name of work: monsoon restoration works on road … · name of work: monsoon restoration works on...

69
NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km). BID NO: DoR/2011-2012/23 1

Upload: others

Post on 25-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km). BID NO: DoR/2011-2012/23

1

Page 2: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Preface This Standard Bidding Document for the Procurement of small works up to Nu. 2.5 million has been prepared by the Public Procurement Policy Division (PPPD) Ministry of Finance to be used for the Procurement of small works through National Competitive Bidding (NCB) in projects that are financed in whole or in part by the Royal Government of Bhutan (RGoB). It should be used in conjunction with the Procurement Rules and Regulations.

Those wishing to submit comments or questions on this Bidding Document or to obtain additional information on procurement under RGoB-financed projects may contact :

Public Procurement Policy Division (PPPD) Ministry of Finance

Royal Government of Bhutan [email protected]

2

Page 3: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

INVITATION FOR BID (IFB)

3

Page 4: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

ROYAL GOVERNMENT OF BHUTAN ............................................PROJECT

INVITATIONS FOR BIDS (IFB)

(Required in case of open tender)

NATIONAL COMPETITIVE BIDDING

Date: Bid No.:

1. The [insert complete name of Employer] invites bids for the construction of works detailed in the table. The bidders may submit bids for any or all of the following works, for the package or for any of the slices.

2. Bidding documents (and additional copies) may be purchased from the office of.............. ................................ from ...........to.........., for a non-refundable fee of Nu. ……….., in the form of cash or Demand Draft on any Scheduled bank payable at................ in favour of...... .................... Interested bidders may obtain further information at the same address.

3. Bids must be accompanied by a bid security of Nu. ………………… drawn in favour of.......................... 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 30 days beyond the validity of the bid.

4. Bids must be delivered to................................................................. on or before.........hours on ............. (date) and will be opened on the same day at...........hours, in the presence of the bidders who wish to attend.

4

Page 5: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

INVITATIONS FOR BIDS (IFB) ........................................................................................................5 Section 1: Instructions to Bidder (ITB) ................................................................................. ………7

A. General ................................................................................................................................ ……7 1. Scope of Tender ............................................................................................................. ……7 2. Corrupt Fraudulent Collusive or Coercive Practices ................................................. ……7 3. Eligible Bidders ............................................................................................................. ……..8 4. Site Visit ....................................................................................................................................8

B. Content of Bidding Document ........................................................................................ ……..8 5. Contents of Bidding Documents ................................................................................. ……..8 6. Clarification of Bidding Documents .......................................................................................9 7. Amendment of Bidding Documents ........................................................................... ……..9

C. Preparation of Bids ........................................................................................................... ……..9 8. One Bid per Bidder ..................................................................................................................9. 9. Bid Preparation Costs .................................................................................................. ……..9 10. Language of Bid ............................................................................................................ ……9 11. Documents comprising the Bid ................................................................................... ……9 12.Letter of Bid and Schedule…………………………………………………………………10 13. Alternative Bid ............................................................................................................... ……10 14. Bid Price and Discount ......................................................................................................... 10 15 Currencies of Bid and Payment ............................................................................................ 10 16 Documents comprising the Technical Proposal ...................................................... ……..11 17 Documents establishing the Qualification of the Bidder ......................................... …….11 18 Bid Validity ..................................................................................................................... ……..11 19. Bid Security…………………………………………………………………………………..11 20 Format and Signing of Bid ........................................................................................... ……..11

D. Submission and Opening of Bids ................................................................................... ……...12 21 Sealing and Marking of Bids ....................................................................................... …………12 22 Bid Submission Deadline ............................................................................................. ………..12 23 Late Bids ........................................................................................................................ …………12 24 Modification, Substitution or Withdrawal of Bids ...................................................... …………13 25 Bid Opening ................................................................................................................... …………13 26 Confidentiality ................................................................................................................ ………...13 27 Clarification .................................................................................................................... …………14 28 Bidder: Contacting the Employer ............................................................................... …………14 29 Determination of Responsiveness ............................................................................................ 14 30 Non Conformities, Errors and Omissions ................................................................................. 15 31 Evaluation and Comparison of Tenders ................................................................................... 15 32. Employer’s Right to Accept or Reject any or all .....................................................................15 F. Contract Award ............................................................................................................................. 15 33. Award Criteria ...............................................................................................................................15 34. Notification of Award ................................................................................................................... 15

Section 2 - Bidding Data Sheet ............................................................................................................. 17

Section 3 – Evaluation and Qualification Criteria...............................................................................19

Section 4: Forms of Bid, & Qualification Information ...................................................................... 19

5

Page 6: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 5. General Conditions of Contract ..............................................................................24 1. Definitions ...................................................................................................................... 24 2. Interpretation & Documents forming the Contract ................................................... 24 3. Corrupt, Fraudulent, Collusive or Coercive Practices ............................................. 25 4. Governing Language and Law ................................................................................... 25 5. Engineer’s Decision ...................................................................................................... 26 6. Delegation ...................................................................................................................... 2 6 7. Communications and Notices ..................................................................................... 2 6 8. Sub- Contracting ........................................................................................................... 2 6 9. Contractor’s Personnel ................................................................................................ 2 6 10. Welfare of Labourers & Child Labour ........................................................................ 27 11. Safety, Security and Protection of the Environment ............................................... 27 12. Access to the Site ......................................................................................................... 27 13. Documents, Information. ............................................................................................. 27 14. Property .......................................................................................................................... 27 15. Insurance ....................................................................................................................... 27 16. Possession of the Site ................................................................................................. 28 17. Commencement of Works ........................................................................................... 28 18. Completion of Works .................................................................................................... 28 19. Programme of Works ................................................................................................... 28 20. Early Warning ................................................................................................................ 28 21. Compensation Events .................................................................................................. 28 22. Non-Scheduled Items of Works .................................................................................. 29 23. Schedule of Works ....................................................................................................... 29 24. Payment Certificates .................................................................................................... 29 25. Payments and Currency .............................................................................................. 29 26. Retention ........................................................................................................................ 30 27. Liquidated Damages .................................................................................................... 30 28. Performance Security................................................................................................... 30 29. Price Adjustment ........................................................................................................... 30 30. Completion ..................................................................................................................... 30 31. Correction of Defects ................................................................................................... 30 32. Taking Over ................................................................................................................... 31 33. Final Account ................................................................................................................. 31 34. Termination .................................................................................................................... 31 35. Payment upon Termination ......................................................................................... 32 36. Release from Performance ......................................................................................... 32 37. Force Majeure ............................................................................................................... 32 38. Settlement of Disputes ................................................................................................. 33 38.1 The Employer and the Contractor shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation. ...........33 38.2 Any dispute between the parties to the Contract that may not be settled amicably will be referred to Arbitration at the initiative of either of the parties. .....................................33

Section 6. Special Conditions of Contract ........................................................................... …….34 Section 7 – Contract Forms ........................................................................................................ …36 Section 8 - Bill of Quantities………………………………………………………………………...42 Section 9 – Drawings……………………………………………………………………….43 Section 10- Specifications………………………………………………………………..…45

6

Page 7: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 1: Instructions to Bidder (ITB)

A. General

1. Scope of Tender

1.1 The Employer, as indicated in the BDS issues this Bidding Document for the procurement of Works as specified in Section 6 (Employer’s requirement): The name, identification and identification of this bidding are provided in the BDS. 1.2 The successful Bidder will be required to complete the Works within the Time for Completion stated in the Special Conditions of Contract (SCC).

