.1, or they do not receive the Project Manager’s approval,
the Project Manager shall withhold the amount stated in
the SCC from payments due to the Contractor.
57.1 In no case, the Contractor shall terminate the Contract
57. Termination
unilaterally without duly notifying the Employer.

57.2 The Employer may terminate the Contract at any time if


the contractor;

a. does not commence the work as per the Contract,


b. abandons the work without completing,
c. fails to achieve progress as per the Contract.

57.3 The Employer or the Contractor may terminate the


Contract if the other party causes a fundamental breach of the
Contract.
Procurement of Works| 145

57.4 Fundamental breaches of Contract shall include, but shall


not be limited to the following:

(a) The Contractor uses the advance payment for matters


other than the contractual obligations,

(b) the Contractor stops work for 30 days when no stoppage of


work is shown on the current Program and the stoppage
has not been authorized by the Project Manager;
(c) the Project Manager instructs the Contractor to delay the
progress of the Works, and the instruction is not
withdrawn within 30 days;
(d) the Employer or the Contractor is made bankrupt
or goes into liquidation other than for a reconstruction or
amalgamation.
(e) a payment certified by the Project Manager is not paid by
the Employer to the Contractor within 90 days of the date
of the Project Manager’s certificate;
(f) 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;
(g) the Contractor does not maintain a Security, which is
required; and
(h) 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 SCC.
(i) If the Contractor, in the judgment of the Employer has
engaged in corrupt or fraudulent practices in competing for
or in executing the Contract, pursuant to GCC 58.1.

57.5 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 57.2 above, the Project Manager shall decide
whether the
breach is fundamental or not.

57.6 Notwithstanding the above, the Employer may terminate


the Contract for convenience.

57.7 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.

58. Fraud and Corruption 58.1 If the Employer determines that the Contractor has engaged
in corrupt, fraudulent, collusive, coercive or obstructive
practices, in competing for or in executing the Contract, then
the Employer may, after giving 15 days notice to the
Contractor, terminate the Contractor's employment under the
Contract and expel him from the Site.
58.2 Should any employee of the Contractor be determined to
have engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practice during the execution of the Works, then
Procurement of Works| 146

that employee shall be removed in accordance with Clause 9.


For the purposes of this Sub-Clause;
(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”5 is any act or omission,
including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party to
obtain a financial or other benefit or to avoid an
obligation;
(iii) “collusive practice”6 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”7 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
(aa) deliberately destroying, falsifying, altering
or concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a
investigation into allegations of a corrupt,
fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating
any party to prevent it from disclosing its
knowledge of matters relevant to the
investigation or from pursuing the investigation;
or
(bb) acts intended to materially impede the exercise
of the GON’s/DP’s inspection and audit rights
provided for under Sub-Clause 22.2.

59. Black Listing 59.1 Without prejudice to any other rights of the Employer under
this Contract, GoN, Public Procurement Monitoring Office
(PPMO), on the recommendation of procuring entity, may
blacklist a Bidder for its conduct for a period of one (1) to
three (3) years on the following grounds and seriousness of
the act committed by the bidder.
(a) if it is established that the Contractor has committed
substantial defect in implementation of the contract or
has not substantially fulfilled its obligations under the
contract or the completed work is not of the specified
quality as per the contract.

60. Payment upon Termination 60.1 If the Contract is terminated because of a fundamental
breach of Contract by the Contractor, the Project Manager
shall issue a certificate for the value of the work done and
Procurement of Works| 147

Materials ordered less advance payments received up to


the date of the issue of the certificate and less the
percentage to apply to the value of the work not
completed, as indicated in the SCC. 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.
60.2 60.2 If the Contract is terminated because of
fundamental breach of Contract or for any other fault by
the Contractor, the performance security shall be forfeited
by the Employer.
In such case, amount to complete the remaining works as
per the Contract shall be recovered from the Contractor
as Government dues.

5 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or
contract execution; and the “act or omission” is intended to influence the procurement process or contract
execution.
6 “parties” refers to participants in the procurement process (including public officials) attempting to establish
bid prices at artificial, non competitive levels.
7 a “party” refers to a participant in the procurement process or contract execution.

