153
1 BID DOCUMENT I I N N T T E E G G R R A A T T E E D D C C O O A A S S T T A A L L Z Z O O N N E E M M A A N N A A G G E E M M E E N N T T P P R R O O J J E E C C T T S S T T A A T T E E P P R R O O J J E E C C T T M M A A N N A A G G E E M M E E N N T T U U N N I I T T O O D D I I S S H H A A Renovation of Hukitola Building at Hukitola Dist:Kendrapara (Package No.- ICZM/W/WL/16/2013-14] 2013 – 14 ON BEHALF OF P P r r i i n n c c i i p p a a l l C C C C F F ( ( W W i i l l d d L L i i f f e e ) ) & & C C h h i i e e f f W W i i l l d d l l i i f f e e w w a a r r d d e e n n 5 5 t t h h F F l l o o o o r r B B . . D D . . A A . . A A p p p p a a r r t t m m e e n n t t , , P P r r a a k k r r u u t t i i B B h h a a w w a a n n N N i i l l a a k k a a n n t t h h a a N N a a g g a a r r , , N N a a y y a a p p a a l l l l i i B B h h u u b b a a n n e e s s w w a a r r

BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

  • Upload
    hatuyen

  • View
    237

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

1

BID DOCUMENT

IIINNNTTTEEEGGGRRRAAATTTEEEDDD CCCOOOAAASSSTTTAAALLL ZZZOOONNNEEE MMMAAANNNAAAGGGEEEMMMEEENNNTTT PPPRRROOOJJJEEECCCTTT

SSSTTTAAATTTEEE PPPRRROOOJJJEEECCCTTT MMMAAANNNAAAGGGEEEMMMEEENNNTTT UUUNNNIIITTT

OOODDDIIISSSHHHAAA

Renovation of Hukitola Building at Hukitola Dist:Kendrapara

(Package No.- ICZM/W/WL/16/2013-14]

2013 – 14

ON BEHALF OF

PPPrrriiinnnccciiipppaaalll CCCCCCFFF (((WWWiiilllddd LLLiiifffeee))) &&& CCChhhiiieeefff WWWiiilllddd llliiifffeee wwwaaarrrdddeeennn 555ttthhh FFFllloooooorrr BBB...DDD...AAA... AAAppppppaaarrrtttmmmeeennnttt,,, PPPrrraaakkkrrruuutttiii BBBhhhaaawwwaaannn

NNNiiilllaaakkkaaannnttthhhaaa NNNaaagggaaarrr,,, NNNaaayyyaaapppaaalllllliii BBBhhhuuubbbaaannneeessswwwaaarrr

Page 2: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

2

BLANK PAGE

Page 3: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

3

SECTION-I CONTENTS

Section Description Page No.

1. a) Contents

b) Information about the Bid

c) Invitation For Bids ( IFB)

d) Agreement Form

3

5

6

31

2. a) Instruction to bidders (ITB)

b) Letter of acceptance

c) Form of Notice to proceed with the work

d) List of Documents to form the part of the agreement

08

29

30

3. Condition of contact

33

4. Contact Data

57

5. Technical Specifications

62

6. Drawing

110

7.

8.

Bill of Quantities (Contractor’s Bid )

Forms of securities

a) Bid Security

b) Performance guarantee

c) Performance bank guarantee ( unbalanced Item )

d) BG for advance payment

118

153

155

156

157

158

9. ENVIRONMENTAL MANAGEMENT POLICY

10. COASTAL REGULATORY ZONE ACT/POLICY

159

170

Page 4: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

4

BLANK PAGE

Page 5: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

5

GOVERNMENT OF INDIA

AND

GOVERNMENT OF ORISSA

INTIGRATED COASTAL ZONE MANAGEMENT PROJECT,

Bid Id. NO.ICZMP/WL/W/16/13-14

NATIONAL COMPETITIVE BIDDING

(Conservation , PH & Electrical – Composite Work)

NAME OF WORK : Renovation of Hukitola Building at Hukitola PERIOD OF SALE OF BIDDING : FROM 31.12.2013 To 30.01.2014 LAST DATE AND TIME FOR : DATE 31.01.2014TIME 4.00 HOURS RECEIPT OF BIDS

TIME AND DATE OF OPENING : DATE 31.01.2014 TIME 4.30 HOURS OF BIDS

PLACE OF SALE OF BIDS : ICZMP, State Project Management Unit

108, Suryanagar, Bhubaneswar-751003.

PLACE OF RECEIPT &OPENING OF BIDS : ICZMP, State Project Management Unit

108, Suryanagar, Bhubaneswar-751003.

OFFICER INVITING BIDS : The Project Director, SPMU

ICZM Society- ODISHA, Plot # 108,Unit – VII, Suryanagar , Bhubaneswar – 751 003

Page 6: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

6

GOVERNMENT OF INDIA

AND

GOVERNMENT OF ORISSA

INTIGRATED COASTAL ZONE MANAGEMENT PROJECT(ICZMP)

NATIONAL COMPETITIVE BIDDING

Bid Invitation Notice No:- ICZMP/WL/W/16/2013-14 Date: 29.12.2013

1. The Government of India has received a credit from the International Development Association for the INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP)and Government of ODISHA intends to apply a part of the funds to cover eligible payments under the contracts for construction of works as detailed below. Bidding is open to all bidders from eligible source countries as defined in the IBRD Guidelines for Procurement. Bidders from India should, however, be registered with the Government of ODISHA/ other State Government/ Government of India or State/ Central Government undertakings. Bidders are advised to note the minimum qualification criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award of the contract.

2. The Project Director, State Project Management Unit, Integrated Coastal Management Society of

ODISHA on behalf of The Conservator of forests (WL)-cum- Nodal Officer, ICZMP, Odisha, Bhubaneswar

now invites bids for the construction of works as detailed in the table below.

3. Bidding documents (and additional copies) may be purchased from Office of the Project Director, Integrated Coastal Zone Management Society of ODISHA, between 31.12.2013 to 30.01.2014,for a non-refundable fee (three sets) as indicated in table below, in the form of Demand Draft on any Scheduled bank payable at Bhubaneswar in favour of Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar. Interested bidders may obtain further information at the same address. Bidding documents requested by mail will be dispatched by registered/speed post on payment of an extra amount of Rs 500.00. The Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same. The notice and the bid document for the work can also be seen with option to download from the Project website http://www.iczmpodisha.org The down loaded bid document can be submitted along with non refundable fee mentioned in the Table towards the cost of the bid document. The Project Director, Integrated Coastal Management Society of ODISHA, Bhubaneswar will not accept the same if any portion of the downloaded document differs from the approved bid document available in the above mentioned office. In such cases the bidder would be responsible for ensuring that any addenda available in web site is also downloaded & incorporated. The download facility will be available from between 30.01.2014 upto 17.00Hrs

4. Bids must also be accompanied by Bid security of the amount specified for the work in the column (5) of the table below, drawn in favour of Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar. Bid security will have to be in any one of the forms as specified in the bidding document and shall have to be valid for 45 days beyond the validity of the bid.

5. Bids must be delivered to the Office of the Project Director, State Project Management Unit, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar, on or before 4.00 Hrs on 31.01.2014 and will be opened on the same day at 4.30 Hrs, in the presence of the bidders or their authorized representatives, who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same time and venue.

6. Other details can be seen in the bidding documents

Page 7: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

7

TABLE

(Name of work: Conservation of Heritage Building at Hukitola,Dist.Kendrapada)

Package No.: ICZMP/PM/W/16/2013-14

Package No. Name of the Work

Approximate Value of Work

(in Lakhs INR.)

Bid security

(in INR.)

Cost of Bid Document

(in Rs.)

Period of Completion

1 2 3 4 5 6

ICZMP/W/WL/16/201

3-14

Renovation of Hukitola Building at Hukitola under Kendrapara district.

100.30 1,00,300/- 5,250.00

12 months(inclusing rainy

season)

Addl. Project Director(O), Integrated Coastal Zone Management Project, Bhubaneswar

Memo No. Dt…

Copy to the Conservator of forests (WL)-cum- Nodal Officer, ICZMP, Odisha for information and necessary action.

Addl. Project Director(O),

Integrated Coastal Zone Management Project, Bhubaneswar

Page 8: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

8

SECTION 1: INSTRUCTIONS TO BIDDERS

(ITB)

Page 9: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

9

Section 1: Instructions to Bidders Table of Clauses

A. General Page No. D. Submission of Bids Page No.

1. Scope of Bid 10 19. Sealing and Marking of Bids 16

2. Source of Funds 10 20. Deadline for Submission of Bids 16

3. Eligible Bidders 10 21. Late Bids 17

4. Qualification of the Bidder 10 22. Modification and Withdrawal of Bids 17

5. One Bid per Bidder 13

6. Cost of Bidding 13

7. Site Visit 13

B. Bidding Documents E. Bid Opening and Evaluation

8. Content of Bidding Documents 13 23. Bid Opening 17

9. Clarification of Bidding Documents 13 24. Process to be Confidential 17

10. Amendment of Bidding Documents 14 25. Clarification of Bids 17

26. Examination of Bids and Determination

of Responsiveness 18

27. Correction of Errors 18

C. Preparation of Bids 28. Currency for Bid Evaluation

29. Evaluation and Comparison of Bids 18

11. Language of Bid 14 30. Preference for Domestic Bidders

12. Documents Comprising the Bid 14

13. Bid Prices 14 F. Award of Contract

14. Currencies of Bid and Payment 15

15. Bid Validity 15 31. Award Criteria 19

16. Bid Security 15 32. Employer's Right to Accept any Bid and

to Reject any or all Bids 19

17. Alternative Proposals by Bidders 16 33. Notification of Award 19

18. Format and Signing of Bid 16 34. Performance Security 19

35. Advance Payment and Security 20

36. Adjudicator 20

37. Corrupt or Fraudulent Practices 20

Page 10: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

10

A. General

1. Scope of Bid

1.1 The Project Director, Integrated Coastal Zone Management Society of ODISHA., Bhubaneswar,

(referred to as Employer in these documents) invites bids for the construction of works (as defined

in these documents and referred to as "the works") detailed in the table given in IFB. The bidders

may submit bids for any or all of the works detailed in the table given in IFB.

1.2 The successful bidder will be expected to complete the works by the intended completion date

specified in the Contract data.

2. Source of Funds

2.1 The Government of India has received a credit from International Development Association’

(hereinafter interchangeably called “the Bank”) towards the cost of Integrated Coastal Zone

Management Project and Government of ODISHA intends to apply a part of the funds to cover

eligible payments under the contract for the Works. Payments by the Bank will be made only at the

request of the borrower and upon approval of the Bank in accordance with the Credit Agreement,

and will be subject in all respects to the terms and conditions of that Agreement. Except as the

Bank may specifically otherwise agree, no party other than the borrower shall derive any rights

from the Credit Agreement or have any rights to the credit proceeds.

2.2 The credit agreement prohibits a withdrawal from the credit account for the purpose of any payment

to persons or entities, or for any import of goods, if such payment or import, to the knowledge of

the Bank, is prohibited by a decision of the United Nations Security Council, taken under Chapter

VII of the Charter of the United Nations.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD

Guidelines for Procurement. Any materials, equipment, and services to be used in the performance

of the Contract shall have their origin in the eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that

the Bidder is not associated, nor has been associated in the past, directly or indirectly, with the

Consultant or any other entity that has prepared the design, specifications, and other documents for

the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by

the Borrower to provide consulting services for the preparation or supervision of the works, and any

of its affiliates, shall not be eligible to bid.

3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally

and financially autonomous, operate under commercial law and are not a dependent agency of the

Borrower or Sub-borrower.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued

by the Bank in accordance with sub-clause 37.1.

4. Qualification of the Bidder

Page 11: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

11

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary

description of the proposed work method and schedule, including drawings and charts, as

necessary.

4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from

prequalified bidders will be considered for award for Contract. These qualified bidders should

submit with their bids any information updating their original prequalification applications or,

alternatively, confirm in their bids that the originally submitted prequalification information

remains essentially correct as of date of bid submission. The update or confirmation should be

provided in Section 2.

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include

the following information and documents with their bids in Section 2:

(a) copies of original documents defining the constitution or legal status, place of registration,

and principal place of business; written power of attorney of the signatory of the Bid to

commit the Bidder;

(b) total monetary value of construction work performed for each of the last five years;

(c) experience in works of a similar nature and size for each of the last five years, and details of

works under way or contractually committed; and clients who may be contacted for further

information on those contracts;

(d) major items of construction equipment proposed to carry out the Contract;

(e) qualifications and experience of key site management and technical personnel proposed for

the Contract;

(f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor's

reports for the past five years;

(g) evidence of adequacy of working capital for this contract (access to line (s) of credit and

availability of other financial resources);

(h) authority to seek references from the Bidder's bankers;

(i) information regarding any litigation or arbitration resulting from contracts executed by the

Bidder in the last five years or currently under execution. The information shall include the

names of the parties concerned, the disputed amount, cause of litigation, and matter in

dispute;

(j) proposals for subcontracting components of the Works which in aggregate add to more than

20 percent of the Bid Price (for each, the qualifications and experience of the identified sub-

contractor in the relevant field should be annexed; no vertical splitting of work for sub-

contracting is acceptable); and

(k) the proposed methodology and program of construction including Environmental

Management Plan, backed with equipment, materials and manpower planning and

deployment, duly supported with broad calculations and quality control procedures proposed

to be adopted, justifying their capability of execution and completion of the work as per

technical specifications within the stipulated period of completion as per milestones

Page 12: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

12

4.4 ‘Bids from Joint ventures are not acceptable’.

4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five

years i.e 2008-2009 to 2012-2013:*

(a) Achieved, in at least one financial year, a minimum annual financial turnover (in all classes

of Civil Engineering works) of Rs. 101.00lakhs @

(b ) Satisfactorily completed (not less than 90% of contract value), as a prime contractor, (or as

subcontractor duly certified by the employer/main contractor) at least one similar work

(Conservation of building Works ) of value not less Rs 91.00 Lakhs

(c) Executed in any one year, the following minimum quantities of work:

- HG Stone Masonry/Brick Work 25.00 Cum

- Tiled Flooring 505.00 Sqm

- Small Eye Laterite Stone Masonary 64.00 Cum

- General Vegetation Cleaning 300.00 Sqm.

- Chemical Cleaning micro-vegetation, Extraction of Salinity 500.00 Sqm.

d) The contractor or his identified sub-contractor should possess required valid electrical license issued

by The Electrical Inspector, Govt. of ODISHA or any appropriate authority of other State/Union of

India for executing the building electrification(Commercial-3ph ,440 Volts) works and should have

executed similar electrical works totaling Rs. 8.00 lakh in any one year.

(e) Not Required.

(f) Not Required..

(@)at 2013-2014 * price level. Financial turnover and cost of completed works of previous

years shall be given weightage of 10% per year based on rupee value to bring them to 2012-

2013 price level

4.5 B. Each bidder should further demonstrate:

B. Each bidder should further demonstrate:

(a) Availability (either owned or leased or by procurement against mobilization advances) of the

following key and critical equipment for this work:

Item Capacity / type No/s.

Truck/ Tripper – 10 T 1

Fungicide Sprayer 1

Double bed de-ioniser

Plant

10 lit/hour (minium) 1

Needle/Immersion

Vibrators(fuel-

operated/electric)

25 mm / 40 mm 1

Water Tanker 5000 litres 1

Water Pump 1 H.P. 1

NOTE:

Page 13: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

13

Based on the studies, carried out by the Engineer the minimum suggested major equipment to

attain the completion of works in accordance with the prescribed construction schedule are

shown in the above list.

The bidders should, however, undertake their own studies and furnish with their bid, a

detailed construction planning and methodology supported with layout and necessary

drawings and calculations (detailed) as stated in clause 4.3 (k) above to allow the employer to

review their proposals. The numbers, types and capacities of each plant/equipment shall be

shown in the proposals along with the cycle time for each operation for the given production

capacity to match the requirements.

(b) availability for this work of a Project Manager(of minimum educational qualification

Diploma in Civil Engg.) with no less than five years' experience in similar works on full-

time basis and other key personnel (i) Temple Mason for executing the landscaping Stone

Masonary work for small eye laterite & Sandston) with adequate experience as required; and

(c) liquid assets and / or availability of credit facilities of no less than Rs 25 Lakhs in the

format given in Section 2.

(Credit lines / letter of credit / certificates from Banks for meeting the funds

requirement etc.)

4.5 C. To qualify for a package of contracts made up of this and other contracts for which bids are

invited in the IFB, the bidder must demonstrate having experience and resources sufficient to

meet the aggregate of the qualifying criteria for the individual contracts.

4.6 Sub-contractors' experience and resources shall not be taken into account in determining the

bidder's compliance with the qualifying criteria except to the extent stated in 4.5 (A) above

4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid

capacity is more than the total bid value. The available bid capacity will be calculated as under:

Assessed Available Bid capacity = ( A*N*1.5 - B ) where

A = Maximum value of Civil/Electrical engineering works executed in any one year during the

last five years (updated to 2013-14 price level) taking into account the completed as well as

works in progress.

N = Number of years prescribed for completion of the works for which bids are invited.

B = Value, at 2013-14 price level, of existing commitments and on-going works to be completed

during the next 12 months.

Note: The statements showing the value of existing commitments and on-going works as well as the

stipulated period of completion remaining for each of the works listed should be

countersigned by the Engineer in charge, not below the rank of an Executive Engineer or

equivalent.

4.8 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if

they have:

- made misleading or false representations in the forms, statements and attachments submitted

in proof of the qualification requirements; and/or

- record of poor performance such as abandoning the works, not properly completing the

contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or

Page 14: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

14

- participated in the previous bidding for the same work and had quoted unreasonably high bid

prices and could not furnish rational justification to the employer.

5. One Bid per Bidder

5.1 Each bidder shall submit only one bid for one contract. A bidder who submits or participates in

more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted

or requested) will cause all the proposals with the Bidder’s participation to be disqualified.

6. Cost of Bidding

6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the

Employer will in no case be responsible and liable for those costs.

7. Site visit

7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site

of Works and its surroundings and obtain 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.

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda

issued in accordance with Clause 10:

Invitation for Bids

Section 1 Instructions to Bidders

2 Forms of Bid and Qualification Information

3 Conditions of Contract

4 Contract Data

5 Specifications

6 Drawings

7 Bills of Quantities

8 Forms of Securities

8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned

with the bid.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the

Employer in writing or by cable (hereinafter "cable" includes telex and facsimile) at the

Employer's address indicated in the invitation to bid. The Employer will respond to any request

for clarification which he received earlier than 15 days prior to the deadline for submission of

bids. Copies of the Employer's response will be forwarded to all purchasers of the bidding

documents, including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting:Deleted

Page 15: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

15

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by

issuing addenda.

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in

writing to all the purchasers of the bidding documents. Prospective bidders shall acknowledge

receipt of each addendum in writing to the Employer.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in

preparing their bids, the Employer shall extend as necessary the deadline for submission of bids,

in accordance with Sub-Clause 20.2 below.

C. Preparation of Bids

11. Language of the Bid

11.1 All documents relating to the bid shall be in the English language.

12. Documents comprising the Bid

12.1 The bid submitted by the bidder shall comprise the following:

(a) The Bid (in the format indicated in Section 2).

(b) Bid Security;

(c) Priced Bill of Quantities;

(d) Qualification Information Form and Documents;

(e) Certificate of VAT clearance.

and any other materials required to be completed and submitted by bidders in accordance with

these instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be

filled in without exception.

12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package

will so indicate in the bid together with any discounts offered for the award of more than one

contract.

13. Bid Prices

13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill

Quantities submitted by the Bidder.

13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items

of the Works described in the Bill of Quantities along with total bid price (both in figures and

words). Items for 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 other rates and prices in the Bill of

Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting.

13.3 All duties, taxes, and other levies payable by the contractor under the contract, or for any other

cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.

Note: “Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to

the contracts financed under World Bank loan/credits. They are solely responsible for obtaining such

Page 16: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

16

benefits which they have considered in their bid and in case of failure to receive such benefits for reasons

whatsoever, the employer will not compensate the bidder (contractor). Where the bidder has quoted taking

into account such benefits, he must give all information required for issue of certificates in terms of such

notifications as per form attached to the Qualification Information in the bid. To the extent the employer

determines the quantity indicated therein are reasonable keeping in view the bill of quantities, construction

programme and methodology, the certificates will be issued within 60 [sixty] days of signing of contract

and no subsequent changes will be permitted. No certificate will be issued for items where no

quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above

provisions will be treated as non responsive and rejected. Any delay in procurement of the construction

equipment /machinery/goods as a result of the above shall not be a cause for granting any extension of

time.”

13.4 The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall not be

subject to adjustment on any account.

14. Currencies of Bid and Payment

14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

15. Bid Validity

15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid

submission specified in Clause 20. bid valid for a shorter period shall be rejected by the Employer

as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request

that the bidders may extend the period of validity for a specified additional period. The request

and the bidders' responses shall be made in writing or by cable. A bidder may refuse the request

without forfeiting his bid security. A bidder agreeing to the request will not be required or

permitted to modify his bid except as provided in 15.3 hereinafter, but will be required to extend

the validity of his bid security for a period of the extension, and in compliance with Clause 16 in

all respects.

15.3 Not Applicable

15.4 Bid evaluation will be based on the bid prices without taking into consideration the above

correction.

16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 5 of

the table of IFB for this particular work. This bid security shall be in favour of The Project

Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar and may be in

one of the following forms:

- A bank guarantee issued by a nationalized / scheduled bank located in India or

- Certified cheque, Bank draft or Letter of Credit. or

- National Savings Certificates / KissanVikasPatra duly pledged.

- Term DepositeReiepts duly pledged

Page 17: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

17

16.2 Bid Security issued as surety for the bid shall be valid for 135 days ( i.e 45 days beyond the

validity of the bid ) after deadline of submission of Bid .

16.3 Any Bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-

Clauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive.

16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid

validity period specified in Sub-Clause 15.1.

16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the

Agreement and furnished the required Performance Security.

16.6 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or

(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) sign the Agreement; or

(ii) furnish the required Performance Security.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents,

including the basic technical design as indicated in the drawing and specifications. Alternatives

will not be considered.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as

described in Clause 12 of these Instructions to Bidders, bound with the volume containing the

Form of Bid, and clearly marked "ORIGINAL" and "COPY" as appropriate. In the event of

discrepancy between them, the original shall prevail.

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a

person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3.

All pages of the bid where entries or amendments have been made shall be initialed by the person

or persons signing the bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued

by the Employer, or as necessary to correct errors made by the bidder, in which case such

corrections shall be initialed by the person or persons signing the bid.

18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or

gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the

Bidder is awarded the contract.

D. Submission of Bids

19. Sealing and Marking of Bids

Page 18: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

18

19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the

envelopes as "ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall

then be put inside one outer envelope.

19.2 The inner and outer envelopes shall

(a) be addressed to the Employer at the following address:

The Project Director, ICZMP, 108- Surya Nagar, Bhubaneswar and

(b) bear the following identification:

- Renovation of Hukitola Building at Hukitola

- Bid Reference No. :.ICZMP/WL/W/16/2013-14

- DO NOT OPEN BEFORE. : 4.30 hours. On 31.01.2014

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the

name and address of the bidder to enable the bid to be returned unopened in case it is declared

late, pursuant to Clause 21.

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no

responsibility for the misplacement or premature opening of the bid.

20. Deadline for Submission of the Bids

20.1 Bids must be received by the Employer at the address specified above not later than 4.00 hours.

on dt.31.01.2014. In the event of the specified date for the submission of bids declared a holiday

for the Employer, the Bids will be received up to the appointed time on the next working day.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in

accordance with Clause 10, in which case all rights and obligations of the Employer and the

bidders previously subject to the original deadline will then be subject to the new deadline.

21. Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned

unopened to the bidder.

22. Modification and Withdrawal of Bids

22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline

prescribed in Clause 20.

22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered

in accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked

"MODIFICATION" or "WITHDRAWAL", as appropriate.

22.3 No bid may be modified after the deadline for submission of Bids.

22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the

expiration of the original period of bid validity specified in Clause 15.1 above or as extended

pursuant to Clause 15.2 may result in the forfeiture of the Bid security pursuant to Clause 16.

Page 19: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

19

22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid

modifications in accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation 23. Bid Opening

23.1 The Employer will open all the Bids received (except those received late), including

modifications made pursuant to Clause 22, in the presence of the Bidders or their representatives

who choose to attend at 4:30 Hrs on dt. 31.01.2014 at the place specified in Clause 20. In the

event of the specified date of Bid opening being declared a holiday for the Employer, the Bids

will be opened at the appointed time and location on the next working day.

23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an

acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened.

Subsequently all envelopes marked “Modification” shall be opened and the submissions therein

read out in appropriate detail.

23.3 The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if

alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals,

the presence or absence of Bid security, and such other details as the Employer may consider

appropriate, will be announced by the Employer at the opening. No bid shall be rejected at bid

opening except for the late bids pursuant to Clause 21. Bids [and modifications] sent pursuant to

Clause 22 that are not opened and read out at bid opening will not be considered for further

evaluation regardless of the circumstances. Late and withdrawn bids will be returned un-opened

to bidders.

23.4 The Employer shall prepare minutes of the Bid opening, including the information disclosed to

those present in accordance with Sub-Clause 23.3.

24. Process to Be Confidential

24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and

recommendations for the award of a contract shall not be disclosed to Bidders or any other

persons not officially concerned with such process until the award to the successful Bidder has

been announced. Any effort by a Bidder to influence the Employer's processing of Bids or award

decisions may result in the rejection of his Bid.

25. Clarification of Bids

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his

discretion, ask any Bidder for clarification of his Bid, including breakdowns of the unit rates. The

request for clarification and the response shall be in writing or by cable, but no change in the

price or substance of the Bid shall besought, offered, or permitted except as required to confirm

the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in

accordance with Clause 27.

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid

from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring

additional information to the notice of the Employer, it should do so in writing.

Page 20: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

20

25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid

comparison or contract award decisions may result in the rejection of the Bidders’ bid.

26. Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets

the eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the

required securities and; (d) is substantially responsive to the requirements of the Bidding

documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and

specifications of the Bidding documents, without material deviation or reservation. A material

deviation or reservation is one (a) which affects in any substantial way the scope, quality, or

performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding

documents, the Employer's rights or the Bidder's obligations under the Contract; or (c) whose

rectification would affect unfairly the competitive position of other Bidders presenting

substantially responsive Bids.

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not

subsequently be made responsive by correction or withdrawal of the non-conforming deviation or

reservation.

27. Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the Employer for any

arithmetic errors. Errors will be corrected by the Employer as follows:

(a) where there is a discrepancy between the rates in figures and in words, the rate in words

will govern; and

(b) where there is a discrepancy between the unit and the line item total resulting from

multiplying the unit rate by the quantity, the unit rate as quoted will govern.

27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above

procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered

as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be

rejected, and the Bid security may be forfeited in accordance with Sub-Clause 16.6 (b).

28. Deleted

29. Evaluation and Comparison of Bids

29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive

in accordance with Clause 26.

29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by

adjusting the Bid Price as follows:

(a) making any correction for errors pursuant to Clause 27; or

(b) making an appropriate adjustments for any other acceptable variations, deviations; and

(c) making appropriate adjustments to reflect discounts or other price modifications offered

in accordance with Sub Clause 22.5.

Page 21: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

21

29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer.

Variations, deviations, and alternative offers and other factors which are in excess of the

requirements of the Bidding documents or otherwise result in unsolicited benefits for the

Employer shall not be taken into account in Bid evaluation.

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of

Contract, during the period of implementation of the Contract, will not be taken into account in

Bid evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of

the cost of work to be performed under the contract, the Employer may require the Bidder to

produce detailed price analyses 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 analyses, the Employer may require that the amount of the performance

security set forth in Clause 34 be increased at the expense of the successful Bidder to a level

sufficient to protect the Employer against financial loss in the event of default of the successful

Bidder under the Contract.

30. Deleted

F. Award of Contract

31. Award Criteria

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been

determined to be substantially responsive to the Bidding documents and who has offered the

lowest evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in

accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of

Clause 4.

31.2 If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest

evaluated Bid Price will be determined when evaluating this contract in conjunction with other

contracts to be awarded concurrently, taking into account any discounts offered by the bidders for

the award of more than one contract.

32. Employer's Right to Accept any Bid and to Reject any or all Bids

32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to

cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without

thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the

affected Bidder or Bidders of the grounds for the Employer's action.

33. Notification of Award and Signing of Agreement

33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to

expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This

letter (hereinafter and in the Conditions ofContract called the "Letter of Acceptance") will state the

sum that the Employer will pay the Contractor in consideration of the execution, completion, and

maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the

Contract called the "Contract Price").

Page 22: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

22

33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing

of a performance security in accordance with the provisions of Clause 34.

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It

will be signed by the Employer and kept ready for signature of the successful bidder in the office of

employer within 28 days following the notification of award along with the Letter of Acceptance.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will

promptly notify the other Bidders that their Bids have been unsuccessful.

34. Performance Security

34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the

Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of

the Contract price plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB

and Clause 52 of Conditions of Contract:

- A bank guarantee issued by a nationalized / scheduled bank located in India or a reputable

bank located abroad in the form given in Section 8; or

34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it

shall be issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a

foreign bank located in India and acceptable to the Employer or (c) by a foreign bank through a

correspondent Bank in India [scheduled or nationalized].

34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a

breach of contract, cause for annulment of the award, forfeiture of the bid security, and any such other

remedy the Employer may take under the contract, and the Employer may resort to awarding the

contract to the next ranked bidder.

35 Advance Payment and Security

35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions

of Contract, subject to maximum amount, as stated in the Contract Data.

36. Adjudicator

36.1 The Employer proposes that Sri Sridhar Behera, Retd Engineer-in-Chief. WRD Deptt.,Govt. of

Odisha be appointed as Adjudicator under the Contract, at a daily fee of Rs. 3000/-plus reimbursable

expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If in the

Letter of Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the

Adjudicator shall be appointed by Institution of Engineers, India , at a daily fee of Rs. 3000.00 per

sitting plus reimbursable expenses, at the request of either party.

