Upload
others
View
5
Download
0
Embed Size (px)
Citation preview
PUNJAB IRRIGATION DEPARTMENT
GOVERNMENT OF PUNJAB
DISASTER AND CLIMATE RESILIENCE IMPROVEMENT PROJECT
Bidding Documents
REHABILITATION AND UPGRADATION OF KOT
NAJA FLOOD BUND RD 0+000 TO 132+500
NCB No: DCRIP/S1/NCB-15
Volume - I PART 1 - BIDDING PROCEDURES
PART 3 - CONDITIONS OF CONTRACT AND CONTRACT FORMS
May 2019
Employer:
Project Implementation Unit (PIU),
Punjab Irrigation Department,
Lahore.
Consultants:
Project Management and Implementation
Consultants (PMIC) MM Pakistan (Pvt) Ltd, in association with
Mott Macdonald Ltd, and
Techno Consult International
Section II - Bid Data Sheet 1-27
Section II - Bid Data Sheet (BDS)
A. Introduction
ITB 1.1 The number of the Invitation for Bids is: DCRIP/S1/NCB-15
The Employer is: Punjab Irrigation Department through Project Director
PIU, Irrigation Department Lahore-Pakistan.
ITB 1.1 The name of the bidding process is: NCB Procedure (Single Stage-
Single Envelope)
NCB No: DCRIP/S1/NCB-15
The name of the NCB Contract: REHABILITATION AND
UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 TO
132+500
ITB 2.1 The Borrower is: Islamic Republic of Pakistan
ITB 2.1 The name of the Project is: Disaster and Climate Resilience Improvement
Project (DCRIP)
ITB 4.1 Maximum number of members in the JV shall be: Three(3)
ITB 4.4 A list of debarred firms and individuals is available on the Bank’s external
website: http://www.worldbank.org/debarr.
B. Bidding Documents
ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Project Director, PIU
Street Address: Project Implementation Unit (PIU), Punjab Irrigation
Department, House No. 337-B, Canal View Housing Society near
Thokar Niaz Baig, Lahore, Pakistan.
Telephone: +92-42-35294371
Electronic mail address: [email protected]
Requests for clarification should be received by the Employer no later than
14 days prior to Bid Submission date.
ITB 7.1 Web page: irrigation.punjab.gov.pk
1-28 Section II - Bid Data Sheet
ITB 7.4 A Pre-Bid meeting shall take place at the following;
Date: 03-07-2019
Time: 11:30 A.M
Place: Project Implementation Unit (PIU), Punjab Irrigation Department,
House No. 337-B, Canal View Housing Society near Thokar Niaz Baig,
Lahore, Pakistan.
The potential bidders may conduct the site visit at their own schedule and
arrangements. However, the employer will not arrange/organize the site
visit.
C. Preparation of Bids
ITB 10.1 The language of the bid is: English
All correspondence exchange shall be in English language.
Language for translation of supporting documents and printed literature is
English
ITB 11.1 (b) The following schedules shall be submitted with the bid: Bidder shall
submit completed schedule in accordance with ITB 12 and 14 including
priced BOQ
ITB 11.1 (h) The Bidder shall submit with its bid with the following additional
documents: Nil
ITB 13.1 Alternative bids “shall not be” permitted.
ITB 13.2 Alternative times for completion shall not be permitted.
ITB 13.4 Alternative technical solutions shall be permitted for the following parts of
the Works: Not applicable
ITB 14.5 The prices quoted by the Bidder shall not be subject to adjustment during
the performance of the Contract.
ITB 15.1 The prices shall be quoted by the bidder in local currency i.e. PKR
ITB 18.1 The bid validity period shall be: 119 days.
Section II - Bid Data Sheet 1-29
ITB 18.3 (a) The bid price shall be adjusted by the following factor(s):
Not Applicable
ITB 19.1
A Bid Security is required.
The Bidder shall furnish a Bid Security of 8.7 Million in Pakistani Currency in favor of Project Director- DCRIP, PIU (Irrigation), Punjab Irrigation Department.
The bidders shall submit Bid security in the form of Bank Guarantee using the Form included in Section 4 (Bidding Forms)
Bid Security shall be valid for 28 (twenty-eight) days beyond the validity of the
Bid.
Note: Bid Securing Declaration is not acceptable.
ITB 19.3 (a) A Bid security only in the form of unconditional Guarantee from Bank is
acceptable. A Bank Guarantee from a Financial institution (such as an
Insurance, bonding or surety company) is not acceptable.
ITB 19.3 (d) Other types of acceptable securities:
No other forms of Bid Securities except those listed in ITB 19.3(a)
through (c) are acceptable.
ITB 19.9 This clause is not applicable.
ITB 20.1 In addition to the original of the bid, the number of copies is: Two (2)
ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder
shall consist of following documents that shall clearly establish the
authority of the signatory to sign the bid;
Power of Attorney on Judicial stamp paper duly attested by Notary Public; and In the case of Bids submitted by an existing or intended JV, an undertaking signed by all parties (i) stating that all parties shall be jointly and severally liable, and (ii) nominating a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution.
1-30 Section II - Bid Data Sheet
D. Submission and Opening of Bids
ITB 22.1 Bidders shall not have the option of submitting their bids electronically.
ITB 22.1 For bid submission purposes only, the Employer’s address is:
Attention: Project Director, PIU
Office Address: Office Address: Project Implementation Unit (PIU),
Punjab Irrigation Department, House No. 337-B, Canal View Housing
Society near Thokar Niaz Baig, Lahore, Pakistan.
Telephone: +92-42-35294371
The deadline for bid submission is:
Date: 23-07-2019
Time: 02:30 PM (14:30)
*Bidders shall not have an option of electronic submission of their bids.
ITB 25.1 The bid opening shall take place at:
In the office of Project Director, PIU
Address: Office Address: Project Implementation Unit (PIU), Punjab
Irrigation Department, House No. 337-B, Canal View Housing Society
near Thokar Niaz Baig, Lahore, Pakistan.
Date: 23-07-2019
Time: 3:00 PM (15:00)
ITB 25.3 The Letter of Bid and Priced Bill of Quantities shall be initialed by Bid
Opening Committee duly constituted.