1.3 Throughout this Bidding Documents; (a) The term “in writing means communicated in written form with proof of receipt; (b) If the context so requires, singular means plural and vice versa; and (c) “day” means calendar day.

2. Corrupt Fraudulent Collusive or Coercive Practices

2.1 The Royal Government of Bhutan requires that Employers and the Fraudulent

Bidders shall observe the highest standard of ethics during the Collusive or implementation of procurement proceedings and the execution of Coercive Contracts under public funds. Practices

2.2 In pursuance of this requirement, the Employer shall (a) exclude the bidder from participation in the procurement proceeding concerned or reject a proposal for award; and (b) declare a bidder ineligible, either indefinitely or for a stated period of time, from participation in procurement proceedings under public funds;

2.3 If it, at any time, determines that the bidder has engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a Contract under the public funds.

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

a) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

b) “fraudulent practice” is any intentional act or omission including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefits or to avoid an obligation;

7

Page 8: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

c) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

d) “coercive practice”is impairing or harming or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party.

2.5 The bidder shall be aware of the provisions on fraud and corruption stated in GCC Clause 3 and GCC Sub-Clause 34.2(d).

2.6 The RGoB requires that the Employer’s personnel have an equal obligation not to solicit, ask for and/or use coercive methods to obtain personal benefits in connection with the said proceedings.

3. Eligible Bidders.

3.1 Bidders of the categories specified in the BDS are eligible to participate in this

bidding process. 3.2 The Employer shall invite Bids using the Open Tendering Method (National

Competitive Bidding) or limited tender as applicable.

3.3 The bidder shall meet the qualification requirement stated in the BDS 4. Site Visit.

4.1 The Bidders, at their own responsibility and risk, is encouraged to visit and examine

the Site and obtain all information that may be necessary for preparing the bid and entering into a Contract for performance of the Works. The costs of visiting the Site shall be at the bidder’s own expense.

B. Content of Bidding Document

5. Contents of Bidding Documents

5.1 The sections comprising the Bidding Document are listed below and should be

read in conjunction with any Amendment issued in accordance with ITB Clause 7:

PART 1 Bidding Procedures

• Section 1: Instructions to Bidders (ITB) • Section 2: Bidding Data Sheet (BDS) • Section 3: Evaluation and Qualification Criteria • Section 4: Bidding forms • Section 5: General Conditions of Contract (GCC) • Section 6: Special Conditions of Contract (SCC) • Section 7: Contract Forms • Section 8: Bill of Quantities & Specifications • Section 9: Drawings

5.2 The Employer is not responsible for the completeness of the Bidding Document and

8

Page 9: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

their Addenda, if they were not obtained directly from the source stated by the Employer in the Invitation for Bids.

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

6. Clarification of Bidding Documents.

6.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Employer in writing at the Employer’s address indicated in the BDS

7. Amendment of Bidding Documents

7.1 At any time prior to the deadline for submission of Bid, the Employer may amend the Bidding Document by issuing addenda and extend the deadline for the submission of bids at its discretion. Any amendment issued shall become an integral part of the Bidding Document and shall be communicated in writing to all those who have purchased the Bidding Document.

C. Preparation of Bids.

8. One Bid per Bidder

8.1 A Bidder shall submit only one (1) Bid. A Bidder who submits or participates in more than one (1) Bid shall cause all the proposals with the Bidder’s participation to be disqualified.

9. Bid Preparation Costs

9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bids, and the Employer shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Bidding process.

10. Language of Bid

10.1 All documents relating to the Bid shall be in the language specified in the BDS.

11. Documents comprising the Bid

11.1 The original and copy(ies) of Bid submitted by the Bidder shall comprise the following: (a) The Bid form (in the format indicated in Section IV – Forms of Bid, Qualification Information, Letter of Acceptance, and Contract); (b) License and certificate

9

Page 10: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

(c) Bid Security in accordance with Clause 19; (d) Priced Bill of Quantities; (e) and any other materials required to be completed and submitted by Bidders, as specified in the BDS.

11.2 The Instruction to Bidders, Bidding Data Sheet, General Conditions of Contract, Special Conditions of Contract, Specifications and drawings are for the information of the bidders and is not required to be submitted by the bidder,

12 Letter of Bid and Schedule

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

13. Alternative Bid Works

13.1 Alternative Bid shall not be considered in small works

14. Bid Price and Discount

14.1 The prices and discounts quoted by the Bidder in the Letter of Bid and in the Schedules shall confirm to the requirements specified below;

14.2 The bidder shall submit a bid for the whole of the works described in ITB 1.1 by filling in prices for all items of the Works, as identified in Section 4, Bidding Forms. In case of admeasurements contracts, the Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.

14.3 The Bid price shall take into account the cost of materials, transportation, labour, taxes, levies, overheads and profit and any other cost. The Bid price shall be fixed for the duration of performance of the Contract and shall not be subject to any adjustment on any account. The Bid price shall be applicable for the whole works described in the Drawings, Specifications and Schedule of Works.

15 C u r r e n c i e s o f B id and Payment

15.1 All prices shall be quoted in Bhutanese Ngultrum (BTN) and shall be paid in

BTN.

10

Page 11: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

16. Documents Comprising the Technical Proposals. 16.1 The bidder shall furnish a work plan in simple bar chart and other information if provided in BDS, to demonstrate the adequacy of the Bidders’ proposal to meet the work requirements and the completion time.

17. Documents establishing the Qualification of the Bidder.

17.1 To establish its qualification to perform the Contract in accordance with

Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the i n f o r m a t i o n requested in the c o r r e s p o n d i n g information s h e e t s included in Section 4 (Bidding Forms)

18 B i d Validity

18.1 Bids shall remain valid for the period specified in the BDS. Any Bids which does not meet the validity requirement as per the BDS shall be rejected by the Employer as non-responsive.

19. Bid Security.

19.1 The Bidder shall at their option furnish, as part of the Bid, a Bid Security as

specified in the BDS issued by any reputed Financial Institutions in Bhutan and shall be valid thirty (30) days beyond the Bid validity period.

20 Format and Signing of Bid 20.1 The Bidder shall prepare one (1) original of the documents comprising the Bid

as described in ITB Clause 11 and clearly mark it “ORIGINAL.” In addition, the Bidder shall prepare the number of copies of the Bid, as specified in the BDS and clearly mark each of them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

20.2 The original and each copy of the Bid shall be typed or written in indelible ink and shall be signed by the person duly authorized to sign on behalf of the Bidder.

20.3 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person(s) signing the Bid.

11

Page 12: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

D. Submission and Opening of Bids

21 Sealing and marking of Bids 21.1The Bidder shall enclose the original in one (1) envelope and all the copies of the bid in another envelope, duly marking the envelopes as “ORIGINAL” and “COPY.” These t wo ( 2) envelopes shall then be enclosed in one (1) single outer envelope

21.2 The inner envelopes shall:

(a) Be signed across the seals by the person authorised to sign the Bid on behalf of the Bidder;

(b) Be marked “ORIGINAL” and “ COPY” and

(c) Bear the name and address of the Bidder.

21.3 The outer envelope shall;

(a) Be signed across the seals by the person authorised to sign the Bid on behalf of the Bidder;

21.4 be addressed to the Employer at the address specified in the BDS; bear a

statement “DO NOT OPEN BEFORE.......” the time and date for Bid opening as specified in the BDS.