37. Fraud and Corruption

37.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well

as bidders, suppliers, and contractors and their agents (whether declared or not), personnel,

subcontractors, sub-consultants, service providers or suppliers, under Bank-financed contracts, observe

Page 23: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

23

the highest standard of ethics during the procurement and execution of such contracts. 1 In pursuance of

this policy, the Bank:

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

(i) “corrupt practice”2 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”3 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”4 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”5 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 Bank 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 Bank’s inspection and audit

rights provided for under par. 1.14 (e) below.

(b) will reject a proposal for award 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;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that

representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent,

collusive, or coercive practices during the procurement or the execution of that contract, without the

Borrower having taken timely and appropriate action satisfactory to the Bank to address such

practices when they occur;

(d) will sanction a firm or individual, at any time, in accordance with prevailing Bank’s sanctions

procedures,aincluding by publicly declaring such firm or individual ineligible, either indefinitely or

1In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, or its agents, or its sub-

consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement

process or contract execution for undue advantage is improper. 2 For the purpose of these Guidelines, “another party” refers to a public official acting in relation to the

procurement process or contract execution]. In this context, “public official” includes World Bank staff and

employees of other organizations taking or reviewing procurement decisions. 3 For the purpose of these Guidelines, “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. 4 For the purpose of these Guidelines, “parties” refers to participants in the procurement process (including public

officials) attempting to establish bid prices at artificial, non competitive levels. 5For the purpose of these Guidelines, “party” refers to a participant in the procurement process or contract execution.

Page 24: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

24

for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominatedb

sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible

firm being awarded a Bank-financed contract;

(e) will have the right to require that a provision be included in bidding documents and in contracts

financed by a Bank loan, requiring bidders, suppliers and contractors to permit the Bank to inspect

their accounts and records and other documents relating to the bid submission and contract

performance and to have them audited by auditors appointed by the Bank.

37.2Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and 59.2 (h) of the

Conditions of Contract.

aA firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon completion of the

Bank’s sanctions proceedings as per its sanctions procedures, including inter alia: (i) temporary suspension or early

temporary suspension in connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with other

International Financial Institutions, including Multilateral Development Banks; and (iii) the World Bank Group

corporate administrative procurement sanctions procedures for fraud and corruption. b A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used

depending on the particular bidding document) is one which has: (i) either been included by the bidder in its pre-

qualification application or bid because it brings specific and critical experience and know-how that allow the bidder

to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.

Page 25: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

25

SECTION 2: FORMS OF BID, QUALIFICATION INFORMATION AND

LETTER OF ACCEPTANCE

Table of Forms:

- CONTRACTOR’S BID

- QUALIFICATION INFORMATION

- LETTER OF ACCEPTANCE

- NOTICE TO PROCEED WITH THE WORK

- AGREEMENT FORM

Page 26: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

26

Contractor's Bid

Description of the Works: Renovation of Hukitola Building at Hukitola

GENTLEMEN,

Having examined the bidding documents including addendum, we offer to execute the Works described above in

accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid

for the Contract Price of _________ [in figures] (__________________________________________________)

[in letters].6

The advance Payment required is: Rupees ________________.

We accept the appointment of ________________________ as the Adjudicator.

(OR)

We do not accept the appointment of ___________________ as the Adjudicator and propose instead that

_______________________ be appointed as Adjudicator whose daily fees and biographical data are attached.

This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you

are not bound to accept the lowest or any Bid you receive.

We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in

bribery.

We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will

strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if

we are awarded the contract, are listed below :

Name and address of agent Amount Purpose of Commission or gratuity

______________________ ________ ____________________________

______________________ ________ ____________________________

(if none, state “none”)

We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding

documents.

Yours faithfully,

Authorized Signature:

Name & Title of Signatory: _________________________________________________________________

Name of Bidder : ______________________________________________

Address : __________________________________________________________________

3 To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid.

Page 27: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

27

Qualification Information

The information to be filled in by the Bidder in the following pages will be used for purposes of postqualification as

provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.

1. For Individual Bidders

1.1 Constitution or legal status of Bidder

[Attach copy]

Place of registration: _______________________________

Principal place of business: _______________________________

Power of attorney of signatory of Bid

[Attach]

1.2 Total value of Civil Engineering construction_

work executed and payments received in the last five years**

(in Rs. Lakh)

2008-2009_____________________

2009-2010_____________________

2010-2011_____________________

2011-2012_____________________

2012-2013_____________________

1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over the last five

years. **

____________________________________________________________________________________________

Project

Name

Name

of the

Employer*

Descrip-

tion of

work

Contract

No.

Value of

contract

(Rs.

Million)

Date of

issue of

work

order

Stipulated

period of

completion

Actual date

of

completion*

Remarks

explaining

reasons for

delay and

work

completed

____________________________________________________________________________________________

____________________________________________________________________________________________

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: **

Year Name Name Quantity of work performed (cum) @ Remarks*

of the

Work

of the

Employer*

Cement concrete

(including RCC&PCC)

Masonry E/works (indicate contract Ref)

2008-2009

2009-2010

2010-2011

2011-2012

2012-2013

*Attach certificate(s) from the Engineer(s)-in-Charge

@The item of work for which data is requested should tally with that specified in ITB clause 4.5A(c).

** immediately preceding the financial year in which bids are received.

Attach certificate from Chartered Accountant.

Page 28: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

28

1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be

completed) as on the date of this bid.

(A) Existing commitments and on-going works:

____________________________________________________________________________________________

Description Place Contract No. Name Value of Stipulated Value of works* Anticipated

of & & Date and Contract period of remaining to be date of

Work State Address (Rs. million) completion completed completion

of Employer (Rs. million)

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

____________________________________________________________________________________________

__________________________________________________________________________________________

(B) Works for which bids already submitted:

____________________________________________________________________________________________

Description Place Name and Estimated Stipulated Date when Remarks

of & Address of value of works period of decision is if any

Work State Employer (Rs. million) completion expected

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

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

1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should

list all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.

_______________________________________________________________________________________

Item of Requirement Availability proposals Remarks

equipment No. Capacity Owned/leased/ Nos/ Age/ (From whom to be

to be procured capacity condition purchased)

_______________________________________________________________________________________

* * * * * * *

* * * * * * *

_______________________________________________________________________________________

1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract.

Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub

Clause 9.1 of the Conditions of Contract.

_______________________________________________________________________________________

Years of Years of experience in

Position Name Qualifications experience the proposed position

(general)

_______________________________________________________________________________________

Project Manager * * * *

* * * * *

* * * * *

* * * * *

etc.

_______________________________________________________________________________________

Page 29: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

29

1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]

_______________________________________________________________________________________

Sections Value of Sub-contractor Experience in

of the works Sub-contract (name and address) similar work

_______________________________________________________________________________________

* * * *

* *

* * * *

* *

* * * *

* *

______________________________________________________________________________________

1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in case of

companies/corporation), etc. List them below and attach copies.

1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit,

etc. List them below and attach copies of support documents [sample format attached].

1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if

contacted by the Employer.

1.11 Information on litigation history in which the Bidder is involved.

__________________________________________________________________________________

Other party(ies) Employer Cause of dispute Amount involved Remarks showing

present status

__________________________________________________________________________________

__________________________________________________________________________________

1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.

_______________________________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary

to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

2. Joint Ventures - Deleted

3. Additional Requirements

3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the

Instructions to the Bidders, if applicable.

____________________________________________________________________________________________

Page 30: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

30

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES –

* CLAUSE 4.5 [B] [c] OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial standing.

If the contract for the work, namely …………………………………………………………. [funded by the World

Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs.

…………… to meet their working capital requirements for executing the above contract.

__ Sd. __

Name of Bank

Senior Bank Manager

Address of the Bank

Page 31: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

31

(Name of the Project)

(Declaration regarding customs/excise duty exemption for materials/

construction equipment bought for the work)

Form ……….

(Bidder’s Name and Address)

To: ………………………

(Name of the Employer)

Dear Sir:

Re: [Name of Work] ………………………… -

Certificate for Import/Procurement of Goods/Construction Equipment

1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have

considered in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will

not compensate us.

2. We are furnishing below the information required by the Employer for issue of the necessary certificates in

terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No.

85/99.

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

Items Make/

Brand

Name

Capacity

[where

applicable]

Quantity Value State whether it will

be procured locally

or imported [if so

from which country]

Remarks regarding

justification for the

quantity and their

usage in works

Goods

[a]

[b]

Construction Equipment

[a]

[b]

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

5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the

work, based on the Bill of Quantities and the construction programme and methodology as furnished by us

alongwith the bid.

6. We confirm that the above goods will be exclusively used for the construction of the above work and

construction equipment will not be sold or otherwise disposed of in any manner for a period of five years

from the date of acquisition.

Date: ___________________ (Signature) ____________________

Place: __________________ (Printed Name) _________________

(Designation) __________________

(Common Seal) ________________

This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted.

Page 32: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

32

Letter of Acceptance

(letterhead paper of the Employer)

________________________[date]

To: _________________________________________________________________________[name and address

of the Contractor]

Dear Sirs,

This is to notify you that your Bid dated ____________ for execution of the ________________________

___________________________________________________________ [name of the contract and identification

number, as given in the Instructions to Bidders] for the Contract Price of Rupees ———————————

____________________________________ (_____________) [amount in words and figures], as corrected and

modified in accordance with the Instructions to Bidders1 is hereby accepted by our Agency.

We accept/do not accept that __________________________ be appointed as the Adjudicator2.

We note that as per bid, you do not intend to subcontract any component of work.

[OR]

We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for executing

….........................................

[Delete whichever is not applicable]

You are hereby requested to furnish Performance Security, plus additional security for unbalanced

bids in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within

21 days of the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability

Period i.e. upto ........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.

We have reviewed the construction methodology submitted by you alongwith the bid in response to ITB

Clause 4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program

including environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of

receipt of this letter.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and

modified in accordance with the Instructions to Bidders" if corrections or modifications have not been effected.

2 To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the

"Instructions to Bidders."

Page 33: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

33

Issue of Notice to proceed with the work (letterhead of the Employer)

————— (date)

To

—————————————— (name and address of the Contractor)

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract

agreement for the construction of —————— @ a Bid Price of Rs.——————, you are hereby instructed to

proceed with the execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of

signatory authorized to sign on

behalf of Employer)

Page 34: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

34

Agreement Form

This agreement, made the ___________________ day of ______________19_______,

between______________________________________________________________________________________

____________________________________[name and address of Employer]

(hereinafter called “the Employer)” of the one part and ______________________________________________

_____________________________________________________________________________________________

___________________________________________________[name and address of contractor] (hereinafter called

“the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute _____________________________

_____________________________________________________________________________________________

___________________________________________________________________________________[ name and

identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the Bid by the

Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract

price of Rs.................................................................................

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in

the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed

as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the

Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects

therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the

Works and the remedying the defects wherein 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.

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

i) Letter of Acceptance;

ii) Notice to proceed with the works;

iii) Contractor’s Bid;

iv) Contract Data;

v) Conditions of contract (including Special Conditions of Contract);

vi) Specifications;

vii) Drawings;

viii) Bill of Quantities; and

ix) Any other document listed in the Contract Data as forming part of the contract.

Page 35: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

35

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before

written.

The Common Seal of ____________________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said _________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

in the presence of:

Binding Signature of Employer _________________________________________________ ___

Binding Signature of Contractor _____________________________________________________

Page 36: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

36

SECTION 3: CONDITIONS OF CONTRACT

Page 37: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

37

Conditions of Contract

Table of Contents

A. General Page No. C. Quality Control Page No.

1. Definitions 35 33. Identifying Defects 41

2. Interpretation 36 34. Tests 41

3. Language and Law 37 35. Correction of Defects 41

4. Engineer's Decisions 37 36. Uncorrected Defects 42

5. Delegation 37

6. Communications 37

7. Subcontracting 37 D. Cost Control

8. Other Contractors 37 37. Bill of Quantities 42

9. Personnel 37 38. Changes in the Quantities 42

10. Employer’s & Contractor's Risks 38 39. Variations 42

11. Employer's Risks 38 40. Payments for Variations 42

12. Contractor’s Risks 38 41. Cash Flow Forecasts 42

13. Insurance 38 42. Payment Certificates 43

14. Site Investigation Reports 38 43. Payments 43

15. Queries about the Contract 44. Compensation Events 43

Data 38 45. Tax 44

16. Contractor to Construct the 46. Currencies 44

Works 39 47. Price Adjustments 44

17. The Works to Be Completed by 48. Retention 44

the Intended Completion Date 39 49. Liquidated Damages 45

18. Approval by the Engineer 39 50. Bonus 45

19. Safety 39 51. Advance Payment 45

20. Discoveries 39 52. Securities 45

21. Possession of the Site 39 53. Dayworks

22. Access to the Site 39 54. Cost of Repairs 45

23. Instructions 39

24. Disputes 40

25. Procedure for Disputes 40 E. Finishing the Contract

26. Replacement of Adjudicator 40

55. Completion 46

B. Time Control 56. Taking Over 46

27. Program 40 57. Final Account 46

28. Extension of the Intended 58. Operating and Maintenance Manuals 46

Completion Date 40 59. Termination 46

29. Acceleration 41 60. Payment upon Termination 47

30. Delays Ordered by the 61. Property 47

Engineer 41 62. Release from Performance 47

31. Management Meetings 41 63. Suspension of World Bank Loan 47

32. Early Warning 41 or Credit

64. Corrupt or Fraudulent Practices 47

F. Special Conditions of Contract 49

Page 38: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

38

Conditions of Contract

A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but

keep their defined meanings. Capital initials are used to identify defined terms.

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve

disputes in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is

defined in the Contract Data.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer in

accordance with Sub Clause 55.1.

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 Clause 2.3 below.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by

the Employer.

The Contractor's Bid is the completed Bidding document submitted by the Contractor to the

Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in

accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated from the

Completion Date.

The Employer is the party who will employ the Contractor to carry out the Works.

The Engineer is the person named in the Contract Data (or any other competent person appointed and

notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the

execution of the works and administering the Contract.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the

Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

Page 39: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

39

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 Contract Data. The Intended Completion

Date may be revised only by the Engineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the contractor for incorporation in the

Works.

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or

chemical or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents and are factual

interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any modification or

addition made or approved by the Engineer.

The Start Date is given in the Contract Data. It is the date when the Contractor shall commence

execution of the works. It does not necessarily coincide with any of the Site Possession Dates.

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.

Temporary Works are works designed, constructed, installed, and removed by the Contractor which

are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and turn over to the

Employer, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these Conditions of Contract, 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 Engineer will provide instructions

clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract 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:

(1) Agreement

(2) Letter of Acceptance, notice to proceed with the works

(3) Contractor’s Bid

(4) Contract Data

(5) Conditions of Contract including Special Conditions of Contract

(6) Specifications

Page 40: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

40

(7) Drawings

(8) Bill of Quantities and

(9) any other document listed in the Contract Data 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 Contract Data.

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the

Employer and the Contractor in the role representing the Employer.

5. Delegation

5.1 The Engineer 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.

6. Communications

6.1 Communications between parties which are referred to in the conditions are effective only when in

writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).

7. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract

without the approval of the Employer in writing. Subcontracting does not alter the Contractor's

obligations.

8. 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. The Contractor shall

as referred to in the Contract Data, 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.

9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to

in the Contract Data to carry out the functions stated in the Schedule or other personnel approved by

the Engineer. The Engineer will approve any proposed replacement of key personnel only if their

qualifications, abilities, and relevant experience are substantially equal to or better than those of the

personnel listed in the Schedule.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or

his 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.

10. Employer’s and Contractor's Risks

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

carries the risks which this Contract states are Contractor’s risks.

Page 41: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

41

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the

execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign

enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or

disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or

nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works,

other than the Contractor’s design.

12. Contractor’s Risks

12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during

and in consequence of the performance of the Contract other than the excepted risks are the

responsibility of the Contractor.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover

from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in

the Contract Data 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 of 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 Engineer for the

Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be

payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may

effect the insurance which the Contractor should have provided and recover the premiums the

Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the

payment of the premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer.

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

Contract Data, supplemented by any information available to the Bidder.

15. Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specification and

Drawings, and as per instructions of Engineer.

Page 42: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

42

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

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the

Works in accordance with the program submitted by the Contractor, as updated with the approval of

the Engineer, and complete them by the Intended Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to

the Engineer, who is to approve them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary

Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where

required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are

subject to prior approval by the Engineer before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is

the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry

out the Engineer's instructions for dealing with them.

21. Possession of the Site

21.1 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 in the Contract Data the Employer is deemed to have delayed the start of

the relevant activities and this will be Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site,

to any place where work in connection with the Contract is being carried out or is intended to be

carried out and to any place where materials or plant are being manufactured / fabricated / assembled

for the works.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws

where the Site is located.

23.2 Inspections and Audits by the Bank

The Contractor shall permit the Bank and/or persons appointed by the Bank to inspect the

Site and/or the accounts and records of the Contractor and its subcontractors relating to

the performance of the Contract, and to have such accounts and records audited by

auditors appointed by the Bank if required by the Bank. The Contractor’s attention is

Page 43: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

43

drawn to Clause 64 [Corrupt or Fraudulent Practices] which provides, inter alia, that acts

intended to materially impede the exercise of the Bank’s inspection and audit rights

provided for under Sub-Clause 23.2 constitute a prohibited practice subject to contract

termination (as well as to a determination of ineligibility under the Procurement

Guidelines).

24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given

to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred

to the Adjudicator within 14 days of the notification of the Engineer's decision.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a

dispute.

25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with

reimbursable expenses of the types specified in the Contract Data and the cost shall be divided equally

between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either

party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's

written decision. If neither party refers the dispute to arbitration within the above 28 days, the

Adjudicator's decision will be final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special

Conditions of Contract.

26. Replacement of Adjudicator

26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the

Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract, a new

Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement

between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the

Appointing Authority designated in the Contract Data at the request of either party, within 14 days of

receipt of such request.

B. Time Control

27. Program

27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a

Program including Environmental Management Plan showing the general methods, arrangements,

order, and timing for all the activities in the Works along with monthly cash flow forecast.

27.2 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.

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer

than the period stated in the Contract Data. If the Contractor does not submit an updated Program

within this period, the Engineer may withhold the amount stated in the Contract Data 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.

27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor

may revise the Program and submit it to the Engineer again at any time. A revised Program is to show

the effect of Variations and Compensation Events.

Page 44: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

44

28. Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a

Variation is issued which makes it impossible for Completion to be achieved by the Intended

Completion Date without the Contractor taking steps to accelerate the remaining work and which

would cause the Contractor to incur additional cost.

28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21

days of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or

Variation and submitting full supporting information. If the Contractor has failed to give early warning of

a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered

in assessing the new Intended Completion Date.

29. Deleted

30. Delays Ordered by the Engineer

30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings

31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The business

of a management meeting shall be to review the plans for remaining work and to deal with matters raised

in accordance with the early warning procedure.

31.2 The Engineer shall record the business of management meetings and is to provide copies of his record to

those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is

to be decided by the Engineer either at the management meeting or after the management meeting and

stated in writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor is to warn the Engineer 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 works. The Engineer may require the Contractor to provide an estimate of the expected effect

of the future event or circumstance on the Contract Price and Completion Date. The estimate is to be

provided by the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect

of such an event or circumstance can be avoided or reduced by anyone involved in the work and in

carrying out any resulting instruction of the Engineer.

C. Quality Control 33. Identifying Defects

33.1 The Engineer 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 Engineer may

instruct the Contractor to search for a Defect and to uncover and test any work that the

Engineer considers may have a Defect.

33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work

and notify the Engineer and Contractor of any defects that are found. Such a check shall not

Page 45: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

45

affect the Contractor’s or the Engineer’s responsibility as defined in the Contract

Agreement.

34. Tests

34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to

check whether any work has a Defect and the test shows that it does, the Contractor shall pay

for the test and any samples. If there is no Defect the test shall be a Compensation Event.

35. Correction of Defects

35.1 The Engineer 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 Contract Data. The

Defects Liability Period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within

the length of time specified by the Engineer’s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s

notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor

will pay this amount.

Note: Where in certain cases, the technical specifications provide for acceptance of works within specified

tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and

commissioning work to be done by the contractor.

37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the

quantity of the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for

the particular item by more than 25 percent, provided the change exceeds 1% of Initial

Contract Price, the Engineer shall adjust the rate to allow for the change.

38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract

Price is exceeded by more than 15 percent, except with the Prior approval of the Employer.

38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost

breakdown of any rate in the Bill of Quantities.

39. Variations

39.1 All Variations shall be included in updated Programs produced by the Contractor.

40. Payments for Variations

Page 46: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

46

40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates)

for carrying out the Variation when requested to do so by the Engineer. The Engineer shall

assess the quotation, which shall be given within seven days of the request or within any

longer period stated by the Engineer and before the Variation is ordered.

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities

and if, in the opinion of the Engineer, the quantity of work above the limit stated in Sub

Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to

change, the rate in the bill of Quantities shall be used to calculate the value of the Variation.

If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation

does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall

be in form of new rates for the relevant items of work.

40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the

Engineer with a quotation within a reasonable time specified by the engineer in accordance

with Clause 40.1), the Engineer may order the Variation and make a change to the Contract

Price which shall be based on Engineer’s own forecast of the effects of the Variation on the

Contractor's costs.

40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being

given and considered without delaying the work, no quotation shall be given and the

Variation shall be treated as a Compensation Event.

40.5 The Contractor shall not be entitled to additional payment for costs that could have been

avoided by giving early warning.

41. Cash flow forecasts

41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow

forecast.

42. Payment Certificates

42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the

work completed less the cumulative amount certified previously along with details of

measurement of the quantity of works executed in a tabulated form as approved by the

Engineer.

42.2 The Engineer shall check the details given in the Contractor's monthly statement and within

14 days certify the amounts to be paid to the Contractor after taking into account any credit

or debit for the month in question in respect of materials for the works in the relevant

amounts and under conditions set forth in sub-clause 51(3) of the Contract Data (Secured

Advance).

42.3 The value of work executed shall be determined by the Engineer after due check

measurement of the quantities claimed as executed by the contractor.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill

of Quantities completed..

42.5 The value of work executed shall include the valuation of Variations and Compensation

Events.

42.6 The Engineer may exclude any item certified in a previous certificate or reduce the

proportion of any item previously certified in any certificate in the light of later information.

Page 47: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

47

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries

in terms of the contract and taxes, at source, as applicable under the law. The Employer

shall pay the Contractor the amounts certified by the Engineer within 28 days of the date of

each certificate. If the Employer makes a late payment, the Contractor shall be paid interest

on the late payment in the next payment. Interest shall be calculated from the date by which

the payment should have been made upto the date when the late payment is made at 8% per

annum.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the

Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment

as set out in this clause. Interest shall be calculated from the date upon which the increased

amount would have been certified in the absence of dispute.

43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the

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

44. Compensation Events

44.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to a part of the Site by the Site Possession Date

stated in the Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which affects the

work of the contractor under the contract.

(c) The Engineer orders a delay or does not issue drawings, specifications or instructions

required for execution of works on time.

(d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon

work which is then found to have no Defects.

(e) The Engineer unreasonably does not approve for a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been

assumed before issuance of 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 Engineer gives an instruction for dealing with an unforeseen condition, caused by

the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities or the Employer 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 effect on the Contractor of any of the Employer’s Risks.

(k) The Engineer unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

Page 48: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

48

44.2 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 is extended. The Engineer shall decide whether and by how much the Contract Price

shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's

forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract

Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer

shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the

Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are

adversely affected by the Contractor not having given early warning or not having cooperated with the

Engineer.

45. Tax

45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the

Contractor will have to pay for the performance of this Contract. The Employer will perform such

duties in regard to the deduction of such taxes at source as per applicable law.

46. Currencies

46.1 All payments shall be made in Indian Rupees.

47. Price Adjustment

47.1 Deleted.

47.2 Deleted.

48. Retention

48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the

Contract Data until Completion of the whole of the Works.

48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor

and half when the Defects Liability Period has passed and the Engineer has certified that all Defects

notified by the Engineer to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole works, the contractor may substitute retention money (balance half) with

an “on demand” Bank guarantee.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract

Data for each day that the Completion Date is later than the Intended Completion Date (for the whole

of the works or the milestone as stated in the contract data). The total amount of liquidated damages

shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated

damages from payments due to the Contractor. “Time is the essence of the contract and payment or

deduction of liquidated damages shall not relieve the contractor from his obligation to complete the

work as per agreed construction program and milestones or from any other of the contractor’s

obligations and liabilities under the contract.”

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer

shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment

certificate. The Contractor shall be paid interest on the over payment calculated from the date of

payment to the date of repayment at the rates specified in Sub Clause 43.1.

Page 49: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

49

50. Deleted.

51. Advance Payment

51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract

Data by the date stated in the Contract Data, against provision by the Contractor of an Unconditional

Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal

to the advance payment. The guarantee shall remain effective until the advance payment has been

repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the

Contractor. Interest will not be charged on the advance payment.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization

expenses required specifically for execution of the Works. The Contractor shall demonstrate that

advance payment has been used in this way by supplying copies of invoices or other documents to the

Engineer.

51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise

due to the Contractor, following the schedule of completed percentages of the Works on a payment

basis. No account shall be taken of the advance (mobilization and equipment only) payment or its

repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events,

or Liquidated Damages.

51.4 Secured Advance:

- Deleted-.

52. Securities

52.1 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 and form and by a bank or surety acceptable to

the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date

28 days from the date of expiry of Defects Liability Period and the additional security for unbalanced

bids shall be valid until a date 28 days from the date of issue of the certificate of completion.

53. Deleted

54. Cost of Repairs

54.1 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

55. Completion

55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the

Engineer will do so upon deciding that the Work is completed.

56. Taking Over

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a

certificate of Completion.

57. Final Account

57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor

considers payable under the Contract before the end of the Defects Liability Period. The Engineer

Page 50: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

50

shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor

within 56 days of receiving the Contractor's account if it is correct and complete. If it is not, the

Engineer shall issue within 56 days a schedule that states the scope of the corrections or additions that

are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer

shall decide on the amount payable to the Contractor and issue a payment certificate, within 56 days

of receiving the Contractor’s revised account.

58. Operating and Maintenance Manuals

58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall

supply them by the dates stated in the Contract Data.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract

Data, or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in

the Contract Data from payments due to the Contractor.

59. Termination

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental

breach of the Contract.

59.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current

program and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction is

not withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a

reconstruction or amalgamation;

(d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56

days of the date of the Engineer's certificate;

(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of

Contract and the Contractor fails to correct it within a reasonable period of time determined by

the Engineer;

(f) the Contractor does not maintain a security which is required;

(g) the Contractor has delayed the completion of works by the number of days for which the

maximum amount of liquidated damages can be paid as defined in the Contract data; and

(h) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as

defined in GCC Clause 64, in competing for or in executing the Contract.

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other

than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is

fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 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

Page 51: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

51

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the

Engineer shall issue a certificate for the value of the work done less advance payments received up to

the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due

to be deducted at source as per applicable law and less the percentage to apply to the work not

completed as indicated in the Contract Data. 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 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of

Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the

reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely

on the Works, and the Contractor's costs of protecting and securing the Works and less advance

payments received up to the date of the certificate, less other recoveries due in terms of the contract

and less taxes due to be deducted at source as per applicable law.

61. Property

61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the

property of the Employer, if the Contract is terminated because of a 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 Engineer shall certify that the Contract has been frustrated.

The Contractor shall make the Site safe and stop work as quickly as possible after receiving this

certificate and shall be paid for all work carried out before receiving it and for any work carried out

afterwards to which commitment was made.

63. Suspension of World Bank Loan or Credit

63.1 In the event that the World Bank suspends the Loan or Credit 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 World Bank’s suspension notice.

(b) If the Contractor has not received sums due to it upon the expiration of the 28 days for payment

provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination

notice.

64. Corrupt or Fraudulent Practices:

64.1 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 14

days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from

the Site, and the provisions of Clause 59 shall apply as if such expulsion had been made under Sub-Clause

59.2 [Termination by Employer].

64.2 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 that employee shall be removed in

accordance with Clause 9.

64.3 For the purposes of this Sub-Clause:

Page 52: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

52

(i) “corrupt practice”7 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”8 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”9 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”10 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 Bank

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 Bank’s inspection and audit rights

provided for under clause 23.2.

F. Special Conditions of Contract

1. LABOUR :

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the

engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at

such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of

labour from time to time employed by the Contractor on the Site and such other information as the Engineer

may require.

2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all

existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or

Central Government or local authority and any other labour law (including rules), regulations, bye laws that

may be passed or notification that may be issued under any labour law in future either by the State or the

Central Government or the local authority. Salient features of some of the major labour laws that are

applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in

case any action is taken against the Employer by the competent authority on account of contravention of any of

the provisions of any Act or rules made there under, regulations or notifications including amendments. If the

7 For the purpose of these Guidelines, “another party” refers to a public official acting in relation to the

procurement process or contract execution]. In this context, “public official” includes World Bank staff and

employees of other organizations taking or reviewing procurement decisions. 8 For the purpose of these Guidelines, “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. 9 For the purpose of these Guidelines, “parties” refers to participants in the procurement process (including public

officials) attempting to establish bid prices at artificial, non competitive levels. 10

For the purpose of these Guidelines, “party” refers to a participant in the procurement process or contract

execution.

Page 53: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

53

Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-

observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including

amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any

money due to the Contractor including his amount of performance security. The Employer/Engineer shall also

have right to recover from the Contractor any sum required or estimated to be required for making good the

loss or damage suffered by the Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the

Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS

ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK

(The law as current on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising

out of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain

conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days

wages for every completed year of service. The Act is applicable to all establishments employing 10 or more

employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly

contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case

of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be

provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are

required to be provided, by the Principal Employer by Law. The Principal Employer is required to take

Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act

is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more contract

labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by

appropriate Government as per provisions of the Act if the employment is a scheduled employment.

Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid

and what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to

Male and Female workers and for not making discrimination against Female employees in the matters of

transfers, training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees.