Section II - Bid Data Sheet 1-31
ITB 29.1 If any of the documents mentioned in ITB 11.1 (a), (b), (c) and (e) is not
furnished at the time of Bid Submission then that Bid will be considered as
incomplete and Non-Responsive
E. Evaluation and Comparison of Bids
ITB 32.1 Not applicable.
ITB 33.1 A margin of preference shall not apply.
ITB 34.3 Contractor’s proposed subcontracting: During the currency of Contract, the
maximum percentage of subcontracting permitted is fifty percent (50%) of
the total contract amount with the approval of the Project Manager.
F. Award of Contract
ITB 43.1 The Name of the Adjudicator will be decided at the time of award of the
Letter of Acceptance
The hourly fee for this proposed Adjudicator shall be Rs. 2500/- actually
spent for the assignment.
Reimbursable expenses: Transportation (to and fro) as per actual.
1-32 Section III - Evaluation and Qualification Criteria
Section III - Evaluation and Qualification Criteria
Section III - Evaluation and Qualification Criteria 1-33
1. Margin of Preference (Not Applicable)
2. Evaluation
In addition to the criteria listed in ITB 35.2 (a) – (e) the following criteria shall apply:
This evaluation will be carried out on the baisis of pass/fail criteria for the minimum requirements set forth under,
Section III, Evaluation & Qualification Criteria.
2.1 Adequacy of Technical Proposal
Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's technical capacity to mobilize
key equipment and personnel for the contract consistent with its proposal regarding work methods, scheduling, and
material sourcing in sufficient detail and fully in accordance with the requirements stipulated in Section VII (Works
Requirements).
The adequacy of Technical Proposal shall be evaluated based on the Bidder's technical capacity to mobilize key
equipment and personnel for the contract. Non Compliance with Personnel and Equipment requirements described in Item
5 of the Evaluation and Qualification criteria shall not normally a ground for Bid Rejection and such Non Compliance will
be subjected to clarification during Bid Evaluation and Rectification prior to contract award.
2.2 Multiple Contracts (Not Applicable)
2.3 Alternative Completion Times (Not Applicable)
2.4 Technical Alternatives (Not Applicable)
2.5 Specialized Sub Contracting (Not Applicable)
1-34 Section III - Evaluation and Qualification Criteria
3. Qualification
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Subject Requirement Single Entity Joint Venture (existing or intended)
Submission
Requirements
All Parties Combined
Each Member One Member
1. Eligibility
1.1 Nationality Nationality in accordance with ITB 4.3
Must meet requirement
Must meet requirement
Must meet requirement
N/A Forms ELI – 1.1 and 1.2, with attachments
1.2 Conflict of Interest No conflicts of interest in accordance with ITB 4.2
Must meet requirement
Must meet requirement
Must meet requirement
N/A Letter of Bid
1.3 Bank Eligibility Not having been declared ineligible by the Bank, as described in ITB 4.4, 4.5, 4.6 and 4.7
Must meet requirement
Must meet requirement
Must meet requirement
N/A
Letter of Bid
1.4 Government Owned Entity of the Borrower country
Meets conditions of ITB 4.5
Must meet requirement
Must meet requirement
Must meet requirement
N/A
Forms ELI – 1.1 and 1.2, with attachments
1.5 United Nations resolution or Borrower’s country law
Not having been excluded as a result of prohibition in the Borrower’s country laws or official regulations against commercial relations with the Bidder’s country, or by an act of compliance with UN Security Council resolution, both in accordance with ITB 4.7 and Section V.
Must meet requirement
Must meet requirement
Must meet requirement
N/A
Forms ELI – 1.1 and 1.2, with attachments
1.6 Registration with Pakistan Engineering
National Bidder(s) must be registered
Must Meet requirement
Must Meet requirement
Must Meet requirement
N/A Pakistan Engineering
Section III - Evaluation and Qualification Criteria 1-35
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Subject Requirement Single Entity Joint Venture (existing or intended)
Submission
Requirements
All Parties Combined
Each Member One Member
Council (PEC) with Pakistan Engineering Council (PEC) and shall have a valid registration Certificate in the following category: C-3.
Council (PEC) Registration Certificate
2. Historical Contract Non-Performance
2.1 History of Non-Performing Contracts
Non-performance of a contract did not occur as a result of contractor default since 1
st January
2014.
Must meet requirement
2
Must meet requirements
Must meet requirement
N/A Form CON-2
2.2 Suspension Based on Execution of Bid Securing Declaration by the Employer or withdrawal of the Bid within Bid validity
Not under suspension based on execution of a Bid Securing Declaration pursuant to ITB 4.6 or withdrawal of the Bid pursuant ITB 19.9.
Must meet requirement
Must meet requirement
Must meet requirement
N/A Bid Submission Form
2.3 Pending Litigation Bidder’s financial position and prospective long term profitability sound according to criteria established in 3.1 below and assuming that all pending litigation will be resolved against the Bidder
Must meet requirement
N/A Must meet requirement
N/A Form CON – 2
1-36 Section III - Evaluation and Qualification Criteria
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Subject Requirement Single Entity Joint Venture (existing or intended)
Submission
Requirements
All Parties Combined
Each Member One Member
2.4 Litigation History No consistent history of court/arbitral award decisions against the Bidder since 1
st January
2014
Must meet requirement
Must meet requirement
Must meet requirement
N/A Form CON – 2
Section III - Evaluation and Qualification Criteria 1-37
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Subject Requirement Single Entity Joint Venture (existing or intended)
Submission
Requirements
All Parties Combined
Each Member One Member
3. Financial Situation and Performance
3.1 Financial Capabilities (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as PKR 149 Million the subject contract(s) net of the Bidders other commitments (ii) The Bidders shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments. (iii) The audited
Must meet requirement Must meet requirement
Must meet Requirement Must meet requirement
Must meet 25% N/A
Must meet 50% N/A
Form FIN – 3.1, with attachments
1-38 Section III - Evaluation and Qualification Criteria
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Subject Requirement Single Entity Joint Venture (existing or intended)
Submission
Requirements
All Parties Combined
Each Member One Member
balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last three years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability.