61. Property 61.1 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.

62. Release from Performance 62.1 If the Contract is frustrated by the outbreak of war or by 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.

63. Suspension of DP 63.1 In the event that the Donor Agency suspends the loan/
Loan/Credit/Grant credit/grant to the Employer from which part of the payments
to the Contractor are being made:
a. the Employer is obligated to notify the Contractor of
such suspension within 7 days of having received the
Donor Agency's suspension notice; and
b. if the Contractor has not received sums due him within the
30 days for payment provided for in Sub-Clause 41.1,
the Contractor may immediately issue a 15-day
termination notice.

64. Project Manager’s Duties 64.1 The Project Manager’s duties and authorities are restricted
Procurement of Works| 148

and Authorities to the extent as stated in the SCC.

65. Quarries and Spoil Dumps 65.1 Any quarry operated as part of this Contract shall be
maintained and left in a stable condition without steep slopes
and be either refilled or drained and be landscaped by
appropriate planting. Rock or gravel taken from a river shall
be removed over some distance so as to limit the depth of
material removed at any one location, not disrupt the river
flow or damage or undermine the river banks. The
Contractor shall not deposit excavated material on land
in Government or private ownership except as directed
by the Project Manager in writing or by permission in
writing of the authority responsible for such land in
Government ownership, or of the owner or responsible
representative of the owner of such land in private
ownership, and only then in those places and under such
conditions as the authority, owner or responsible
representative may prescribe.

66. Local Taxation 66.1 The prices tendered by the Contractor shall include all taxes
that may be levied in accordance to the laws and regulations
in being in Nepal on the date 30 days prior to the closing
date for submissions of Bids on the Contractor’s equipment,
plant and materials acquired for the purpose of the
Contract and on the services performed under the
Contract. Nothing in the Contract shall relieve the Contractor
from his responsibility to pay any tax that may be levied
in Nepal on profits made by him in respect of the Contract.

67. Value Added Tax 67.1 The Contract is not exempted from value added tax. An
amount specified in the schedule of taxes shall be paid by the
Contractor in the concerned VAT office within time frame
specified in VAT regulation.

68. Income Taxes on Staff 68.1 The Contractor’s staff, personnel and labor will be liable
to pay personal income taxes in Nepal in respect of their
salaries and wages, as are chargeable under the laws and
regulations for the time being in force, and the Contractor
shall perform such duties in regard to such deductions as
may be imposed on him by such laws and regulations.
68.2 The issue of the Final Account Certificate pursuant to clause
55 shall be made only upon submittal by the Contractor
of a certificate of income tax clearance from the
Government of Nepal.

69. Duties, Taxes and Royalties 69.1 Any element of royalty, duty or tax in the price of any goods
including fuel oil, and lubricating oil, cement, timber,
iron and iron goods locally procured by the Contractor
for the works shall be included in the Contract rates and
prices and no reimbursement or payment in that respect
shall be made to the Contractor.
69.2 The Contractor shall familiarize himself with GON the rules
and regulations with regard to customs, duties, taxes,
clearing of goods and equipment, immigration and the
Procurement of Works| 149

like, and it will be necessary for him to follow the required


procedures regardless of the assistance as may be provided
by the Employer wherever possible.
69.3 The Contractor shall pay and shall not be entitled to the
reimbursement of cost of extracting construction materials
such as sand, stone/boulder, gravel, etc. from the river
beds or quarries. Such prices will be levied by the local
District Development Committee (DDC) as may be in
force at the time. The Contractor, sub-contractor(s)
employed directly by him and for whom he is responsible,
will not be exempted from payment of royalties, taxes or
other kinds of surcharges on these construction materials so
extracted and paid for to the DDC.

70. Member of Government, etc, 70.1 No member or officer of GoN or the Employer or the Project
not Personally Liable Manager or any of their respective employees shall be in
any way personally bound or liable for the act or
obligations of the Employer under the Contract or
answerable for any default or omission in the observance or
performance of any of act, matter or thing which are
herein contained.