The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of

20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting

Rs.2500/- per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per

Page 54: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

54

month only. The Act does not apply to certain establishments. The newly set-up establishments are exempted

for five years in certain circumstances. Some of the State Governments have reduced the employment size

from 20 to 10 for the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial

disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off

or retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or

more workmen (employment size reduced by some of the States and Central Government to 50). The Act

provides for laying down rules governing the conditions of employment by the Employer on matters provided

in the Act and get the same certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and

employers. The Trade Unions registered under the Act have been given certain immunities from civil and

criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14

years of age in certain occupations and processes and provides for regulation of employment of children in all

other occupations and processes. Employment of Child Labour is prohibited in Building and Construction

Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is

applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary

(who has recruited workmen in one state for employment in the establishment situated in another state). The

Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be

provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment

and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act

1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction work

and employs 10 or more workers are covered under this Act. All such establishments are required to pay cess

at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The

Employer of the establishment is required to provide safety measures at the Building or construction work

and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for

workers near the work place etc. The Employer to whom the Act applies has to obtain a registration

certificate from the Registering Officer appointed by the Government.

p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health

and safety provisions, welfare provisions, working hours, annual earned leave and rendering information

regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises

employing 10 persons or more with aid of power or 20 or more persons without the aid of power engaged in

manufacturing process.

3. SUB-CONTRACTING (GCC Clause 7)

Please add the following as Clause 7.2:

The contractor shall not be required to obtain any consent from the employer for:

a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;

b) the provision of labour; and

c) the purchase of materials which are in accordance with the standards specified in the Contract.

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works,

because of some unforeseen circumstances to enable him to complete the work as per terms of the contract,

the Engineer will consider the following before according approval:

Page 55: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

55

- The contractor shall not sub-contract the whole of the Works.

- The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any

such consent shall not relieve the contractor from any liability or obligations under the contract and he

shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as

fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the

sub-contractors so proposed for the Work possess the experience, qualifications and equipment

necessary for the job proposed to be entrusted to them in proportion to the quantum of work to be sub-

contracted.

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific

authorization by the prime contractor so that this arrangement does not alter the contractor's liability or

obligations under the contract.

4. ARBITRATION (GCC Clause 25.3)

The procedure for arbitration will be as follows :

25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to

any matter arising out of or connected with this agreement, such disputes or difference shall be settled

in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3

arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be

chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case

of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of

30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall

be appointed by the President of the Institution of Engineers

(India)_____________________________________________

(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20

percent of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be

furnished alongwith the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in

the contract. In view of the above, normally no additional sub-contracting should arise during execution of the contract. 2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works

more effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in

addition to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-

contracting exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.

3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation

or merger of companies etc.

(b) In the case of dispute with a Foreign contractor the dispute shall be settled in accordance with

provisions of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be

appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so

appointed by the Parties, and shall act a presiding arbitrator. In case of failure

of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days

from the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be

appointed by the President of the Institution of Engineers (India)

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within

30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the

President of the Institution of Engineers (India) both in cases of the Foreign Contractor as well as

Indian Contractor, shall appoint the arbitrator. A certified copy of the order of the President of the

Institution of Engineers (India), making such an appointment shall be furnished to each of the parties.

(d) Arbitration proceedings shall be held at Bhubaneswar, India, and the language of the arbitration

proceedings and that of all documents and communications between the parties shall be English.

Page 56: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

56

(e) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and

expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the

expenses incurred by each party in connection with the preparation, presentation, etc. of its

proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its

behalf shall be borne by each party itself.

(f) Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall

be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the

parties; failing such agreement, by the appointing authority, namely the President of the Institution of

Engineers (India)/.

(g) Performance under the contract shall continue during the arbitration proceedings and payments due to

the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration

proceedings.

5. PROTECTION OF ENVIRONMENT:

Add the following as GCC Clause 16.2:

The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid

damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other

causes arising as a consequence of his methods of operation.

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all

existing enactments on environmental protection and rules made thereunder, regulations, notifications and

bye-laws of the State or Central Government, or local authorities and any other law, bye-law, regulations that

may be passed or notification that may be issued in this respect in future by the State or Central Government

or the local authority.

Salient features of some of the major laws that are applicable are given below :

The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of

water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such

contamination of water or such alteration of the physical, chemical or biological properties of water or such

discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water

(whether directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or

injurious to public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate

uses, or to the life and health of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement

of air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any

solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be

or tend to be injurious to human beings or other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment

and for matters connected therewith, and the prevention of hazards to human beings, other living creatures,

plants and property. 'Environment' includes water, air and land and the inter-relationship which exists among

and between water, air and land, and human beings, other living creatures, plants, micro-organism and

property.

The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of

providing immediate relief to the persons affected by accident occurring while handling hazardous substances

and for matters connected herewith or incidental thereto. Hazardous substance means any substance or

preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and

exceeding such quantity as may be specified by notification by the Central Government.

Page 57: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

57

5.2 Environment Management Plan

The Environment Management Plan (EMP) is a set of measures for avoidance, minimization and mitigation of

adverse environmental impacts. The Contractor will abide by the environmental, occupational health and safety

measures listed in the Environment Management Plan (EMP) given in the table below during preparation and

execution of Works. Adverse impact/s on the environment caused due to non-adherence of legal and EMP

requirements during preparation and execution of civil works shall be made good at the Contractor’s own expenses.

The Engineer’s check and certification for payment, in accordance to requirements under Clause 42.2 of GCC, shall

also include the performance review of the Contractor with regard to EMP compliance.

The complete document on Environmental and Social Management Framework (ESMF) from which these

conditions have been derived/listed is available with the Engineer and State Disaster Management Authority

(SDMA) for the Contractor’s reference. It is also available on the websites of National Disaster Management

Authority (NDMA) and State Disaster Management Authority (SDMA).

S.

No. Activity Measures to be Implemented by the Contractor

1. Work Plan for

EMP

implementation

The Contractor’s Project Manager shall be responsible for implementation of EMP provisions and

will coordinate the over-all implementation of the said plan. Along with the Work Programme, the

Contractor shall submit a plan including method statement and timeline about specific actions that will be taken by him to implement the provisions laid out in the EMP.

2. Regulatory

Permissions and Consents

The Contractor shall obtain all requisite statutory clearances prior to commencement of civil works,

which includes obtaining permission/consent for plants, water extraction and borrow areas operations. This includes:

Consent for establishment and operation of plant (for concrete work) from SPCB

PUC certification for all vehicles/equipment used for/during construction

Permission/consent of the District Administration/Mining Department/other agencies for quarrying and/or borrowing operations for materials like sand and earth

Permission for water extraction, if applicable in the local area context.

The Contractor shall abide by all conditions laid out in the said clearances.

3. Consultation and

Community Consent

The Contractor shall consult and obtain written consents of landowners (individual/panchayat/govt.

agency) for temporary use of land for all construction related activities including:

(a) setting-up and operation of construction camp including labour camps, stock yards etc.

(b) borrow areas and

(c) disposal of debris and other waste material.

4. Construction/

Labour Camp

(a) Location: The camp and plant site/s location and establishment shall be done in a manner that

does not interfere or disturb the activities of local inhabitants, particularly those of schools and

health facilities. Written permission (no objection certificate) shall be taken from the Gram

Sabha and the land owner prior to location selection and a copy shall be submitted to the

Engineer for approval.

(b) Camp site shall not be located within 250 mts. from a water body including village ponds.

(c) A distance of at least 500 mts. shall be maintained from designated/protected natural habitats

(such as National Parks, Sanctuaries, Biosphere Reserves, ReserveForests and Ramsar Sites) and Coastal Regulation Zone.

(b) Accommodation and Basic Amenities: All weather shelter with the required tenement size and

toilets shall be provided, as per provisions of Labour Laws. Separate toilet facilities shall be

provided for women workers. If a common mess is not provided/operated, additional space for

cooking shall be provided. The contractor shall ensure that hygienic conditions are maintained

during the operation of such camps/facilities.

(c) Fuel for Cooking: The Contractor shall ensure that fuel wood is not used as a cooking medium

in the construction/labour camp.

(d) Potable water supply: Drinking water supply of at least 40 lpcd with the required supply points

shall be provided.

(e) Fire Safety: Adequate fire safety precautions shall be taken and required fire safety equipment

(such as fire extinguishers) shall be provided by the Contractor.

Page 58: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

58

S.

No. Activity Measures to be Implemented by the Contractor

5. Site Clearance (a). No tree cutting is to carried out without the written instruction from the Employer, who in turn

will ensure that relevant regulatory permission/s (including those from Forest Dept., if required)

are obtained prior to cutting of such trees.

(b) The non-timber grade trees are to be stacked and possession is to be given to

Employer/concerned Govt. Department.

(c) The Contractor shall strip, store and preserve top soil from the site of construction work and in

the stock yards prior to stacking of materials. The top soil shall be reinstated in the Tourist Guide Centre compound after the construction is over.

6. Protection of

Properties and Resources

The Contractor shall take due care to protect and prevent damages to the following resources during

preparatory and construction work:

a. Water supply lines

b. Irrigation canals

c. Cart, cattle and/or foot trail/tracks

d. Cultural properties and sites/structures of religious importance

e. Houses, Farmlands, Orchards and/or Trees

f. School and other existing buildings adjacent to the site of construction

In case of damage due to construction activity, the restoration/repairs shall be carried out by the

Contractor at his own cost.

7. Quarry

Operations

The Contractor shall procure material from quarries that have been approved/licensed by the State

Govt. A copy of such an approval shall be submitted to the Engineer prior to procuring material.

8. Borrow Areas (a) Borrow areas for the project will be selected by the Contractor following the stipulations given

below. The finalization of all such locations shall be dependent on the approval of the Engineer

on technical and environmental grounds. This includes on-site verification to cross-check the

accuracy of details provided by the Contractor. Only after receipt of the written approval from the Engineer, the Contractor shall enter into a formal agreement with landowner.

(b) The Contractor shall not procure any kind of construction material (such as aggregates, sand and

earth) from ecologically protected areas.

(c) Identification and Selection

1. The borrow area should not be located in agriculture field/s unless unavoidable i.e. barren

land is not available. In case borrowing needs to be done on an agricultural land, top-soil

stripping, stacking and preservation is a must.

2. Borrow pits shall not be located within a distance of 100 mts. from any NH, SH or other

roads.

3. Borrow pits shall be preferably located 500 mts. away from settlements/ habitations.

4. No borrow pits shall be located within 500 mts. from schools, colleges, playgrounds,

religious structures and health centres.

5. No borrow area shall be opened within 500 mts. from a reserved or protected forest area,

protected sites, wildlife movement zone and cultural heritage site.

6. No tree cutting shall be undertaken.

7. Borrow area near any surface water body will be at least 100 mts. away.

(d) Operation

1. Area up to which material will be extracted shall be clearly demarcated on ground.

2. A 15 cm topsoil layer will be stripped and preserved in stockpiles.

3. Borrowing of earth should be preferably limited to a depth of 1.5 mtr from the existing

ground level.

4. Slope at the edges will be maintained not steeper than 1:3 (Vertical: Horizontal).

Page 59: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

59

S.

No. Activity Measures to be Implemented by the Contractor

(e) Rehabilitation of Borrow Areas

1. Rehabilitation shall be satisfactorily undertaken immediately after the use has ceased and at

least three weeks prior to monsoon.

2. Preserved top soil has be spread uniformly over land (except in cases where borrow area is

developed as a water body) used as a borrow area.

9. Water Extraction/ Use

Water for construction and for use at construction camps (including labour camps) is to be extracted

with prior written permission of (a) the individual owner, in case the source is private well/tube

well; (b) Gram Panchayat in case the source belongs to community; and (c) Irrigation Department in case the source is an irrigation canal or a river.

10. Safety of Road

Users and Local Residents

(a) Traffic safety arrangements (including provision of warning signage, speed breakers etc.) shall

be made by the Contractor to ensure safety of road users and local people, particularly in the

internal village roads which will be used for transporting materials.

(b) Material shall be covered during transportation to prevent spillage, accidents and pollution.

(c) All required measures to ensure safety of local residents including children and other near-by

residents shall be taken up by the Contractor. This shall include provisions to prevent

unauthorised entry into the construction site and camp; fire and electrical safety measures; pre-cautions around excavation such as barricading and warning signs and safe storage of material.

11. Worker’s Safety (a) All measures required for ensuring safety and health of the workers shall be taken up by the

Contractor. This includes provision and enforcement of appropriate personal protective

equipment; first aid facility; emergency response arrangement; proper storage of hazardous/

toxic and polluting materials and; measures for ensuring fire, electrical and mechanical safety arrangements in camp and in work site.

(b) All methods, steps and measures required for ensuring safety of workers, particularly those

needed while undertaking work in or around excavations; working at height; and; while handling inflammable, toxic and/or hazardous materials shall be ensured by the contractor.

(c) Material safety data sheet record of fuel and other inflammable chemicals shall be maintained at

the site.

12. Air Pollution (a) Wind barriers or screens shall be provided in the downwind direction at air pollution causing

sources like plant sites and fine material storage stock yards.

(b) Fugitive dust emissions have to be eliminated by providing dust suppression/control measures,

such as water sprinkling and cover on materials, based on activity and site conditions.

(c) All plants and equipment shall comply with pollution control norms.

(d) Water shall be sprinkled at least twice during dry day on haulage roads passing through or near

settlements (including at least 100 m before the settlement).

13. Water pollution (a) All measures (including provision of temporary silt fencing to control sediment run-off) required

for avoiding adverse impacts to water bodies (such as ponds, streams, canals and rivers), water

sources (such as hand pumps and wells) and adjacent farmland shall be undertaken by the Contractor.

(b) Storage of materials like fuel, chemicals and cement shall be done in a manner (with impervious

layer on bottom and a covered shed on top) that does not contaminate land and ground/surface water.

14. Noise Pollution (a) All noise causing activities shall be stopped during night time (9:00 PM to 6:00 AM). The

Contractor shall schedule construction works in consultation with local Panchayat Authority and

School Principal to ensure least disturbance to school children and other adjacent residents.

(b) Ear plugs shall be provided to the labour facing risk from high noise pollution such as plant site

and those working near generators, heavy equipment/machinery.

(c) Appropriate noise controlling devices including acoustic generators shall be used to minimise

noise during construction work and operation of camp.

Page 60: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

60

S.

No. Activity Measures to be Implemented by the Contractor

15. Disposal of

Debris/Wastes

(a) Debris and other construction waste, if any, shall be disposed in locations pre-approved by the

Engineer in a manner that it does not contaminate the environment.

(b) Location of Debris Disposal Sites: Debris disposal sites shall be located preferably away from

farmlands, water sources and water bodies. In no case, debris shall be disposed within 500 mts. of ecologically sensitive areas, including forests, wetlands and protected natural habitats.

16. Restoration and

Rehabilitation of

Sites

All work sites and areas under temporary use (including construction and labour camps, plant sites,

haul roads and borrow areas) shall be restored/ rehabilitated to a better condition (if not at least to its

original condition) and to the satisfaction of the Engineer and land owner upon completion of

construction work by the Contractor.

Completion of work (as covered under clause 55.1 of GCC) will also include completion of

rehabilitation and clean-up of the work sites including camps, plants, in and around the construction

site; disposal of debris/construction wastes at pre-approved locations and; restoration of borrow areas

and other sites/locations used for material sourcing.

17. Liabilities Any liability arising out of Contractor’s agreement with landowners/ local people/gram panchayat

(including those related to temporary use of land, water extraction and disposal of debris) shall be settled by the Contractor.

Page 61: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

61

SECTION 4: CONTRACT DATA

Page 62: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

62

Contract Data

Items marked "N/A" do not apply in this Contract.

The following documents are also part of the Contract: Clause Reference

· The Schedule of Operating and Maintenance Manuals [58]

· The Schedule of Key Personnel [09]

· The Methodology and Program of Construction & Environmental Management Plan [27]

· The Schedule of Key and Critical equipment to be deployed [27]

on the work as per agreed program of construction

The Borrower is Government of India and Government of ODISHA is a participating state in the

Integrated Coastal Zone Management project

The World Bank means International Development Association [1.1]

and loan refers to an IDA Credit

The Employer is

Name: The Conservator of forests (WL)-cum- Nodal Officer, ICZMP, Odisha, O/O PCCF, Bhubaneswar.

Name of authorized Representative: Mrs. Meeta Biswal, IFS The Engineer is

(Give a name with address) (1.1)

Name:

The Adjudicator appointed jointly by the Employer and Contractor is:

*Name : Sri Sridhar Behera,

Address : Retd Engineer-in-Chief. WRD Deptt.,Govt. of Odisha

The name and identification number of the Contract is: ICZMP/WL/W/16/13-14

The Works consist of Renovation of Hukitola Building at Hukitola

The work is to be executed in the financial year 2013-14. (1.1) [brief summary, including relationship to other contracts under Project

The Start Date shall be the date of issue of notice to proceed with the work (1.1)

The Intended Completion Date including rainy season for the whole of the Works is 12 (Twelve)

months

with the following milestones: [17, 28]

Milestone dates:

Page 63: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

63

Physical works to be completed Period from the date of issue of notice to proceed with

the work

Milestone 1 i.e Removal of vegetation,damaged,old lime & cement plaster

Surface etc. 3 months.

Milestone 2 i.e. All lime/cement plaster work, fixing of tile 6 months.

Milestone 3 i.e. Balance Work including painting & Finishing, 12 months.

The following documents also form part of the Contract: [2.3]

_____________________NIL________________

The Contractor shall submit a revised Program including Environmental

Management Plan for the Works (in such form and detail as the

engineer shall reasonably prescribe) within 14 days of

delivery of the Letter of Acceptance. [27]

The Site Possession Dates shall be: Seven days

from the date of signing the Agreement [21]

The Site is located at Hukitola under Kenrapada district

The Defects Liability Period is 365 days from the date of certification of completion of works.

[35]

Insurance requirements are as under: [13]

Minimum Cover for

Insurance

Maximum deductible

for Insurance

(i) Works and Plant and

Materials

Contract value 5% of the Contract

Value

(ii) Loss or damage to

Equipment

Total book value of the

equipment brought to the

site by the contractor

5% of the figure

alongside

(iii

)

Other Property

Rs.10,00,000/- Rs.10,000/-

(iv

)

Personal injury or death

insurance:

a) for other people;

As per Workmen’s

Compensation Act 1923

and other Acts in force.

As per Workmen’s

Compensation Act

1923 and other Acts in

force.

b) for Contractor’s

Employees

In accordance with the statutory requirements

applicable to India

Page 64: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

64

The following events shall also be Compensation Events: NIL [44]

The period between Program updates shall be 30 days. [27]

The amount to be withheld for late submission of an updated

Program shall be Rs. 3000.00 per day [27]

The language of the Contract documents is English [3]

The law which applies to the Contract is the laws of Union of India [3]

The currency of the Contract is Indian Rupees. [46]

Fees and types of reimbursable expenses to be paid to the Adjudicator [25]

Rs. 3000.00 per sitting plus reimbursable expenses, (i.e.) Traveling, boarding & lodging

expenses.

In case appointed by the President, Institute of Engineers, India at a daily fee per sitting as

suggested

by the Institute of Engineers, India.

Appointing Authority for the Adjudicator: The President, Institution of Engineers (India)[26]

The formula(e) for adjustment of prices are:[Deleted] [47]

The proportion of payments retained (retention money) shall be 06 % from each bill

subject to a maximum of 05% of final contract price [48]

The liquidated damages for the whole of the works are

per day and that for the milestone are as under : [49]

For milestone 1 Rs. 3000.00 per day

For milestone 2 Rs. 6000.00 per day

For milestone 3 Rs.12000.00 per day

The maximum amount of liquidated damages for the whole of the works [49]

is ten percent of final contract price.

The amounts of the advance payment are: [51]

Nature of

Advance

Amount (Rs.) Conditions to be fulfilled

1. Mobilization 5% of the Contract price On submission of un-conditional Bank

Guarantee.

(to be drawn before end of 20% of Contract

period)

Page 65: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

65

2. Secured

advance for

non-

perishable

materials

brought to site

75% of Invoice value or

Market value - lower of the

two.

a) The materials are in-accordance with the

specification for Works;

b) Such materials have been delivered to

site, and are properly stored and protected

against damage or deterioration to the

satisfaction of the Engineer. The

contractor shall store the bulk material in

measurable stacks.;

c) The Contractor’s records of the

requirements, orders, receipt and use of

materials are kept in a form approved by

the Engineer and such records shall be

available for inspection by the Engineer;

d) The contractor has submitted with his

monthly statement the estimated value of

the materials on site together with such

documents as may be required by the

Engineer for the purpose of valuation of

the materials and providing evidence of

ownership and payment thereof;

e) Ownership of such materials shall be

deemed to

vest in the Employer for which the

Contractor

has submitted an Indemnity Bond in an

acceptable format; and

f) The quantity of materials are not

excessive

and shall be used within a reasonable

time as

determined by the Engineer.

(The advance payment will be paid to the Contractor no later than 15 days after fulfillment of the

above conditions).

Repayment of secured advance:

The advance shall be repaid from each succeeding monthly payments to the

extent materials [for which advance was previously paid pursuant to Clause

51.4 of G.C.C. and 51(3) of Contract Data on prepage] have been

incorporated into the Works.

The Securities shall be for the following minimum amounts equivalent as a

percentage of [52]

the Contract Price:

Page 66: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

66

Performance Security for 5 per cent of contract price plus Rs. ..................... as additional

security for unbalanced bids [in terms of ITB Clause 29.5].

The standard form of Performance Security acceptable to the Employer shall be an

unconditional

Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.

*The date by which operating and maintenance manuals are required is within 28 days of

issue [58]

of certificate of completion of whole or section of the work, as the case may be.

*The date by which “as-built” drawings (in scale 1:100) in 2 sets are required is within

28 days of issue of certificate of completion of whole or section of the work, as the case

may be. [58]

The amount to be withheld for failing to supply “as built” drawings and/or

operating and [58]

maintenance manuals *by the date required is Rs.30,000.00

The following events shall also be fundamental breach of contract: [59.2]

1. The Contractor has contravened Sub-clause 7 of GCC read with SCC

and Clause 9.0 of GCC

2. The contractor does not adhere to the agreed construction program and

agreed environmental management plan (Clause 27 of GCC) and also

fails to take satisfactory remedial action as per agreements reached in

the management meetings (Clause 31) for a period of 60 days.

3. The contractor fails to carry out of the instructions of Engineer within a

reasonable time determined by the Engineer in accordance with GCC

Clause 16.1 and 23.1.

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

Employer's [60]

additional cost for completing the Works shall be 20 percent.

Page 67: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

67

SECTION 5

TECHNICAL SPECIFICATIONS

Page 68: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

68

1. TECHNICAL SPECIFICATION FOR CIVIL WORKS

1.1 General :

1.1.1 Scope of work :

The work contemplated under this contract includes general Builder’s work for the aforesaid

project, all as detailed in the Bill of Quantities, Specifications and drawings and to complete

the said work in every respect in accordance with this contract and with the directions and to

the satisfaction of the Engineer-in-charge.

Such other works which are not included in the aforesaid Bill of quantities are generally

intended to be executed through a separate agency. Notwithstanding the above, the

Engineer-in-Charge reserves the right to order additional works under the same Contract.

The Engineer-in-charge also reserves the right to omit any item of work included in the

aforesaid Bill of quantities and award the same to any other contractor or not perform it at all

at his discretion and the Contractor shall not have any claim because of the same.

The Contractor for this work shall be required to work in co-operation and co-ordination with

other agencies on site and give them all reasonable assistance and help for the execution of

the work in an efficient manner all as directed. The words “approved” or “as directed” shall be

deemed to convey approval or the discretion of the Engineer-in-charge of the work.

1.1.2 Indian Standard Specification :

The particular Specifications for the work are as detailed hereinafter. These specifications

shall be read in conjunction with the relevant Indian Standard Specifications. The obtainable

local practice as detailed in various regional handbooks of practice may be used subject to

specific approval from the Engineer-in-charge. Where the specifications in any of the

standards are at variance with the specifications detailed herein, the specifications herein

shall govern.

1.1.3 Quality of Materials & General Standards of work :

The contractor under this contract commits himself to use materials conforming to relevant

Indian Standards / Codes and assumes full responsibility for the quality of all materials

incorporated or brought for incorporation in the work, the work shall be executed in

accordance with acceptable engineering practice and as per direction of the Engineer-in-

charge.

1.1.4 Scaffolding :

All scaffolding and ladders required for the proper execution of the work shall be provided by

the contractor. The scaffolding should be stout and strong to prevent any collapse or

displacement. Proper measures for safety of workmen working on scaffolding should be

taken by the contractor.

The mode of measurements, wherever possible is specifically mentioned in these

documents. Where it has not been mentioned, it shall be as per provision of the relevant

Page 69: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

69

Indian Standards. All the measuring tapes and other accessories necessary, shall be

provided by the contractor.

The bidder along with his bid shall furnish a list of tools, plant and machinery which he

intends to use on the works in Bid document. The list should indicate the exact type of

machine, its capacity, year of manufacture, kind and capacity of propelling force, spare parts

readily available and all other pertinent information. The contractor is obliged to use the

machinery mentioned in his list if the Engineer-in-charge considers it necessary.

1.1.5 Surveying and staking :

It is the express responsibility of the contractor to bring to site all surveying instruments

necessary for the marking out, fixation of levels, etc. and conduct these survey operations

himself with utmost accuracy. The contractor shall put up stable bench marks etc. as

necessary for the work. Engineer-in-charge / his representative will be present when this

work is being carried out and will inspect all these operations with the contractor’s

assistance. The contractor shall be entirely responsible for accurate setting out the work and

he shall at his own expense make good any defects arising from errors in the line and levels.

1.1.6 Dewatering :

Dewatering of accumulated water in all locations on work site from whatever source of cause

until the virtual completion of the entire work shall be done by the contractor at his own

expenses and shall not be separately paid for. The rates quoted by the contractor shall be

deemed to be inclusive of this.

1.1.7 Access to site, approach roads and roads within the premises :

The contractor shall at his own cost provide all approach roads required for the purpose of

carrying out the work in the most expeditious and efficient manner and shall remove the

temporary roads on completion. He shall acquaint himself thoroughly regarding condition and

suitability of public roads leading up to the limits of the premises and will provide vehicles for

transportation of materials which meet the requirements of these road conditions. It shall also

be the responsibility of the contractor to maintain at his own cost the road till the construction

is completed. The bidder is also to acquaint himself with local laws and bylaws and comply

with all police and highway authority requirements.

1.2 Earth work:

1.2.1 Excavation:

Excavation for trenches over areas and for pits, etc. shall be done to widths, lines and levels

as shown in drawings or to such lesser or greater widths, lines and levels as directed. The

bottom and side of excavation, required levels, profile, etc. watered and thoroughly rammed.

Where the contractor excavated below required level in good ground inadvertently or

carelessness he shall make up the void in concrete M-10 at his own expense. During

excavation the contractor shall take necessary precaution to retain earth, so that the earth

will not slide or fall down to avoid any accident and hamper the progress of work. He will take

necessary steps to prevent the damage to adjacent structure or existing services. He shall

Page 70: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

70

repair and make good any such damages at his own expense to the satisfaction of the

owner. A suitable path for men and materials around the excavated pit should be maintained

throughout the work. Stacking or excavated earth from trenches, bids etc. shall be done

away from the pit at a minimum distance equivalent to the depth of pit/trenches/foundation

up to a initial lead and lift as directed by the Engineer-in-Charge.

1.2.2 Dewatering:

All water that may get accumulated in excavations during the progress of work from

whatever cause or source, shall be bailed or pumped out as necessary. The rates for

excavation shall be deemed to include the same, if not otherwise specified.

1.2.3 Timbering & excavation (Shoring)

Where the soil is soft and sides of excavation needs supporting, suitably designed planking

and strutting shall be provided. The rates for excavation shall be deemed to include all

planking and strutting as necessary.

1.2.4 Refilling around foundations:

Refilling around foundations shall be done with approved excavated materials. Refilling shall

be done in layers not exceeding 15cms thick, watered adequately and consolidated with

pneumatic tampers or other suitable compactors. The finished surface of filling shall be

slightly proud to bring it to finished level after watering and consolidation as directed. The

rates for refilling around foundations shall be deemed to include this.

All materials considered surplus shall be removed to destinations and disposed off as

directed. The disposal of the materials can be in any of the following ways as directed by the

Engineer-in-Charge of the work.

1. Filling in low lying areas.

2. Filling in at places of filling such as under floors, in roads etc.

3. Stacking of materials in pre-designated stacking yard.

4. Removal of materials outside the plot for disposal.

1.2.5 Filling:

Filling under floors or other places indicated shall be done with good quality sand conforming

to zone 2 or 3 I.S: 383. Filling shall be done in layers, each layer watered adequately and

consolidated to specified density by suitable compacting equipment. Thickness of each layer

shall not exceed 15 cm. The surface of the filling shall be finished to lines and levels as

required. The filling shall be compacted in such a manner as to guarantee full stability.

However, the site filling shall be done with Fly Ash from a source as instructed by the

Employer in writing. While the cost of Fly ash shall be borne by the employer, the

transportation and labour costs shall be the responsibility of the contractor.

1.2.6 Measurement:

Page 71: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

71

Measurement for all excavation, filling, carting away and earthwork shall be in solid

measure. The rates quoted by the bidders are thus for solid measure units. The following

factors shall be applied to obtain quantities of solid measure.

Excavation : No reduction in volume

Filling, watered and : Volume shall be determined by levels

Consolidated in layers before and after compacted filling and by

measuring the lengths and breadth as required.

The mode of measurement for various types of excavations shall be as under:

a) In case of trenches, pits and areas, measurement shall be on the basis of width of

foundations and the depth of bottom of foundation (bottom of bed concrete, if provided)

formation.

b) In case of pipe trenches and drains, measurement of width of trench shall be diameter of

the pipe plus an allowance of 50 cms. To allow for collars, flanges etc.

c) Excavation in rock shall be measured up to levels indicated or required. No undulations as

physically appearing after excavations shall be taken into consideration while arriving at the

quantities. The rates quoted by the contractor shall be deemed to include for this and no

extra is admissible.

1.2.7 Sub-grade Conditions:

When no data is available of soil formation and depth of water table of proposed work site,

the contractor should make his own arrangements of preliminary site investigation by actual

inspection of the site and surrounding areas to assess the nature of soil and to foresee the

difficulties that may arise during construction period. The contractor shall acquaint himself

of the above before filling up of the bid.

No claim whatsoever will be entertained on any account of conducting these exploratory

works or lack of investigation on the part of the contractor.