Must meet requirement
N/A
Must meet requirement
N/A
3.2 Average Annual Construction Turnover
Minimum average annual construction turnover of PKR 693 Million calculated as total certified payments received for contracts in progress and/or completed within the last five years, divided by 5 years
Must meet requirement
Must meet requirement
Must meet 25%, of the requirement
Must meet 50%, of the requirement
Form FIN – 3.2
Section III - Evaluation and Qualification Criteria 1-39
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Subject Requirement Single Entity Joint Venture (existing or intended)
Submission
Requirements
All Parties Combined
Each Member One Member
4. Experience
4.1 (a)
General Construction Experience
Experience under construction contracts in the role of prime contractor, JV member, sub-contractor, or management contractor for at least the last five years, starting 1
st
January 2014.
Must meet requirement
N/A Must meet requirement
N/A Form EXP – 4.1
4.2 (a)
Specific Construction & Contract Management Experience
(i) A minimum number of similar contracts specified below that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor or sub-contractor between 1st January 2014 and application submission deadline: (i) two number of contracts, of minimum value of PKR 277 Million each;
Must meet requirement
Must meet requirement
Must meet requirement of one contract of PKR 278 million
N/A
Form EXP 4.2(a)
1-40 Section III - Evaluation and Qualification Criteria
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Subject Requirement Single Entity Joint Venture (existing or intended)
Submission
Requirements
All Parties Combined
Each Member One Member
4.2 (b)
For the above and any other contracts completed and under implementation as prime contractor, joint venture member, management contractor or sub-contractor on or after the first day of the calendar year during the period stipulated in 4.2 (a) above, a minimum construction experience in the following key activities successfully completed: - Earthwork - Embankment
Must meet requirement
Must meet requirement
N/A N/A Form EXP – 4.2 (b)
Section III - Evaluation and Qualification Criteria 1-41 1-41
5 Personnel
The Bidder must demonstrate that it will have the personnel for the key positions that
meet the following requirements:
No. Position
Total Work
Experience
(years)
In Similar
Works
Experience
(years)
1 Project Manager (1 No.) 10 5
2 Construction Engineer (1 No.) 7 3
3 Site Engineer (1 No.) 3 2
4 Inspector (Diploma Holder in Civil Tech) 2 No. 5 3
The Bidder shall provide details of the proposed personnel and their experience
records in the relevant Forms included in Section IV, Bidding Forms.
6. Equipment
The Bidder must demonstrate that it will have access to the key Contractor’s
equipment listed hereafter:
No. Equipment Type and Characteristics Minimum Number required
1 Dump Truck 10
2 Bull Dozer 2
3 Tractor with trolley 15
4 Excavators 5
5 Water sprinkler truck 3
6 Sheep foot-roller 4 7 Plate Compactors 3
The Bidder must have the key equipment at Works.
The Bidder shall provide further details of proposed items of equipment using the
relevant Form in Section IV.
Section IV - Bidding Forms
Table of Forms
Letter of Bid................................................................................................................................. 44
Schedules ...................................................................................................................................... 46
1. Bill of Quantities ...............................................................................................................46 Schedule(s) of Adjustment Data (Not Applicable) ...............................................................71
Form of Bid Security (Bank Guarantee) .................................................................................. 72
Form of Bid Security (Bid Bond) ............................................................................................... 74
(Not Applicable) .......................................................................................................................... 74
Form of Bid-Securing Declaration [Not Applicable] ............................................................... 76
Technical Proposal ...................................................................................................................... 77
Technical Proposal Forms .....................................................................................................77
Forms for Personnel ..............................................................................................................78 Forms for Equipment ............................................................................................................80
Bidder’s Qualification ................................................................................................................ 85
Form ELI -1.1: Bidder Information Form .............................................................................86 Form ELI -1.2: Information Form for JV Bidders ................................................................87
Form CON – 2: Historical Contract Non-Performance, Pending Litigation and Litigation
History..........................................................................................................................88
Form CCC: Current Contract Commitments / Works in Progress........................................89 Form FIN – 3.1: Financial Situation and Performance .........................................................90 Form FIN - 3.2: Average Annual Construction Turnover ....................................................92
Form FIN3.3: Financial Resources .......................................................................................93 Form EXP - 4.1: General Construction Experience ..............................................................94 Form EXP - 4.2(a): Specific Construction and Contract Management Experience .............95
Form EXP - 4.2(b): Construction Experience in Key Activities .......................................97
1-46 Section IV. Bidding Forms
Schedules
1. Bill of Quantities
A. PREAMBLE
1. The Bill of Quantities shall be read in conjunction with Conditions of Contract and
Contract Data, Specifications and Drawings and shall be deemed to have fully considered
all the conditions, specifications, obligations and requirements of Contract before bidding
as priced in the following Bill of Quantities (BOQ).
2. The quantities given in the BOQ are estimated and provisional, and are given to provide a
common basis for bidding. The basis of payment will be the actual quantities of work
ordered and carried out, as measured by the Contractor and verified by the Engineer and
valued at the rates and prices tendered in the priced BOQ, where applicable, and
otherwise at such rates and prices as the Engineer may fix within the terms of the
contract.
3. The rates and prices tendered in the priced BOQ shall cover all costs of every kind
whatsoever, including but not by way of limitation, all office charges, supervision,
transport, materials and labour, the provisions, maintenance, use and efficient repair of all
plant equipment and appliances of every kind, the construction and maintenance of all
temporary works of every description and the performance of all services that may be
required for the proper execution, completion and maintenance of works in accordance
with the provisions of the Contract and the undertaking and discharge of all obligations
and responsibilities thereto. The rates shall also be inclusive of insurance, profit, taxes
and duties, together with all general risks, liabilities and obligations set out or implied in
the Contract.
4. The rates shall be quoted in words and figures and shall be entirely in Pakistan Rupees.
The tables of BOQ included hereunder show rates in figures only. The Contractor is
required to include one additional column in each schedule after 5th
column and quote his
rates in words also.