21.5 If all or any envelopes are not sealed and marked as required by ITB Sub-

Clause 21, the Employer shall not reject the bids but assume no responsibility for the misplacement or premature opening of the Bid.

22. Bid submission deadline.

22.1 Bids must be received by the Employer at the address and no later than the date and time specified in the BDS.

22.2 Bids may be hand delivered, posted by registered mail or sent by courier. 22.2 The Employer may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Document in accordance with ITB Clause 7, in which case all rights and obligations of the Employer and Bidders previously subject to the deadline shall thereafter be subject to the new deadline as extended.

23 Late Bids 23.1 Late bids shall not be considered and shall be returned unopened.

12

Page 13: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

24. Modification, Substitution or Withdrawal of Bids.

24.1 A Bidder may modify, substitute or withdraw their Bids after it has been

submitted by sending a written notice before the deadline for submission of Bids.

25. Bid Opening.

25.1 The Employer shall open the Bids in the presence of the bidders who is attending the bid opening, including modifications or substitutions made pursuant to ITB Clause 24. Bidders or their representatives shall be allowed to attend and witness the bid opening and shall sign a register evidencing their attendance.

25.2 The name of the Bidder, Bid modifications, substitutions or withdrawals, total amount of each Bid, number of corrections, discounts, and the presence or absence of requisite Bid Security, and such other details as the Employer, at its discretion, may consider appropriate, shall be read out aloud and recorded.

25.3 The Employer shall prepare minutes of the Bid opening. The minutes shall include, as a minimum, the name of the Bidders and whether there has been a withdrawal, substitution or modification; the Bid Price including any discounts and the presence or absence of a Bid Security, if one was required.

25.4 Bids not opened and read out at the Bid opening shall not be considered, irrespective of the circumstances, and shall be returned unopened to the Bidder.

25.5 Bids shall be rejected at the Bid opening only on the following grounds; a) If the bid form is not complete and signed b) Non-signing of BoQ; and c) Insufficient amount of Bid Security and validity

E. Tender Opening and Evaluation

26 Confidentiality

26.1 After the opening of Bids, information relating to the examination, clarification, and evaluation of Bids and recommendations for award shall not be disclosed to Bidders or other persons not officially concerned with the evaluation process until after the award of the Contract is announced.

13

Page 14: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

27 Clarification

27.1 The Employer may ask Bidders for clarification of their Bids in order to facilitate the examination and evaluation of Bids. The request for clarification and the response shall be in writing, and any changes in the prices or substance of the Bid shall not be sought, offered or permitted, except to confirm the correction of arithmetical errors discovered by the Employer in the evaluation of the Bids, in accordance with ITB Clause 31.

28 Bidder :contacting the Employer

28.1 Following the opening of Bids and until the Contract is signed no Bidder shall make any unsolicited communication to the Employer or try in any way to influence the Employer’s examination and evaluation of Bids which may result in the rejection of bids. If any Bidder wishes to contact the Employer on any matter related to the Bidding process, it should do so in writing

29 Determination 29.1 The Employer’s determination of a bid’s responsiveness is to be based on of the

contents of the Bid itself without recourse to extrinsic evidence. Responsiveness. 29.2 A substantially responsive Bid is one that conforms in all respects to the requirements of the Bidding Document without material deviation, reservation or omission. A material deviation, reservation or omission is one that:

(a) affects in any substantial way the scope, quality, or performance of the Works specified in the Contract; or

(b) limits in any substantial way, or is inconsistent with the Bid Document, the Employer’s rights or the Bidder’s obligations under the Contract; or

(c) if rectified would unfairly affect the competitive position of other Bidders presenting substantially responsive Bids.

29.3 If a Bid is not substantially responsive to the Bidding Document it shall be rejected by the Employer and shall not subsequently be made responsive by the Bidder by correction of the material deviation, reservation or omission.

29.4 There shall be no requirement as to the minimum number of responsive Bids.

14

Page 15: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

30. Non Conformities, Errors and Omissions. 30.1 The Employer may regard a Bid as responsive even if it contains minor deviations that do not materially alter or depart from the characteristics, terms, conditions and other requirement set forth in the Bidding Document or if it contains errors or over sights that are capable of being corrected without affecting the substance of the Bid.

31. Evaluation and Comparison of Tenders.

31.1 The Employer shall evaluate and compare only those Bids determined to be substantially responsive to the requirements of the Bidding Document. Substantially responsive Bids are those which fulfill the requirements of ITB Clauses 11 and 12.

31.2 The evaluation will take into account corrected Bid Price and discounts (if any).

31.3 The Employer will check substantially responsive Bids for any arithmetical errors. Where there is a discrepancy between the amounts in figures and words, the amount in words will govern. If a Bidder refuses to accept the correction, its Bids shall be rejected. The Employer shall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the line item total, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price, as quoted, shall govern and the unit price shall be corrected; and

32. Employer’s right to Accept or reject any or all.

32.1 The Employer reserves the right to accept any Bid, to annul the Bid proceedings, or to reject any or all Bids, at any time prior to Contract award, without thereby incurring any liability to Bidders, or any obligation to inform Bidders of the grounds for the Employer’s actions.

F. Contract Award

33. Award Criteria

33.1 The Employer shall award the Contract to the Bidders whose offer is substantially responsive to the Bidding Document and that has been determined to be the lowest evaluated Bid, provided that the Bidder is determined to be qualified to perform the Contract satisfactorily

34. Notification of Award. 34.1 Prior to the expiration of the period of Bid validity, the Employer shall notify the successful Bidder, in writing that its Bid has been accepted. Until a formal contract is prepared and executed, the Notification of Award shall constitute a binding Contract.

15

Page 16: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

34.2 Within fifteen (15) working days of the receipt of the Notification of Award from the Employer, the successful Bidder shall furnish the Performance Security, in the amount specified in the BDS.

34.3 The proceeds of the performance security shall be payable to the Employer unconditionally upon first written demand as compensation for any loss resulting from the Contractor’s failure to complete its obligations under the Contract

34.4 Within fifteen (15) working days of receipt of the notification of award, the successful Bidder shall sign, date and return it to the Employer.

35 complaints

35.1 If there are any complaints both the parties shall submit the complaints as specified in BDS. The complaints if any shall be submitted within 10 working days from the date of notification of award.

16

Page 17: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 2 - Bidding Data Sheet

A. General

ITB 1.1

The Employer is Executive Engineer, DoR, Sarpang FD

The Name and Identification of the Contract is: Monsoon Restoration works on Sunkosh Dagana Road(Sh: C/o Gabion R/wall) at 2.20km, 2.90km, 8km, 26.0km, 26.30km. Bid No.DoR/ FDS/2011-2012/23 The Work : C/o G/R/Wall

ITB 3.2 All Bidders regardless of whether enlisted or not enlisted with the

Dzongkhag may submit Bids provided they otherwise qualify.

ITB 3.3

The evaluation shall be based on the lowest price of the responsive bidder and the work will awarded to the lowest responsive bidder.

B. Bidding Documents

ITB 6.1

For clarification of Tenders purposes only, the Employer’s

address is: Attention: Executive Engineer, DoR,

Sarpang FD

Telephone: 06-365187/365316

Facsimile number: 06-365157

C. Preparation of Bids

ITB 18.1

The Bid validity period shall be [60] days.