1.3 Plain & Reinforced Concrete, Controlled Concrete

1.3.1 General :

Concrete and reinforced concrete work shall be carried generally in conformity with the latest

Indian Standards IS: 456 and for provisions indicated here in below. All work is to be carried

out with utmost precision and up to date scientific know how and the contractor shall employ

thoroughly competent staff to achieve acceptable standards conforming to technical

specifications.

1.3.2 Cement:

Portland slag cement (IS: 455) shall be used wherever so directed by the Engineer in Charge

or as shown in drawings or Bill of Quantities. If directed, the contractor shall purchase

cement as fresh as possible after manufacture and where there is reason to believe the

cement has been long stored, the Engineer-in-charge may demand a Laboratory Test

Page 72: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

72

Certificate regarding the character of cement and the contractor shall furnish the same at no

extra cost. The Engineer-in-charge shall reject any cement which in his opinion does not

meet the required standards.

All bags and containers in which cement is packed shall be stored in a dry, weather tight,

properly ventilated structure with adequate provision for prevention and absorption of

moisture. The contractor shall at all times maintain for the inspection of the Engineer-in-

Charge a log book indicating the receipt of cement, brand and agent from whom obtained

and the age of cement. Cement, which has caked or perished by being wet or otherwise

shall on no account be used on the work.

Cement shall be consumed on the works in the same sequence as that of their receipt at

site. Cement reclaimed from cleaning of bags or from spillage from containers, or otherwise

shall on no account be used.

Portland Slag Cement is to comply to the relevant Indian Standard Specifications IS 455.

This standard stipulates that the slag constituent shall be not less than 25 per cent and not

more than 65 per cent of the Portland Slag Cement.

1.3.3 Fine Aggregate :

(i) Fine aggregate shall conform to latest Indian standards (IS:383). Sand shall be natural

sand, crushed gravel sand or crushed stone sand but it must be a well-graded sand

conforming to IS grading and its FM be 2.4 to 3.2. Use of sea sand is prohibited. It

shall be composed of hard siliceous material and shall be clean and of sharp angular grit

type. Sand shall be properly graded minimizing all voids.

(ii) Allowance for bulking of wet sand shall be made. Bulkage limit is to be restricted to less

than 20%. Silt content in sand should not be more than 5%. Laboratory equipment such

as measuring jars etc. are to be kept at site for time to time checking of bulkage and silt

content.

(iii) Sand shall be free from any harmful organic impurities. Quick colour test should be made

at site for the consignment of sand receiver. Colour test details are given below:

Colour Test of Sand:

The sand shall be tested with 3% solution of caustic soda (Sodium Hydroxide), which is

called “Colour Test”. This is a reliable indicator of the presence or otherwise of any organic

matter in sand as under.

(i) A colour less liquid indicates clean sand free from organic matter.

(ii) A straw coloured liquid indicates some organic matter but not enough to be seriously

objectionable; and

(iii) A dark colour means that the sand contains injurious amount of organic matter and

should not be used unless it is washed and a retest shows that it is satisfactory.

1.3.4 Coarse Aggregate:

Page 73: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

73

Coarse aggregate shall be approved hard aggregate conforming to latest Indian Standards

(IS: 383) details of which are as follows.

(i) Deleterious materials : less than 5%

(ii) Specific gravity : not less than 2.6 (2.6 to 3)

(iii) Water absorption value : about 1% by weight

(iv) Aggregate crushing value : for wearing surface less than 30%

for other concrete surface less than 45%

(v) Aggregate impact value : for wearing surface less than 30%

for concrete other than wearing surface less

than 45%

(vi) Aggregate abrasion value : for wearing surface less than 30%

for concrete other than wearing

surface less than 50%.

(vii) Soundness (sodium

sulphate method) : less than 12%

Aggregate, Gradation, storage, etc.

Aggregates of various specified sizes shall be stock piled properly and separately.

Aggregates shall be clean and shall not contain any foreign matter, silt, loose or

destructive substances, harmful chemicals etc.

Aggregates shall be stored in proper bins, which shall have good drainage to prevent

the inclusion of foreign matter and preserve the gradation. Sufficient live storage shall

be maintained to permit segregation of successive shipment, placing of concrete at

the required rate and such procedures as inspection and testing.

If directed, the aggregate shall be washed before use. The grading of aggregate for

use on works shall be as per the Indian Standards (IS : 456 )

1. Grading of Coarse Aggregate as per IS: 456

Sl No. IS size % Passing for graded aggregate of nominal size.

40mm 20mm 16mm 12.5

1 40mm 95-100 100 - -

2 20mm 30-70 95-100 100 -

3 16mm - - 90-100 100

4 12.5mm - - - 90-100

5 10mm 10-35 25-55 30-70 40-85

6 4.75mm 0-5 0-10 0-10 0-10

7 2.36mm - - - -

2. Grading of Single Size Aggregate as per IS: 456

Sl No. IS size % Passing for single aggregate of nominal size.

Page 74: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

74

40mm 20mm 16mm 12.5mm 10.00 mm

1 40mm 85-100 100 - - -

2 20mm 0-20 85-100 100 - -

3 16mm - - 85-100 -100 -

4 12.5mm - - - 85-100 100

5 10mm 0-5 0-20 0-30 0-45 85-100

6 4.75mm - 0-5 0-5 0-10 0-20

7 2.36mm - - - - 0-5

Proper sieve analysis shall be carried out to determine the best gradation obtainable from the

available aggregates. The sieve analysis shall be performed as per standard practice and as laid

out in the relevant Indian standards.

1.3.5 Water :

Water for all concrete work shall be clean, free from deleterious matter such as oils, acids,

alkalis, sugar and vegetable matter. Permissible limits for solids shall conform to IS 456.

Every attempt shall be made to use water which is fit for drinking purposes. Water storage

facilities provided by the contractor shall be maintained properly to preclude contamination

of water by any of the harmful substances. The quantity of water to be added to concrete

for mixing shall be such as to afford workability consistent with strength requirements.

Water cement ratio shall be maintained constant as specified (0.45 for RCC and recorded

in every batch of concrete. P.H. of water shall be in the range 6-9.

The permissible limits, as per IS 456- areas following :

SL. NO. Tested as per Permissible Limit (Max)

(i) Organic------------------- IS 3025 (part – 18)-------------------200 mg/litre

(ii) In organic ---------------- IS 3025 (part 18) --------------------3000 mg/litre

(iii) Sulphates ( as SO3) ----- IS 3025(part 24)---------------------400 mg/litre

(iv) Chlorides (as Cl)--------- IS 3025 (part 32)---------------------2000 mg/litre for

concrete not containing embedded

steel and 500 mg / litre for RCC work.

(v) Suspended matter----- IS 3025 (part – 17) ---------------------2000 mg/litre

The water cement ratio, being of paramount importance governing the durability of

concrete, it should be of the lowest feasible value. In the subject under reference, it should

be 0.45 for M30 RCC and to achieve sufficient workability, it may be necessary to use

suitable super-plasticizer in the concrete mix to ensure efficient placement of concrete.

1.3.6 Plasticizers: -

The commonly available admixtures with good to high plastic zing effects are:

(i) Modified ligninsulphonates (MLS)

(ii) Sulphonated melamine condensates (SMF)

Page 75: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

75

(iii) Sulphonated naphthalene condensates (SNF)

(iv) Poly Carboxylic ethers (CE)

Typical performance of water reducing admixtures are outlined below:

Type of super-plasticiser Typical dosage by cement weight Water reduction

MLS 0.2-0.8% Up to 10%

SMF 1.0-3.0% Up to 25%

SNF 0.8-2.0% Up to 25%

CE (Poly Carboxylic ethers)

0.5-1.5% Up to 40%

The super-plasticiser based on Poly Carboxylic Ethers (CE) is proving much better than others.

The type and dosage of Super-plasticiser to be used shall be subject to the approval of the

Engineer-in-charge. The dosage shall be arrived at through lab. tests / mix design tests as

approved by the Engineer-in-charge.

1.3.7 Types of concrete, strengths etc. :

The Bill of quantities specifies various types of concrete. The strengths corresponding to

these types is as per table below :

i. Types of Concrete

Sl.

No.

Type of Concrete 28 day Characteristic Design strength N/mm2

28 day Target Design Strength N/mm2.

1 M-15 15 15 + 1.65 X 3.5 =20.8

2 M-20 20 20 + 1.65 X 4.0 = 26.6

3. M-30 30 30 + 1.65 X 5.0 = 38.2

Note : The established values of standard Deviations shall be used. When adequate test

results (30 or more) are available and the target strengths revised thereafter. Efforts shall be

made to bring the standard Deviations up to date, preferably once a month.

Even though the Bill of quantities specifies various types of concrete, it is possible that the

type may be altered to suit the site conditions. The compressive strength indicated above

pertains to compressive strength tests on “work test cubes 15 x 15 x 15 cm, after normal

curing for 28 days. The strength of preliminary test cubes shall be as per IS : 456.

The type of concrete for any particular situation of work shall be as per drawings.

Any construction in the coastal areas may be considered as exposed to “severe”

environmental condition. In assessing the level of severity, it shall be prudent to adopt a

realistic attitude and be even some what conservative in respect of the extent of coastal zone

for the ultimate durability of the structures.

Thus, besides using. Portland Slag Cement, the specific requirement on “durability aspects”,

as per Indian Standard IS 456, in respect of the following parameters, must be met :-

Page 76: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

76

Minimum Cement Content

Maximum Water / Cement ratio

Cover to Steel Reinforcement.

All these requirements are related to the various ‘environmental exposure conditions. The

standard IS 456 classifies the environment into 5 levels of severity, that is mild, moderate,

severe, very severe, and extreme.

The parameters relating to minimum cement content and maximum water / cement

ratio, as per IS 456, are summarized below along with the minimum grade of concrete

:-

Exposure Environment

Exposure Classifi- cation

Plain Concrete Reinforced Concrete

Min. (*) Cement content) kg/m

3

Max. water cement ratio

Mini. (*) Grade of concrete

Min.(*) Cement content) kg/m

3

Max. water cement ratio

Min. Grade of concrete

Coastal concrete sheltered from saturated salt air.

Moderate 240 0.60 M15 300 0.50 M25

Concrete exposed to coastal environment

Severe 250 0.50 M20 320 0.45 M30

Concrete exposed to sea water spray / or in contact with aggressive soils / ground water

Very Severe

260 0.45 M20 340 0.45 M35

Arrangement for slump cone test shall be kept at site to arrive at workability whenever

theEngineer-in-charge wants to check at site. Arrangement for compacting factor test shall

also be made to Tests for determination of strength of concrete.

ii. Strength of Concrete

As will be apparent from the Bill of quantities, the strength of concrete specified is the criteria and the

contractor shall make every effort to obtain the strength by good quality. Control. In case of concrete,

which does not obtain the specified strength at 28 days, such work shall be demolished and

reconstructed to obtain the requisite strengths, as directed by the Engineer-in-charge. It has also to

be ensured that the concrete conforms to the durability requirements viz. all requisite parameters

concerning minimum cement content, maximum free water cement ratio and the specified cover to

steel as well as good workmanship to obtain full compaction of concrete with non honey-combing in

the finished concrete etc. have to be meticulously implemented on the job including fully efficient

curing of concrete surfaces. To determine whether concrete in any particular part of the work is of

the requisite strength or not, test cubes (works test cubes) shall be made from samples collected

from the concrete being poured for the particular part and determined as per acceptance criteria

detailed hereinafter. The salient features for the collection of samples is as indicated below.

Testing of Concrete Cubes for determining Compression strength:

1. Quality

Page 77: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

77

As specified

2. Compression strength

Shall be as specified for the particular type of concrete.

3. Criteria for acceptance of work

Part or element pf concrete work shall be deemed to be acceptable, provided the three cubes tested for 28 days strength conform to the following as per IS 456.

iii. Acceptance criteria of concrete cubes. (As per IS 456)

The Concrete shall be deemed to comply with the strength requirements when both the following conditions are met.

(a) The mean strength – determined from any group of 4 non-over lapping consecutive test:

(b) Any individual test result complies with the appropriate limits in column 3 of the following Table-A

Table A. Characteristic Compressive Strength Compliance Requirement

Specified Mean of the Group of Individual Test Grade 4 Non-Over lapping Results in N/mm

2

Consecutive Test Results In N /mm

2

1 2 3

M15 ≥ fck + 0.825 X established Standard deviation (rounded Off to nearest 0.5 N / mm

2) ≥ fck –3 N /mm

2

OR

fck + 3 N /mm2

which ever is greater M 20 ≥ fck + 0.825 X established standard deviation (rounded off to nearest 0.5 N /mm

2 ≥ fck – 4 N / mm

2

OR fck + 4 N / mm2

Whichever is greater fck = 28 days characteristic compressive strength

In the absence of established value of standard deviation, the following values of standard

deviation shall be assumed, and attempt should be made to obtain results of 30 samples as

early as possible to establish the value of standards deviation of the specified grade of concrete.

Assumed Standard Deviation Grade of Concrete Assumed Standard Deviation (N /mm

2)

M10 & M15 3.5 M20 & M25 4.0 M30, M35 & Above 5.0

The above values correspond to the site control having proper storage of cement’ weigh

batching of all materials; controlled addition of water regular checking of all materials’ aggregate

grading and moisture content; and periodical checking of workability and strength. Where there

is deviation from the table, the values give above shall be increased by 1 N /mm2.

Page 78: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

78

Concrete shall be liable to be rejected if it is porous of honey combed, its placement has been

interrupted without providing a proper construction joint, the reinforcement has been displaced

beyond the tolerance specified or the construction tolerances have not been met. The concrete

shall be accepted only after the contractor carries out suitable remedial measures to the full

satisfaction of the Engineer-in-charge.

In case of doubt regarding the grade of concrete used, either due to poor workmanship or based

on results of cube strength tests, core tests shall be carried out. The points from which cores are

to be taken and the number of cores required shall be at the discretion of the Engineer-in-charge

and shall be representative of the whole of concrete concerned. In no case, however, shall fewer

than three cores be tested in accordance with IS – 516. Concrete in the member represented by

a core test shall be considered acceptable if the average equivalent cube strength of the core is

equal to at least 85% of the cube strength of the grade of concrete specified for the

corresponding age and no individual core has a strength less than 75%.

1.3.8 Quantum of Cubes and testing as per IS 456.

The minimum frequency of sampling of concrete of each grade shall be in accordance with

the following.

Quantity of Concrete No. of samples

In the work (m3)

1 - 5 1

6 - 15 2

16 - 30 3

31 - 50 4

51 and above 4 + one additional sample for

each additional 50 m3 or part there of.

NOTE: At least one sample shall be taken from each shift. 3 test specimens shall be made from

each sample for testing at 28 days. Additional 3 specimen cubes be cast to determine the strength of

concrete at 7 days.

The direction of the Engineer-in-charge in this regard shall be final and binding.

Batching and making of concrete:

All batching of aggregates and cement shall be by weight. All the necessary equipment such as

weighing equipment, devices for determination of moisture and bulk in sand, slump cone etc. shall

be provided by the contractor. Concrete shall be machine mixed in appropriate mechanical concrete

mixtures until there is a uniform distribution of materials and uniform colour and consistence is

achieved and under no circumstances for less than two and half minutes.

Page 79: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

79

A wooden board approximately 30 cms. X 40 cms. Shall be put up at the concrete mixture on which

shall have been legibly written in English and the local language, the quality of concrete that is being

mixed, the proportions and other relevant data.

1.3.9 Cubes:

The size of cubes to be prepared and tested shall be 15 X 15 X 15 cm (6” x 6” x 6”)

Cubes each are intended for testing at 7 and 28 days respectively and determining the strength.

Cubes tested at 7 days should give a strength of not less than 70% of the corresponding strength of

structural members and also for works at various levels. It shall also be collected whenever the usual

quality for a particular strength is suspect. The acceptance criteria of concrete cubes as given above

and in IS: 456 is to be followed. The test results of the sample shall be the average of the strength of

3 specimens. The individual variation shall not be more than ± 15% of the average. If more, the test

results of the sample are invalid.

1.3.10 Preparation and Testing of Cubes:

Casting of cubes, preparation of moulds for the same, processing and curing the cubes and testing

the same shall be as per detailed instruction laid down in the relevant Indian Standard as amended

up to date.

1.3.11 Equipment modules testing etc.

It is entire responsibility of the contractor to prepare and get the cubes tested and provide for all

materials, labour, modules, equipment, faculty and charges for testing etc. The contractor’s rate for

concrete work shall be deemed to include for these and no extra payment whatsoever is admissible

on this account.

1.3.12 Slump:

The slump cone tests shall be required to be performed to establish workability and the same shall

be carried out free of cost. Suitable Plasticiser / Superplasticiser may need to be used, as directed

by the Engineer-in-charge, in M-20 M-30 & grade RCC to obtain therequisite workability of concrete

at the specified water cement ratio.

1.3.13 Form Work:

Form work shall be properly designed and constructed such that it is rigid enough to remain free

from bulging, sagging or replacement during placing of concrete. It should also be so constructed as

to facilitate removal of the same without damage to concrete. The formwork shall be adequately

watertight to prevent any loss of liquid and grout. All formwork shall be accurately erected in regard

to size, levels etc. In case of timber form work, the surface of forms in contact with concrete surface

shall be wrought. The joints between boards shall be close fitting and very thin for the concrete

surfaces designed to have exposed finish and not intended to be plastered. Surface of forms coming

in contact with concrete shall be treated with approved emulsions or mineral oil. It shall be ensured

that these emulsions do not stain or discolour the natural colour of concrete.

All form work shall be removed as per latest IS 456. Form work shall be removed without shock or

vibration. Edges of beams and columns if required to have chamfers shall be obtained by suitably

Page 80: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

80

fixing triangular edge beads 20mm x 20mm to the forms. (No extra is admissible to the contractor on

account of these incidental and minor works for sizes up to and including 20mm x 20mm). Likewise

where drip notches are necessary they should be formed by suitably shaped fillets nailed in forms.

Form work for all beams and other horizontal construction members shall be built to an upward

camber of 1/300” of the span (in the center) to nullify the effects of optical

illusion. The camber shall be in addition to such camber as may be required and shown in the Static

Calculations.

The tolerance on the shapes, lines and dimensions shown in the drawings shall be within the

limits given below:

(i) Deviation from specified dimensions of cross-section of columns and beams……………………………..+ 12mm - 6 (ii) Deviation from dimensions of footings

1. Dimensions in plan…………………………+ 50mm - 12

2. Eccentricity………………………………….0.02 times the width of the Of deviation but not more than 50mm.

3. Thickness…………………………………...± 0.05 times the specified Thickness.

(iii) Plumb, specified Batter, the lines & surface of Columns walls etc…………………………….± 12 mm (in 3m of height) ± 18 mm (in 6m of height) & ± 30 mm (in 12m of height)

After the forms have been erected to line and grade, the same shall be meticulously inspected

as to their adequacy. If the forms are not tight, there will be loss of mortar, which shall result in

honey-combing of concrete or a loss of water which shall cause sand streaking. If the inspection

reveals that the forms are not braced sufficiently to stay in alignment during concrete placement,

concreting operation shall not be commenced till the Contractor sets right the deficiencies and

the forms re-inspected and found O.K. it shall also be checked during inspection that the

formwork as erected conforms to the specified line, grade, alignment to the specified tolerance

limits. Fully adequate rigidity of forms is of paramount importance since the tolerance limits

specified are for the finished concrete and not for the forms. Consolidation of concrete by the

vibrator requires that the forms be tight and strong. Stability is a very important consideration in

the form work and the Contractor shall be made to understand that the common deficiencies

resulting in failure of formwork.

(i) Inadequate cross bracing: (ii) Inadequate horizontal bracing: (iii) failure to regulate the rate of

placement of concrete in the forms and (iv) abnormal form displacements during & after concrete

placement due to inadequate provision for lateral pressures.

The contractor should ensure that ready access is provided for proper placement of concrete,

vibration of concrete, and for inspection of these operations.

1.3.14 Horizontal Construction Joints :

Page 81: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

81

A very common blemish on formed concrete surfaces in the off “set” often found at horizontal

construction joints where forms have given way (viz yielded) a fraction of couple of centimeters

at the bottom of the new lift. These off –sets should be prevented by so setting the forms as to fit

snugly & tight against the top of concrete in the previous lift and then securing the forms so as

to remain in tight contact during the concrete placement operation. The anchoring shall be done

by using an ample number of ties and bolts above and within a few centimeters of the

construction joint. The ties in the top of previous lift cannot be relied on to prevent a slight

spreading of the forms at the joint. Forms shall overlap the hardened concrete in the lift

previously placed by not more than about 50 mm, though 25 mm lap is considered satisfactory.

The Contractor should take utmost care to ensure that the construction joints are smooth, free

from sharp deviations, projections or edges.

1.3.15 Spalling from the face of concrete :

Occasionally, spalling may occur from the face of concrete when forms are removed. This is

often caused by rough spots on the forms where mortar adheres strongly enough to overcome

the tensile strength of green concrete. Such areas on the forms must be cleaned, polished and

the covered with form oil by the contractor. Wire brushing of timber forms shall be done very

carefully to remove the set-mortar.

1.3.16 Filling of Bolt Holes

(she – Bolts ) or Holes of ties / Rods. The holes left in the concrete surfaces by the She – bolts

or rods etc. shall be duly reamed, cleared, cleaned and filled with – “dry pack mortar” by the

Contractor within a reasonable period of the removal of formwork. Such filling shall be made

flush with the concrete surface. No holes shall be left without the dry-pack mortar filling.

1.3.17 Inspection of Forms :

The Contractor shall inform the Engineer-in-charge well in time (well before commencement of

placement of concrete in the forms) to enable him or his representative to inspect the formwork

as to its adequacy, suitability, alignment, strength and overall fitness. However, such inspection

shall not relieve/ absolve the Contractor of his SOLE RESPONSIBILITY for the proper formwork,

and safety of men, materials, equipment and the consequent results / consequences.

1.3.18 Transporting and Pouring of Concrete :

No mixing of concrete shall be started unless the situation where they are to be poured are

prepared and kept ready. Concrete shall be poured immediately on preparation. Transporting of

concrete shall be done as speedily as possible and also in a manner to prevent segregation of

aggregates. No re-tempered concrete shall be allowed to be used on the works. No concrete

shall be allowed to fall from a height more than 1.2o Mt. Where the concrete is to be placed at

more depth it should be done through chute as directed by Engineer-in-charge.

Lift of concreting shall normally be not greater than 2.00 m in height.

Before fresh concrete is placed against an already cast and hardened section, such surfaces

shall be roughened, swept clean, moistened with water and treated with cement slurry. Fresh

concrete shall then be poured as required. Under no circumstances, concrete mixed for more

Page 82: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

82

than 20 minutes shall be used where initial setting has commenced. Dewatering of excavations

for concreting where necessary shall be carried out by the contractor as directed and the rates

quoted by the contractor are deemed to be inclusive of such dewatering. No concreting shall be

done in adverse weather condition without proper precautions or approval from Engineer-in-

charge. No hand-mixing of concrete shall be allowed. In an exceptional / unavoidable

circumstance, it shall be allowed under the specific approval of Engineer-in-charge and that too

for a small or restricted quantity only , and in such a situation, 10% more cement shall be used

than that used when concrete ingredients are machine mixed.

1.3.19 Consolidation and processing of Concrete :

Concrete for all works shall be compacted by means of suitable vibrating equipment. Spare

vibrators needles which are in complete working condition shall always be kept ready at sites to

be put into commission incase of failure of the vibrators or needles under use. The vibrators shall

be operated by skilled personnel, thoroughly instructed as regards the mode, frequency, duration

etc. regarding vibration.

1.3.20 Finish to concrete surfaces :

Finish to concrete surfaces at various situations shall be as per directions of engineer-in-charge.

Where, form finish is specified, the final surface shall be smooth and even and no-undulations,

ridges, spots etc. shall be permitted. They shall be laid to pattern as directed. In case surfaces

intended and directed for form finish, exhibit any of the defects above mentioned, the surfaces

shall be rubbed with carborundum and finished as directed at the risk and cost of the contractor.

The decision as to the acceptability or otherwise of a surface will be notified by engineer-in-

charge and the contractor will implement the instructions accordingly. The honey-combed

concrete shall be meticulously rectified to the full satisfaction of the engineer-in-charge.

1.3.21 Concrete Cover for Reinforcement :

Where not specifically indicated in the drawings, concrete cover for reinforcement shall be as per

the latest Indian Standards and as per directions at site from time to time. Proper concrete cover

blocks to suite various covers as required shall be provided in adequate numbers sufficiently

ahead of the work.

In respect of the nominal cover to all steel reinforcements including links., it should not be less

than the following to meet the durability requirement ( as per IS 456:2000) :-

Exposure Environment Exposure classification Nominal concrete cover in mm not less than

Concrete surfaces sheltered from saturated air in coastal areas

Moderate 30

Concrete exposed to coastal environment

Severe 45

Concrete exposed to sea water spray / or in contact with

Very Severe 50

Page 83: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

83

aggressive soils / water.

The actual cover should not deviate from the required nominal cover by +10mm and -

0mm.

1.3.22 Construction Joints :

Construction joints in concrete work shall be provided as far as possible only at predetermined

places in consultation with Engineer- in-charge. Joints shall be provided as specified in latest

Indian standards or as directed by Engineer-in-charge.

1.3.23 Curing :

It is very important that all cement concrete work shall be cured properly. All concrete work shall

be kept continuously in a damp or wet condition by pouring or by covering with a layer of moist

sack, canvas, hession or similar material for a minimum period of 14 days from the date of

concreting as per IS 456, prolonged curing beyond even 14 days shall be desirable (viz keeping

the concrete continuously wet). Since the Water –cement ratio of concrete shall be low (0.45 for

RCC M30 grade concrete & 0.5 for M20 grade concrete as per IS 456:2000 Table 5), it is all the

more important to ensure prevent of moisture loss from the concrete through fool-proof and

prolonged curing. Water used for curing shall also be free from any deleterious substances and

shall generally be fit for drinking. The work shall be adequately protected from drying, winds and

direct sun rays. The contractor should arrange at his own cost a temporary water supply line with

provision of suitable lines, pump etc. for curing and constructional purpose to reach all heights.

The contractor shall not be allowed to commence the work of concrete placement until he makes

all the curing arrangements to the full satisfaction of the engineer-in-charge (viz. water tanks,

pumps, delivery lines, spray nozzles etc. as well as the requisite crew earmarked specifically for

undertaking curing). Payment for the concrete placed shall be made only after its specified

curing has been done to the full satisfaction of the engineer-in-charge.

1.3.24 Membrane Curing :

Curring constitutes one of the most vital requirement for the strength & durability of concrete.

Any slackness in curing or doing inadequate curring will adversely affect the durability of

concrete. Fool-proof curring by the contractor is, therefore, a “must”. In case the Engineer-in-

charse finds that the moist curring(viz water curring) by the contractor is not being efficiently

done (particularly on the under sides of slabs & beams etc.), he shall direct him to resort to the

curring by membrane forming “curring compound”. The curing compound should be white

pigmented of approved quality conforming to ASTM-C-309-81 Type-2. This should meet the

requirement of water retention test as per ASTM designation C-158-80. Loss of water in this test

for acceptable curing compound should not be more than 0.55kg/m2 of exposed surface in 72

hours . The curing compound should also meet the day light reflectance test . Curing compound

is to be sprayed with a nozzle . It should be applied as soon as the bleeding water disappears

,leaving a dull appearance. This is when there is no free moisture on the surface. If applied too

early, the free moisture will prevent the compound from forming a moisture-proof film. If applied

too late, some of the moisture will have already been lost that should have been retained for the

hydration process. Proper time range will vary from about 30minutes to 2 hours after placement

Page 84: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

84

of concrete depending upon humidity and temperature.Uniform coverage of curing compound on

the concrete surface is very important and, accordingly, it should be mechanically sprayed with a

nozzle. The dosage of curing compound sprayed on the concrete surface should normally be not

more than 1litre for about 3.75m2

(sq m) concrete surface area. The contractor shall be allowed

to use the curing compound only upon his furnishing its test reports in respect of the water

retention tests & day light reflectance test. The Engineer may also get the curing compound

tested in a reputed laboratory for its suitability. Payment for the concrete placed shall be made

only after the completion of proper application of membrane-forming curing compound.

1.3.25 Opening and inserts :

All opening and inserts which are designated in due time or as required for services, will be

exactly provided by the contractor including supply of materials. The contractor should also fix

the anchors or such items which maybe supplied by the proprietor in exact position and in

perfect lines and levels, inserts apply to such items as timber, dowels, bolts, loop, brackets,

suspension, irons, hooks , screws, plates, pipe, pipe of various types and diameter etc.

Openings in concrete or masonry must be provided in exact location, to correct shape, size and

depth or slightly bigger, as shown in drawings or as instructed. It must be clearly understood that

provisions of inserts and openings as contemplated in this contract are to be carried out with

“utmost precision” and any deviation of the same from that as shown in drawing or instructed

have to be rectified by the contractor at his own cost and responsibility. The contractor should

make provision of openings to deep beams and their members at bottom or at lower level as

necessary for cleaning purpose prior to concreting.

1.3.26 Steel reinforcement:

All reinforcement for concrete work shall be corrosion resistance steel (CRS 42) and conforming

strictly to the latest Indian Standards. They shall be of tested quality. Reinforcement shall be

fabricated to shapes and dimensions shown on the drawing and shall be placed where indicated

on the drawings or required to carry out the intent of drawing and specifications or as directed by

Engineer in charge. Before placing, reinforcement shall be thoroughly cleaned of loose rust,

coating etc. which would result in reducing or destroying the bond. Oiling the bars to clean them

is strictly prohibited. Bending, straightening, cutting etc. operations shall be carried out in a

manner not injurious to the material. Assembly of reinforcement, placing of reinforcement,

Tolerance for Cover, welding of joints etc. shall generally conform to the Indian Standard

specifications. IS 456.

1.3.27 Placing of Reinforcement.

Before the reinforcement is placed, the surfaces of bars and the surfaces of any metal bar

supports shall be cleaned of all rust, loose mill scale, dirt grease and any other objectionable

matter.

(ii) All reinforcement bars shall be accurately placed in exact position shown in drawings

and shall be securely held in position during placement of concrete by annealed

binding wire, and by using stays, blocks, metal chairs, spacers or other approved

devices at sufficiently close intervals (less than 1 m interval) so that the bars do not

sag.