5. A rate or price shall be entered against each item in the BOQ, whether quantities are
stated or not. The cost of items against which a bidder has failed to enter a rate or price
shall be deemed to be covered by other rates and prices entered in the BOQ.
6. The whole cost of complying with the provisions of the Contract shall be included in the
items provided in the priced BOQ, and where no items are provided, the cost shall be
deemed to be distributed among the rates and prices entered for the related items of work.
7. The general and special directions, specifications, stipulations, particular description of
work and materials etc. and all other matters in the Contract affecting the rates are not
necessarily repeated nor summarized in the BOQ. Reference to the relevant sections of
the Contract Documents shall be made before entering prices against each item in the
BOQ.
Section IV. Bidding Forms 1-47
8. The methods of measurement of completed work for payment shall be in accordance with
the Specifications.
9. No alterations other than the required insertion of rates in figures and words shall be
made to the BOQ and no extra item shall be inserted.
10. The Contractor shall be deemed to have fully considered all the conditions,
specifications, obligations and requirements of Contract before bidding as priced in the
following BOQ.
11. All measurements shall be taken net except when otherwise specified and shall be
applicable to finished work only as completed notwithstanding any trade or custom to the
contrary.
12. Provisional Sum are specified in BOQ for work charge, contingency, trees raising and
payment for hourly fee and reimbursable expenses of Adjudicator. They shall only be
used, in whole or in part, in accordance with the Engineer’s instructions and the Contract
Price shall be adjusted accordingly.
Section IV. Bidding Forms 1-49
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill of Quantities (BOQ) Summary
Bill No
Description Amount Rs.
1 Earthwork for Rehabilitation And Upgradation of Kot Naja Flood Bund Rd 0+000 to 132+500
2 R.C.C Slab for Sewerage Drain along the Bund at RD 78+500 to RD 78+700
3 Providing Brick Soling on Ramps
4
Relaying Brick Soling on Bund (RD 41+200 to 44+000 & 50+200 to 51+600)
5 Metaled Road Crossing Ramps
6 Coarse Rubble Masonry (Length 3500 ft)
7 Construction of Data Boards, Mile Gauges, Distance Marks
A Sub-Total of Bills (1+2+3+4+5+6+7)
B Total for Day-works (Provisional Sum)
C Total (A+B)
D Specified Provision Sum 778,500
E Contingencies 9,313,992
Bid Price (C+D+E)
(Grand Total) (Carried forward to Letter of Bid)
1-50 Section IV. Bidding Forms
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Specified Provisional Sum
Item No.
Description Unit Amount (Rs.)
A. Environmental and Social Management Plan
A.1 Environmental Monitoring (through environmental Kit and noise meter)
PS 100,000
A.2 Implementation of OHS requirements (preparation of Plan, PPEs, first aid boxes, others)
PS 378,500
A.3 ESMP Training including training on public consultation and Grievance Redress Mechanism
PS 300,000
Total for Specified Provisional Sum 778,500
Section IV. Bidding Forms 1-51
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No. 1 Earthwork
Item No
Description Unit Quantity Unit Rate
(Rs. in Figure)
Unit Rate (Rs. in Words)
Amount (Rs.)
1.1
Earthwork excavation in irrigation channels, drains, etc. to designed section, grades and profiles, excavated material disposed off at any lead as directed by “The Engineer” and undressed i) ordinary soil
1000 Cft
7.57
1.2
Earthwork in ordinary soil for embankments lead upto 100 ft (30 m), including ploughing and mixing with blade grade or disc harrow or other suitable equipment, and compaction by mechanical means at optimum moisture content and dressing to design section, complete in all respects. ii) 90 % maximum modified AASHTO dry density
1000 Cft
28,938.20
1.3
Transportation of earth all types of soils from borrow pits areas arranged by the contractor from any source, lead and lift for item no. 1.1.
1000 Cft
28,930.63
1.4 Providing and laying shingle on top of bund, including handling of materials within three chains
100 Cft
9,779.77
1-52 Section IV. Bidding Forms
1.5
Providing and laying road edging of 3" (75 mm) wide and 9" (225 mm) deep brick on end, complete in all respects.
Per Rft
278,942.40
1.6
Carriage of 100 Cft (2.83 cu.m) all material like stone boulders, stone aggregate, spawl, kankar, lime, surkhi or stone shingle etc or 150 Cft (4.25 cu.m) of timber by truck or any other means owned by the contractor, from quarry in the vicinity of Sikhanwali to site of work with any kind of track, lead and lift etc. including loading, unloading and stacking the material etc.as approved by “The Engineer”.
100 Cft
9,779.77
Total Rs.
(Carried forward to Main Cost Summary)
Section IV. Bidding Forms 1-53
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No. 2
R.C.C Slab for Sewerage Drain along the Bund at RD 78+500 to RD 78+700
Sr. No.
Items Unit Quantity Unit Rate
(Rs.in figure)
Unit Rate (Rs. in words)
Amount in Rs.
2.1
Reinforced cement concrete in slab of rafts / strip foundation, base slab of column and retaining walls; etc. and other structural members complete in all respects with ratio (1: 2 : 4)
Per Cft 175.88
2.2
Fabrication of mild steel reinforcement for cement concrete including cutting, bending, laying in position, making joints and fastenings, including cost of binding wire and labour charges for binding of steel reinforcement (also includes removal of rust from bars):- (a) plain bars
100 Kg 6.156
Total Rs. (Carried forward to Main Cost Summary)
1-54 Section IV. Bidding Forms
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No. 3 Brick Soling on Ramps
Sr. No.
Items Unit Quantity Unit Rate
(Rs.in figure)
Unit Rate (Rs. in words)
Amount in Rs.
3.1 Dismantling dry brick soling and disposed-off upto any lead as directed by “The Engineer”
100 Cft 3.00
3.2
Providing and laying road edging of 3" (75 mm) wide and 9" (225 mm) deep brick on end, complete in all respects.
Per Rft 1800.00
3.3
Providing and laying dry brick pavement/soling in streets or roads, etc. sand grouted, laid in proper camber, including preparation, watering, compaction of bed to proper camber, and sand cushion.