ITB 19.1

A Bid Security in the amount of Nu. 80,000.00( Nu. Eighty Thousand) will be required, in the form;

a) Unconditional Bank

guarantee

b) Cash warrant; or

c) Demand draft

ITB 16.1

A simple bar chart is required.

17

Page 18: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

ITB 20.1 In addition to the original, 1 copy shall be submitted.

D. Submission and Opening of Bids

ITB 21.2 & 21.3

The inner and outer envelopes shall bear the following additional identification marks: None

ITB 22.1

For Bid submission purposes only, the Employer’s

address is: Attention: Executive Engineer, DoR,

Sarpang FD

The deadline for the submission of

Tenders is: 10 AM at 5/01/2012

ITB 25.1 The Bid opening shall take place on the same day as the

closing day of the bid submission at DoR, Sarpang FD. Date:5/01/2012; Time:10:30 AM

F. Award of Contract

ITB 34.2

The amount of Performance Security shall be [10%] percent of the Contract Price.

ITB 35.1 The name and address of the office where complaints to the

Procuring Entity is to be submitted DoR, HQ, MoWHS

18

Page 19: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 3 – Evaluation and Qualification Criteria

This section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders if the bidding was not preceded by a prequalification exercise and post qualifications are applied. Procuring Agency may apply basic minimum technical qualification requirement (manpower and equipments) only if there is a project specific need.

1. Evaluation

1.1 Evaluation shall be done to determine the responsiveness and the award shall be made to the lowest evaluated bidder.

Section 4: Forms of Bid, & Qualification Information

Table of Standard Forms

Standard Form:

Form of Bid Standard Form:

Letter of Acceptance Standard Form:

Bid security Bank Guarantee

19

Page 20: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Standard Form: Form of bid

Notes on Form of Bid: The Bidder shall fill in and submit this bid form with the Bid. If Bidders do not fill in the Contract Price and does not sign this Bid form, the bids will be rejected..

[date] To

Address

We offer to execute the contract for construction of “ _” in accordance with the Conditions of Contract accompanying this Bid for the Contract Price of [amount in figures] ( ) [amount in words] [name of currency].

The contract shall be paid in Ngultrum’s (Nu.)

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 confirm that this Bid complies with the Bid validity and Bid Security required by the bidding documents and specified in the Bidding Data.

Authorized Signature:

Name and Title

of Signatory: Name of

Bidder: Address:

20

Page 21: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Standard Form: Qualification Information

Notes on Form of Qualification Information: The following information is to be filled in by bidders which will be used for purposes of evaluation

1. Individual bidders

1.1 Constitution of legal status of Bidder [attach copy] Place of registration:

Principal place of business:

Power of attorney of signatory of Bid [attach]

1.2 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Refer BDS. The supporting documents such detailed CVs signed in original supported by certificates for qualification and experience.

Position

Name

Qualification &

year of experience

Year of

experience

Remarks

Supervisor (

21

Page 22: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Standard Form: Letter of Acceptance

[letterhead paper of the Employer]

Notes on Standard Form of Letter of Acceptance

The Letter of Acceptance will be the basis for formation of the Contract as described in Clauses 31 and 32 of the Instructions to Bidders. This Standard Form of Letter of Acceptance should be filled in and sent to the successful Bidder only after evaluation of bids has been completed.

[date]

To:

[name of the Contractor]

[address of the Contractor] This is to notify that your Bid dated for the execution of the contract for the construction of “ - _” for the Contract Price [amount in numbers] [Amount in words] [name of currency], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency. The start date of the project is . The completion date for whole of the works shall be .

You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract documents.

Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Agreement

22

Page 23: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Bank Guarantee for Bid Security

[this is the format for the Bid Security to be issued by a financial institutions in Bhutan in accordance with ITB

TENDER GUARANTEE No:

We have been informed that [name of Bidder] (hereinafter called “the Bidder”) intends to submit to you its Bid dated [date of bid] (hereinafter called “the Tender”) for the execution of the Works of [description of works] under the above Invitation for Bids (hereinafter called “the IFB”).

Furthermore, we understand that, according to your conditions Bids must be supported by a Bid Guarantee.

At the request of the Bidder, we [name of bank] hereby irrevocably undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Nu [insert amount in figures and words] upon receipt by us of your first written demand accompanied by a written statement that the Bidder is in breach of its obligation(s) under the Bid conditions, because the Bidder:

(a) has withdrawn its Bids during the period of Bid validity specified by the Bidder in the Form of Bid; or (b) does not accept the correction of errors in accordance with the Instructions to Bidders ITB; or (c) having been notified of the acceptance of the Bid by the Employer during the period of Bid validity,

(i) fails or refuses to furnish the performance security in accordance with the ITT, or (ii) fails or refuses to execute the Contract Form,

This guarantee will expire

(a) if the Bidder is the successful Bidder, upon our receipt of a copy of the Performance Security and a copy of the Contract signed by the Bidder as issued by you; or (b) if the Bidder is not the successful Bidder, thirty days after the expiration of the Bidder’s Tender validity period, being [date of expiration of the Tender].

Consequently, we must receive at the above-mentioned office any demand for payment under this guarantee on or before that date.

Signature Signature

23

Page 24: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 5. General Conditions of Contract 1. Definitions

1.1 The following words and expressions shall have the meaning hereby assigned to them. Boldface type is used to identify the defined terms:

(a) Completion Certificate means the Certificate issued by the Employer as evidence that the Contractor has executed the Works in all respects as per drawing, specifications, and Conditions of Contract.

(b) The Completion Date is the date of completion of the Works as certified by the Engineer, in accordance with GCC Clause 18.

(c) Contract means the Agreement entered into between the Employer and the Contractor to execute, complete and maintain the Works.

(d) Contractor means the person or corporate body whose Tender to carry out the Works has been accepted by the Employer and is named as such in the SCC.

(e) Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.The Contractor’s Bid is the completed Bid Document including the priced offer submitted by the Contractor to the Employer.

(f) Days mean calendar days.

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

(h) The Employer is the party named in the SCC who employs the Contractor to carry out the Works.

(i) The Engineer is the person named in the SCC, who is responsible for supervising the execution of the works and administering the Contract.

(j) The Intended Completion Date is the date specified in the SCC on which the Contractor shall complete the Works and may be revised if extension of time or an acceleration order is issued by the Engineer.

(k) The Site is the area defined as such in the SCC.

(l) The Works are what the Contract requires the Contractor to construct, install, and hand over to the Employer, as defined in the SCC.

2. Interpretation

2.1 In interpreting the GCC, singular also means plural, male also means female or neuter,

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

2.2 The following documents forming the Contract shall be interpreted in the following order of

24

Page 25: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

priority:

(a) the signed Contract Agreement. (b) the letter of Notification of Award. (c) the completed Bid form as submitted by the Bidder. (d) the Special Conditions of Contract. (e) the General Conditions of Contract. (f) Specifications (g) the Drawings. (h) any other document listed in the PCC as forming part of the Contract.

3. Fraud & Corruption.

3.1 The Government requires that Employers, as well as Contractors shall observe the highest standard of ethics during the implementation of procurement proceedings and the execution of Contracts under public funds.

3.2 In pursuance of this requirement, the Employer shall

(a) exclude the Contractor from participation in the procurement proceedings concerned or reject a proposal for award; and (b) declare a Contractor ineligible, either indefinitely or for a stated period of time, from participation in procurement proceedings under public fund;

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

(a) corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; (b) “fraudulent practice” is any intentional 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; (c) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party; and (d) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party.