Page 85: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

85

(iii) Wire for binding reinforcement shall be soft and of annealed mild steel of 16 SWG

and shall conform to IS 280

(iv) The bars shall not be allowed to sag between the supports and also not allowed to

be displaced during concrete placement. Also, the contractor has to ensure that no

disturbance is caused to the reinforcement bars already placed in concrete.

(v) All devices used for positioning of bars shall be of non-corrodible material. Metal

supports shall not extend to the surface of concrete except where shown in the

drawings. Pieces of broken stone or brick or wooden block shall not be used.

(vi) The contractor must ensure that the CONCRETE COVER AS SPECIFIED IS

METICULOUSLY PROVIDED.

All bars protruding from concrete and to which other bars are to be spliced,

and which are likely to be exposed for a long period. SHALL BE PROTECTED BYA

THICK COAT OF NEAT CEMENT GROUT.

(vii) Reinforcing bars of 25 mm in diameter and less may be either lapped or but welded

whichever is considered more practical by the Engineer.

(viii) Reinforcing bars of 28 mm in diameter and larger may be connected by butt welding

provided that the lapped devices will be permitted if found to be more practical than

butt welding and furthermore that the lapping does not encroach on cover limitation

or hinder concrete or reinforcement placement. Electric are welding shall, preferably,

be used.

(ix) Tolerance for Cover. Unless specified otherwise, actual concrete cover should not

deviate from the required /specified nominal cover by + 10 mm.

All reinforcement shall be bent cold. Unless otherwise directed, reinforcement

shall not be spliced at points of maximum stresses. Engineer in charge shall be

informed of the same before such splicing is taken up. Laps and splicing shall

conform to the latest Indian Standards.

Reinforcement shall be accurately tied at all intersections and laps with 16

SWG soft drawn binding wire, such that the reinforcement will give a rigid structure.

Binding wire will not be measured or accounted for separately. The contractor’s rate

for reinforcement will be measured and paid for according to bending lists without

allowances for cutting, wastage, binding wire etc. authorised laps, hooks, chairs,

spacers etc. shall however be accounted for in case, the contractor or engineer

desires to resort to welding or swivel nuts, there shall however be made as if the laps

have been provided and no extra claim whatsoever shall be admissible on this

account

Reinforcement shall be assembled in place with proper concrete cover blocks

to suite various covers as required.

1.3.28 Measurements:

Page 86: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

86

All measurements shall be as given below or where not given as per latest IS : 1200.

Concrete will be compensated for according to its actual volume.

The computation will be based upon the construction plans only and no site

measurements shall be taken for this purpose. All incidental work stated in the Technical

specifications and also dewatering at the time of concreting are deemed to have been

included for in the unit prices quoted by the contractor. Opening with an area larger than

0.1sqm shall be deducted from concrete quantity and where openings are smaller, these

shall not be deducted.

Form work will be measured and paid for according to their contact area. The unit

prices of the forms incorporates all scaffolds, nails, clamps, and all incidental work. Openings

with an area larger than 2m2 shall be deducted from work quantities and the form work

required for sides of such openings shall be paid for. Openings of less than 1 m2 area shall

not be deducted from work quantities and no allowance for from work for sides of such

openings shall be made.

Reinforcement steel will be compensated for according to the approved bending lists

without allowances for cutting, rolling margin and waste. Binding wire, cover blocks etc. will

not be measured or paid for separately. The contractor shall prepare the Bar Bending

Schedules and incorporate the same on the reinforcement drawings as directed and submit it

to engineer in charge for approval.

All openings and inserts which are indicated in drawings and as per requirements for

services shall be provided at exact positions and no payments shall be made for providing or

fixing these. Only such openings or inserts which have not been indicated earlier or such

additional openings / inserts required specially due to changes made by engineer in charge

shall be paid for. Excepting for the above, all other measurements shall be as per

stipulations under the latest Indian Standards Mode of Measurements for Building works.

Information on cement concrete

Sl.

No.

Information Item No.1 of BOQ

Item No.4 of BOQ

Item No.5 of BOQ

Item No.6 of BOQ

Item No.22 of BOQ

1. Type of Mix

(Design mix or nominal mix)

Design Mix Design mix

Design mix Design mix

Nominal mix

2. Grade designation M30 M15 M20 M30 M20

3. Type of cement Slag cement (I.S : 455 )

Slag cement (I.S : 455)

Slag cement (I.S : 455 )

Slag cement (I.S : 455 )

Slag cement (I.S : 455 )

Page 87: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

87

4. Maximum nominal size of aggregates (mm)

20 20 20 20 12

5. Minimum cement content(kg) / m

3 of cement

(for design mix content)

320 - 250 320 -

6. Maximum water cement ratio ( for design mix concrete)

0.45 - 0.50 0.45 -

7. Maximum quantity of water for 50 Kg. Of cement (Nominal mix)

- - 32 - 32

8. Workability

(slump in mm)

100 to 150 (water-free unlined holes) 150 to 200 (for concreting by tremie)

75 to 100 50-75 25-75 -

9. Exposure condition Severe Severe Severe Severe Severe

1.4 Under reamed Piles :

Latest I.S. specifications to be followed for execution of the items are (1) I.S. 2911 (Part – III

& part IV) . revised, (2) I.S. 455 (3) I.S.-1489, (4) I.S. -456, (5) I.S. 383, (6) I.S. 1786 & (7)

I.S. -2720.

1.4.1 General: At the time of filling his tender, the contractor shall visit and inspect existing site to

examine the nature of ground, type of soil levels etc. No claim or allowance what so ever

shall be admissible on this account or on account of omissions in the levels or the description

of the ground turning out to be different from what was shown on the drawings.

1.4.2 Setting out: The contractor shall locate and layout all the piles at his own cost or as per

drawings and approval of the Engineer in charge. If at any time during the progress of the

work any error shall appear or arise in the position, levels, divergence & alignment of any

part of the work, the contractor on being required to do so by the engineer in charge shall at

his own cost rectify such errors to the satisfaction of the engineer in charge unless such error

is based on incomplete data supplied to the contractor. The contractor shall carefully protect

all bench marks. Pillars, sight rails, pegs and other things used tin setting out.

1.4.3 Material:

i. Concrete: The concrete for piling work shall be controlled as per specifications for the

cement concrete and of grade specified on the drawings.

Page 88: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

88

ii. Reinforcement: The reinforcement for piling work shall be as per specifications for

the cement concrete and of grade specified on the drawings.

iii. Bentonite : Bentonite as brought to the site and prior to mixing shall be in accordance

with the following specifications :

(a) a certificate is to be obtained by the contractor from manufacture of the bentonite

powder stating the manufacturer’s consignment and the properties of consignment as

determined by the manufacturer. The certificate shall be made available to the engineer in

charge on request.

(b) The bentonite powder shall be mixed thoroughly with clean fresh water. The

percentage of bentonite used to make the suspension shall be such as to maintain the

stability of the excavation trench / bore.

(c ) Control tests are to be carried out on the bentonite suspension using suitable

apparatus to determine.

A. The density

B. The viscosity

C. The shear strength

D. The PH value of the freshly mixed bentonite

These tests shall be carried out initially until consistent working pattern has been

established.

1. When the tests show consistent behaviour some or all tests maybe discontinued at

the discretion of the engineer in charge.

2. Prior to placing concrete the contractor shall ensure that contaminated bentonite

suspension has not accumulated in the bottom of the trench to impair the free flow of

concrete. The contractor shall state the method of testing checking this item along

with the tender and obtain approval of the engineer in charge prior to

commencement of the work.

3. The temperature of the water used in mixing bentonite suspension and of the

suspension and of the suspension supplied to the trench excavation shall not be less

than 5 deg. Centigrade.

4. During construction the level of the bentonite suspension in the trench shall be

maintained within the depth of the guide walls and at a level not less than 1.0 m.

above the level of external standing water if any.

5. In the event of the sudden loss of bentonite suspension, the trench shall be backfilled

without delay and the instruction of the engineer-in-charge shall be obtained on

further course of action.

6. Where saline or chemically contaminated water is encountered, special measures

shall be taken as desired by the Engineer-in-charge.

Page 89: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

89

7. All reasonable steps shall be taken to prevent the spillage of bentonite suspension

on the site away from the immediate vicinity of the wall. Discarded bentonite and

suspension, which has been pumped from the trench, shall be immediately removed

from the site.

1.4.4 Piling System.

i. These specifications cover only bored cast-in-situ under reamed piles.

ii. Termination levels of piles shall be as shown on the drawings or as decided by the

engineer-in-charge during the progress of construction keeping in view the initial test

result.

iii. In order to satisfy himself about the adequacy of the proposed length and anticipated

safe load carrying capacity of the piles the contractor shall examine the soil data

available with the engineer-in-charge.

iv. A pile capacity assumed by the contractor in his quotation whether it is the one that is

given in the drawing or is the one computed by him will be guaranteed by him.

v. The assumed safe carrying capacity of the piles shall confirm to relevant I.S.

specification for working piles.

vi. If the interpretation of load test indicates that the safe bearing capacity of the piles is less

than the assumed and guaranteed by the contractor additional piles will be provided by

the contractor at his own cost.

vii. The contractor shall guarantee safe bearing capacity of all piles.

1.4.5 Under Reamed Piles:

i. Under reamed piles shall generally be in accordance with the relevant provisions of IS

2911.

ii. The diameter of the under reamed bulb shall be 2.5 times the diameter of the pile stem.

iii. Unless shown the center to center spacing to the piles shall not be less than twice the

diameter of the bulb.

iv. The piles shall be designed to carry compressive as well as up lift forces due to ground water

head.

v. The theoretical calculation of the load carry capacity and the uplift or anchorage capacity of

the piles based on the soil conditions shall be submitted to the Engineer-in-charge.

vi. Effect of grouping the piles shall be considered in the design calculations.

vii. The Engineer-in-charge reserves the full right of demanding modification or complete

revision of design calculations submitted by the contractor.

viii. The Engineer-in-charge reserves the full right to adjust the bearing capacity of the piles

depending on the performance of test loading.

1.4.6 Construction of Techniques:

Page 90: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

90

i. Safety of existing structure: The contractor shall take every precaution to avoid damage to

the existing structures in the vicinity as a result of construction of pile foundations. All claims

arising out of damage to the existing structure due to the construction of piles shall be done

by contractor.

ii. Bore holes: Boreholes shall be made by any standard method. The contractor will submit

along with the tender a description of the equipment and of the method of the boring he

proposes to use for checking and approval by the Engineer-in-charge.

iii. If high water table is encountered causing possible instability of the bores, boring and under

reaming shall be carried out using a suitable fluid such as betonies slurry. In addition normal

spiral or modified augers having arrangements to avoid back suction shall be used.

1.4.7. Placing of Concrete:

i. The boreholes shall be cleaned of all soil cuttings and sediments before placing concrete.

ii. Concrete shall be placed through a funnel so as to fill the entire volume of borehole without

formation of voids. Mechanical vibrators shall not be used.

iii. Under water concreting shall be carried out by displacement method and a termite pipe of

diameter of not less than 15 cm having suitable protective arrangement at the lower end may

be used.

iv. The minimum pile stem diameter for under water concreting shall be 25 cm.

v. The volume of concrete placed shall be observed in the case of first few lines. The average

figure thus obtained shall be used to check possible undue variations in the volume in the

subsequent piles. In case of significant variations, the contractor shall investigate the

possible causes to the complete satisfaction of the Engineer-in-charge whose decision in this

regard will be final and binding on the contractor.

vi. When using the bentonite slurry technique utmost care shall be taken to avoid mixing of

slurry with concrete. In any case the method of concreting shall be subject to the approval of

the Engineer-in-charge.

1.4.8 Finish Pile Heads:

i. The top of the piles shall be brought up above the specified cut off level by at least 30cm.

To permit all the laitance and weak concrete to be removed and to ensure that the pile

can be properly keyed into the pile cap by a minimum of 5 cm. This additional concrete

shall not however be paid extra.

ii. The reinforcement in the pile shall be exposed for a length of at least 50 times the

diameter of the Tord steel used or as specified in the drawings beyond the theoretical

point of cut off of the pile to permit to be adequately bended into the pile cap.

1.4.9 Control of Alignment and Tolerances:

i. Errors in setting out shall not exceed 12mm, measured horizontally from the center of the

piles.

Page 91: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

91

ii. If the piles are not found to be in the exact position or out of plumb by more than 1% or if

they are found to be skew or defective in any other manner, they shall be rejected and

the decision of the Engineer-in-charge will be final and binding in this regard.

1.4.10 Defective Piles:

i. The Engineer-in-charge will have full authority to reject any pile at the time of

chipping of excess concrete to bring the level of the pile head to the cut off level, in

case it is found that,

a. Diameter of the pile at the cut off level is smaller than the diameter specified.

b. Location of the pile is outside the limitations prescribed in these specifications.

c. Concrete at the cut off level is of poor quality or is of less strength than had been

specified.

d. Diameter of bars, spacing, shapes or lengths of piles reinforcement do not conform

to details given in the drawings or the reinforcement cage is disfigured, distorted,

displaced or other wise damaged in any manner.

e. Anchorage length of the reinforcement bars at the cut of level is inadequate.

ii. The contractor shall make good the piles, pull out the piles or provide new piles in

place of the rejected piles at his own cost and without any additional cost to the client

even if the pile had been accepted at the time of boring. The final acceptance of all

piles shall be made after the pile head has been brought to the cut off level, all

reinforcement required to be embodied in pile cap exposed and after all

measurement have been completed vis a vis the layout of the piles.

1.4.11 Load Tests:

i. Testing Procedure: The contractor, along with his tender, shall submit a description

of his procedure for carrying out load tests. The engineer-in-charge reserves the full

right to demand a modification of the test procedure proposed by the contractor at no

extra cost.

ii. Number of Initial test Piles: To determine the safe load of a pile or group of piles the

cyclone shelter as per IS 2911 (Part IV). No payment shall be made for initial test

piles and it’s testing. The contractor should include in his rate his expenditure

towards initial load test piles and initial load testing.

iii. Routine Load test: Routine test shall be conducted on 2% of the total number of

piles, for which the contractor will be paid as per relevant items in the BOQ.

iv. Equipment: The contractor shall provide all necessary equipment for applying specified

vertical load on the top of the test pile and for measuring the settlement of the pile.

v. Loading device: the device for giving the vertical load shall be of suitable design to

avoid impact, lateral forces, tilting etc. and shall have an arrangement for gradual

application of load and for readings at close intervals. The load shall be in the form of

suitable Kent ledge.

Page 92: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

92

vi. Apparatus for measuring settlement: The apparatus for measuring settlement shall

consist of a dial gauge permitting a reading of 0.02 mm accuracy. The dial gauges

shall be fixed to the datum bar whose ends rest upon non-movable supports. The

supports for datum bar with reference to which the settlement of the pile would be

measured shall be at least 5 d away, clear from piles, “d” being the diameter of the

piles.

vii. Loading procedure: the head of the pile shall be at the cut off level and shall be capped

in such a manner as to prepare a horizontal place – bearing surface. The maximum

test load shall be twice the anticipated working load on the pile Alternative loading and

un loading shall be carried out for 25, 50, 75, 100, 125, 150, 175, 200 percent of the

anticipated safe test load. Settlement and time shall be recorded in the beginning and

end of loading and also for at least 2 hours after completion of each loading and

unloading.

viii. Sustained loading: The maximum test load of twice the anticipated working load on the

pile shall be applied in increments of 25, 50, 75, 100, 125, 150, 175, and 200 per cent

of the anticipated working load. Settlement reading shall be taken to the accuracy of

0.02 mm before and after the application of each new load increment. Additional load

shall not be applied until the rate of settlement under the previous increments is less

than 0.02 mm per hour or 2 hours have elapsed which ever occurs first. When loading

has been completed, the full test load shall remain on the pile for 24 hours or for a

longer period if the necessity is there or if indicated by the rate of the settlement of the

pile and settlement reading shall be taken during and at the end of the period. During

the unloading of the pile, the rebound shall be measured when the load remaining on

the pile amount to 75, 50, 25 and 0% of the full test load with decrements of load

released at not less than half hour intervals and with measurements of the rebound

being released at not less than half hour intervals and with measurements of the

rebound being made immediately before and after each decrement. The final rebound

shall be recorded 24 hours after the entire test load has been removed.

ix. Reports: The contractor shall submit the report of the load test, which shall include the

following information.

a) A description of the soil condition at the location of each test pile.

b) A description of the pile and its boring record including boring time, rate,

types of soil strata encountered and the stability of the sides, density of the bentonies

used and any other relevant data.

c) A tabulation of the loads and settlement readings during the loading and

unloading of the pile.

d) Time load settlement curves.

e) Remarks concerning unusual occurrences if any during boring or loading of piles.

1.4.12 Basis of measurement:

Page 93: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

93

i. The length of the pile shall be measured from the theoretical cur-off point of the pile

to its termination level.

ii. The length of the empty boring will be measured from the top of existing ground level

at the time of starting of the particular pile to top of the theoretical point if cut off of

the particular pile.

iii. The rate for the piles shall include the boring concreting with slump as per IS

specifications complete in all respects in respective of the construction technique

used unless otherwise specified in the schedule of quantities.

iv. The rate for load testing shall include the cost of all different operations involved like

arrangements of the equipment including all Kent ledge, or dial gauge as well as

preparation and furnishing of reports complete in all respect.

v. The payment for the routine test pile or group of piles shall be made to the contractor

only when the test is found to be satisfactory. For tests, which are found to be

unsatisfactory, or which are not completed due to any reason whatsoever, no

payment shall be made to the contractor.

1.4.13 Interpretation of test results:

i. All test results and piling records shall be submitted to the engineer-in-charge in

duplicate for his confirmation.

ii. Test results shall generally be interpreted is per relevant Indian Standard Code of

practice. The engineer-in-charge may refer the test results to the consultants for their

opinion and decision.

1.5 MASONRY

1.5.1 Materials:

i. Brick:

(a) All bricks shall be table moulded, burnt bricks of required class & quality. They shall be hard

sound and well burnt with sharp edges and of uniform sizes & shapes. Bricks shall be a

neither under burnt nor over burnt and shall be free from cracks, stone floats, or other such

defects.

(b) When immersed in water for 24 hours, a brick shall not absorb more water than 20% of its dry

weight. All bricks shall be identical / equal to samples submitted and approved by Engineer-

in-charge before the commencement of the work. Crushing strength of the class bricks shall

not be less than 75kg. / cm2. Metallic sound of brick is also a criteria for the above class and

quality.

ii. Sand

IS gradation of sand for masonry and plastering work should be as follows:

The sand shall be well graded so as to impart good workability and good finishing. The gradation

requirement of sand shall be as follows:

Page 94: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

94

1. Sand for masonry work( As per IS 2116)

Sl.

No.

IS Sieve size Percentage of passing by weight

1. 4.785 mm 100

2. 2.36 mm 90-100

3. 1.18 mm 70-100

4. 600 microns 40-100

5. 300 microns 5-70

6. 150 microns 0-15

2. Sand for Plastering (As per IS 1542)

Sl.

No.

IS Sieve size Percentage of passing by weight

1. 10 mm 100

2. 4.75 mm 95-100

3. 2.36 mm 95-100

4. 1.18 mm 90-100

5. 600 microns 80-100

6. 300 microns 20-65

7. 150 microns 0-50

iii. Cement: As described under clause 1.3.2 of technical specification

iv. Additives :

Additives, like integral water proofing compounds, shall be of the approved type from

reputed manufacturers. These shall be used strictly in accordance with the

manufacture’s instructions/ specifications. The additives shall confirm to IS 9103.

1.5.2 Samples:

When demanded by engineer-in-charge, the contractor shall produce samples of materials /

carryout samples of work for Engineer-in-charge. All materials used as also works carried out

Page 95: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

95

shall conform to the quality of approved samples Production of these samples shall be at

contractors cost.

1.5.3 Brick masonry:

Brick shall be soaked in clear water for at least six hours in a vat before use. The average

water absorption of brick after immersion in water shall not be more than 20 % by weight.

Bricks shall be laid in English bond unless specified otherwise. No half or quarter brick

shall be used except as closures. Bricks shall be accurately raised to plumb.

Brick work shall be raised uniform all round and no part shall be raised more than 1 meter

above another at any time. And the work shall be properly toothed and racked back.

In case of 12.5 cm thick brick walls, hoop iron reinforcement 25mm x 12 to 16 gauge or

wire netting reinforcement shall be provided in every fourth course. The reinforcement shall

be properly bedded in mortar, properly lagged etc. all as directed.

The contractor will have to build in holdfast and such other fittings in brick work without

extra cost.

Joints in brick work shall not be more than 10 mm thick. Brick work shall not be raised

more than 10 to 12 courses a day. The work shall be kept watered thrice a day for 10 days

and afterwards twice a day for 3 weeks. All joints shall be thoroughly flushed with mortar

at every course. Care shall be taken to see that bricks are properly bedded and all vertical

joints completely filled to the full depth. The joining of brick work shall be hauled out to a

depth not less than 10 mm as the work proceeds. The surface of brick work shall be

cleaned down and watered properly before the mortar sets.

Construction joints are to be provided at an interval of 30m in case of boundary wall or

where the length of brick wall is long.

The contractor shall also make or leave holes recesses as required and fill in the same at a

later date with lean concrete of m.5 as directed with no extra cost.

“FALG” bricks of proper size & quality as approved by engineer-in-charge can be used in

walls in place of clay bricks. Hollow concrete blocks of approved size, strength& quality

can also be allowed to be used in masonry as approved by engineer-in-charge at site in

place of clay bricks.

1.5.4 Measurements:

i. General

All the rates quoted by the contactor shall be for a fully finished item of work and shall include for

all material, labour, miscellaneous works like storage, loading / unloading, scaffolding, hoisting

gear etc. and also all taxes, duties, overhead, profits, etc.

ii. Masonry

Accounts on masonry shall be settled on the basis of cubic meters or square meters as indicated

in the bill of quantities. Quantities will be decided on the basis of pertinent plants. Openings and

Page 96: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

96

recesses which exceeds 0.10 cum will be deducted from the quantities. Openings left initially on

specific instructions or as required shall be closed at a later date, if so instructed by Engineer-in-

charge, at no extra cost. Similarly, all openings, recesses, grooves etc, shall be provided at no

extra cost. All materials supplied by clients shall be fixed in masonry free of charge.

1.6 CEMENT PLASTERING (Internal & External):

The cement plaster shall be 8 mm, 12mm or 20mm or any thickness as specified in the item.

i. Scaffolding:

For all exposed brick work or tile work, double scaffolding having two sets of vertical supports

shall be provided. The supports shall be sound and strong, tied together with horizontal pieces

over which scaffolding planks shall be fixed. For all other brick work in buildings, single

scaffolding shall be permitted. In such cases the inner end of the horizontal scaffolding pole shall

rest in a hole provided only in the header course for the purpose. Only one header for each pole

shall be left out. Such holes for scaffolding shall, however, not be allowed in pillars / columns

less than one meter width or immediately near the skew portion of arches. The holes left in

masonry works for scaffolding purposes shall be filled with lean concrete and made good before

plastering.

ii. Preparation of surface:

The joints shall be raked out properly. Dust and loose mortar shall be brushed out. Efflorescence

if any shall be removed by brushing and scarping. The surface shall then the thoroughly washed

with water, cleaned and kept wet before plastering is commenced.

In case of concrete surface if a chemical retarder has been applied to the formwork, the surface

shall be roughened by wire brushing and all the resulting dust and loose particles cleaned off

and care shall be taken that none of the retarders is left on the surface.

iii. Application of Plaster:

Ceiling plaster shall be completed before commencement of wall plaster.

Plastering shall be started from the top and worked down towards the floor. All scaffolding pole

holes shall be properly filled in advance of plastering as the scaffolding is being taken down. To

ensure even thickness and true surface, plaster about 15 cm x 15 cm shall be first applied,

horizontally and vertically at not more than 2m. intervals over the entire surface to serve as

gauges. The surfaces of these gauged areas shall be truly on the plane of the finished plaster

surface. The mortar shall then be laid on the wall, between the gauges with trowel. The mortar

shall be applied in a uniform surface slightly more than the specified thickness. This shall be

beaten with thin strips of bamboo about 1 meter long to ensure thorough filling of the joints, and

then brought to a true surface, by working a wooden straight edge reaching across the gauges,

with small upward and side ways movements at a time. Primarily the surface shall be finished off

true with trowel or wooden float according as a smooth or a sandy granular texture is required.

Excessive trowel in or over working the float shall be avoided. During this process, a solution of

like putty shall be applied on the surface to make the later workable.

Page 97: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

97

All corners, angles and junctions shall be truly vertical or horizontal as the case may be and shall

be carefully finished. Rounding or chamfering corners, junctions etc. where required shall be

done with out any extra payment. Such rounding or chamfering shall be carried out with proper

templates to the sizes required.

In suspending work at the end of the day, the plasters shall be left out clean to line both

horizontally and vertically, when recommencing the plastering, the edge of the old work shall be

scraped cleaned and wetted with lime putty before plaster is applied to the adjacent areas, to

enable the two to properly joint together. Plastering work shall be closed at the end of the day on

the body of wall and not nearer than 15 cm to any corners. Its shall not be closed on the body of

the features such as plasters bands and cornices nor at the corners. Horizontal joints in

plasterwork shall not also occur on the parapet tops and copings as these invariable lead to

leakage.

No portion of the surface shall be left out initially to be patched up later on.

Finish:

The plaster shall be finished to a true and plumb surface and to the proper degree of

smoothness as required. The works shall be tested frequently as the work proceeds with a

true straight edge not less than 2.5.m long and with plumb bobs. All horizontal lines and

surfaces shall be tested with a level and all jambs with a plumb bob as the work proceeds.

iv. Thickness:

The thickness of the plaster specified shall be measured exclusive of the thickness of the key

i.e. grooves or open joints in brickwork. The average thickness of plaster shall not be less

than the specified thickness. The minimum thickness of any portion of the surface shall not

be less than the specified thickness by more than 3mm. The average thickness should be

regulated at the time of plastering by keeping suitable thickness of the gauges. Extra

thickness required in dubbing behind rounding of corners at junctions of wall or in plastering

of masonry cornices etc. will be ignored.

Curing shall be started 24 hrs after finishing the plaster. The plaster shall be kept wet for a

period of 7 days. During this period it shall be suitably protected from all damages at the

contractor’s expense by such means as the engineer may approve. The dates on which

plastering is done shall be legibly marked on the various section plastered so that curing for

the specified period thereafter can be watched.

Any cracks which appear in the surface and all portions, which sounds hollow when tapped

or are found to be soft or other wise defective, shall be cut out in rectangular shape and re

done as directed by the Engineer-in-charge.

1.7 CEMENT PLASTER WITH A FLOATING COAT OF NEAT CEMENT:

The cement plaster shall be 8mm, 12mm or 20mm 16 mm thick, finished with a floating coat

of neat cement, as described in the item.

When the plaster has been brought to a true surface with the wooden straight edge, It shall

be uniformly treated over its entire area with a paste of neat cement and rubbed smooth, so

Page 98: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

98

that the whole surface is covered with neat cement slurry 1.5mm thick while the plaster

surface is still fresh. Smooth finishing shall be completed with trowel immediately and in no

case later than half an hour adding water to the plaster mix.

2. TECHNICAL SPECIFICATION FOR SANITARY & PLUMBING WORKS

Not Required.

3. TECHNICAL SPECIFICATION FOR ELECTRICAL INSTALLATION WORK UNDER ICZMP-,ORISSA

3.1 General Requirements

The installations shall generally be carried out in conformity with the requirements of Indian

Electricity Act, 1910 as amended up to date and Indian Electricity Rules, 1956 framed there under,

the relevant regulations of the Electric Supply Authority concerned and also with the specifications

laid down in the Indian Standard IS:732/1963 "Code of Practice (Revised) for Electrical Wiring

Installations (System Voltage not exceeding 650V)". The work shall be executed as per National

Electrical Code and if any item is not covered there under or there is any doubt, the specification

approved by the Engineer-in-charge will be final and binding.

3.1.1 Ambient Conditions

All Electrical installations and equipments shall be suitable to work in following ambient

conditions.

Maximum Temperature : 50 degree Celsius

Relative Humidity : 100%

In the vicinity of : _________, Orissa.

System Conditions

The Electrical installations and equipments shall be suitable for operation in following system

conditions.

Supply voltage : 415 Volts +/-10%

Supply frequency : 50Hz +/-5%

Number of Phases : Three

3.1.1 Scope

3.1.2 Materials:-

All materials, fittings, appliances used in electrical installations shall confirm to Indian Standard

Specifications wherever these exist. A list of approved materials is attached in annexure-I. Materials

not included in the list as well as any particular make should be approved by the Consultant or

Page 99: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

99

Engineer-in-charge before use. All required materials covered under this specification except

mentioned otherwise clearly, shall be supplied and installed by the contractor complete in all respect.

The materials and accessories required for completing the work will form part of the work although

they have not been specified separately.

Selection of materials and installation work shall be such as to simplify operation, inspection,

maintenance and testing. The work shall include all reasonable precautions and provisions for safety

of operation and maintenance personnel.

3.1.3 Standard:-

(a) Unless otherwise specified, all materials covered under this specification shall be

designed, manufactured, tested and installed in conformity with the latest Indian

Standard Specifications. In case such Indian Standard Specifications are not published

equivalent British Standard Specifications shall be followed. All equipments shall confirm

to latest Indian Electricity Rules, PWD and Local/State laws or byelaws as regards to

safety, earthing and other essential provisions specified therein.

(b) All equipments and materials selected shall also be supplied and installed taking into

consideration the Factories Act, Fire Regulations and Local laws or byelaws. All light

fittings and equipments selected shall be of well tied out design. All materials used in the

assembly of fittings and their accessories shall be of high quality and manufactured in

accordance with the best modern practice.

(c) All the materials supplied by the contractor according to the contract conditions will be

subject to inspection and approval by the Consultant or/and Engineer-in-charge or their

authorised representative from time to time. The contractor shall extend all required

facilities for such inspection free of cost. At the time of inspection, the inspecting officer

shall have full liberty to reject any such material, which does not confirm to specifications

or the requirements. No claim for any rejected materials shall be entertained by the

owner. The contractor shall remove all rejected materials from the site at his own cost.

(d) No surplus material procured by the contractor will be accepted by the owner.