100 Cft 6.75
3.4 Credit for Brick Bats 100 Cft 2.40 700
One Thousand
Six Hundred
and Eighty Only
(1680.00)
Total cost for 1 No of Ramps (Brick Soling only) including credit for brick bats
Total cost for 03 No of Ramps (Brick Soling only) including credit for brick bats
Total Rs. (Carried forward to Main Cost Summary)
Section IV. Bidding Forms 1-55
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No. 4 Relaying Brick Soling on Bund (RD 41+200 to 44+000 & 50+200 to 51+600)
Sr. No.
Items Unit Quantity Unit Rate
(Rs.in figure)
Unit Rate (Rs. in words)
Amount in Rs.
4.1 Dismantling dry brick soling and disposed-off upto any lead as directed by “The Engineer”
100 Cft 126.00
4.2
Providing and laying road edging of 3" (75 mm) wide and 9" (225 mm) deep brick on end, complete in all respects.
Per Rft 8400.00
4.3
Providing and laying dry brick pavement/soling in streets or roads, etc. sand grouted, laid in proper camber, including preparation, watering, compaction of bed to proper camber, and sand cushion.
100 Cft 189.00
4.4 Credit for Brick Bats 100 Cft 100.80 700
Seventy Thousand,
Five Hundred and Sixty
Only
(70560.00)
Total Rs. (Carried forward to Main Cost Summary)
1-56 Section IV. Bidding Forms
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No. 5 Metaled Road Crossing Ramps
Sr. No.
Items Unit Quantity Unit Rate
(Rs.in figure)
Unit Rate (Rs. in words)
Amount in Rs.
5.1
Dismantling and removing road pavement, etc, including screening and stacking of byproducts upto any lead as directed by “The Engineer”.
100 Cft 22.50
5.2
Laying sub-base course of stone product of approved quality and grade, including placing, mixing, spreading and compaction of sub-base material to required depth, camber, grade to achieve 100% maximum modified AASHO dry density.
100 Cft 18.00
5.3
Providing and laying sub-base course of stone product of approved quality and grade, including placing, mixing, spreading and compaction of sub-base material to required depth, camber, grade to achieve 100% maximum modified AASHO dry density, including carriage of all material to site of work except gravel and aggregate. Crushed stone aggregate.
100 Cft 21.60
5.4
Providing and laying road edging of 3" (75 mm) wide and 9" (225 mm) deep brick on end, complete in all respects.
Rft 880.00
5.5
Providing and laying base course of crushed stone aggregate of approved quality and grade, and supply and spreading of stone screening, including placing, mixing, spreading and compaction of base course material to required depth, camber and grade to achieve 100% maximum modified AASHO dry density, including carriage of all materials to site of work except gravel and aggregate.
100 Cft 35.22
Section IV. Bidding Forms 1-57
5.6
Carriage of 100 Cft (2.83 cu.m) all material like stone boulders, stone aggregate, spawl, kankar, lime, surkhi or stone shingle etc or 150 Cft (4.25 cu.m) of timber by truck or any other means owned by the contractor, from quarry in the vicinity of Sikhanwali to site of work with any kind of track, lead and lift etc. including loading, unloading and stacking the material etc.as approved by “The Engineer”.
100 Cft 56.818
5.7
Providing surface treatment to roads, including supply of bitumen and bajri/crushed stone aggregate of approved quality, including cleaning of road surface, heating and spraying bitumen, spreading bajri and rolling with road roller (including its operation cost, fuel and hire charges, etc.) etc. complete including carriage of all materials to site of work except bajjri/crushed stone aggregate.
a)
1st coat:- i) 40 lbs. bitumen, and 5.5 Cft. bajri of nominal size 1" (25 mm) per 100 sq. feet or 1.96 Kg bitumen and 0.017 cu.metre bajri per square metre.
100 Sft 52.8
b)
2nd coat:- i) 25 lbs. bitumen, and 2.75 Cft. bajri of nominal size ½"(13 mm) per %sft or 1.23 Kg bitumen and 0.008 cu. metre bajri per sq.metre.
100 Sft 52.8
c)
3rd coat:- 14 lbs. bitumen, and 1.5 Cft. bajri of nominal size ¼" (6mm) per %sft or 0.69 Kg bitumen and 0.005 cubic metre bajjri per sq.metre
100 Sft 52.8
Total Rs. (Carried forward to Main Cost Summary)
1-58 Section IV. Bidding Forms
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No. 6 Coarse Rubble Masonry Wall
Sr. No.
Items Unit Quantity Unit Rate
(Rs.in figure)
Unit Rate (Rs. in words)
Amount in Rs.
6.1
Earthwork excavation undressed lead upto a single throw of Kassi, phaorah or shovel:- b) ordinary soil.
1000 Cft
19.69
6.2
Coarse rubble masonry hammer dressed, in ground floor or 20 ft. (6 m) height, building/other than building. d) in cement, sand mortar 1:4
100 Cft 352.94
6.3
Cement concrete plain including placing, compacting, finishing and curing complete (including screening and washing of stone aggregate): Ratio 1: 2: 4
100 Cft 23.31
Total Rs. (Carried forward to Main Cost Summary)
Section IV. Bidding Forms 1-59
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No. 7 Cost Summary of CONSTRUCTION OF DATA BOARDS, MILE GAUGES & DISTANCE
MARKS
Bill No
Bill Description Amount in Rs
7.1 Distance Marks
7.2 Mile Gauge
7.3 Data Board
Sub Total of Bills.
(Carried forward to Main Cost Summary)
1-60 Section IV. Bidding Forms
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No 7.1 DISTANCE MARKS (133 Nos)
Sr. No.
Description Unit Quantity Unit Rate
(Rs.in figure)
Unit Rate (Rs.in words)
Amount in Rs.
7.1.1 Placing boundary pillars / RD marks in position, including digging pits.
Each 133.00
7.1.2
Reinforced cement concrete in slab of rafts / strip foundation, base slab of column and retaining walls; etc. and other structural members complete in all respects with ratio (1: 2 : 4)
Per Cft
249.38
7.1.3
Fabrication of mild steel reinforcement for cement concrete including cutting, bending, laying in position, making joints and fastenings, including cost of binding wire and labour charges for binding of steel reinforcement (also includes removal of rust from bars):- (a) plain bars
100 Kg
2.13
7.1.4 Preparing surface and painting with emulsion paint : - 3 coats
100 Sft
7.16
7.1.5 Writing letter or figures
Per Letter /Inch
height
1,752
Total Rs.