3.4 The Government requires that the Client’s personnel have an equal obligation not to solicit, ask for and/or use coercive methods to obtain personal benefits in connection with the said proceedings.

4. Governing Law Language & Law

4.1 The Contract as well as all correspondence and documents relating to the Contract

exchanged by the Contractor and the Employer, shall be written in English unless

25

Page 26: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

otherwise stated in the SCC. The Contract shall be governed by and interpreted in accordance with the laws of the Kingdom of Bhutan.

“another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes staff and employees of any organizations (including any institutions providing finance for the Works) taking or

6 reviewing procurement decisions. “anything of value” includes, but is not limited to, any gift, loan, fee, commission, valuable security or other asset or interest in an asset; any office, employment or contract; any payment, discharge or liquidation of any loan, obligation or other liability whatsoever, whether in whole or in part; any other services, favour or advantage, including protection from any penalty or disability incurred or apprehended or from any action or proceeding of a disciplinary or penal nature, whether or not already instituted and including the exercise or the forbearance from the exercise of

7 any right or any official power or duty. a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract

8 execution. “parties” refers to participants in the procurement process (including public officials) and an “improper purpose” includes attempting to establish bid prices at artificial,

9 non competitive levels. contract execution.

a “party” refers to a participant in the procurement process or

5. Engineer’s Decision

5.1 Except where otherwise specifically stated in the SCC, the Engineer will decide Contractual matters between the Employer and the Contractor in the role as representative of the Employer.

6. Delegation

6.1 The Engineer may delegate any of his duties and responsibilities to his representative, after notifying the Contractor, and may cancel any delegation, without retroactivity, after notifying the Contractor.

7. Communications and Notices.

7.1 Communications between Parties pursuant to the Contract shall be in writing to the address specified in the SCC. A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

8. Sub- Contracting

8.1 The Contractor shall not be permitted to subcontract any part of the Works in whole or in part.

9. Contractor’s Personnel.

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel,

26

Page 27: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

as referred to in the SCC, to carry out the functions stated Personnel in the Schedule, or other personnel approved by the Engineer.

10. Welfare of Labourers & Child Labour.

10.1 The Contractor shall provide proper accommodation to his labourers and arrange proper

water supply, conservancy and sanitation arrangements at the site in accordance with relevant regulations, rules and orders of the government.

10.2 The Contractor shall comply with the applicable minimum age, labour laws and requirements of (including applicable treaties which have been ratified by) the Government of Bhutan regarding hazardous forms of child labour.

11. Safety, Security and Protection of the Environment.

11.1 The Contractor shall throughout the execution and completion of the Works and the

remedying of any defects therein : (a) have full regard for the safety of all persons entitled to be upon the Site and keep the Site and the Works in an orderly state; (b) provide and maintain at the Contractors own cost all lights, guards, fencing, warning signs and watching for the protection of the Works or for the safety on-site; and (c) take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of the Contractors methods of operation.

12. Access to the Site

12.1 The Contractor shall allow the Engineer and any person authorised by the Engineer access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

13. Documents, Information.

13.1 The Contractor shall furnish to the Engineer all information, schedules, calculations and supporting documentation that may be requested of it.

14. Property

14.1 If the contract is terminated by the Employer because of the contractors default, then, the contractor shall not be allowed to remove any materials on the Site, Plant, and Temporary Works until the matter is amicably resolved.

15. Insurance 15.1 The Contractor shall provide insurance as stated in the SCC

15.2 The Contractor shall deliver policies and certificates of insurance to the Engineer, for the Engineer’s approval, before the Start Date.

15.3 If the Contractor does not provide any of the policies and certificates required, the 27

Page 28: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

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.

16. Possession of the Site.

16.1 The Employer shall give possession of the Site, or parts of the Site, to the Contractor on the date(s) specified in the SCC.

17. Commencement of Works 17.1 The Contractor may commence execution of the Works on the Start Date, or other such date as specified in the SCC, and shall carry out the Works in an expeditious manner.

17.2 If the Contractor fails to commence the works within the above stated period, the Employer may, at his sole discretion, terminate the Contract and forfeit the Performance Security, if any.

18. Completion of Works

18.1 The Contractor shall complete the Works within the number of days stated in the SCC from the date of commencing the Works on the Site.

19. Programme of Works.

19.1 Within the time stated in the SCC, the Contractor shall submit to the Engineer for approval a work program. The Contractor shall submit to the Engineer for approval an updated Programme at intervals no longer than the period stated in the SCC.

20. Early Warning

20.1 The Contractor shall warn the Engineer at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, result in increase to the Contract Price or delay in the execution of the Works.

21. Compensation Events.

21.1 The following shall be Compensation Events: (a) the Employer does not give access to the Site or part of the Site by the Site Possession Date stated in the SCC; and (b) if the payment is delayed pursuant to Clause 25.1.

21.2 If a Compensation Event would prevent the work being completed before the Intended Completion Date, the Intended Completion Date shall be extended, as appropriate, by the Engineer.

28

Page 29: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

22. Non-Scheduled Items of Works 22.1 The Contractor shall be paid for non-scheduled items of works only when the Engineer approves such works and at the rates and in the manner stated in the SCC.

23. Schedule of Works

23.1 The Schedule of Works will contain rates for all items for the construction including temporary works, installation, testing, and commissioning work to be done by the Contractor.

23.2 The Contractor shall be paid for the quantity of the work done at the rate in the Contract Agreement for each item.

23.3 The Contractor shall be entirely responsible for all taxes, duties, license fees, and other such levies imposed outside and inside Bhutan.

24. Payment Certificates

24.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work executed less the cumulative amount certified previously. The Engineer shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

24.2 The value of work executed shall be determined by the Engineer.

24.3 The value of work executed shall comprise the value of the quantities of the items in the Schedule of Works completed.

24.4 The value of work executed shall include the valuation of Variations, Certified Dayworks and Compensation Events.

24.5 The Engineer may exclude any item certified in previous certificates or reduce the proportion of any item previously certified in any certificate in the light of later information.

25. Payments and Currency

25.1 The Employer shall pay the Contractor the amounts certified by the Engineer within thirty (30) days of the date of each certificate.

25.2 The Employer shall make Advance Payment (mobilization and secured advance) to the Contractor of the amounts and by the dates stated in the SCC against provision by the Contractor of an unconditional Bank Guarantee, (Form 4).

25.3 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilisation expenses required specifically for the execution of the Contract.

29

Page 30: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

The Contractor shall demonstrate that the advance payment has been used in this way by submitting copies of invoices or other documents to the Employer.

25.4 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, variations, claims or any amount payable due to failure to complete the works.

26. Retention

26.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the SCC until the completion of the whole of the Works. 26.2 On completion of the whole of the Works, half the total amount retained shall be repaid to the Contractor, the remaining half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified by the Engineer to the Contractor before the end of this period have been corrected.

27. Liquidated Damages

27.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the SCC for each day that the Completion Date is later than the Intended Completion date for the works or for any part thereof.

28. Performance Security

28.1 Upon Notification of Award, a Performance Security shall be provided to the Employer in the amount and form stated in the Contract Forms (Form 3). The Performance Security shall be valid until a date thirty (30) days from the date of issue of the Certificate of Completion.

29. Price Adjustment

29.1 The rates and prices in the bill of quantities are fixed for the duration of the Contract and not subject to price adjustment during the performance of the Contract.