(e) The contractor will be responsible to get electrical installations inspected by the Electrical

Inspector of the State Government and to obtain the statutory clearance for energisation.

The owner, on production of documentary evidences, will reimburse the necessary

inspection fees.

(f) The contractor should possess valid electrical contract licence and labour licence issued

by the appropriate statutory authority of the State Government during the execution of

the contract.

3.1.4 Inspection and Approval

The contractor shall put up samples of all major items for inspection and testing by the

Consultant and/or Engineer-in-charge for which the contractor shall furnish minimum 10 days clear

notice in advance to enable them to depute their Inspecting Officer. Similar procedure shall be

adopted for the approval of s

Page 100: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

100

Samples of minor materials/ accessories to be used for the work.

3.2.0 GENERAL TECHNICAL SPECIFICATION OF MATERIALS

3.2.1 Switches & Plug Sockets:-

All switches, 5A plug sockets, power plug sockets, TV sockets and Telephone sockets shall be

flush mounting type with ISI mark of approved make. The switches and plug sockets shall confirm to

IS:3854/1988, IS:1293/1988, IS:6538/1971 & IS:4615/1968.

3.2.2 Fan Regulators & Dimmers:-

Electronic type fan regulators and light dimmers of approved make shall generally be used and

shall be of flush mounting type.

3.2.3 Wires:-

The wires used for internal electrical wiring shall be of single core PVC insulated sheathed/

unsheathed 1100V grade stranded copper/ aluminium conductor wires (suitably colour coded to

distinguish different phases and neutral) of approved make with ISI mark. The wires shall confirm to

IS:694 (Part-I & Part-II)/1964. The minimum cross sectional area of conductors for the different uses

shall be as specified below.

(a) Lighting point wiring : 1.5sqmm Copper or 2.5sqmm Aluminium.

(b) Power point wiring : 2.5sqmm Copper or 4.0sqmm Aluminium.

(c) HPSV/HPMV Luminaries : 2.5sqmm Copper or 4.0sqmm Aluminium.

(d) Circuit wiring : 2.5sqmm Copper or 4.0sqmm Aluminium.

(e) Sub-main wiring : 4.0sqmm copper or 6.0sqmm Aluminium.

3.2.4 Non-Metallic Conduit and Accessories:-

All non-metallic conduits shall confirm to IS:2509/1963 and their accessories to IS:3419/1965.

The conduits may be either threaded type or plain type and shall be used with the corresponding

accessories.

3.2.5 Switch Boxes:-

Metal boxes for switchboards shall be made of GI. sheet and round junction boxes shall be

made of cast iron. The minimum wall thickness of GI. boxes shall be 1.5mm (16swg) and cast iron

boxes shall be 3mm. Fan hook boxes shall be made of m.s./GI sheet of 1.5mm wall thickness with a

10mm round steel hook inside. The size of the fan hook box shall be 150mm dia and 65mm high. All

GI boxes shall have not less than 4 screwed holes for fixing the top cover and a earthing stud. All

metal boxes shall be provided with a cover of phenolic laminated sheet (Bakelite sheet), not less

than 3mm thick fastened to the box with brass screws and cup washers. The covers should have a

minimum overlap of 12.5mm on all sides of the box for concealed wiring. The boxes shall be painted

both inside and outside in case of m.s., with two coats of anticorrosive primer and two coats of

Page 101: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

101

enamelled paint of approved shade. Adequate numbers of half punched holes shall be provided for

conduit entry.

The following sizes of GI boards shall normally be used unless otherwise specified.

Switch board size

Length Breadth Height

100mm 100mm 50mm

100mm 100mm 65mm

150mm 100mm 65mm

200mm 150mm 65mm

250mm 200mm 65mm

300mm 250mm 65mm

450mm 300mm 65mm

3.2.6 Angle/ Batten/ Pendant Holder & Ceiling Rose:-

Brass or Bakelite type 5A, 250V, Angle Holders, Batten Holders, Pendant Holders & three way

ceiling rose confirming to IS:732(Part-2)/1982 & IS:371/1979 of approved make and design with ISI

mark shall be used.

3.2.7 Distribution Boards:-

All the L.T. Distribution Boards shall be suitable for operation in 3 phase/ single phase,

415/240 Volts, 50Hz, neutral grounded at transformer system and a short circuit level of not less

than 35MVA at 415 Volts. All Distribution Boards shall generally confirm to all relevant Indian

Standards amended up to date.

Distribution boards shall be of wall/ floor mounting type and totally enclosed having hinged

doors, dust, damp and vermin proof construction. These should be made out of CRCA sheet steel

and the enclosure should be acid treated for rust proofing, thoroughly cleaned, painted with two

coats of anticorrosive primer and two coats of white enamel paint for interior and industrial grey

enamel paint for exterior. All doors and covers shall be fully gasketed with neoprene PVC strips and

shall be lockable. All the hinged doors shall be effectively earthed with flexible copper wires.

Cadmium plated fixing screws shall enter holes tapped into an adequate thickness of metal or

provided with hank nuts. Self-threading screws shall not be used.

Page 102: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

102

The distribution boards shall be of adequate size with a provision of 25% spare space to

accommodate possible future additional switch-gears. Knock out holes of appropriate sizes and

number shall be provided on detachable plates in the board in conformity with the location of

incoming and outgoing cables/ conduits. The switches shall be so arranged that fuses are not alive

when the switch is in OFF position. No apparatus shall project beyond and edge of the panel. No

switch body shall be mounted within 25mm of any edge of the panel and no holes, either than meant

for fixing the panel shall be drilled within 13mm of the edge of the panel. The various live parts shall

be effectively screened by barriers of non-hygroscopic, non-inflammable insulating materials or shall

be so spaced that an arc can be maintained between such parts and earth. All items of switch-gears

shall be readily accessible and all connections, including those to instruments and apparatus, be

easily traceable.

The busbars and interconnections shall be of electrolytic annealed copper/ high conductivity

electrolytic wrought aluminium of rectangular cross section suitable for carrying full load current for

phases & neutral busbars and shall be extensible on either side. The maximum current density shall

be 1.00 Amp/sqmm for Aluminium and 1.25 Amp/sqmm for copper busbars. The busbars shall be

supported on SMC/ DCM/ Glass fibre reinforced polyester, non-breakable non-hygroscopic

insulators at regular intervals to withstand the forces arising from short circuit in the system. All

busbars shall be provided in a separate chamber and properly ventilated. The minimum clearance

between the phases shall be 25mm and between phase and earth shall be 20mm. The

interconnection between busbars and switchgears of rating above 63A shall be through strips having

125% of the switch-gear current rating. All busbars shall be suitably insulated by means of heat

resistant PVC sleeves or PVC insulating tapes and colour coded in phase sequence of R-Y-B & N.

The entire busbar shall be covered on the front with a Bakelite sheet barrier. In longer sections of

busbars, provision shall be made for thermal expansion by providing flexible joints made out of multi-

foil thin copper/ aluminium foils. All joints shall be of clamped type as far as possible else of bolted

construction with double cover fish-plates.

All connections between pieces of apparatus or between apparatus and terminal on a board

shall be neatly arranged in a definite sequence, following arrangements of the apparatus mounted

there on, avoiding unnecessary crossings. Wire interconnections shall be colour coded and

connected to terminals only by soldered lugs, crimped lugs without cutting away the strands. No

interconnecting wires shall come in contact with the live busbars other than the terminal points. The

arrangement of busbars shall confirm to IS:375/1963.

An enamelled danger notice plate shall be provided on the boards connected to medium

voltage supply & above.

Adequate space shall be provided for accommodating various instruments. These shall be

accessible for testing and maintenance without any accidental contact with live parts of circuit

breakers, switch-gears, busbars and interconnections. The indicating lamps shall be provided with

individual switch and fuses. The voltmeters shall be provided with fuses for each phase. The control

wires shall be of 2.5sqmm copper for CT circuits and 1.5sqmm copper for the rest. The control wires

shall be neatly bunched together inside PVC trunking securely fasten to the compartment properly

marked with ferrules at the end. A separate tamper proof compartment with locking arrangements as

per the requirements of the supply authority shall be provided for housing of the energy meters.

Page 103: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

103

(a) Branch Distribution Boards (BDB):-

The branch distribution boards shall be surface mounted or concealed type and made out of

1.6mm (16 swg) CRCA sheet steel. At least one number hexagonal earthing stud for single phase

BDBs and two numbers earthing studs for three phase BDBs shall be provided. The components of

the BDBs shall be mounted on a detachable 2mm thick CRCA sheet steel frame works for easy

maintenance. The minimum size of wires to be used as interconnecting wires shall be 2.5 sqmm

copper or 4.0 sqmm aluminium. Each outgoing circuit of the BDB shall be provided with a fuse/ MCB

on the phase or live conductor. The earthed neutral conductor shall be connected to a common link

and be capable of being disconnected individually for testing purpose. Door interlocking with MCBs

shall be provided such that doors shall open only with MCBs in OFF position. All the live parts inside

the BDB shall be covered with a Bakelite sheet with at least 3mm thick.

(b) Main Distribution Boards and Sub Distribution Boards:-

The Main Distribution Boards (MDB) and Sub Distribution Boards (SDB) shall be wall mounted

or floor mounted type and made out of 2.0mm (14swg) CRCA sheet steel. In case of wall mounted

boards the entire sheet steel enclosure shall be mounted on a m.s. angle frame work with adequate

fixing arrangement for grouting. In case of floor mounted boards the enclosure shall be fixed to a

m.s. angle framework with m.s. base channels. All the incoming and outgoing switch-gears and

breaker other than MCBs shall be fixed in separate compartments.

All switch-gears above 63A rating and breakers shall be provided with door interlocks so as to

open only in OFF position. All MCCBs shall be provided with external operating handle. The ON,

OFF, TRIP (where available), Rating marking and nomenclature plates shall be provided near

operating handle. A continuous earth bus made out of Galvanised Iron or Aluminium strips of

adequate size shall provided at the bottom of panel for the entire length. Arrangement shall be made

at both the ends of earth bus for easy entry and termination of earthing lead from external earth

installations.

Cable compartments of adequate size shall be provided for easy termination of all incoming

and outgoing cables entering from bottom or top. Proper cable supports shall be provided in cable

compartments. All incoming and outgoing terminals shall be brought out to terminal blocks or to a

extended rigid strip directly from the switch-gear/ breaker. Separate cable compartments shall be

provided for incoming and outgoing cables. Ventilation arrangement in the form of finely divided wire

mesh shall be provided at both sides towards the top.

3.2.8 Miniature Circuit Breaker (MCB):-

The miniature circuit breakers of approved make shall be ISI marked and capable of

withstanding minimum 25000 switching operations and fully automatic with provision of thermal and

magnetic tripping arrangements. All MCBs shall be of minimum 9KA short circuit rating and confirm

to IS:8828/1993 & BS:3871.

3.2.9 Changeover Switches:-

The changeover switches shall be load break types having three distinct position of operation.

The ON and OFF positions of the switch shall be clearly indicated. The door interlock with defeat

Page 104: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

104

mechanism shall be provided for switch units confirming IS:8623/1977. The changeover switches

shall confirm to IS:4064/1978 and IEC:408 and bear ISI mark.

3.2.10 Rewireable Fuses

The re-wireable fuses (Kitkat) shall be semi-enclosed type consisting of a re-wireable fuse

carrier and fuse base and shall be made out of either porcelain or Bakelite. The breaking capacity of

these fuses shall be 4000 Amp on 400 Volt. These shall bear ISI mark.

3.2.11 Energy Meters (KWH Meter)

The Energy Meters (KWH meter) shall be either whole current or CT operated type. These

shall be duly tested and calibrated by the supply authority prior to fixing and necessary test

certificate shall be furnished.

3.2.12 LT Power Cables

The LT power cables shall be of PVC insulated and PVC sheathed, 1100 Volt grade, single

core or multi core, un-armoured or GI wire / strip armoured, stranded aluminium conductor cables of

approved make and should bear ISI mark. The armoured cables shall confirm to IS:1554(Part-

I)/1976 and un-armoured cables to IS:694/1977.

3.2.13 Fluorescent Fittings

The Fluorescent fittings shall be of the following type.

(a) Box type fitting

All Fluorescent fittings shall be of approved make and in general confirm to IS:1913/1969.

These shall be complete with all standard accessories as per specification such as choke, capacitor,

starter and lamp holder etc duly factory wired. Provision shall be extended to earth all the metallic

part of the fixtures and all the detachable metal parts such as stove enamelled reflector of industrial

fitting, metallic louver of mirror optic fitting etc shall be provided with loop earthing by flexible wire.

The choke shall be copper wound and polyester filled. Powerfactor improvement capacitor shall be

provided confirming to IS:7752(Part-I)/1975 and of such rating to improve the power factor to 0.9.

3.2.14 Incandescent Fittings

The Incandescent fittings shall be of the following type.

(a) Ceiling flush type

(b) Bulk head type

These shall be complete with all standard accessories as per specification and provision for

earthling the metallic parts of the fitting.

3.2.15 Street Light Luminaries

The street light luminaries shall be of the following types.

(a) HPSV street light fitting

Page 105: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

105

These shall be of approved make complete with all standard accessories as per specification

such as ballast, capacitor, igniter, starter, lamp holder etc and shall have provision for earthling of all

the metallic parts of the fitting. The luminaries shall in general conform to IS:10322 (Part-1 to Part-5).

3.2.16 Ceiling Fans

The a.c ceiling fans shall be of approved make & brand and suitable for operation on 230V

50Hz single-phase supply. The fans shall consist of all standard accessories such as 300mm long

down rod, canopies, shackle, 3 or 4 fan blades, capacitors etc but excluding speed regulator. The

fan motor shall be of permanent capacitor run totally enclosed with double ball bearing and the

winding shall be made of super enameled copper wire with class-E insulation. These fans shall

confirm to IS:374/1979 with amendment number 1, 2 & 3.

3.2.17 Exhaust Fans

The exhaust fans shall be of approved make & brand and suitable for operation on single/

three phase 230/ 415V 50Hz supply. The fans shall consist of all standard accessories such as

impeller blade, fixing frames, capacitors, anti vibration pads etc. The exhaust fan motor shall be of

permanent capacitor run, continuous rated, totally enclosed with double ball bearing and the winding

shall be made of super enamelled copper wire with class-A /class-E insulation. Sound level of the

exhaust fans shall not exceed 60db for domestic application and 65db for industrial application.

Gravity louver shutters made out of aluminium sheets with a steel frame/ wire guard shall be

provided with these fans. These shall have IP:44 degree of protection. The exhaust fans shall bear

ISI mark and confirm to IS:2312

3.3.0 INSTALLATION

3.3.1 Portions of Wiring

3.3.1a Point Wiring

Point wiring shall consist of a switch on the board and wiring up to termination point via the

control switch and neutral. These termination points can be :

(a) A ceiling rose or connector in case of call bell or ceiling fan or exhaust fan point wiring. The

wiring from ceiling rose or connector to ceiling fan or exhaust fan point shall be considered

with the installation of fans.

(b) A ceiling rose in case of directly fixed type fluorescent fixtures, suspended pendants.

(c) A back plate in case of suspended type fluorescent fixtures, suspended or stiff pendants,

wall brackets, bulk heads, spot light similar fittings.

(d) A lamp holder in case of angle or batten holders.

(e) A convenient wall plug in case of plug on board or separate board points.

Wiring for light points and fan points shall be carried out with minimum 1.5 sqmm copper

stranded conductor wire. For the purpose of measurement the points are classified as below

wherever specified.

Page 106: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

106

(a) Short points : Up to 3.0m long

(b) Medium points : 3.0m to 6.0m long

(c) Long points : 6.0m to 10.0m long

(d) Special long points : Above 10.0m long (As specified)

Where classification of points are not specified, the point wiring shall mean wiring to the all

types points as described above irrespective of the length of the point.

The wiring whether concealed or surface shall be easily accessible for inspection. Power and

Heating sub-circuits shall be kept separate and distinct from lighting and fan sub-circuits. The

balancing of circuits in three phase installations shall be arranged before hand. Circuits of different

phases of a.c. system shall be kept minimum 2.0m apart or enclosed in earthed metal casing.

Medium voltage wiring and associated apparatus shall comply, in all respect, with the requirements

of rules 50, 51 and 61 of Indian Electricity Rules, 1956.

The position of runs of wiring and the exact position of all points, switch boards, distribution

boards shall be marked in the building for approval of Engineer-in-charge prior to execution. The

wiring shall be carried out in looping back system in which the phaseconductor shall be looped at the

switch box and that of neutral at the junction box and point terminals. In no case, joint shall be made

bare or by twisting the conductors.

Lights and fans may be wired on a common circuit. Such circuit shall not have more than a

total of either 10 points or a load of 800 watts.

For the purpose of determining load per circuit, the following rating for points shall be

assumed.

(a) Light points (Incandescent) : 60 watts

(4' fluorescent tubes) : 40 watts

(2' fluorescent tubes) : 20 watts

(b) Ceiling fan points : 80 watts

(c) Exhaust fan points : 80watts

(d) 5Amp plug points : 100 watts

(e) 15Amp plug points : 1000 watts

Unless and otherwise specified, the following minimum mounting height of the bottom most

part of the fittings and fixtures from finished floor level shall be maintained.

Page 107: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

107

(a) Distribution Boards : 2.130 metre

(b) Switch board : 1.300 metre

(c) 5A & 15A plugs on separate

board

: 0.300 metre

(d) Ceiling fan : 2.750 metre

(e) Light fittings : 2.600 metre

(f) TV antenna and Telephone

outlets

: 0.300 metre

3.3.1b Circuit Wiring

Circuit wiring shall mean wiring from BDB/ SDB upto the junction boxes for switch boards

containing 5A/15A switches and plugs. For the purpose of measurement, in case of multiple switch

boards under one circuit, the circuit wiring shall mean the sum of the length of wiring from BDB/ SDB

upto junction box of first switch board and junction box of first switch board to the junction box of

next switch board and so on. The minimum size of conductor for circuit wiring shall be 2.5 sqmm

copper or 4.0 sqmm aluminium. A circuit shall not contain more than 2 number power plugs. If not

specified in point wiring to power plugs, the wiring to the same shall be treated as circuit wiring.

3.3.1c Sub-main Wiring

Sub-main wiring shall mean wiring from Main switch/ Meter board upto BDB/ SDB. The

minimum size of wire shall be 4.0sqmm copper or 6.0sqmm COPPER. There shall be no jointing of

wires as far as practicable. PVC ferrules shall be provided at both the ends of the wire for easy

identification.

3.3.2 Types of Wiring

3.3.2a Concealed Non-metallic Conduit Wiring

The concealed non-metallic conduit wiring shall be completed in the following three phases.

(a) Conduit laying in roof before casting.

(b) Conduit laying in walls & fixing of switch board before plastering.

(c) Wire drawing inside conduit, fixing of switch, socket accessories, testing of

installations complete.

The size of conduit shall be so chosen that the wires provided inside shall not occupy more

than 50% of the cross sectional area. The maximum permissible number of single core wires, which

can be drawn inside non-metallic conduit, shall be as per the table given below.

Page 108: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

108

Size of wire in mm2 Size of conduit in mm

(Maximum no. of wires permissible)

Remarks

16 20 25 32 40 50

1.0 mm2 5 7 13 - - -

1.5 mm2 4 6 10 - - -

2.5 mm2 3 5 10 - - -

4.0 mm2 2 3 6 10 - -

6.0 mm2 - 2 5 9 - -

10.0 mm2 - - 4 7 9 -

16.0 mm2 - - 2 4 5 -

25.0 mm2 - - - 2 4 6

35.0 mm2 - - - - 2 5

50.0 mm2 - - - - 2 3

A detail conduit route layout avoiding unnecessary crossing shall be prepared by the

contractor and get it approved from Engineer-in-charge prior to laying of conduit in roof slab. The

conduits and junction & fan hook boxes shall be rigidly tied to the reinforcement of the slab.

Minimum 75mm x 75mm size sheet metal inspection cum pull box shall be provided within 5 metre

run of conduit. Suitable type expansion joint fittings shall be provided along the conduit run crossing

the expansion joint of the building. The junction boxes shall be provided 300mm off the centre for 4'

long tube light fitting and 150mm off the centre for 2' long tube light fitting. Dummy or spare conduits

shall be laid wherever required as per direction of Engineer-in-charge.

The drops from the roof slab in walls and columns shall be made vertical as far as

practicable. Horizontal run of conduit on brick or stone masonry walls shall be avoided. The conduit

and the switch boards shall be fixed in the wall by cutting chase and neatly finished with plastering

after fixing. All curves in the conduit pipe shall be made by bending pipe with a long radius which will

permit easy drawing of conductors. The m.s. boxes shall be provided with temporary covers to safe

guard against filling of cement mortar etc within the tendered cost.

The wires shall be properly colour coded and carefully drawn inside the conduit through use

of fish wire. All the metal boards shall be suitably earthed by earth continuity conductor. All

Conductors shall be provided with cable sockets at termination points expect at switchboard looping

Page 109: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

109

and joint boxes. Wires carrying current in a conduit shall be so bunched that the outgoing and the

return wire are drawn into the same conduit. Wires of different phases from different circuits shall not

run in one conduit. In three phase installation, plans shall be made for balancing of loads in all

phases before commissioning.

3.3.3 Cable Laying & Installation

The cables shall be of approved make and tested at factory in presence of Engineer-in-

charge or his authorised representative. The cables shall be despatched to the work site packed on

wooden drums with both ends properly sealed. Jointing of the cables in between the terminal points

shall be avoided as far as possible. For longer length of cable exceeding the normal length of

manufacture, cables may be joined by means of jointing kits only. The cables shall be tested for

insulation resistance by 500-volt insulation Megger for cables upto 1100 volt grade and by 2500 volt

insulation Megger for cables beyond 1100V grade prior to laying of the same. Cable loops for future

requirement shall be kept at both ends as per direction of the Engineer-in-charge.

One number 6 swg G.I. wire in case of single phase 230V a.c. system and either 2

numbers 6 swg G.I. wire or 2 numbers suitable size G.I. flat in case of multi phase 400V or more

a.c. system shall run all along the trench or tray with the cables as earth continuity conductor. The

supply and laying of earth continuity conductor such as G.I. wire or flat has been considered

separately in the schedule of quantity.

Minimum bending radius for PVC insulated armoured cables shall be 1200mm. At joints and

terminals, the individual cores of multi-core cable should never be bent so that radius of bending is

less than 12 times the overall diameter of the cable.

Wherever more than one cable shall exist, suitable marker tags inscribed with cable

identification details shall be permanently attached to all cables in the man hole, pulpits, joints, open

ducts, under ground cables etc at suitable intervals.

The laying and installation of cable shall be carried out as per IS:1255/1983. The methods of

cable laying shall be of following types depending upon the requirements.

(a) Laying directly under ground

(b) Laying inside ducts

(c) Laying on racks or trays in air

(d) Laying along building structural elements

3.3.3a Laying Directly Under Ground

Cable trenches shall be excavated cutting all types of soil and rock upto a minimum depth of

750mm for L.T. cables & 1200mm for H.T. cables and of appropriate width (not less than 350mm) to

accommodate the cables and cable protecting materials within the tendered rate.

The sides and bottom of the trench shall be dressed and filled with 75mm thick layer of fine

sand. The cables shall then be laid with bricks on both side of each cable continuously along the

length. Space between the bricks shall be filled with fine sand upto 75mm above the top of the cable.

The top layer bricks shall be placed side by side continuously as protective cover. The horizontal

Page 110: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

110

distance between the adjacent cables shall be minimum 200mm. The clearance between the outer

cable to the sides of the trench shall be at least 150mm.

In case of multiple tiers, same procedure shall be applied keeping a vertical clearance of

300mm among the tiers and the top most layer shall be kept at a depth of 750mm for LT cables and

1200mm for H.T. cables from finished ground level.

The trench shall then be filled up with the excavated materials free from stone or sharp

edged debris and duly compacted. A crown of earth neither less than 50mm nor more than 100mm

in the centre and tapering towards the sides of the trench shall be left to allow for subsidence.

Cable route markers shall be installed at salient and strategically located points parallel to

and 500mm or so away from the edge of the trench for easy identification of cable routes at a

maximum interval of 10 metre for straight run.

In locations such as road crossing, pipe line crossing, entry to buildings or poles in paved

area etc, the cables shall be laid in pipes or closed ducts. Pipes provided for entry to building shall

slope upward to prevent entry of water to the building. Stone ware, cast iron, NP-2 class RCC pipes

or medium class M.S./G.I. pipe of appropriate diameter shall be laid during the construction to avoid

damage later on.

In case of stone ware pipes, a 100mm thick 1:3:6 cement concrete covering shall be

provided. In case of cast iron or RCC pipes no concrete covering is required. The collars in case of

RCC pipes shall be embedded by 1:2:4 cement concrete. Top surface of pipe shall be at a minimum

depth of 1.0 metre. The minimum size of hume pipes shall not be less than 100mm in diameter for a

single cable and not less than 150mm for multiple cables.

The diameter of the cable protecting pipes shall be at least 1.5 times the outer diameter of

the cable. In one pipe, single core cables shall not be laid individually but instead, all the three/four

cables of the same system shall be laid.

3.3.3b Laying along Building Structural Elements

Cables can be routed inside the buildings along the structural elements such as walls,

columns etc or inside trenches or hume pipes or G.I. pipes under floor. The cables shall be laid or

fixed along the wall or column with the help of M.S./G.I. flat clamps or saddles with an interval not

exceeding 0.5 metre. The cables inside brick masonry trenches shall be laid on racks or directly

above the floor of the trench and the trench shall be covered with m.s. chequred plates. In case of

laying inside hume pipes or G.I. pipes, man hole chamber with RCC cover shall be provided at

suitable location for easy maintenance. The cables shall not intersect each other along its route.

3.3.4 Jointing of Cables

The quality of joints shall be such that it does not add any resistance to the circuit. The

materials and techniques employed for jointing should give adequate mechanical and electrical

protection to the joints under all service conditions. The joints shall be resistant to all corrosion and

chemical reactions. The following three basic types of cable joints shall be used.

(a) Straight through joints

Page 111: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

111

(b) Tee or branch joints

(c) Termination or sealing joints

3.3.5 Installation of Distribution Boards

All main switch-gears shall be installed in dry situation as near as possible to the point of

supply. The neutral wires shall be continuous except at the linked switch-gear. Main distribution

boards shall be installed in well-ventilated rooms or cupboards accessible to only authorised persons

or recessed having locking arrangement. The distribution boards shall not be installed in damp

situations, in the vicinity of storage batteries, places exposed to chemical fumes or where

inflammable or explosive dust, vapour or gas is likely to be present. These boards shall not be

erected above gas stoves, sinks, in bath rooms, lavatories, toilets, kitchens, places exposed to

weather or within 2.5 metre of a washing unit in the washing rooms and wash basins.

Fixing of distribution boards in places likely to be exposed to weather, drip or abnormal moist

atmosphere shall be avoided. Where it is unavoidable, out door distribution boards with outer casing

on the switch boards shall be installed making it weather proof and shall be provided with gland or

bushings or adapted to receive screwed conduit according to the manner in which cables are run.

The indoor distribution boards shall be mounted concealed or semi-concealed or surface to

the wall or on foundations above the floor. The panels shall be so mounted that it is accessible for

fuse replacement and operation of switch-gears & breakers.

The top most height of the panel shall not be more than 2 metre from the floor level. In case

of Branch Distribution Boards shall generally be installed at a height of 2.13 metre from finished floor

level. A minimum clearance of 1 metre shall be provided from the surface of door opening of the

boards for maintenance.

All distribution boards shall be marked lighting or power, voltage, number of phases of

supply, circuit list, current rating of the circuit and rating of fuse element. All wiring and

terminations shall be provided with cable lugs and neatly arranged.

Adequate space shall be provided on bottom or top or back as required for easy cable and

conduit entry. The cables shall be terminated at the distribution board with corresponding size of

brass cable gland. The glands shall be fixed tightly to the panel without allowing any gap or opening

on the hole. The armours of the cable shall be suitably earthed. For conduit entry, PVC couplings for

non-metallic flexible conduit and brass coupling for G.I. flexible conduit shall be used. No holes shall

be kept open on any side of distribution board.

Distribution boards shall be earthed at two points from two separate & distinct earth

electrodes in case of three phase boards and one point in case of single phase boards effectively by

means of G.I. wire or flat as specified.

3.3.6 Installation of Fluorescent Fixtures

The fluorescent fixtures shall be either directly fixed on walls or ceiling or suspended from

ceiling of buildings. The contractor shall make proper marking for alignment and level of fitting as per

the drawing prior to installation and get it approved from Engineer-in-charge. The contractor shall

assemble and install the fittings as per the manufacturer's instructions. Connection from ceiling rose

Page 112: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

112

or connector shall be done with 3 core 1.5 sqmm flexible copper cord. Each fitting shall be effectively

earthed.

For fixing the fitting directly on walls and ceiling, the same shall be fixed on two numbers

seasoned wooden round blocks. The round blocks shall be duly painted and fixed to wall or ceiling

by means of PVC fill plugs and screws.

In case of fitting being suspended from ceiling, the same shall be fixed by means of two

numbers 16 swg stove enamelled m.s. conduit down rods along with cast aluminium ball sockets,

conduit check nuts, circular Bakelite cover etc. The down rods shall be painted with 2 coats of

enamel paint of approved shade. The fixing arrangement to the ceiling shall be capable of sustaining

the entire load of fitting and down rod. The minimum mounting height of the fitting shall not be less

than 2.5 metre from the finished floor level.

3.3.7 Installation of Incandescent Fittings

The incandescent fittings shall be rigidly fixed to wall or ceiling using Bakelite sheet. The

metal parts of the fitting shall be effectively earthed by the earth continuity conductor. The flexible

pendants, chandeliers etc shall be suspended from a hook provided in the slab during casting. The

bulkhead fittings shall be recessed/ surface mounted on wall or ceiling.

3.3.8 Installation of Street Light Fittings

The street light fittings shall be fixed by means of either suitable G.I. bracket or on arms of

tubular pole. The G.I. bracket shall be fixed by means of minimum two pairs of m.s. flat clamps duly

painted. Loop-in-loop-out junction boxes shall be embedded inside the bottom foundation of the

support wherever required. The wiring to the fitting shall be carried out by minimum 2 core 2.5

sqmm PVC insulated stranded copper wire along with 16 swg hard drawn bare copper earth

continuity conductor. The fitting shall be assembled and mounted as per the manufacturer's

instructions.