71. Approval of Use of 71.1 No explosives of any kind shall be used by the Contractor
Explosives without the prior consent of the Employer in writing and
the Contractor shall provide, store and handle these and
all other items of every kind whatsoever required for
blasting operations, all at his own expense in a manner
approved in writing by the Employer.

72. Compliance with 72.1 The Contractor shall comply with all relevant ordinances,
Regulations for Explosives instructions and regulations which the Government, or
other person or persons having due authority, may issue
from time to time regarding the handling, transportation,
storage and use of explosives.

73. Permission for Blasting 73.1 The Contractor shall at all times maintain full liaison
with and inform well in advance, and obtain such
permission as is required from all Government authorities,
public bodies and private parties whatsoever concerned or
affected, or likely to be concerned or affected by blasting
operation.

74. Records of Explosives 74.1 Before the beginning of the Defects Liability Period, the
Contractor shall account to the satisfaction of the Project
Manager for all explosives brought on to the Site during
the execution of the Contract and the Contractor shall
remove all unused explosives from the Site on
completion of works when ordered by the Project Manager.

75.1 The Contractor shall include the necessary safety procedures


regarding and pedestrian traffic diversion that is needed in
75. Traffic Diversion execution of the works. The Contractor shall include in his
costing of works, any temporary works or diversion that are
needed during the construction period. All traffic diversion
Procurement of Works| 150

should be designed for the safety of both the motoring public


and the men at work. It shall ensure the uninterrupted flow
of traffic and minimum inconvenience to the public
during the period concerned. As such, adequate warning
signs, flagmen and other relevant safety precautionary
measures shall be provided to warn motorists and pedestrians
well ahead of the intended diversion as directed by the
Project Manager. All traffic devices used shall be designed in
accordance with the instruction of Project Manager.
Procurement of Works| 151

SECTION - VIII
Special Conditions of Contract

The following Special Conditions of Contract shall supplement the GCC. Whenever there is a conflict, the
provisions herein shall prevail over those in the GCC
Procurement of Works| 152

Special Conditions of Contract


A. General

GCC 1.1 (q) The Employer is National Examinations Board, Sanothimi, Bhaktapur

GCC 1.1 (u) The Intended Completion Date for the whole of the Works shall be: [9 Months

GCCs 1.1 The Project Manager is : Mr. Bhaskar Datt Pant

(aa) & 4.1 The Project Manager and Engineer are synonyms.

GCC 1.1 (cc) The Site is located at : Sanothimi, Bhaktapur

GCC 1.1 (ff) The Start Date shall be : After signing of agreement.

GCC 1.1 (jj) The Works consist of Construction work of Canteen Building at NEB.

GCC 2.2 Sectional Completions are: Not Applicable

GCC 2.3(i) The following documents also form part of the Contract: Not Applicable

GCC 3.1 The language of the contract is ENGLISH/NEPALI


The law that applies to the Contract is the law of NEPAL

GCC 8.1 Schedule of other contractors: ... . [NA].

GCC 13.1 The minimum insurance amounts and deductibles shall be:
1. The minimum cover for loss of or damage to the Works, Plant and
Materials is: [as per provisional sum] of the Contract Amount.
2. The maximum deductible for insurance of the Works and of Plant and
Materials is: [as per provisional sum]
3. The minimum cover for loss or damage to Equipment is :
[as per provisional sum]
4. The maximum deductible for insurance of Equipment is: [as per
provisional sum]
5. The minimum for insurance of other property is: [as per provisional sum]
with unlimited number of occurrences
6. The maximum deductible for insurance of other property is:
[as per provisional sum]
7. The minimum cover for personal injury or death insurance
i. for the Contractor’s employees is that specified in the Labor act of
Nepal and
ii. for other people is :[ as per provisional sum] with an unlimited number
of occurrences

GCC 14.1 Site Investigation Reports are: ... [Submitted by contractor].


Procurement of Works| 153

GCC 17.1 The following shall be designed by the Contractor:


NA

GCC 20.1 The Site Possession Date(s) shall be: As per Work Order.