30. Completion

30.1 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 substantially completed.

31. Correction of Defects 31.1 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 SCC. The Defects Liability Period shall be extended for as long as the Defects remain to be corrected.

30

Page 31: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

31.2 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.

32. Taking Over

32.1 The Employer shall take over the Site and the Works within seven (7) days of the Engineer issuing a Certificate of Completion.

33. Final Account

33.1 The Contractor shall supply the Engineer a detailed account of the total amount that the Contractor considers payable under the Contract. The Engineer shall certify any final payment that is due to the Contractor within twenty-one (21) days of receiving the Contractor’s account if it is correct and complete. 33.2 The Employer shall effect payment of the final account within thirty (30) days from the date of certification by the Engineer.

34. Termination

34.1 The Employer or the Contractor by giving thirty (30) days written notice of default to the other party, may terminate the Contract in whole or in part if the other party causes a fundamental breach of Contract.

34.2 Fundamental breaches of the Contract shall include, but shall not be limited to, the following:

(a) the Contractor stops work for more than thirty (30) days when no stoppage of work is shown on the current Programme and the stoppage has not been authorised by the Engineer; (b) 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; (c) the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of Liquidated Damages can be paid; (d) the Contractor, in the judgment of the Employer, has engaged in corrupt or fraudulent practices, as defined in GCC Clause 3, in competing for or in executing the Contract; and (e) a payment certified by the Engineer is not paid to the Contractor by the Employer within sixty (60) days of the date of the Engineer’s certificate.

34.3 The Employer and the Contractor may at any time terminate the Contract by giving notice to the other party if either of the parties becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to any party provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue to the

31

Page 32: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

other party. 34.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

34.5 If the Contract is terminated, the Contractor is to stop work immediately, make the Site safe and secure and hand over the Site to the Employer as soon as reasonably possible.

35. Payment upon Termination

35.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer shall issue a certificate for the value of the work done and Plant and Materials ordered less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of the work not completed, as indicated in the SCC.. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be a debt payable to the Employer.

35.2 If the Contract is terminated for the Employer’s convenience or because of a fundamental breach of Contract by the Employer, the Contractor shall be entitled to payments for completed works and the materials that have been brought to the site for the purpose of the works, but not used as certified by the Engineer after adjusting any payments received by the Contractor.

36. Release from Performance.

36.1 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. The Contractor shall be paid for all works carried out before stoppage of work and any work carried out afterwards to which a commitment was made.

37. Force Majeure

37.1 For the purposes of this Contract, “Force Majeure” means an exceptional event or circumstance:

(a) which is beyond a Party’s control, (b) which such Party could not reasonably have provided against before entering into the Contract, (c) which, having arisen, such Party could not reasonably have avoided or overcome, and (d) which is not substantially attributable to the other Party.

37.2 Force Majeure may include, but is not limited to, exceptional events or circumstances of the kind listed below, so long as conditions (a) to (d) above are satisfied:

(a) war, hostilities (whether war be declared or not), invasion, act of foreign enemies,

32

Page 33: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

(b) rebellion, terrorism, sabotage by persons other than the Contractor’s Personnel, revolution, insurrection, military or usurped power, or civil war, (c) riot, commotion, disorder, strike or lockout by persons other than the Contractor’s Personnel, (d) munitions of war, explosive materials, ionizing radiation or contamination by radio-activity, except as may be attributable to the Contractor’s use of such munitions, explosives, radiation or radioactivity, and (e) natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.

37.3 However, force majeure shall not include the following; i. rainfall ii. snowfall iii. strikes in other countries iv. non-availability of labourer and materials such as timbers, boulders, sand, and other materials v. difficulty and risky terrain and remoteness of site.

38. Settlement of Disputes.

38.1 The Employer and the Contractor shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation.

38.2 Any dispute between the parties to the Contract that may not be settled amicably will be referred to Arbitration at the initiative of either of the parties.

38.3 The Arbitration shall be conducted in accordance with the Arbitration Rules of the Kingdom of Bhutan in force.

33

Page 34: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

34

Section 6. Special Conditions of Contract

GCC 1.1(d)

GCC

1.1(i)

GCC

1.1(j)

The Contractor is

The Employer is Executive Engineer, DoR, Sarpang FD

The Engineer is Dy. Executive Engineer, DoR, Tshendagang SD

The Intended Completion Date for the whole of the Works shall be 3 Months

The Site is located at 2.20km, 2.90km, 8km, 26.0km, 26.30km on Sunkosh Dagana Road.

The Works are C/o G/R/Wall.

GCC 2.2(i)

The additional documents forming part of this Contract are: CDB & Trade license.

GCC 4.1

The Language governing the Contract shall be English.

GCC 5.1 The Engineer shall obtain specific approval of the Employer before taking any of the following actions: None

GCC 7.1

The addresses for Communications

shall be: For the Employer:

Executive Engineer, DoR, Sarpang FD.

For the Contractor:

GCC 9.1

The Key Personnel of the Contractor are: None

GCC 15.1

For insurance purposes the type of cover required shall be: The contractor shall be responsible for the insurance’.

GCC 16.1

Possession of the site shall be within [5] days from the date of signing of the Contract.

GCC 17.1

Commencement of work shall be within [5] days from the date of handing over possession of the Site.

GCC 18.1

Completion of works shall be within [135 Days] from the date of commencing t h e works on the site.

Page 35: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

GCC 19.1

& 19.2

The Contractor shall submit the first workplan [5] days after

signing the Contract, and shall update the workplan every

[2] Weeks during the period of the Contract.

GCC 22.1 “The rates for non-scheduled items of works shall be determined by the Engineer”.

GCC 25.2

An advance payment of [10] % of the Contract Price will be made to the Contractor within (14) days of Contract signing date.

GCC 26.1

The Retention shall be [10] % of the Contract Price.

GCC 27.1 The liquidated damages for the whole of the Works are 0.10% per day of the final contract price. The maximum amount of liquidated damages for the whole of the Works is 10% of the final Contract Price.

GCC 31.1

The Defects Liability Period shall be [12] months.

GCC 35.1 The percentage to apply to the value of the work not completed, Representing the Employer’s additional cost for completing the Works is 20% of the initial contract price.

35

Page 36: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 7 – Contract Forms This section contains forms which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after Contract award.

Contract Forms

Form Title

Form -1 Notification of Award

Form -2 Contract Agreements

Form -3 Bank Guarantee for Performance Security

Form -4 Bank Guarantee for Advance Payment

36

Page 37: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Form-1

Notification of Award Contract No: Date:

To:

[name and address of Contractor]

This is to notify you that your Bid dated [insert date] for the execution of the Works for [name of project / Contract] for the Contract Price of Nu [amount in figures and in words], as corrected and modified in accordance with the Instructions to bidder is hereby accepted by [name of the Employer].

You are requested to proceed with the execution of the Works on the basis that this Notification of Award shall constitute the formation of a Contract, which shall become binding upon you furnishing a Performance Security within fourteen (14) days, in accordance with ITB Clause 32, and the signing the Contract Agreement within twenty-one (21) days, in accordance with ITB Clause 33.

We attach the Contract Agreement and Special Conditions of Contract for your perusal and signature.