3.3.9 Installation of Ceiling Fans

Unless otherwise specified, the bottom most part of the ceiling fans shall normally be kept at

a height of 2.75 metre above finished floor level. In no case, it shall be lower than 2.4 metre above

the finished floor level. A minimum clearance of 300mm shall be maintained from the ceiling/beam to

the plane of fan blades. The mounting height of all ceiling fans installed inside a hall or room shall be

same. The metal parts of the ceiling fans shall be effectively earthed. The fans shall be assembled

and mounted as per the manufacturer’s instructions.

The wiring to the ceiling fan from the nearest point shall be carried out with 3 core 1.5 sqmm

PVC insulated stranded copper conductor cords. The down rod & clamp shall be painted with

enamel paint of approved shade without involving any extra cost. Round bakelite sheet shall be

provided on the fan hook boxes.

3.3.10 Installation of Exhaust Fans

Exhaust fans shall be fitted by means of rag bolts embedded in the wall. The required holes

in the wall shall be made and finished neatly with cement plaster and brought to the original finish of

the wall within the tendered rates. Gravity louvre shutters of suitable size shall be fixed on the

Page 113: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

113

outside wall covering the hole for the exhaust fan in order to restrict the inrush of rainwater etc. A

wire mesh shall be provided in place of gravity louvre shutters to restrict the entry of birds where

there is no chance of inrush of rainwater. All the metal parts of the exhaust fans shall be effectively

earthed. The fans shall be assembled and mounted as per the manufacturer’s instructions. The

wiring to the exhaust fan from the nearest point shall be carried out with 3 core 1.5 sqmm PVC

insulated stranded copper conductor cords.

3.3.11 Installation of Earthing

The earthing installations shall generally conform to IS:3043/1966 and requirements of

Indian Electricity Rules, 1956.

All three-phase medium voltage equipments shall be earthed by two separate and distinct

connections with earth through earth electrodes. Single phase equipments shall be earthed at least

at one point. In case of high & extra high voltages, the neutral point shall be earthed by not less than

two separate and distinct connetion with earth each having its own electrode.

An earthing electrode shall not be situated within a distance of 1.5 metre from the building

whose installation system is being earthed. The cross sectional area of earth continuity conductor in

electrical installation shall no where be less than 16swg copper or 14swg GI wire. The earth

resistance for various installations shall be restricted within the following maximum permissible

limits.

Non industrial Buildings : 5 ohms

Earth continuity inside an installation : 1 ohm(From electrode to any point in installation)

The following types of earthing installations shall in general be provided.

(a) Pipe earthing

3.3.12 Pipe Earthing

Pipe earth electrodes shall be of perforated class B G.I. pipe of specified length and

diameter. Galvanising of pipes shall conform to relevant ISS. The G.I. pipe electrode shall be cut

tapered at the bottom and provided with holes of 12mm dia drilled not less than 75mm from each

other in zigzag manner upto 500mm from the top of the electrode. A pair of 50mm x 5mm G.I. flat

clamp with 2 nos 18mm dia drilled holes on either side shall be welded to the electrode at about

150mm below the top of the pipe.

The electrode shall be buried in the ground vertically with its top not less than 200mm below

the ground level. The pipe earth electrode shall be surrounded by, either salt & charcoal in alternate

layers or a homogeneous mixture of the both, for a radius of about 150mm and upto a height of

about 250mm below the top of the electrode. The balance portion of the excavated pit shall be filled

with good quality soil and properly compacted.

A brick masonry chamber with hinged cast iron/ removable RCC inspection cover of size

300mm x 300mm shall be constructed within the tendered rate. Watering arrangement shall be

made with funnel and wire mesh fixed by means of a reducer socket on the top of the electrode.

Page 114: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

114

3.3.13 Installation of Earthing Leads

The earthing lead connecting the earth electrode to the apparatus or installation directly shall

be of the same material as earth electrode. The earthing leads shall be either wires or strips of

adequate size as specified and of either G.I. or tinned copper. The G.I. leads shall be connected to

the electrode by means of 16mm dia G.I. nut bolts with flat & spring washer and the tinned copper

leads shall be connected to the electrode by means of 16mm dia brass nut bolts with flat & spring

washer.

All earth connections shall be visible for inspection. The earthing lead from electrode

onwards shall be suitably protected from mechanical injury by means of 20mm dia G.I. pipe for G.I.

wires. The portion of this protection pipe within ground shall be buried at least 300 mm deep from

ground level. (Subject to increase upto a depth of 600mm in road crossings and pavements.) The

portion within the building shall be recessed or clamped at not more than 500mm interval in the

walls/ columns/ beams etc and recessed in the floors. Joints in the earthing lead from earth

electrode to apparatus shall be avoided as far as practicable. However if joints are inevitable, same

shall be done by welding or proper bolting in case of G.I. strips and brazing or proper bolting in case

of tinned copper strips. The welded joints in G.I. strips shall be applied with bituminous paint and

wrapped with bituminous tape.

3.4.0 TESTING

Before a completed installation or an addition to an existing installation is put into service, the

following tests shall be carried out by the electrical contractor in presence of Engineer-in-charge.

(i) Polarity test

(ii) Insulation resistance test

(iii) Earth continuity test

(iv) Earth electrode resistance test

3.4.1 Polarity Test

It shall be ensured by this test that the single pole switches have been fitted on the live side

of the circuit they control. In a two-wire installation, test shall be made to verify that all switches in

every circuit have been fitted to phase conductor or non-earthed conductor of the circuit. In three or

four-wire installation, test shall be performed to verify that every non-linked single pole of switch is

connected to one of the phase conductor of supply.

3.4.2 Insulation Resistance Test

The insulation resistance shall be measured by applying between earth and whole system of

conductors or any section thereof with all fuses in place and all switches closed and except in earth

concentric wiring, all lamps in position or both poles of installation otherwise electrically connected

together, a d.c. voltage of not less than twice the working voltage, provided that it does not

exceed 500 volts for medium voltage circuit. Where the supply is derived from 3 wire a.c. or d.c. or

polyphase a.c. system the neutral pole of which is connected to earth direct or through added

Page 115: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

115

resistance, the working voltage shall be deemed to be that which is maintained between the outer or

phase conductor and neutral.

The insulation resistance of an installation measured as above shall not be less than 50

Mega-Ohms divided by the number of points of the circuit provided that the whole installation shall

be required to have insulation resistance greater than one Mega-ohm.

Control rheostats, heating and power appliances and electric signs may, if desired, be

disconnected from the circuit during the test, but in this case the insulation resistance between the

case of frame and all live parts of each rheostat, appliances and signs shall not be less than half a

Mega-ohm.

The insulation resistance shall also be measured between all conductors connected to one

pole or phase conductor of the supply and all conductors connected to the neutral or the other pole

or phase conductor of supply. Such test shall be made after removing all metallic connections

between two poles of the installation. The insulation resistance between the conductors of

installation shall not be less than that specified above.

3.4.3 Earth Continuity Test

The earth continuity conductor including metal conduits and metallic envelope of cables in all

cases shall be tested for electric continuity and electrical resistance of the same along with the

earthing lead but excluding any added resistance of earth leakage circuit breaker measured from the

connection with the earth electrode to any point in the earth continuity conductor in the completed

installation shall not exceed 1 ohm.

3.4.4 Earth Electrode Resistance Test

The resistance of each earth electrode shall be tested with an earth tester and the combined

earth resistance of the earth grid of an installation shall be maintained as mentioned below.

Distribution Substations : 2 ohms

Industrial Buildings : 4 ohms

Non industrial Buildings : 5 ohms

Earth continuity inside an

installation

: 1 ohm(From electrode to any point in

installation)

3.4.5 The completed installation shall be taken over only if the results obtained from the above tests

are within the limits mentioned above and in accordance with I.E. Rules. On completion of

testing of installation, a certificate shall be furnished by the contractor countersigned by the

certified supervisor having a valid electrical supervisory licence issued by Electrical Licensing

Board of the State Government under whose direct supervision the installation was carried out.

This certificate shall be in a prescribed form obtainable from local supply authority.

3.5.0 SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL INSTALLATION

Page 116: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

116

3.5.1 Authorities

The contractor while executing the work shall obey to the provisions of the Government Acts

relating to the work and the regulations and by-laws of statutory bodies or local authorities and

supply authorities. The contractor shall undertake to provide all test certificates and make necessary

arrangements to obtain electric supply.

3.5.2 Drawings

The installations work shall be carried out as per the approved execution drawings. Prior to

laying of conduits or cables, the contractor shall submit drawings for same indicating the route,

conduit size and numbers, location of inspection boxes etc. for approval.

The contractor on completion of the installation shall submit the following drawings in tracing

paper.

As built electrical layout drawings of each floor showing the position of points & outlets, type

of fittings & fixtures, location of switch boards & distribution boards, circuit & phase indication,

position of earth electrodes, cable & conduit routes, position of lightning terminals & conductors etc

neatly drawn.

As built schematic single line diagram of the entire installation showing

(i) all distribution boards having description of capacity, system & source of supply, type & their

numbers;

(ii) location, size, type, length of main and sub-main cables/ wires;

(iii) load details of each circuit or ways of distribution board or switch gear.

The drawings shall furnish the identification details such as name of work, job no., accepted

tender no., date of completion, site location, name & address of owner, name & address of

consultant, signature & name of contractor, his address, scale of drawing.

3.5.3 Commercial

All types of laborers referred in the schedule such as masons, electricians, wiremen, cable

jointers, helpers, labourers etc are required to carry out electrical installation work to a building with

all necessary tools and plants with them.

After completion of the installation, the contractor shall test the same in the presence of

Engineer-in-charge for safety and durability as per IS specification and I.E. Rules. He shall get the

electrical installation inspected by the Electrical Inspecting Authority and obtain necessary inspection

report and statutory clearance to energise the installation at his own cost. However all fees for

inspection prescribed by the statutory authority paid by the contractor shall be reimbursed by the

owner on production of documentary evidence. The contractor shall submit necessary test

certificates as and when required.

Page 117: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

117

After completion of testing, necessary statutory inspection by competent authority and

contract/ agreement with local supply authority, the contractor at his own cost shall arrange for final

commissioning and energisation of installations before final handing over to the owner.

Rate quoted shall include all cost of labours with tools and plants, sundries and accessories,

transportation of materials from local store, insurance, storage and handling, providing watch and

ward to the installation carried out by him and materials in his custody, and expenses for maintaining

the installation in proper order till final taking over. The contractor shall make good the damages

caused during the course of work at his own cost.

Only materials of approved make shall be used. All other materials not included in the list of

approved materials shall be got approved from Engineer-in-charge. If required, the materials may be

sent for testing to any standard testing laboratory for conforming the quality and specification as per

ISS. The cost towards testing shall be borne by the contractor. No surplus material procured by the

contractor shall be accepted by the owner.

The work shall be carried out in accordance with the specification of the schedule complete

with cost of all materials (except otherwise mentioned), all types of labour involved, all types of tools

& plants required, sundries and accessories and as per the drawing, design and direction of

Engineer-in-charge.

The electrical installation work shall be carried out by a registered and licensed electrical

contractor duly authorised by the local Electrical Licensing Authority. The work shall be directly

supervised by a Licensed Electrical Supervisor. Copy of valid license and details of previously

executed works of the contractor and his supervisor shall be furnished along with the tender.

3.5.4 Terms of Payment

Payment, upto maximum 80% of the quoted rate on each item completed but awaiting

testing and commissioning, shall be made. Another 10% payment shall be made after successful

testing in presence of Engineer-in-charge & inspection by statutory authority. The balance 10%

payment shall be made after completion of work with final commissioning, energisation, handing

over to owner & submission of performance bank guarantee.

3.5.5 Performance Guarantee

The entire electrical installations carried out by the contractor shall be guaranteed for a

trouble free operation against any bad workmanship, bad quality of material used for a minimum

period of 12 months from the date of taking over by the owner or 18 months from the date of

Page 118: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

118

commissioning, whichever is earlier. Any defects found during this period shall be rectified and all

faulty materials shall be replaced by the contractor free of cost.

The performance guarantee shall be executed in shape of a bank guarantee, in the

prescribed format of the owner, amounting to 5% of the total value of electrical works executed,

through any Nationalised Bank valid till completion of the guarantee period.

4. TECHNICAL SPECIFICATION FOR CHEMICAL CONSERVATION WORKS

4.1.1 Scope of work :

The work contemplated under this contract includes general Conservation work for the

aforesaid project, all as detailed in the Bill of Quantities, Specifications and drawings and to

complete the said work in every respect in accordance with this contract and with the

directions and to the satisfaction of the Engineer-in-charge.

Such other works which are not included in the aforesaid Bill of quantities are generally

intended to be executed through a separate agency. Notwithstanding the above, the

Engineer-in-Charge reserves the right to order additional works under the same Contract.

The Engineer-in-charge also reserves the right to omit any item of work included in the

aforesaid Bill of quantities and award the same to any other contractor or not perform it at all

at his discretion and the Contractor shall not have any claim because of the same.

The Contractor for this work shall be required to work in co-operation and co-ordination with

other agencies on site and give them all reasonable assistance and help for the execution of

the work in an efficient manner all as directed. The words “approved” or “as directed” shall be

deemed to convey approval or the discretion of the Engineer-in-charge of the work.

4.1.2 Indian Standard Specification :

The particular Specifications for the work are as detailed hereinafter. These specifications

shall be read in conjunction with the relevant Indian Standard Specifications. The obtainable

local practice as detailed in various regional handbooks of practice may be used subject to

specific approval from the Engineer-in-charge. Where the specifications in any of the

standards are at variance with the specifications detailed herein, the specifications herein

shall govern.

4.1.3 Quality of Materials & General Standards of work :

The contractor under this contract commits himself to use materials conforming to relevant

Indian Standards / Codes and assumes full responsibility for the quality of all materials

incorporated or brought for incorporation in the work. The chemical should be of reputed

firms like M/s. Ranbaxy/Fisher Scientific (Qualigens)/ Merck/CDH and Wacker. The work

shall be executed in accordance with acceptable engineering practice and as per direction of

the Engineer-in-charge.

4.1.4 Scaffolding :

Page 119: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

119

All scaffolding and ladders required for the proper execution of the work shall be provided by

the contractor. The scaffolding should be stout and strong to prevent any collapse or

displacement. Proper measures for safety of workmen working on scaffolding should be

taken by the contractor.

The mode of measurements, wherever possible is specifically mentioned in these

documents. Where it has not been mentioned, it shall be as per provision of the relevant

Indian Standards. All the measuring tapes and other accessories necessary, shall be

provided by the contractor.

The bidder along with his bid shall furnish a list of tools, plant and machinery which he

intends to use on the works in Bid document. The list should indicate the exact type of

machine, its capacity, year of manufacture, kind and capacity of propelling force, spare parts

readily available and all other pertinent information. The contractor is obliged to use the

machinery mentioned in his list if the Engineer-in-charge considers it necessary.

4.1.5 Access to site, approach roads and roads within the premises :

The contractor shall at his own cost provide all approach roads required for the purpose of

carrying out the work in the most expeditious and efficient manner and shall remove the

temporary roads on completion. He shall acquaint himself thoroughly regarding condition and

suitability of public roads leading up to the limits of the premises and will provide vehicles for

transportation of materials which meet the requirements of these road conditions. It shall also

be the responsibility of the contractor to maintain at his own cost the road till the construction

is completed. The bidder is also to acquaint himself with local laws and bylaws and comply

with all police and highway authority requirements.

4.1.6 Water :

Water for all the steps for the conservation work must be clean, neutral & free from salinity.

For this purpose, soft water should be used by installing Double Bed De-ionider Plant. The

De-ioniser Plant must be regenerated in regular interval to get salt free water.

4.2 Conservation work :

4.2.1 General vegetational cleaning

Cutting/Extraction of small plants from the fort complex and from the structure also

4.2.2. Chemical Cleaning

Chemical Cleaning of micro-vegetation, dust & dirt using 2% liquid Ammonia Solution and Non-

ionic detergent by soft brushing followed by through washing with plenty of de-ionized water.

4.2.3. Extraction of Salinity

Extraction of soluble salt by repeated paper-pulp treatment using de-ionized water

confirmation by testing with acidified silver nitrate solution.

4.2.4. Consolidation

Consolidation of the weak stone/brick surface by Wacker OH-100.

Page 120: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

120

4.2.5. Fungicidal Treatment

After two weeks of the application of consolidant, fungicidal tratment by spraying 2%

aqueous sodium pentachlorophenate solution.

4.2.6. Hydrophobic Treatment

Hydrophobic treatment by application of Wacker BS - 290 diluted with mineral Turpentine oil in 1:16 ratio.

Page 121: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

121

SECTION 6: DRAWINGS

Page 122: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by
Page 123: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by
Page 124: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

124

SECTION 7: BILL OF QUANTITIES

BOQ FOR CONSERVATION OF HERITAGE BUILDING AT HUKITOLA, DIST- KENDRAPARA

Sl. No

Description of items. Qty

Unit Rate (Rs)

Amount (Rs)

1 Removal of vegetation by careful cutting and eredication of the roots of the plants as much as possible without affecting the structure and protective treatment with paste against the regrowth of vegetation, including filling of cracks and cavities with Lime mortar mix after drying of roots. including all cost of labour, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

325.15

Sqm

Rate in Words 2 Provision of scaffolding support from below to the

ceiling to prevent collapse of the ceiling before strengthing and stabilization of ceiling . including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

456.84 Sqm

Rate in Words 3 Provision for cost of iron joist ISMB 400 x 140mm in

built up sections, trusses and framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer including all cost of labour, materials, conveyance, loading, unloading, T&P etc. all complete as per the direction of Engineer-in-charge.

18224.93 Kg

Rate in Words 4 Provision for labour and mason for carefully

removal of damaged iron I-section and replacing the new ISMB 400 x 140mm joist and removing the debris away from site including all cost of labour, conveyance, taxes, T&P, etc., including all lead and lift all complete as per directions of Engineer-in-charge.

18224.93 Kg

Rate in Words

Page 125: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

125

5 Removing old lime or cement plaster from walls including raking out joints 12mm deep and removing the debris away from site including all cost of labour, conveyance, taxes, T&P, etc., including all lead and lift all complete as per directions of Engineer-in-charge.

2409.06 Sqm

Rate in Words 6 Cleaning the surface by water jet and applying an

arcylic polymer based water proffing compound in two parts to be mixed throughly by a slow speed (100-150 RPM) forced action mixture in three coats over the RCC surface including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

454.37 Sqm

Rate in Words 7 Carefully taking out the loose and damaged brick

from ceiling and removing the debris away from site including all cost of labour, conveyance, taxes, T&P, etc., including all lead and lift all complete as per directions of Engineer-in-charge.

25.09 Cum

Rate in Words 8 Dismantling and removing cement or lime concrete

including stacking the useful materials for reuseand removing the debris away from site including all cost of labour, conveyance, taxes, T&P, etc., including all lead and lift all complete as per directions of Engineer-in-charge.

a) Floor 69.58 Sqm

Rate in Words

b) Roof 37.11 Sqm

Rate in Words 9 Cracks treatment: Small fractures should be cut

along the line of feature and clean with water jet and plugged with lime mortar with Crack -X powder or Paste placed by hand. When the mortar has cued the fracture should be grouted with liquid mortar { The quantity of water should be enough to create a very mobile grout with 10% Dr fix Pagel ZS 10 with 1:1 limemortar ( 1 limeputty : 1 fine sand)}including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

50.00 Mtr

Rate in Words

Page 126: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

126

10 Larger(wide) Cracks Treatment: For stitching work a chase of 600mm to 900mm and atleast 100mm deep should be cut across the fracture by diamond cutter machine. The chase should be cut clean and wash, the wetted chase area than filled one third with lime mortar 1:1 ( 1 lime putty : 1 course sand.) with Dr fix Pagel ZL 10 . A stainless steel strip of same size should be pressed home into the mortar and the chase flush filled. The stitches should be set across large fractures at approximately 1m centres. After stitching the fracture should be grouted with a liquid mortar.

25.00 Mtr

Rate in Words

11 Bonding Work for plaster repairing surface : Providing and painting with Dr fix MPB a polymer resin such as acrylic copolymers after properly cleaning the surface from imperative (dust and grease free) to be plastered just before plastering so that the mortar must be applied while the bond coat is still ' tacky'. Conservator must be vigilance for" If the bond coat has cured / dried, the original surface must be uncovered and the process started again. including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

2409.06 Sqm

12 Brick work with K.B. bricks 25cm x 12cm x 8cm having crushing strength not less than 75 Kg/cm2 with dimensional tolerance ±8 percent in lime mortar (1:2) in superstructure. including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

25.09 Cum

Rate in Words

13 20mm. thick lime plaster (1:2) on brick work including racking out joints, scraping and cleaning the surface and finishing the plaster surface smooth using wooden floats only to proper plumbs and level and making grooves and beads to give required ornamental finish as per drawings including cost of all materials, conveyance, loading and unloading, all taxes and royalties, all labour, scaffolding, watering and curing, sundries and T&P etc all complete as per direction of the Engineer -in-charge

1949.79 Sqm

Rate in Words

14 12mm. thick lime plaster (1:2) on brick work including racking out joints, scraping and cleaning the surface and finishing the plaster surface smooth using wooden floats only to proper plumbs and level and making grooves and beads to give required ornamental finish as per drawings including cost of all materials, conveyance, loading and unloading, all taxes and royalties, all labour, scaffolding, watering and curing, sundries and T&P etc all complete as per direction of the Engineer -in-

459.27 Sqm

Page 127: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

127

charge

Rate in Words

15 Providing and laying of 100mm thick lime concrete floor on a sub- base of 150mm thick coarse sand and brick ballast of 65mm nominal size. The lime concrete prepared by mixing lime mortar (1lime putty: 1 fine sand: 1 surkhi: 1 khaka) to the brick aggregate of 40mm to 20mm nominal size in a traditional lime chakki. Lime concrete evenly spread on the sub- base and manually beaten with a wooden durmuth with water for expelling air and shrinkage gaps, including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

69.58 Cum

Rate in Words

16 Water proofing for lime terrace deck slab including preparation of the surface : The top surface should be cleaned of all dirt, loose material & kept dry. In case of pot holes / cracks, the same shall be repaired with applying polymer based water proofing compound in two parts to be mixed througly by a slow speed (100 to 150 RPM) Forced action mixture in three coats over the surface. After repairing the surface a layer of galvanized chicken mesh should be laid and finished with 750mm thick lime concrete (1:1:1:1)including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

487.24 Sqm

Rate in Words

17 Fixing terracotta tiles on 25mm thick bed of lime mortar 1:2 (1 lime: 2 sand) including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

504.83 Sqm

Rate in Words

18 Renovation in fine dressed laterite stone in (1:2) lime mortar for moulding work. including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

17.78 Cum

Rate in Words

Page 128: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

128

19 Raking out joints of stone masonry surface to the required width and depth, with due care and precaution, by mechanical / manual means, including preparing and cleaning the surface for re-pointing/ refilling of joints, including disposal of rubbish to the dumping ground within 50 metre lead.including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

1300.61 Sqm

Rate in Words

20 Flush pointing over joints of dressed stone work with lime mortar mixing 1:1.5 ratio and gur, methi, gugal etc. are to be mixed as per old traditional practice. including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

1300.61 Sqm

Rate in Words

21 Cleaning the stone surface and removing dirt, dust, bird dropping, grease, oil, algae, fungus, monkey beats, vegetable growth etc., including providing, applying and washing the surface with liquid Ammonia Chemical of 5% solution and other chemical cleaning agent as approved by Archaeological Survey of India/ Engineerin-charge, of approved brand and manufacturer, with the help of required scrubbers and also cleaning with machine operated water jet mixed with desired quantity of fine silica where ever required, without causing any scratching/ damage to the stone surface and finally washing the surface with clean water with the help of pressure jet machine, (The rate is inclusive of all materials & labours involved except scaffolding).including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

1300.61 Sqm

Rate in Words

22 Supplying, fitting and fixing in position well seasoned & dressed Sal wood choukhats in doors free from defects such as dead knots, flows etc. in all floors including two coats of termite proof wood preservatives to Rear surface of frames which is in contact with concrete and masonry surface fitted with 6 nos. of W.I. Clamps and required screws of approved quality including cutting legs to sizes, cutting holes in walls, fixing in CC 1:2:4 including cost, conveyance, royalties and taxes of all materials and cost of all labour, sundries, T & P etc. required for the workall complete as per the directions of Engineer -in-charge.

a) Plane Work 3.38 Cum

Rate in Words

b) Arch Work 0.34 Cum

Page 129: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

129

Rate in Words

23 Providing and fixing 38mm thick piasal pannel shutter 38mm style and 22mm to 25 mm thick pannel plank complete with iron fitting fixtures and wooden hinged cleats etc. fitted and fixed in position for doors and windows. Rate shall include cost of all materials, labours, taxes, transportation, loading, unloading etc. complete as per the direction of Engineer -in-charge .

54.47 Sqm

Rate in Words

24 Providing and fixing of plain Jafferi of 35x10mm laths placed 35mm apart including fixing 50mmx12mm beading complete excluding outer frame.etc including all cost of labour, materials, conveyance, taxes, T&P, etc., including all lead and lift all complete as per the directions of Engineer-in-Charge.

20.12 Sqm

Rate in Words

25 Painting and Finishing walls & ceiling with Three coat of white washing with shell lime for new/old work. Including all cost of material, labour, T&P etc all complete as per the direction of Engineer -In-Charge.

2409.06 Sqm

Rate in Words

26 Painting synthetic enamel paint of approved brand and manufacturer of required colour to give an even finish with two or more coats on new/old work of wood and steel over a coat of suitable shade with primer of approved brand and manufacturer's instructions including cost of all materials with taxes and transportation, all labour, scaffolding, sundries, T&P etc. All complete as per the direction of the Engineer -in-charge.

148.49 Sqm

Rate in Words

27 Providing and fixing CI rain water pipe 100 mm dia centrifugually cast iron socketed pipe etc complete including cost of all materials with taxes and transportation, all labour, scaffolding, sundries, T&P etc. All complete as per the direction of the Engineer -in-charge.

76.20 Mtr

Rate in Words

28 Replacing rain water pipe hoppers(funnel) mouth inlet matching with original etc complete including cost of all materials with taxes and transportation, all labour, scaffolding, sundries, T&P etc. All complete as per the direction of the Engineer -in-charge.

9.00 Nos

Rate in Words

29 Earth work in hard soil or gravelly soil within 50m initial lead and 1.5m initial lift including rough dressing and breaking clods to maximum 5cm to 7cm laying in layers not exceeding 0.3m in depth and as per direction of the department.

14.08 Cum

Rate in Words

Page 130: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

130

30 Filling in foundation, trenches and plinth with river sand, well watered and compacted in layers of with top surface dressed and leveled to proper gradient including cost of all materials, conveyance, all taxes and royalties, loading and unloading, including cost of all labour, sundries ,T & P etc. complete as per directions of the Engineer -in-charge.

39.03 Cum

Rate in Words

31 Renovation in fine dressed laterite stone in (1:2) lime mortar for plane work after spraying water over the Laterite to clean it from the dust/ mud particles before use as per drawings. including cost, conveyance, all taxes, royalties, loading and unloading of all materials, including cost of all labour, scaffolding, watering and curing, sundries, T&P etc. complete as per the direction of the Engineer-in-charge.

43.68 Cum

Rate in Words

32 Resetting the broken and disintegrated architectural members with lime mortar (1:2).including cost, conveyance, all taxes, royalties, loading and unloading of all materials, including cost of all labour, scaffolding, watering and curing, sundries, T&P etc. complete as per the direction of the Engineer-in-charge.

31.70 Job

Rate in Words

Rate in Words

Electrification Work

I. POINT WIRING :- 1 Surface Wiring to light / fan point in 5/8" or

3/4"dia. good quality PVC pipe with 1.5 sq.mm PVC insulated FRLS Cu.wire (2 run) & 1.0 sq.mm PVC insulated Cu.wire (1 run) for running earth complete with 1 no .6Amp. plate type Modular switch, (Polycarbonate) and G.I box of adequate size including PVC bend, saddle, elbow, etc and other necessary materials & labour.

a) Primery Point controlled by 6A Switch. 60 point

b) Secondary Point controlled by 6A Switch.(Only 3mtr wire in Pipe) 42 point

Rate in Words 2 Supplying and fixing a set of 1 no modular grid plate

mounted 240 volt 6 amp 4 pin universal round/flat pin combined shuttered socket outlet with 240 volt 6 amp control switch, all housed in a 3 module recessed zinc chromate passivated flush metal box including moulded cover plate etc. complete as required.(On switch Board & separate Board)

22 No.

Rate in Words

Page 131: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

131

3 Supplying and fixing a set of 1 no modular grid plate mounted 240 volt 6/16 amp 4 pin universal round/flat pin combined shuttered socket outlets each with 240 volt 16 amp control switch, all housed in a single 4 module recessed zinc chromate passivated flush metal box including one moulded cover plate etc. complete as required.

1 No.

Rate in Words

4 Supply and fixing Power Unit consists of 20A 10 KA SP MCB with 20 A Socket for AC (1.0/1.5/2.0Tr) , all housed in a single 4 module recessed zinc chromate passivated MS box including 4 moulded cover plate etc. complete as required. (1.0/1.5/2.0 Tr. Window/Split AC)

Rate Only point

Rate in Word 5 Supplying, fixing & testing of phone point with

suitable 1 module modular boxes & 1 no. of RJ 11 modular socket & complete with all other materials & labour.

1 No.

Rate in Word 6 Supply and fixing of TV antenna Socket outlet

completely providing 1 no. of TV antenna socket & Top , moulded case metal box & plate of adequate size including PVC bend, saddle, elbow, etc. & other necessary materials & labour.

Rate Only point

Rate in Word 7 Surface Wiring to Calling Bell point in 5/8" or

3/4"dia. good quality PVC pipe with 1.0 sq.mm PVC insulated Cu.wire (2 run) complete with 1 no .6Amp. bell push with indicator, 1 module white metal plate & G.I box of adequate size including PVC bend, saddle, elbow, etc and all other necessary materials & labour.