GCC 25.4 The place of arbitration shall be: ... . [NEB]

B. Time Control

GCC 26.1 The Contractor shall submit for approval a Program for the Works within
Seven days from the date of the Letter of Acceptance.

GCC 26.3 The period between Program updates is 30 ( Thirty ) days.


The amount to be withheld for late submission of an updated Program is …………

C. Quality Control
GCC 34.1 The Defects Liability Period is: 1 (one) year.

D. Cost Control

GCC 41.1 [insert the prevailing interest rate]

GCC 45.1 The Contract “is not” subject to price adjustment, and the following information
regarding coefficients “does not” apply.
The coefficients and indices for adjustment of prices in Nepalese Rupees shall be
as specified in the Table of Adjustment Data submitted by bidder together with the
Letter of Bid which is approved by the Project manager and attached as Annex-1.

GCC 45.7 Base Price of Construction Materials applicable for price adjustment shall be
as per the Table of Adjustment Data submitted by Bidder together with the Letter
of Bid which is approved by the Project manager and attached as Annex-1

GCC 45.8 The Price Adjustment amount shall be limited to a maximum [Insert percent]
percentage of the initial Contract Amount [normally 25 %] : NA

GCC 46.1 The proportion of payments retained is: 5 (FIVE) PERCENT

GCC 47.1 The liquidated damages for the whole of the Works are 0.05 PERCENT of the final
Contract Price per day. The maximum amount of liquidated damages for the whole
of the Works is 10 PERCENT of the final Contract Price.

GCC 48.1 The Bonus for the whole of the Works is 0.05 Percent per day. The maximum
amount of Bonus for the whole of the Works is 10 Percent of the Contract Price.

GCC 49.1 The Advance Payments shall be: 20( Twenty ) Percent and shall be paid to the
Contractor no later than Submission of First Running Bill.

GCC 49.3 Deductions from Payment Certificates will commence in the first certificate in which
the value of works executed exceeds 30% of the Contract Price. Deduction will be at
the rate of [Insert percentage]1 of the respective Monthly Interim Payment Certificate
Procurement of Works| 154

until such time as the advance payment has been repaid; provided that the advance
payment shall be completely repaid prior to the end of 80 % of the approved contract
period.

E. Finishing the Contract

GCC 56.1 The date by which operating and maintenance manuals are required is : NA

The date by which “as built” drawings are required is time of work completion

GCC 56.2 The amount to be withheld for failing to produce “as built” drawings and/or
Operating and maintenance manuals is : 35,000 (Thirty Five Thousand)

GCC 57.2 (g) The maximum number of days is: 90

GCC 61.1 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 64 The Project Manager has to obtain the specific approval of the Employer for taking
any of the following actions :
a. Approving subcontracting of any part of the works under General Conditions
of Contract Clause 7;
b. Certifying additional costs determined under General Conditions of Contract
Clause 42;
c. Determining start date under General Conditions of Contract Clause 1;
d. Determining the extension of the intended Completion Date under General
Conditions of Contract Clause 27;
e. Issuing a Variation under General Conditions of Contract Clause 1 and 38,
except in an emergency situation, as reasonably determined by the Project
Manager; emergency situation may be defined as the situation when
protective measures must be taken for the safety of life or of the works or of
adjoining property.
f. Adjustment of rates under General Conditions of Contract Clause 37;

Note:

(1) % of advance payment × 100/(80-30)


Procurement of Works| 155

Annex-1
Table of Price Adjustment Data
[SCC 45.1]
Base Employer's Proposed Bidder's Proposed
Index Source of
Code Value and Weighting Range Weighting
Description Index*
Date (coefficient) (coefficient)**

1 2 3 4 5 6

Non -
0.15 0.15
adjustable (A)

Labor (b)

Materials (c)

Equipment
usage (d)

Total 1.00

Note: Base value and Bidder’s proposed weighting coefficient to be filled as per “Bid Form of
Table of Price Adjustment Data” in Bidding Forms (Section-IV) after verification by the
Employer in case of the alternative provision of Bidder proposed value and weighting
coefficient.
Procurement of Works| 156