Signed

Duly authorised to sign for and on behalf of [Name of Procuring Entity]

Date:

37

Page 38: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Form-2

Contract Agreement THIS AGREEMENT, made the [day] of [month] [year] between [name and address of Employer] (hereinafter called “the Employer”) of the one part and [name and address of Contractor] (hereinafter called “the Contractor”) of the other part.

WHEREAS, the Employer invited Tenders for certain Works, viz, [brief description of the Works] and has accepted a Tender by the Contractor for the execution of those works in the sum of Ngultrum [insert amount in figures and words], hereinafter called “the Contract Price.

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of Contract hereinafter referred to.

2. The documents forming the Contract shall be interpreted in the following order of priority:

(a) The signed Contract Agreement;

(b) The letter of Acceptance;

(c) The completed Bid form as submitted by the Bidder;

(d) The Special Conditions of Contract;

(e) The General Conditions of Contract;

(f) Specifications

(g) The Drawings; and (h) Any other document listed in the SCC as forming part of the Contract..

3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and to remedy any defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

38

Page 39: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

IN WITNESS whereof the Parties thereto have caused this Agreement to be executed in accordance with the laws of Bhutan on the day month and year first before written.

For the Employer For the Contractor

Signature

Print Name

Title

In the presence of

(Name)

Address

39

Page 40: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Form-3

Bank Guarantee for Performance Security [this is the format for the Performance Security to be issued by any financial institute in Bhutan

in accordance with ITB Clause 35]

Contract No: Date:

To:

[Name and address of Employer]

PERFORMANCE GUARANTEE No: We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract] (hereinafter called “the Contract”), the execution of works [description of works] under the Contract.

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

At the request of the Contractor, we [name of bank] hereby irrevocably undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Nu [insert amount in figures and in words] upon receipt by us of your first written demand accompanied by a written statement that the Contractor is in breach of its obligation(s) under the Contract conditions, without you needing to prove or show grounds or reasons for your demand of the sum specified therein.

This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the above-mentioned office any demand for payment under this guarantee on or before that date.

Signature Signature

40

Page 41: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Form-4

Bank Guarantee for mobilization advance [this is the format for the Advance Payment Guarantee to be issued by a financial institutions

in Bhutan in their letter pad in accordance with SCC Clause 25.2]

Contract No: Date:

To:

[Name and address of Employer]

ADVANCE PAYMENT GUARANTEE No: We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract] (hereinafter called “the Contract”), the execution of works [description of works] under the Contract.

Furthermore, we understand that, according to your conditions, Advance Payments must be supported by a bank guarantee.

At the request of the Contractor, we [name of bank] hereby irrevocably undertake to pay you, without cavil or argument, any sum or sums not exceeding in total an amount of Nu. [insert amount in figures and in words] upon receipt by us of your first written demand accompanied by a written statement that the Contractor is in breach of its obligation(s) under the Contract conditions, without you needing to prove or show grounds or reasons for your demand of the sum specified therein.

We further agree that no change, addition or other modification of the terms of the Contract to be performed, or of any of the Contract documents which may be made between the Employer and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the above-mentioned office any demand for payment under this guarantee on or before that date.

Signature Signature

41

Page 42: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 8 Bill of Quantities (BoQ) Name of work:- Monsoon Restoration works on Sunkosh Dagana Road (C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km).

Sl No.

Item Code

Description of Items

Unit

Qty

Rate

Amount

Remarks

1

EW0105

Earth Work in excavation over areas depth 300m width >1.5m area 10 sq.m on plan, including disposal of excavated earth within 50m lead and 1.5m lift and disposal soil to be neatly dressed ordinary soil

cum 1254.95

2 CW0011

Providing and laying in position plain Cement Concrete (1:5:10), 40mm aggregates excluding the cost of centering and shuttering in foundation and plinth.

cum 22.13

3 SM0007 Providing & laying RRM with hard stones in foundations and plinth (hammer dressed) (1:6)

Cum

16.35

4 PL0042

Providing & laying 20 mm thick cement plaster in CM( 1: 5)

Sqm 92.15

5 EW0195

Filling of trenches, sides of foundations etc. in layers < 200mm using selected excavated earth, ramming etc. within lead of 50m and lift 1.50m.

Cum 886.3

6

SM0120

Providing & filling hand packed stone I GI Mesh 4mm(8swg) including the supplying and weaving of mesh complete(hammer dressed) Double knotted mesh -100mm.

Cum 1536.25

Total Amount:

Page 43: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 9.Drawings

Page 44: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)
Page 45: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Section 10. Specifications.

Trenches Excavation

Earthwork in excavation in foundation trenches or drains not exceeding 1.5m in width and 10sq.m in plan including dressing of sides & ramming of bottom, disposal of surplus excavated soil within 50m lead & 1.5m lift.

EW0105 Ordinary Soil

All excavation operation shall include excavation and getting out the excavated matter.

Getting out shall include throwing the excavated earth at least one meter or half the depth of excavation whichever is more, clear off the edge of excavation. The subsequent disposal of the excavated material shall either be as directed by the Engineer under a separate item or as included in this item disposal up to 50 meters lead. Excavation shall be dug out to the exact dimensions as shown in the drawing or as directed by the Engineer.

Care shall be taken to cut the sides and bottom exactly to the required shape, slope and gradient, while carrying out excavation for drains work. The surface shall be dressed properly. If the excavation is done to a depth greater than that shown in the drawings or greater than that required by the Engineer, the excess depth shall be made good at the cost of the contractor with stiff clay puddle at places where the drains are required to be pitched and with ordinary earth, properly watered and rammed, where the drains are not required to be pitched. In case the drain is required to be pitched, the back filling with clay puddle shall be done side by side as the pitching work proceeds. The brick pitched storm water drains shall be avoided as far as possible in filled up areas.

Excavation in ordinary rock shall be carried out by crowbars, pickaxes or pneumatic drills. Blasting operations are generally not required in this case. If the contractor wishes to resort to blasting, he can do so with the permission of Engineer, but nothing extra will be paid to him on this account.

Excavation in hard rock shall be done by chiseling where blasting operation is prohibited or is not applicable. In trenches or drains where blasting is not otherwise prohibited, the excavation in hard rock shall be carried out by blasting in the first instance and finally by chiseling so as to obtain the correct section of the trench as per drawing. The blasting operation shall be strictly as per latest RGOB blasting manuals.

Measurements: The length, breadth and depth shall be measured correct to 10mm. The cubical contents shall be worked out to the nearest two places of decimal in cubic meters.

44

Page 46: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Rates: The rates shall cover the cost for carrying out all the required excavation and banking operations including cost of labor, materials, equipment hired/owned, tools and plants, and incidentals necessary to complete the work. In case of rock, the rate shall also include the cost of all operations of blasting with explosive and accessories as mentioned above. Protection and supporting of existing services i.e. pipes, water mains, cables met within the course of excavation. Care shall be taken not to disturb electric and communication cables, and, if necessary for removal it shall be arranged by the Engineer.

CONCRETE WORK

CW0005 Providing and laying PCC 13:6 20 mm aggregate excluding the cost of

centering and shuttering General

Water, Cement, fine aggregate and coarse aggregate shall conform to material specifications. Concrete can be specified by proportions or by nominating the required strength.

Concrete shall be prepared by mixing graded stone aggregate or gravel of normal size as specified with fine aggregate and cement in specified proportions with required quantity of water.