(Carried forward to Main Cost Summary)
Section IV. Bidding Forms 1-61
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
CONSTRUCTION OF DATA BOARDS, MILE GAUGES AND DISTANCE MARKS
Bill No 7.2 MILE GAUGES (25 Nos)
Sr. # Description Unit Quantity Unit Rate
(Rs.in figure)
Unit Rate
(Rs.in words)
Amount in Rs.
7.2.1
Excavation in foundation of building, bridges and other structures, including dagbelling, dressing, refilling around structure with excavated earth, watering and ramming lead upto one chain (30 m) and lift upto 5 ft. (1.5 m) b) in ordinary soil.
1000 Cft
3.17
7.2.2
Cement concrete plain including placing, compacting, finishing and curing complete (including screening and washing of stone aggregate): Ratio 1: 4: 8
100 Cft
5.28
7.2.3 Pacca brick work other than building upto 10ft. (3 m) height. Ratio 1:4
100 Cft
25.91
7.2.4 Cement plaster 1:4 upto 20' (6.00 m) height:- b) ½" (13 mm) thick
100 Sft
7.50
7.2.5
Preparing surface and painting with water proof coloured cement finish, like duracem, buxcem or other finishes with similar specifications, on walls, etc. a) new surface: 3 coats
100 Sft
7.50
7.2.6 Painting 2 feet wide gauges reading upto 10th of a foot
Per Rft
375.00
Total Rs.
(Carried forward to Main Cost Summary)
1-62 Section IV. Bidding Forms
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
CONSTRUCTION OF DATA BOARDS, MILE GAUGES AND DISTANCE MARKS
Bill 7.3 DATA BOARDS (12 Nos)
Sr. # Description Unit Quantity Unit Rate
(Rs.in figure)
Unit Rate
(Rs.in words)
Amount Rs
7.3.1
Excavation in foundation of building, bridges and other structures, including dagbelling, dressing, refilling around structure with excavated earth, watering and ramming lead upto one chain (30 m) and lift upto 5 ft. (1.5 m) b) in ordinary soil.
1000 Cft
0.87
7.3.2
Cement concrete plain including placing, compacting, finishing and curing complete (including screening and washing of stone aggregate): Ratio 1: 4: 8
100 Cft
1.73
7.3.3 Pacca Brickwork other than building up to 10ft height in cement sand motor ratio (1:4)
100 Cft
4.93
7.3.4 Cement plaster 1/2 inch thick in ratio (1:4) up to 20 ft height
100 Sft
3.36
7.3.5
Preparing surface and painting with water proof coloured cement finish, like duracem, buxcem or other finishes with similar specifications, on walls, etc. a) new surface: 3 coats
100 Sft
3.36
7.3.6 Writing letters or figures
Per Letter /Inch height
16,800.00
Total Rs. (Carried forward to Main Cost Summary)
Section IV. Bidding Forms 1-63
C. Dayworks
General
1. Reference is made to Sub-Clause 51, Daywork, of the conditions of Contract. Work shall
not be executed on a daywork basis except by written order of the Engineer. Bidders shall
enter basic unit rates for daywork items in the Schedules, which rates shall apply to any
quantity of daywork ordered by the Engineer. Nominal quantities have been indicated
against each item of daywork, and the extended total for daywork shall be carried
forward as a Provisional Sum to the Summary Total Bid Amount. Payment for daywork
shall not be subject to price adjustment in accordance with the provisions in the
Conditions of Contract.
Daywork Labour
2. In calculating payments due to the Contractor for the execution of daywork, the hours for
labour will be reckoned from the time of arrival of the labour at the job site to execute the
particular item of daywork to the time of return to the original place of departure, but
excluding meal breaks and rest periods. Only the times of classes of labour directly doing
work ordered by the Engineer and for which they are competent to perform will be
measured. The time of gangers (charge hands) actually doing work with the gangs will
also be measured but not the time of foremen or other supervisory personnel.
3. The Contractor shall be entitled to payment in respect of the total time that labour is
employed on daywork, calculated at the basic rates entered by him in the Schedule of
Daywork Rates: 1. Labour, together with an additional percentage payment on basic rates
representing the Contractor's profit, overheads, etc., as described below:
a) The basic rates for labour shall cover all direct costs to the Contractor, including (but
not limited to) the amount of wages paid to such labour, transportation time,
overtime, subsistence allowances and any sums paid to or on behalf of such labour for
social benefits in accordance with the law of Pakistan.
b) The additional percentage payment to be quoted by the bidder and applied to costs
incurred under (a) above shall be deemed to cover the Contractor's profit, overheads,
superintendence, liabilities and insurances and allowances to labour, timekeeping and
clerical and office work, the use of consumable stores, water, lighting and power; the
use and repair of staging, scaffolding, workshops and stores, portable power tools,
manual plant and tools; supervision by the Contractor's staff, foremen and other
supervisory personnel; and charges incidental to the foregoing.
Daywork Materials
4. The Contractor shall be entitled to payment in respect of materials used for daywork
(except for materials for which the cost is included in the percentage addition to labour
costs as detailed heretofore), at the basic rates entered by him in the Schedule of
Daywork Rates: 2. Materials, together with an additional percentage payment on the
basic rates to cover overhead charges and profit, as follows:
1-64 Section IV. Bidding Forms
a) The basic rates for materials shall be calculated on the basis of the invoiced price
and freight, insurance, handling expenses, damage, losses, etc., and shall provide for
delivery to store for stockpiling at the site. The basic rates shall be stated and paid in
local currency expended upon presentation of supporting documentation;
b) The additional percentage payment shall be quoted by the bidder and applied to the
payments made under (a) above. Payment under this item will be made in local
currency:
c) The cost of hauling materials for use on work ordered to be carried out as daywork
from the store or stockpile on the site to the place where it is to be used will be paid
in accordance with the terms for Labour and Construction in this Schedule.