Rate Only point

Rate in Word 8 Circuit or Sub-main wiring in existing 20mm or

25mm dia PVC conduit with following sizes PVC insulated un-sheathed Single Core FRLS Cu. conductor wire of approved make with all other required materials & labour complete as per the direction of Engineer-in-Charge. complete as per the direction of Engineer-in-Charge.

a) (2 x 1.5 + 1 x 1.0) sq.mm copper wire for 6A Light plug Point.. 420 mtr

Rate in Word

b) (2 x 2.5 + 1 x 1.5) sq.mm copper wire for 6/16A Plug & Lighting switch board . 20 mtr

Rate in Word

c) (2 x 4 + 1 x 2.5) sq.mm copper wire for Gyser & AC Point

Rate Only mtr

Rate in Word

Page 132: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

132

d) (2 x 6 + 1 x 4) sq.mm copper wire for L+P DB (from Pnel to BDB) 50 mtr

Rate in Word

e) 0.5mm 2 pair telephone wire 25 mtr

Rate in Word

f) RJ-6 Coaxial TV wire Rate Only mtr

Rate in Word 9 Supply & fixing of 1 ph. 8 way, Single pole and

Neutral, sheet steel MCB double door distribution box complete with tinned copper busbar, neutral link, earth bar, din rail, detachable gland plate including 6 nos of 6 to 32 Amps rating, 240Volts, 'C' curve Single pole Miniature Circuit Breaker & 1 no. of 32A,10KA DP MCB, of approved make complete with connections, testing and commissioning including all other materials etc. as required. - FOR L+P DB & External Light DB.

3 No.

Rate in Word

10 Earthing with G.I earth plate electrode of 600 mm x 600 mm x 3 mm thick including accessories and providing masonary enclosure with cover plate having locking arrangement and watering pipe, including 25 x 3 mm size G.I. flat etc. complete with charcole / coke and salt etc. as required.

1 No.

Rate in Word 11

Supply and laying of 6 SWG GI. Wire ISI marked at 0.5mtr below ground level for conductor earth electrode including soldering etc. as required

25 mtr.

Rate in Word 12 Supply, Installation, Testing, and commissioning of

32A,440V DP MCI Unit in Metal one way Enclouser etc including all other materials as required.

Rate Only No.

Rate in Word 13 Supplying and fixing hard drawn PVC recessed

and/or surface conduits including cost of providing saddles, elbow, bend etc for surface conduiting and/or cost of cutting and filling chases for recessed conduiting complete as per specifications, as required and as below.

i) 20mm dia. 150 mtr.

Rate in Word

ii) 25 mm dia. 80 mtr.

Rate in Word

iii) 32 mm dia. Rate Only mtr.

Rate in Word

Page 133: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

133

14 Supply, laying, testing and commissioning of following sizes of 1100 volt grade PVC insulated and PVC sheathed aluminium conductor cable directly buried in ground including the cost of trench excavation, sand bedding, brick protection, back filling, route markers and including the cost of dressing to ensure minimum 1D gap between adjacent cables, identifiction tags, etc. complete as per specifications, as required and as below.

a) 2c x 10 sq.mm ,1.1kv grade AYFY/Al. Cable.From Solar Panel to panel board. 70 mtr

Rate in Word

b) 2c x 4 sq.mm ,1.1kv grade AYFY/Al. Cable.From DB to Light point to light point & 1hp Motor Point(External)

Rate Only mtr

Rate in Word

15 Supply , Installation, testing & commisioning of the following Out door Floor mounted panel board of 240V , 50Hz. Power supply made out of 2mm thick for outdoor & 1.6mm thick for indoor CRCA steel duly derusted &Powder Coatedof approved shade over a coat of primer, dust, damp & vermin proof, cubcle fixed on M.S angle channel base, having hinged door and compartmental arrangement for each equipment and suitable size of Aluminium busbar duly sleeved by colour coded sleeves with required ratings / sqinch appropriate current density in the panel running vertically, having provision for cable entry at bottom, providing Earthing point to terminate 25mm x 3mm G.I flat, Nomenclature plate, Enamelled danger board, earthing studs as per specification mentioned below duly factory wired confirming to the relevant ISS.

a) 1 no.40A, 10kA, 415V DP MCB as I/C. b) 63A SPN Al Bus-bar c) 3 nos.32A DP MCB & 2nos 25A DP MCB as O/G.

The Fedeer Box should contain Toggle switch, 1 ph. Indicator, Digital Voltmeter (0-500v) & should be fixed at wall along with other necessay materials and labour.

1 No.

Rate in Word

II. FITTING & FIXTURE :- 1 Supply, Installation, Testing, and commissioning of

Exhaust fan 300mm dia 900mm suitable to work on 230/250 volts, 50HZ complete with mounting frame and louvers including making the hole to suit the size of above fan, making good the damage, connections, with 1.5 sq.mm PVC insulated, copper conductor, single core cable etc as required.(Make : HAVELLS/USHA/KHAITAN).

Rate Omly No.

Page 134: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

134

Rate in Word 2 Supply, Installation, Testing, and commissioning of

decorative ceiling fan 1200 mm sweep 230/250 volts, 50HZ complete with suitable, clamp, downrod (as per site requirement), blades, canpoy, rubber, shackle, and connections with 1.5 sq.mm PVC insulated copper conductor cable etc as required.(Make:HAVELLS/USHA/KHAITAN).

12 No.

Rate in Word 3 Supply and fixing of capacitor switching circuit,works

at 120 to 280 volts,Heavy duty, Noiseless 120W step type Fan regulator complete with all other necessary materials & labour.

12 No.

Rate in Word

4 Supply, Installation,Testing & commissioning of Surface mounting 1 x 10W LED tube light fitting with housing chanel of approved make complete with all materials & labour.(Make : Philips,Cat No.-10W840T8IND/Eqv.-CG/Bajaj).

30 No.

Rate in Word 5 Supplying & Fixing of angle / Batten Holder fitting

complete with 1 no of 4 watt LED Lamp of approved make complete with all other necessary fixing materials including termination & labour..(Make : Philips,Cat No.-my VISIOn A60 IND/Eqv.-/CG/Bajaj).

10 No.

Rate in Word 6 Supply, Installation,Testing & commissioning of wall

mounted decorative Spot/Picture light with glass steel body suitable for 8W , CFL fitting of approved make complete with all materials & labour.(Make : Philips,Cat No.-919515610057/Eqv.-Eqv.-/CG/Bajaj).

50 No.

Rate in Word

7 Supply, Installation,Testing & commissioning of Bollard Light with IP 44 integral LED Light 0.8mtr height suitable for 5 x 1W LED fitting i of approved make complete with all materials & labour(Make : Philips,Cat No.-BCP150LED- 7043).

20 No.

Rate in Word

Total

Note:

(1) Item for which no rate or price has been entered in will not be paid for by the

Employer when executed and shall be deemed covered by the other rates and

Page 135: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

135

prices in the Bill of Quantities (refer: ITB Clause 13.2 and GCC Clause

43.3).

(2) Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB

Clause 14.1].

(3) Where there is a discrepancy between the rate in figures and words, the rates

in words will govern.

[ITB Clause 27.1(a) ]

4) Where there is a discrepancy between the unit rate and the line item total

resulting from multiplying the unit rate by quantity, the unit rate quoted shall

govern [ITB Clause 27.1 (b)].

Page 136: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

136

SECTION 8: FORMS OF SECURITIES

Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer. Annex A: Bid Security (Bank Guarantee) Annex B: Performance Bank Guarantee Annex B1: Performance Bank Guarantee for Unbalanced Items Annex C: Deleted Annex D: Bank Guarantee for Advance Payment

Page 137: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

137

Annex A

BID SECURITY (BANK GUARANTEE)

WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid

dated _______________________ [date] for the construction of _____________________________________

[name of Contract] (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of

____________________________ [name of country] having our registered office at

___________________________________ (hereinafter called "the Bank") are bound unto

______________________________[name of Employer] (hereinafter called "the Employer") in the sum of

___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, his

successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ day of __________ 19____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in

the Form of Bid;

or

(2) If the Bidder having been notified of the acceptance of his bid by the Employer during the

period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions

to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the

Instruction to Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27;

we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the

Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount

claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred

condition or conditions.

This Guarantee will remain in force up to and including the date ____________________2 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 later than the above date.

DATE _______________ SIGNATURE OF THE BANK _________________________

WITNESS ____________ SEAL _______________________________________

_________________________________________________________________

[signature, name, and address]

____________________________

1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.

This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

2 45 days after the end of the validity period of the Bid.

Page 138: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

138

Annex B/1

PERFORMANCE BANK GUARANTEE

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute

__________________________ [name of Contract and brief description of Works] (hereinafter called "the

Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you

with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his

obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the

Contractor, up to a total of ____________________ [amount of guarantee]1___________________________ [in

words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,

and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums

within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or

to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us

with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the

Works to be performed thereunder or of any of the Contract documents which may be made between you and the

Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any

such change, addition or modification.

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability

Period.

Signature and seal of the guarantor _____________________________

Name of Bank ____________________________________________

Address ____________________________________________

Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in

the Contract and denominated in Indian Rupees.

Page 139: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

139

Annex B/II

PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the

Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute

__________________________ [name of Contract and brief description of Works] (hereinafter called "the

Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you

with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his

obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the

Contractor, up to a total of ____________________ [amount of guarantee]1___________________________ [in

words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,

and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums

within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or

to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us

with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the

Works to be performed thereunder or of any of the Contract documents which may be made between you and the

Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any

such change, addition or modification.

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of

completion of works.

Signature and seal of the guarantor _____________________________

Name of Bank ____________________________________________

Address ____________________________________________

Date ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any

and denominated in Indian Rupees.

Page 140: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

140

Annex D

BANK GUARANTEE FOR ADVANCE PAYMENT

To: __________________________________________ [name of Employer]

__________________________________________ [address of Employer]

___________________________________________[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, subclause 51.1 ("Advance Payment") of

the above-mentioned Contract, ________________________________ [name and address of Contractor]

(hereinafter called "the Contractor") shall deposit with ________________________ [name of Employer] a bank

guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of

_____________ [amount of guarantee]1_________________________________ [in words].

We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree

unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to

____________________ [name of Employer] on his first demand without whatsoever right of objection on our part

and without his first claim to the Contractor, in the amount not exceeding ____________________ [amount of

guarantee]1 __________________________________ [in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of

Works to be performed thereunder or of any of the Contract documents which may be made between

_____________________ [name of Employer] and the Contractor, shall in any way release us from any liability

under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the

Contract until _________________________ [name of Employer] receives full repayment of the same amount from

the Contractor.

Yours truly,

Signature and seal: _______________________________

Name of Bank/Financial Institution: _________________

Address: _______________________________________

Date: ____________________

Page 141: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

141

SECTION : 9

ENVIRONMENTAL MANAGEMENT PLAN

Environmental Management Plan (EMP) is the key to ensure a safe and clean environment. The

desired results from the environmental management measures proposed may not be obtained without a

management plan to assure its proper implementation & function. The EMP envisages the plans for the

proper implementation of management measures to reduce the adverse impacts arising out of the project

activities.

The Contractor will abide by the environmental, occupational health and safety measures listed in the

Environment Management Plan (EMP) given in the table below during preparation and execution of

Works. Adverse impact/s on the environment caused due to non-adherence of legal and EMP

requirements during preparation and execution of civil works shall be made good at the Contractor’s own

expenses.

Table-1 Environmental Management Plan

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

1. Work Plan for EMP

implementation

The Contractor’s Project Manager shall be

responsible for implementation of EMP

provisions and will coordinate the over-all

implementation of the said plan. Along with

the Work Programme, the Contractor shall

submit a plan including method statement and

timeline about specific actions that will be

taken by him to implement the provisions laid

out in the EMP.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

2. Arrangements for

temporary land

The Contractor as per prevalent rules shall

carry out negotiations with the landowners for

obtaining their consent for temporary use of

lands for workers camp, construction sites etc.

Written permission (no objection certificate)

shall be taken from the Gram Sabha and the

land owner prior to location selection and a

copy shall be submitted to OSDMA for

approval.

It is the responsibility of the Contractor to

clean up the site prior to handling over to the

owner (after construction or completion of the

activity)

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

Page 142: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

142

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

3. Construction/Labour

camp – location

Construction camps shall not be proposed

within 500 m from the nearest settlements

to avoid conflicts and stress over the

infrastructure facilities with the local

community.

Camp site shall not be located within 250

m from a water body including village pond

A distance of at least 500 m shall be

maintained from designated/protected

natural habitats (such as National Parks,

Sanctuaries, Biosphere Reserves, Reserve

Forests and Ramsar Sites, if any) and

Coastal Regulation Zone.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

4. Labour Camp

Management

Accommodation:

The Contractor shall follow all relevant

provisions of the Factories Act, 1948 and the

Building and the other Construction Workers

(Regulation of Employment and Conditions of

Service) Act, 1996 for construction and

maintenance of labour camp.

Potable water: The Contractor shall:

a) Supply of sufficient quantity of potable

water (at least 40 lpcd) in labour camp at

suitable and easily accessible places and

regular maintenance of such facilities.

b) If any water storage tank is provided, the

bottom of the tank shall be kept at least

1mt. above the surrounding ground level.

Fuel for Cooking: The Contractor will be

responsible for providing LPG Cylinder/

Kerosene in labour camp to avoid cutting of

trees for fuel wood from the adjoining areas.

Sanitation and sewage system: The

Contractor shall ensure that:

The sewage system for the camp shall be

designed, built and operated in such a

fashion that it should not pollute the ground

water or nearby surface water.

Separate toilets/bathrooms, shall be

arranged for men and women

Adequate water supply is to be provided in

all toilets and urinals

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

Page 143: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

143

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

All toilets in workplaces are with dry-earth

system (receptacles) which are to be

cleaned and kept in a strict sanitary

condition

Night soil (human excreta) is to be

disposed off by putting layer of it at the

bottom of a permanent tank prepared for

the purpose and covered with 15 cm. layer

of waste or refuse and then covered with a

layer of earth for a fortnight.

Waste disposal: The Contractor shall provide

garbage bins in the camps and ensure that

these are regularly emptied and disposed off

in a hygienic manner.

Fire Safety: Adequate fire safety precautions

shall be taken and required fire safety

equipment (such as fire extinguishers) shall

be provided by the Contractor.

5. First aid The Contractor shall arrange for –

A readily available first aid unit including

adequate supply of sterilized dressing

materials and appliances as per the

Factories Rules in work zone

Availability of suitable transport at all times

to take injured or sick person(s) to the

nearest hospital

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

6. labour’s Safety The Contractor shall provide:

Protective footwear and protective goggles

to all workers employed on mixing cement,

concrete etc.

Protective goggles and clothing to workers

engaged in stone breaking activities

Earplugs to workers exposed to loud noise,

and workers working in concrete mixing

operation.

Adequate safety measures for workers

during handling of materials at site.

The Contractor shall comply with all the

precautions as required for ensuring the

safety of the workmen as per the International

Labour Organization (ILO) Convention No. 62

as far as those are applicable to this contract.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

Page 144: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

144

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

The Contractor shall make sure that during

the construction work all relevant provisions of

the Factories Act, 1948 and the Building and

other Construction Workers (regulation of

Employment and Conditions of Services) Act,

1996 are adhered to.

The Contractor shall not employ any person

below the age of 14 years for any work and

no woman shall be employed on the work of

painting with products containing lead in any

form.

The Contractor shall also ensure that no paint

containing lead or lead products is used

except in the form of paste or readymade

paint. He shall provide facemasks for use to

the workers when paint is applied in the form

of spray or a surface having lead paint is

rubbed and scraped. The Contractor shall

mark ‘no smoking’ in high risk areas. These

shall be reflected in the Construction Safety

Plan to be prepared by the Contractor during

mobilization and shall be approved by

OSDMA.

Material safety data sheet record of fuel and

other inflammable chemicals shall be

maintained at the site.

7. Labour requirements Local people shall be given preference for

unskilled and other jobs created during

construction phase of the project. The

contractor would notify requirement of

unskilled labours in nearby/surrounding

villages. In case local labours are not

interested/available then a certificate/letter

shall be issued by the Panchayat officials to

the Contractors in this regard.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

8. Site Clearance Only ground cover/shrubs that impinge

directly on the permanent works or necessary

temporary works shall be removed with prior

approval from OSDMA. The Contractor, under

any circumstances shall not cut or damage

trees. Trees identified under the project shall

be cut only after receiving clearance from the

State Forest Department or after the receipt of

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

Page 145: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

145

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

written permission from OSDMA.

9. Preservation of top

soil

The topsoil from all areas of cutting and all

areas to be permanently covered shall be

stripped to a specified depth of 15 cm and

stored in stockpiles. A portion of the

temporarily acquired area shall be earmarked

for storing topsoil. The following precautionary

measures shall be taken to preserve them till

they are used:

(a) Stockpile shall be designed such that the

slope does not exceed 1:2 (vertical to

horizontal), and height of the pile is restricted

to 2 m. To retain soil and to allow percolation

of water, the edges of the pile shall be

protected by silt fencing

(b) Stockpiles shall not be surcharged or

otherwise loaded and multiple handling shall

be kept to a minimum to ensure that no

compaction shall occur.

The top soil shall be reinstated in the Tourist

Guide Centre compound after the construction

is over. Residual topsoil, if there is any shall

be utilized for the plantation.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

10. Construction

vehicles, equipment

and machinery

All vehicles, equipment and machinery to be

procured and brought to site for construction

shall confirm to the relevant Bureau of India

Standard (BIS) norms and the manufacturer’s

specifications. The discharge standards

promulgated under the Environment

Protection Act, 1986 shall be strictly adhered

to. Noise limits for construction equipment to

be procured shall not exceed the value

specified in the Environment (Protection)

Rules, 1986.

The equipment proposed to be used for

construction and installed close to

waterway/streams, must be checked and

certified fit, especially with respect to the

potential leakage of oil and grease.

The inspection should verify that:

Equipment is clean (free of mud, dirt and

oil)

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

Page 146: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

146

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

Equipment is in good working order.

A drip pan is available for equipment that

shall be stored on site.

Contractor has a spill kit

Operator is trained on the refuelling,

maintenance and emergency spill

procedures.

Adequate inspections shall be conducted

during the construction period.

11. Quarry Operations The Contractor shall procure material from

quarries that have been approved/licensed

by the Orissa State Govt. A copy of such an

approval shall be submitted to the OSDMA

prior to procure the material.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

12. Construction water Water for construction and for use at

construction camps (including labour camps)

is to be extracted with prior written

permission of (a) the individual owner, in

case the source is private well/tube well; (b)

Gram Panchayat in case the source belongs

to community; and (c) Irrigation Department

in case the source is an irrigation canal or a

river.

The Contractor shall take all precaution to

minimize the wastage of water in the

construction process.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

13. Air pollution The Contractor shall take every precaution

(water sprinkling etc.) to reduce the level of

fugitive dust generating from construction

site.

Water shall be sprinkled at least twice

during dry day on haulage roads passing

through or near settlements (including at

least 100 m before the settlement).

Wind barriers or screens shall be provided

in the downwind direction at air pollution

causing sources like plant sites and fine

material storage stock yards.

Truck carrying construction materials will

be duly covered to avoid spilling.

The Contractor shall ensure that all

vehicles, equipments and machineries

used for construction are regularly

maintained and confirm that pollution

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

Page 147: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

147

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

emission levels comply with the relevant

requirements of State Pollution Control

Board (SPCB).

The Contractor shall submit PUC

certificates for all vehicles/ equipment/

machinery used for the project and

maintain a record of the same during the

contract period.

14. Noise pollution The Contractor shall confirm

the following:

All plants and equipments used in

construction shall strictly conform to the

CPCB noise standards.

All vehicles and equipment used in

construction shall be fitted with exhaust

silencers.

Servicing of all construction vehicles and

machinery shall be done regularly and

during routine servicing operations, the

effectiveness of exhaust silencers shall be

checked and if found defective shall be

replaced.

At the construction sites within 150 m of the

nearest habitation, noisy construction work

shall be stopped during the night time

between 9.00 pm to 6.00 am.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

15. Water Pollution Water pollution from construction

wastes

The Contractor will take all precautionary

measures to prevent the wastewater

generated during construction from

entering into streams, water bodies or the

irrigation system. He will avoid construction

works close to streams or water bodies

during monsoon.

All measures (including provision of

temporary silt fencing to control sediment

run-off) required for avoiding adverse

impacts to water bodies (such as ponds,

streams, canals and rivers), water sources

(such as hand pumps and wells) and

adjacent farmland shall be undertaken by

the Contractor.

Water pollution from fuel and lubricants

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

Page 148: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

148

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

The Contractor will ensure that all

construction vehicle parking location,

fuel/lubricants storage sites, vehicle,

machinery and equipment maintenance

sites are located at least 100 m away from

any water body. The Contractor will also

ensure that spillage of fuels and lubricants

do not contaminate the ground.

If fuel storage and re-fuelling areas are

located on agricultural land or areas

supporting vegetation, the top soil will be

stripped, stockpiled and returned after

cessation of such activities.

Storage of materials like fuel, chemicals

and cement shall be done in a manner

(with impervious layer on bottom and a

covered shed on top) that does not

contaminate land and ground/surface

water.

16. Solid Waste Solid waste from the project during

construction will be mainly domestic scraps &

wastes from the construction camp and

construction spoils from construction sites.

• The small amount of construction debris

will be disposed of in suitable pre-identified

or existing dumping areas in tune with the

local condition to avoid land degradation &

water logging due to indiscriminate

dumping.

• Dumping areas will be biologically

reclaimed through top soil cover.

• Regular inspection of haul roads,

construction site & camp will be carried out

to ensure regular and timely removal of

construction debris to the dumping sites.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

17. Drainage & Flood

Control

The Contractor will ensure that construction

materials like earth, stone are disposed off

so as not to block the flow of water of any

watercourse and cross drainage channels.

Contractor Wild Life ( Mangrove

Forest Division),

Bhubaneswar

18. Restoration and

Rehabilitation of

Sites

All work sites and areas under temporary use

(including construction and labour camps,

plant sites, haul roads and borrow areas) shall

Contractor Wild Life ( Mangrove

Forest Division),

Page 149: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

149

Sl. Activity Management Measures Responsibility

No. Planning &

Execution

Supervision

be restored/ rehabilitated to a better condition

(if not at least to its original condition) and to

the satisfaction of land owner upon completion

of construction work by the Contractor.

Completion of work will also include

completion of rehabilitation and clean-up of

the work sites including camps, plants, in and

around the construction site; disposal of

debris/construction wastes at pre-approved

locations and; restoration of borrow areas and

other sites/locations used for material

sourcing.

Bhubaneswar

19. Liabilities Any liability arising out of Contractor’s

agreement with landowners/ local

people/gram panchayat (including those

related to temporary use of land, water

extraction and disposal of debris) shall be

settled by the Contractor.

GUIDELINES FOR REHABILITATION OF BORROW/ QUARRY AREAS

General: The contractor is required to take quarry material only from licensed quarries. In the

case of existing quarries the contractor through the Engineer’s representative will have to ensure

that all actions in these quarries are in accordance with the environmentally sound and acceptable

manner.

In case the contractor establishes additional quarries and dedicated crusher plants, the

contractor has to ensure that all actions are in accordance with the environmental requirements.

In the case of borrow areas, Contractor need to specify a detailed arrangement including the

agreement with the owner of the land. The Contractor must comply with provisions of taxes,

levies, royalties etc. of the State.

Management Plan for Borrow / Quarry Areas

The contractor needs to develop a Borrow and Quarry area management plan providing at

least the following details:

Name, location and ownership of the borrow or quarry area;

Existing land use of the area (including the access road to be developed) to be quarried;

Approximate quantity of the material available;

The number of trees and the species of the trees to be removed;

Total area involved;

Page 150: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

150

Arrangement with the owner;

Whether purchased or leased;

A statement from the owner saying the actual arrangement (not in terms of exact monitory

compensation) with him is agreeable for him;

The exact restoration plan indicating the number of trees that will be planted;

The action plan for leveling and landscaping in order to bring the area in conformity to the neighboring

land uses; and

The access roads rehabilitation.

Compliance certificate of tax, levy, royalty etc. provisions.

Rehabilitation of Borrow/ Quarry Areas

The objective of the rehabilitation programme is to reinstate the quarry /borrow pit sites to a safe and

secure area, which the general public should be able to safely enter and enjoy. Securing borrow pits

/quarry sites in a stable condition should be a fundamental requirement of the rehabilitation process. This

could be achieved by filling the quarry/ borrow pit with suitable materials to approximately the access

road level.

Quarries and borrow pits may be backfilled with rejected construction wastes and will be given a

vegetative cover. If this is not possible, then excavation slopes will be smoothed and depression will be

filled in such a way that it looks more or less like the original ground surface.

During works execution, the contractor shall ensure preservation of trees during piling of materials;

spreading of stripping material to facilitate water percolation and allow natural vegetation growth; re-

establishment of previous natural drainage flows; improvement of site appearance; digging of ditches to

collect runoff; and maintenance of roadways where a pit or quarry is declared useable water source for

livestock or people nearby. Once the works are completed, the contractor shall restore the environment

his own expense around the work site to its original splits.

Page 151: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

151

SECTION : 10 COASTAL REGULATORY ZONE ACT

1. No change in scope of the work shall be made without prior approval of Orissa State Coastal

Zone Management Authority (OSCZMA).

2. It shall be ensured that the local environment is not adversely affected in any manner during the

construction phase and subsequently.

3. No mangroves should be affected/ destroyed during the construction and operation of the

project.

4. There should be no disturbance to the sea turtle habitats and breeding and spawning grounds of

fish.

5. The dredging material from the project should not be dumped in any part of the eco-sensitive

area.

6. Concreting and other fabrication jobs, if any, should be undertaken in yard on the land located

sufficiently away from the high tide line as well as CRZ area and the transfer of materials to the

site should be through a pre-decided corridor. Similarly, the movement of construction barges,

machinery etc. should be restricted the pre-decided operational area.

7. Temporary colonies for the labour work force etc. should be established sufficiently away from

the high water line and proper sanitation including toilets and bathrooms should be provided to

the inhabitants to prevent abuse of the inter-tidal area.

8. It should be ensured that inter-tidal and super tidal areas are restored to their original contours

after the construction is completed. General clean up along the corridor, adjacent areas and

inter-tidal regions should be taken up and extraneous materials such as drums, sacks, metal

scrap, ropes, excess sediment, make shift huts and cabins should be cleared from the site.

9. The effluents shall be discharged only after proper treatment. Sewage treatment facility should

be provided in accordance with the CRZ Notification, 1991.

10. Necessary precaution and design criteria should be used for construction and operation keeping

in view the possible impact of cyclone / tsunami on the structures.

11. A green belt shall be developed using native tree species/plants which should preferably be

resistant to high wind speed.

12. No ground water shall be tapped for the project within the coastal regulation zone.

13. The total covered area on all floors shall not exceed 33 percent of the plot size, the overall

height of construction shall not exceed 9 meters and should be strictly in accordance with the

provisions of CRZ notification, 1991.

Page 152: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

152

14. The project proponent shall obtain necessary forest clearance if any from the competent

authorities prior to construction of the Food Court.

15. To prevent discharge of wastes into the marine environment, adequate system for collection,

treatment and disposal of wastes should be followed as per the standards of State Pollution

Control Board.

General Conditions :

1. Adequate provision for infrastructure facilities including water supply, fuel and sanitation must

be ensured for construction workers during the construction phase of the project to avoid any

damage to the environment.

2. Appropriate measures must be taken while undertaking digging activities to avoid any likely

degradation of water quality.

3. Adequate precautions should be taken during transportation of the construction material so

that it does not affect the environment adversely.

4. Borrow pits for each quarry sites for road construction material and dump sites must be

identified keeping in view the following

No excavation or dumping or dumping on private property be carried out without

written consent of the owner.

No excavation or dumping shall be allowed on wetlands, forest areas or other

ecologically valuable or sensitive locations.

Excavation work should be done in close consultation with the Soil Conservation and

Watershed development Agencies working in the area

Construction spoils including bituminous material and other hazardous materials must

not be allowed to contaminate water courses and the dump sites for such materials

must be secured so that they should not leach into the ground water.

5. The construction material should be obtained only from approved quarries. In case new quarries

are to be opened, specific approvals from the competent authority should be obtained in this

regard.

6. The borrow pits and other scars created during the road construction should be properly leveled

and reclaimed.

7. Roof –top rain water harvesting should be implemented.

8. The project proponent will set up separate environment management cell for effective

implementation of the stipulated environmental safeguards under the supervision of a Senior

Executive.

Page 153: BID DOCUMENT - iczmpodisha.orgiczmpodisha.org/pdf/Bid Document - NCB - Hukitola (WL) - Final.pdf · BID DOCUMENT ... NATIONAL COMPETITIVE BIDDING ... Bidding documents requested by

153

9. In the event of a change in project profile or change in the implementation agency, a fresh

reference shall be made to the OSCZMA.

10. A copy of clearance letter will be marked to concerned Panchayat/local NGO, if any, from whom

recommendation/clearance has been received while processing the proposal.

11. The OSCZMA or any other competent authority may alter/modify the above conditions or

stipulate any further condition in the interest of environment protection.

12. Failure to comply with any of the conditions mentioned above may result in withdrawal of this

clearance and attract action under the relevant provisions of the Environment (Protection) Act,

1986.

13. Full support shall be extended to the officers of this Forest & Environment Department by the

project proponent during inspection of the project for monitoring purposes by furnishing full

details and action plan including action taken reports in respect of mitigation measures and

other environmental protection activities.

14. A six monthly monitoring report shall be submitted by the project proponent to the OSCZMA

regarding the implementation of the stipulated conditions.

15. The project proponent shall inform the OSCZMA, the date of financial closure and final approval

of the project by the concerned authorities and the date of start of land development work.

16. The information that the project has been accorded environmental clearance shall be publicized

in the local area by the project proponent by way of advertisement in at least two newspapers

one of which is in vernacular language having wide circulation in the area, besides display on

the notice board of the local GP.

17. The above conditions will be enforced inter-alia, under the provisions of the Water

(Prevention & Control of Pollution) Act, 1974, the Air (Prevention & Control of Pollution) Act,

1981, the Environment (Protection) Act, 1986 and the Public Liability Insurance Act, 1991 along

with their amendments and rules made there under and also any other orders passed by the

Hon’ble Supreme court of India/High court of Orissa and any other court of Law relating to the

subject matter.