Table of Price Adjustment Data


[SCC 45.7]

Code Construction Unit Base Price (NRs/Unit) ** Source (Factory)**


Material* (Ex-factory)

1 2 3 4 5

** For the purpose of calculation of price adjustment, the Ex-factory price of the same source mentioned
in the table shall be taken into consideration.
Note: Base Price and source to be filled as per “Bid Form of Table of Price Adjustment Data” in
Bidding Forms (Section-IV) after verification by the Employer in case of the alternative
provision of Bidder proposed source and base price.
Procurement of Works| 157

SECTION - IX
Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by the
successful Bidder after contract award.
Procurement of Works| 158

Letter of Intent
[on letterhead paper of the Employer]

Date: ... …………………

To: ........................................................................ ...name and address of the Contractor ............................

Subject: ... ......................................................... .. Issuance of letter of intent to award the contract ............

This is to notify you that, it is our intention to award the contract ... ............................................... .[insert
date] ............................for execution of the ... .................................................................................... . [insert
name of the contract and identification number, as given in the Contract Data/SCC] to you as your bid
price ............................................ [insert amount in figures and words in Nepalese Rupees] as corrected
and modified in accordance with the Instructions to Bidders is hereby selected as substantially responsive
lowest evaluated bid.

Authorized Signature: ………………………………

Name: ... …………………………………………….

Title: ……………………………………………….

CC:
[Insert name and address of all other Bidders, who submitted the bid]

[Notes on Letter of Intent


The issuance of Letter of Intent is the information of the selection of the bid of the successful bidder by the
Employer and for providing information to other unsuccessful bidders who participated in the bid as regards to
the outcome of the procurement process. This standard form of Letter of Intent to Award should be filled in and
sent to the successful Bidder only after evaluation and selection of substantially responsible lowest evaluated
bid.]
Procurement of Works| 159

Letter of Acceptance
[on letterhead paper of the Employer]

Date: ……………………..

To:........................................................................... ... name and address of the Contractor ……………...

Subject: . Notification

This is to notify that your Bid dated ................................date …………………………..for execution of


the……………………..name of the contract and identification number, as given in the Contract
Data/SCC ……………………... for the Contract price of Nepalese Rupees [insert amount in figures
and words in Nepalese Rupees], as corrected in accordance with the Instructions to Bidders is hereby
accepted in accordance with the Instruction to Bidders.

You are hereby instructed to contact this office to sign the formal contract agreement within 15 days
with Performance Security as specified in the SCC consisting of a Bank Guarantee in the format
included in Section IX (Contract Forms) of this Bidding Document.

The Employer shall forfeit the bid security, in case you fail to furnish the Performance Security and to
sign the contract within specified period.

Authorized Signature: …………………………………...

Name and Title of Signatory: ……………………………


Procurement of Works| 160

Contract Agreement
THIS AGREEMENT made on ………… (hereinafter “the Employer”), of the one part, and
………………...(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as


………………………………………………………… 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 in the sum of ………………………(hereinafter “the Contract Price”).

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.
(a) the Letter of Acceptance;
(b) the Letter of Bid;
(c) the Addenda Nos ................................... insert addenda numbers if any …………………
(d) the Special Conditions of Contract;
(e) the General Conditions of Contract;
(f) Bills of Quantities (BOQ);
(g) the Specification;
(h) the Drawings;
(i) the Activity Schedules; and
(j) Table of Price Adjustment Data
(k) .....................................................[Specify if there are any other document ]
3. In consideration of the payments to be made by the Employer to the Contractor as indicated 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.

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 Nepal on the day, month and year indicated above.