Day work Constructor’s Equipment
5. The Contractor shall be entitled to payments in respect of Contractor’s Equipment
already on site and employed on daywork at the basic rental rates entered by him in the
Schedule of Daywork Rates: 3. Constructor’s Equipment, together with an additional
percentage on the basic rates and shall be deemed to include complete allowance for
depreciation, interest, indemnity and insurance, repairs, maintenance, supplies, fuel,
lubricants, and other consumables, and all overhead, profit and administrative costs
related to the use of such plant. The cost of drivers, operators and assistants will be paid
for separately as described under the section Daywork Labour.
6. In calculating the payment due to the Contractor for Constructor’s equipment employed
on daywork, only the actual number of working hours will be eligible for payment,
except that, where applicable and agreed with the Engineer, the travelling time from the
part of the Site where the Constructor’s Equipment was located when ordered by the
Engineer to be employed on daywork and the time for the return journey thereto shall be
included for payment.
Section IV. Bidding Forms 1-65
REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD BUND RD 0+000 to 132+500
Bill No. 8: Cost Summary of Day work
Bill No Description Amount in Words Amount in (Rs)
8.1 Labour
8.2 Materials
8.3 Contractor's Equipment
Sub Total
(Carried Forward to Main Cost Summary)
1-66 Section IV. Bidding Forms
Bill No.8.1: Labour
Sr. No Description Unit Quantity Unit Rate Rs Amount in Words Amount In
Rs.
8.1.1 Ganger Hrs 5
8.1.2 Laborer Hrs 5
8.1.3 Brick Layer Hrs 5
8.1.4 Mason Hrs 5
8.1.5 Driver for vehicle upto 10 tons
Hrs 5
8.1.6 Driver for 10 dump truck
Hrs 5
8.1.7
Operator for tractor (tracked) with dozer blade or ripper, etc.
Hrs 5
8.1.8
Operator for excavator, dragline, shovel or crane, concrete mixer truck, etc.
Hrs 5
8.1.9 Operator for grader
Hrs 5
8.1.10 Operator for piling rig
Hrs 5
Sub-Total
Allow 10% of subtotal for contractors overhead, profit,
etc.
Total Rs.
(Carried forward to Cost
Summary of Day work)
Section IV. Bidding Forms 1-67
Bill No. 8.2: Material
Sr. No Description Unit Quantity Unit Rate Rs
Amount in Words
Amount In
Rs.
8.2.1 Bricks No 1000
8.2.2 Ordinary Portland Cement Bag 5
8.2.3 Sand Cft 20
8.2.4 Coarse Aggregate Cft 20
Sub-Total
Allow 10% of subtotal for contractors overhead, profit, etc.
Total Rs. (Carried forward to Cost Summary of Day work)
1-68 Section IV. Bidding Forms
Bill No.8.3: Contractor’s Equipment
Sr. No Description Unit Quantity Unit Rate
Rs. Amount in Words
Amount In Rs.
8.3.1 Excavator face shovel or dragline
a) Upto and including 1m3 Hrs 1
b) 1m3 -2m
3 Hrs 1
c) Over 2 m3 Hrs 1
8.3.2 Tractor (tracked) including bull or angle dozer
a) Upto and including 150 HP
Hrs 1
b) 150 HP-200 HP Hrs 1
c) Over 200 HP Hrs 1
8.3.3 Tractor with Ripper
a) Upto and including 150 HP
Hrs 1
b) 200 HP -250HP Hrs 1
8.3.4 Motor Grader 14ft blade Hrs 1
8.3.5 Dump truck
a) Upto 10 cu.yard capacity Hrs 1
b) 15-20 cu.yard capacity Hrs 1
Section IV. Bidding Forms 1-69
8.3.6 Loader 3 cu. Yard capacity
Hrs 1
8.3.7 Water tanker 1500 gallon capacity
Hrs 1
Sub-Total
Allow 10% of subtotal for contractors overhead, profit, etc.
Total Rs. (Carried forward to Cost Summary
of Day work)
3-2 Section VII. –General Conditions of Contract
Section VIII - General Conditions of Contract
These General Conditions of Contract (GCC), read in conjunction with the Particular
Conditions of Contract (PCC) and other documents listed therein, should be a complete
document expressing fairly the rights and obligations of both parties.
These General Conditions of Contract have been developed on the basis of considerable
international experience in the drafting and management of contracts, bearing in mind a trend
in the construction industry towards simpler, more straightforward language.
The GCC can be used for both smaller admeasurement contracts and lump sum contracts.
3-28 Section VII. –General Conditions of Contract
permit the Bank to inspect all accounts, records, and other documents relating to
the submission of bids and contract performance, and to have them audited by
auditors appointed by the Bank.‖
Section IX – Particular Conditions of Contract 3-29
Section IX - Particular Conditions of Contract
This Section consists of Contract Data and Specific Provisions, which modify or supplement the
General Conditions of Contract.
CONTRACT DATA
A. General
GCC 1.1 (d) The financing institution is: World Bank
GCC 1.1 (p) The Defect Liability Period is 180 calendar days calculated from the
completion date.
GCC 1.1 (r) The Employer is: Punjab Irrigation Department through Project Director
PIU (Irrigation)
GCC 1.1 (v) The Completion Date for the whole of the Works shall be 210 Calendar
Days from the Start Date.
GCC 1.1 (y) The Project Manager is Consultants (Project Management &
Implementation Consultants).
GCC 1.1 (aa) The Site is located as defined in Specifications and shown in drawings
GCC 1.1 (dd) The Start Date shall be within 14 days from the date of signing of Contract.
GCC 1.1 (hh) REHABILITATION AND UPGRADATION OF KOT NAJA FLOOD
BUND RD 0+000 TO 132+500
GCC 2.2 Sectional Completions are: Not Applicable
GCC 2.3(i) The following documents also form part of the Contract:
Environmental and Social Management Plan (ESMP)
GCC 3.1 The language of the contract: English
The Law governing the Contract: The law of Islamic Republic Of Pakistan.