Signed by for and on behalf the Contractor in the Signed by:


presence of for and on behalf of the Employer in the presence of

Witness, Name Signature, Address, Date


Witness, Name, Signature, Address, Date
Procurement of Works| 161
Procurement of Works| 162
SECTION-VI
Bill of Quantities
Notes for Unit Rate Contracts :
Objectives
The objectives of the Bill of Quantities are
(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in different
locations or in other circumstances which may give rise to different considerations of cost. Consistent with
these requirements, the layout and content of the Bill of Quantities should be as simple and brief as possible.
Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of measurement
which have been adopted in the preparation of the Bill of Quantities and which are to be used for the
measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those parts of the
Works which by nature, location, access, timing, or any other special characteristics may give rise to different
methods of construction, or phasing of the Works, or considerations of cost. General items common to all parts
of the works may be grouped as a separate section in the Bill of Quantities.
Day work Schedule
A Day work Schedule should be included only if the probability of unforeseen work, outside the items included in
the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of rates quoted by the
Bidders, the Day work Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work rates
or prices are to be inserted by the Bidder, together with a statement of the conditions under which the
Contractor will be paid for work executed on a day work basis.
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as bid. The
rate to be entered by the Bidder against each basic Day work item should include the Contractor’s profit,
overheads, supervision, and other charges.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum
in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be
provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums often
facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future
need arises. Where such provisional sums or contingency allowances are used, the Contract Data should state
the manner in which they will be used, and under whose authority (usually the Project Manager’s).

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried forward, with
provisional sums for Day work, for physical (quantity) contingencies, and for price contingencies (upward price
adjustment) where applicable.

These Notes for Preparing Specifications are intended only as information for the Employer or the person
drafting the Bidding documents. They should not be included in the final documents.
Bill of Quantities
1 Provisional Sum
Procument Item Details

SL.
Item Description Unit Quantity Unit Rate(NPR) Amount(NPR)
No

1 Provisional sum for insurance PS 1.0 108277.0 108,277.00

2 Construction work
2.1 Works for complete or part construction and civil engineering work

2.1.1 Building construction work

2.1.1.1 Civil Works

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Dismantling of existing canteen
building and disposal of obtained
unwanted materials safely to out of
1 Job 1.0
NEB premises including site clearance
before and after construction as per
instruction all complete .
Earthwork in excavation mix soil in
foundation, trench, pits,raft etc. up to
1.8m deep including disposal of soil
2 m3 32.05
within 50m distance all complete as
per direction & instruction of
Engineer.
Earth back filling in foundation and
floor with soil obtained from
3 excavation including water sprinkling m3 8.1
,compaction all complete. as per
direction & Instruction of Engineer.
Earth work in filling in foundation and
floor with approved borrowed soil
from outside of site including water
4 m3 22.09
sprinkling ,compaction all complete.
as per direction & Instruction of
Engineer.
Sand filling in floor including supply
of sand & water sprinkling all
5 m3 5.61
complete.as per direction &
instruction of Engineer.
Supplying & laying 1st class chimney
made flat brick soling under floor and
6 foundation including sand blinding m2 156.07
water sprinkling all complete.as per
direction & Instruction of Engineer
Supplying & Laying plain cement
concrete under the foundation with1:
2:4 cement sand & 20 - 30mm crussed
7 m3 37.99
stone aggregate M15 Grade all
complete. as per direction &
Instruction of Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying, cutting of Fe500 tor steel
reinforcement bar binding with 20swg
wire & fixing in position as per
8 drawing and bar bending schedule for kg 13608.0
Foundation,Column,Beam,Slab all
Complete as per direrection &
Instruction of Engineer.
Supplying & Laying M20 grade (1:
1.5:3 ) concrete for R.C.C Column,
Beam,Slab including machine mixing
9 and compaction by virating with m3 202.19
approved fresh OPC Cement all
complete as per direction &
Instruction of Engineer.
Supplying & Laying 1st class chimney
made brick masonary work in
fondation (1:6) cement sand mortar in
10 m3 16.81
proper line & level as per drawing &
design all complete as per direction &
Instruction of Engg .
Supplying & Laying 1st class factory
made brick masonary work in super
structure with (1:4) cement sand
11 m3 34.64
mortar in proper line & level 7days
curing all complete as per direction &
instruction of Engineer.
Supplying & Laying 1st class facotary
made half brick mesonary work in
partition wall (1:4) cement sand
mortar with laying 2 nos-7mm torkari
12 m2 456.17
steel in every fifth layer in proper line
& level also 7 days curing all
complete as per direction &Instruction
of Engineer.
Supplying & laying 20mm thick
plaster on wall & ceiling with 1:4
cement sand moter with proper line &
13 m2 1154.85
level with quring 7 days curing all
complete as per direction &
instruction of Engineer.
Supplying & fitting,fixing stainless
steel double coat crome in staircase,
raling jindal pipe 90cm hight 75mm
14 rm 167.0
dia 3 row in mid 50mm all complete
as per direction &Instruction of
Engineer.
Supplying & fixing fitting 6mm thick
cement board all necessary fitting in
15 proper line & level as per drawing all m2 119.43
complete as per direction &
instruction of Engineer
Supplying Laying 1:1 C/S punning
3mm thick on floor skriting 12.5 cm
16 height in proper line & level curing all m2 259.2
Complete as per direction &
instruction of Engineer.
Supplying & laying 1:2:4 P.C.C
cement sand aggregate in proper
17 mixing & line & level on floor 38mm m2 777.93
hight all Complete as per direction &
instruction of Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying & laying water proofing
work on expose surface mixing in
18 proper camical & laying on roof & m2 249.74
para pet all complete as per direction
& Instrction of Engineer.
Supplying & fitting,Fixing sal wood
choukath 12.5x12.5 cm size door
frame height 2.20m all necessary
19 m3 3.28
fitting in accurate line & level all
complete as per direction & Instrction
of Engineer.
Supplying & fixing fitting titanium
window section of size 88x38.1x1.2
mm thick sliding window with fix
panels & vantilation including
20 m2 61.66
necessary hardware lock,roller,
weather gasket 5mm thick tinted Glass
modi guard, Ashai as per direction &
Instrction of Engineer.
Supplying & fixing glazed tile with 1:
2 C/S porcelain Kajriya,Somany,
Orient on wall for Elevation in
21 m2 43.31
requred area in proper line & level (
size of tile 30x45 cm) all complete as
per direction & instrction of Engineer.
Supplying & fixing non glazed tile
with 1:2 C/S for floor Kajriya,
Somany,Orient on wall & floor in
22 m2 322.29
requred area in proper line & level
(size of tile 60x60cm) all complete as
per direction & Instrction of Engineer.
Supplying & painting Apex wather
coat paint out side of wall one coat
primer & 2 coat wather cat paint for
smooth surface Asian,Burzer,Nerolack
23 m2 1738.82
or equvalant paint & colour desided
by client with scofolding all Complete
as per direction & instruction of
Engineer.
Supplying & painting Emulsion paint
in side of wall one coat primer & 2
coat Emulsion paint for smooth
surface Asian,Burzer,Nerolack or
24 m2 2183.95
equvailent paint & colour approved by
client with scaffolding all Complete as
per direction & instruction of
Engineer.
Supplying & painting Enamel paint
on wood & Iron surface one coat
primer & 2 coat Enamel paint for
smooth surface Asian,Burzer,
25 m2 166.14
Nerolack or equvalant paint door
shute& colour desided by client with
scofolding all Complete as per
direction & instruction of Engineer.
Supplying &fixing sal wood pannel
door shutter fitting 38mm wood
thickness all necessary fitting 122cmx
26 m2 22.47
2.13 size all complete as per direction
& instrction of Engineer. (Double
Shutter)
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying & fitting, fixing flash door
shutter for sal wood thickness 38mm
all necessary fitting 105cmx 2.13 size
27 m2 30.92
(water proof both side)all complete as
per Direction & Instrctuction of
Engineer. (Single Shutter)
Supplying & fixing ,fitting woodwn
parquetting of JUNGLI Sishau for
parquetting size of wooden
28 Flap150x30x8mm fully seasoned all m2 68.31
necessary gum, nail line & level all
Complete as per direction &
instruction of Engineer.
Supplying & fixing (10mm Squre Rod
) 4.5x20 cm MS grill with one coat
metal primer and two coat of approved
29 m2 67.68
enamel paint fixing on window in
proper level all com plete as per
direction & Instrction of Engineer.
2.1.1.2 Sanitary Works