GCC 5.1 The Project Manager may delegate any of his duties and responsibilities
except any action/duty/responsibility of Project Manager required under
GCC clause 40 [Payment certificate], GCC clause 37 [Change in Contract
price], GCC clause 38 [variations], GCC clause 54 [Taking over], GCC
clause 55 [Final Account].
The Project Manager may delegate any of his duties and responsibilities
except stated as above to his assistants (Resident Engineer, Assistant
3-30 Section IX – Particular Conditions of Contract
Resident Engineer, JEs and Inspectors), however, the assignment, delegation
or revocation shall be in writing and shall not take effect until copies have
been received by Employer and Contractor.
GCC 7.1 During the currency of Contract, the maximum percentage of subcontracting
permitted is fifty percent (50%) of the total contract amount with the approval
of the Project Manager.
GCC 8.1 Schedule of other contractors: Not Applicable
GCC 13.1 The minimum insurance amounts and *deductibles shall be:
(a) for loss or damage to the Works, Plant and Materials: 110% of the
Contract price.
(b) For loss or damage to Equipment: Equivalent to the full cost of
replacement of Contractor’s Plants and Equipment.
(c) for loss or damage to property (except the Works, Plant, Materials, and
Equipment) in connection with Contract. 100 (Hundred) Percent of the
damage/loss occured.
(d) for personal injury or death:
(i) of the Contractor’s employees: Rs. 100,000/- in case of injury
for each occurrence. *Limit of occurrence is unlimited
(ii) of the Contractor’s employees: Rs. 500,000/- In case of
death/permanent disability from performing work/job etc for
each occurrence. *Limit of occurrence is unlimited
(iii) of other people: Same as above
*The amount of deductible shall not be more than Five percent for each
occurrence/loss against the insurance policies noted above as (a), (b), (c)
and (d).
GCC 14.1 Site Data are: Not Applicable
GCC 20.1 The Site Possession Date(s) The Site shall be available to the Contractor
within 7 (seven) days of the start date.
GCC 23.1 &
GCC 23.2
Appointing Authority for the Adjudicator: Punjab Procurement Regulatory
Authority or Pakistan Engineering Council
GCC 24.3 Hourly rate and types of reimbursable expenses to be paid to the Adjudicator:
Hourly fees: Rs. 2500/- per Hour actually spent for the assignment.
Reimbursable expenses: Transportation (to and fro) as per actual.
GCC 24.4 Institution whose arbitration procedures shall be used:
Either part may refer the decision of the Adjudicator relating to this Contract, or
breach, termination, or invalidity thereof, to an Arbitrator. The arbitration shall
Section IX – Particular Conditions of Contract 3-31
be conducted in accordance with arbitration act 1940 of Islamic Republic of
Pakistan.
The place of arbitration shall be: Office of Project Implementation Unit
(PIU) Irrigation, Lahore or as mutually agreed by both the parties.
B. Time Control
GCC 26.1 The Contractor shall submit for approval a Program for the Works within
14 days from the date of the Letter of Acceptance.
GCC 26.3 The period between Program updates is 28 days.
The amount to be withheld for late submission of an updated Program is
Rs. 100,000 /-
C. Quality Control
GCC 34.1 The Defects Liability Period is 180 calendar days.
D. Cost Control
GCC 44.1 The currency of the Employer’s country is: Pakistani Rupee (PKR)
GCC 45.1 The Contract is not subject to price adjustment.
GCC 46.1 The proportion of payments retained is: Five Percent (05%) from each
payment certificate.
GCC 47.1 The liquidated damages for the whole of the Works are 0.1 percent of the
final Contract Price per day. The maximum amount of liquidated damages
for the whole of the Works is Five (5) Percent of the final Contract Price.
GCC 48.1 The Bonus for the whole of the Works : Not Applicable
GCC 49.1 The Advance Payments shall be;
10 (ten) percent of the accepted Contract Price less provisional sum and
contingencies payable in currency of the accepted Contract amount on
submission of a unconditional bank guarantee for an amount equivalent to
ten percent of accepted Contract price on the prescribed forms provided
under Section X, Forms of Contract. The Bank Guarantee must be issued by
a reputable Scheduled or Nationalized Bank operating in Pakistan.
Advance payment shall be paid to the Contractor no later than 28 days
from the date of verification of the Bank Guarantee in an amount and
currencies acceptable as per Contract.
Repayment of the advance payment shall be made at the rate of 33%, 33%
and 34% respectively of advance payment from second, third and fourth
3-32 Section IX – Particular Conditions of Contract
payment certificates, until the full amount of advance payment is repaid.
GCC 50.1 The Performance Security amount shall be in Pakistani Rupees (PKR) in
which the Contract Price is payable. The amount of Performance Security
shall be as follow;
a) Performance Security (Bank Guarantee): 10 percent of Contract price less
provisional sum and contingencies *from a scheduled Bank operating in
Pakistan. Using the respective Form provided in Section X, Contract
Form.
b) The Performance security shall be valid until a date expected expiry of
defect liability period.
E. Finishing the Contract
GCC 56.1 The date by which operating and maintenance manuals are required is: Not
Required.
The date by which ―as built‖ drawings is required: 21 twenty one days after
the date of issuance of Completion certificate.
GCC 56.2 The amount to be withheld for failing to produce ―as built‖ drawings and/or
operating and maintenance manuals by the date required in GCC 56.1 is Rs.
10,000/- per day not exceeding the maximum limit of withheld amount Rs.
500,000/-.
GCC 57.2 (g) The maximum number of days is fifty (50).
GCC 58.1 The percentage to apply to the value of the work not completed, representing
the Employer’s additional cost for completing the Works, is thirty percent
(30%).
GCC 59 Registration for Foreign Companies: Upon receipt by the Contractor of
the notice on award of Contract, the Contractor shall register, if not already
so registered, with the Pakistan Engineering Council (PEC) in the relevant
category. Signing of the Contract shall be contingent on submission by the
Contractor to the Employer of the proof of its registration with the PEC. The
Contractor’s registration with the PEC shall remain valid until the date of
fulfillment of all its obligations under the Contract.