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying & fixing white glazed
indian pattern wash basin 60x40 cm
size top 15cm cp basin mixture on top
1 set 6.0
all necessary fitting Hind ware,parry
ware or equval all complete as per
direction & Instruction of Engineer.
Supplying & fixing white glazed
European pattern comode & pan with
cistern hind ware paryy ware S/P Trap
2 set 4.0
with comde spry & necessary fitting
all complete as per direction &
Instrction of Engineer.
Supplying & fitting crome Jaguwar
3 soap dish all conplete as per direction no 5.0
& Instrction of Engineer.
Supplying fixing 1/2 " dia CP bib cock
4 with Cp cap all comp as per direction no 10.0
& Instrction of Engineer.
Providing and fixing in position steel
heavy duty peper hoder jaguwar,titan
5 Escon or equvqlent all necessary no 5.0
fitting as per direction & Instrction of
Engineer.
Supplying & fitting modi grad
Looking mirror 60x45 cm with water
6 no 5.0
proof back all necessary fitting as per
dire ction & Instrction of Engineer.
Supplying & Feeting 75 mm dia PVC
pipes 6kg/cm2 (Panchkanya or
7 rm 40.95
equivalent as per direction &
Instrction of Engineer)
Supplying & fixing 110 mm dia PVC
pipes 6kg/cm2 Panchkanya or
8 rm 27.3
equivalent all complete as per
direction & Instrction of Engineer.
Supplying & fixing 15 mm PVC pipes
9 with fittings as per direction & rm 91.44
Instrction of Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying & fixing 25 mm PVC pipes
10 with fitting all complete as per rm 18.27
direction & Instrction of Engineer.
Supplying Fitting Kitchen Sink125x.
45x30cm stainless steel with fitting all
11 no 2.0
complete as per direction & Instrction
of Engineer.
Supplying & fitting panchkanya steel
Water tank of 2000 Liter capacity
12 No 1.0
with necesary fitting redy to operate as
per direction & Instrction of Engineer.
Supplying & fixing 37.5x25mm size
of angle with 1/6 patti hight of stand
13 2.25m for water tank one coat red kg 858.57
oxide all complete as per direction &
instrction of Engg.
2.1.1.3 Electrical Works

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying & fixing fitting power point
waring from flo or distribution power
out let with 3x4 sqmm pvc insul ated
copper ware( Janta,Prakash) through
20mm HDP pipe conduit including all
1 point 65.0
necessary meterial for poin int waring
includung power socket.switch ,bord,
indicator( Anchor,Cpl,Snaider,
LEGERO etc all complete as per
direction & Instrction of Engineer.
Supplying Instalation testing &
Commissioning of light fixer complete
with lamps/tube, electronic bllast all
necessary fitting meterial maks
2 Anchor,Snaider, LEGERO, Bajaj, point 55.0
Siska or Eqv 12 -18 watt LED square
surf ace / Recess type light fixer all
complete as per direc tion & Instrction
of Engineer.
Supplying fixing of fan with necessary
expension bolt down rod electronic
regulator material maks (USHA
3 no 16.0
CROMPTION,BAJAJ )or equvalent
48'' dia all complete as per direction &
Instrction of Engineer.
Supplying Fixing of Exhaut FAN
runing with clock wise & Anti clock
wise 12'' dia wall mounted meterial
4 no 4.0
maks (USHA,CORMPTION,BAJAJ)
including all necessary fitting as per
direction & Instrction of Engineer.
Supplying fixing & Installation of
Havy duty kitchen chimany auto clean
type rated motar power 2x80w Suction
power 800(+ -)50 m3/hour noise level
56dB Out lete diamiter 150mm total
power 370W Unit dim sion L710x
5 no 1.0
W500 x H 100mm material maks
Kuchina, Sunflame,or equvalent as per
direction & Instrction of Engineer. All
necessary Fiting Pipe & others fiting
PVC 75mm Diameter all complete as
per direction & Instrction of Engineer.
Total of Procument Items
Total Item Price

VAT

Grand Total

You might also like