Proportioning: It shall be done by volume. Boxes of suitable size shall be used for measuring sand and aggregate. The internal dimensions of the boxes shall be generally 35 x 25 x 40cm deep or as otherwise approved by the Engineer. The unit of measurement for cement shall be a bag of 50 kg and this shall be taken as 0.035cum. While measuring the aggregate, shaking, ramming or heaping shall not be done. The proportioning of sand shall be on the basis of its dry volume and in case of damp sand allowance for bulkage shall be made by adopting the method prescribed under "Mandatory tests".

Mixing: It shall be done in mechanical mixer. Mixing by hand shall be employed only in special cases with the specific prior permission of the Engineer-in-Charge. Stone aggregate shall be washed with water to remove dirt, dust or any other foreign materials, where necessary.

Machine Mixing: The mixer drum shall be flushed clean with water. Measured quantity of dry coarse aggregate shall be followed with measured quantity of fine aggregate and then cement. In case damp sand is used, add half of the quantity of coarse aggregate followed by cement and sand. Finally add balance quantity of the coarse aggregate. The skip shall be raised and dry materials slipped into the drum. The dry materials shall be mixed for at least four turns of the drum, after which the correct quantity of water shall be added gradually while the drum is in motion, to ensure even distribution with the dry material. The total quantity of water for mixing shall be introduced before 25% of mixing time has elapsed and shall be regulated to achieve the specified water cement ratio. The complete contents of the mixed

45

Page 47: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

concrete shall be emptied before recharging. When the mixer is closed down for the day or at any time exceeding 20 minutes, the drum shall be flushed clean.

Mixing time: The materials shall be mixed for a period of not less than 2 minutes and until a uniform colour and consistency is obtained. The time shall be counted from the moment all the materials have been put into the drum.

Hand Mixing: Hand mixing shall be done on a smooth, clean and water-tight platform of suitable size in the following manner.

(a) Measured quantity of sand shall be spread evenly

(b) The cement shall be dumped on the sand and distributed evenly

(c) The sand and cement shall be mixed intimately with spade, turning the mixture over

and over again, until it is of even color throughout and free from streaks

(d) The sand cement mixture shall be spread out and measured quantity of coarse

aggregate shall be spread on its top. Alternatively the measured quantity of coarse

aggregate shall be spread out and the sand cement mixture shall be spread on its top.

(e) The above materials shall be mixed at least three times by shoveling and turning over by twist from centre to side, then back to the centre and again to the sides.

(f) A hollow shall be made in the middle of the mixed pile.

(g) Three quarters of the total quantity of water required shall be added while the material is turned in towards the centre with spades. The remaining water shall be added by a water-can fitted with rose head, slowly turning the whole mixture over and over again until a uniform colour and consistency is obtained throughout the pile.

(h) The mixing platform shall be washed at the end of the day.

Consistency: The quantity of water to be used for each mix of 50kg cement, to give the required consistency shall not be more than 34 litres for 1:3:6 mix, 30 litres for 1:2:4 mix, 27 litres for 1:1 1/2:3 mix and 25 litres for 1:1:2 mix. In the case of vibrated concrete, the limit specified may be suitably reduced to avoid segregation. The quantity of water shall ber egulated by carrying out regular slump tests.

The following slumps shall be adopted for different kinds of works:

46

Page 48: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Works

Slump in mm

Vibrator Used

Vibrator not

used

Mass concrete in foundation footings, retaining walls and

Pavement

10-25

50-75

Thin sections of flooring less than 75 mm thickness

25-40

75 -100

Random Rubble Masonry

Providing & laying Random Rubble Masonry with hard stone in foundation & Plinth

SM0007 In cement mortar 1:6

Dressing: Stones shall be hammer dressed, on the face, the sides and the beds, to enable it to came into close proximity with the neighboring stone. The bushing in the face shall not project more than 4 cm in an exposed face, and one cm on a face to be plastered. The hammer dressed stone shall have a rough tooling for a minimum width of 2.5 cm along the four edges of the face of stone.

Laying: Every stone shall be carefully fitted to the adjacent stones, so as to form neat and close joints. Stones may be brought to level courses at plinth, windowsills and roof level. Leveling up at plinth level, window sills and roof level shall be done with concrete comprising of one part of the mortar as used for the masonry and two parts of graded stone aggregate of 20mm nominal size and shall be-included in the items. The bond shall be obtained by fitting in closely, the adjacent stones and by using bond-stones. Face stones shall extend and bond well into the backing. These shall be arranged to-break joints as much as possible, and to avoid long vertical lines of joints.

47

Page 49: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

The hearting or interior filling of the wall shall consist of rubble stones, which may be of any-shape but shall not pass through a circular ring of 15 cm inner diameter; thickness of these stones in any direction shall not be less than 10 cm. These shall be carefully laid, hammered down with a wooden mallet into position and solidly bedded in mortar, chips and spalls of stone being used wherever necessary to avoid thick mortar beds or joints and at the same time ensuring that no hollow spaces are left anywhere in the masonry. The hearting will be laid nearly level with facing and backing, except that at about one metre intervals, vertical ‘Plumb' projecting about 15 cm to 20 cm shall be firmly embedded to form a bond between successive courses.

48

Page 50: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

The chips shall not be used below the hearting stone to bring these upto the level of face stones. The use of chips shall be restricted to the filling of interstices between the adjacent stones in hearting, and then shall not exceed 20% of the quantity of stone masonry. The masonry in a structure shall be carried regularly. Where the masonry of one part has to be delayed the work shall be raked back at an angle not steeper than 45 degree.

Bond Stones: Bond or through stones running right through the thickness of walls, shall be provided in walls up to 60 cm thick and in case of walls above 60 cm thickness, a set of two or more bond stones overlapping each other by at least 15 cm shall be provided in a line from face to back.

In case of highly absorbent types of stones (porous lime stone and sand stone etc.) the-bond stone shall extend about two- third into the wall. Through stones in such cases may give rise to-damp penetrations therefore, for all thickness of such walls, a set of two or more bond stones overlapping-each other by at least 15 cm shall be provided. Where bond stone of suitable lengths are not available cement concrete block of 1:3:6 mix (1 cement: 3 coarse sand: 6 graded stone aggregate 20 mm nominal size) conforming to sizes mentioned above shall be used.

At least one bond stone or a set of bond stones shall be provided for every 0.5 sq.m of the wall surface. All bond stones in stone masonry shall be marked suitably as directed by the Engineer-in-charge.

Quoins or corner stone: The quoins shall be of selected stones neatly dressed with the hammer and / or chisel to form the required angle, and laid header and stretcher alternately. The length of these stones shall be 45cm or more and at least 25% of the stones shall be 50cm or more in length.

Jambs: Stones used in jambs shall be similar to those in quoin, excepting the length of the stem, which shall be 45cm, or thickness of the wall whichever is less.

Joints: Stones shall be so laid that all joints are fully packed with mortar and chips. Face joints shall not be thicker than 20 mm.

When plastering or pointing is not required to be done, the joints shall be struck flush and finished at the time of laying. Otherwise, the joints shall be raked to a minimum depth of 20 mm by raking tool during the progress of work, when the mortar is still green.

Scaffolding: Single scaffolding having one set of vertical support shall be allowed. Thesupports shall be sound and string tied together by horizontal pieces, over which thescaffolding planks shall be fixed. The inner end of the horizontal scaffolding member may rest in a hole provided in the masonry. Such holes, however, shall not be allowed in pillars less

49

Page 51: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

than one metre in width or near the skew-back of arches. The holes left in masonry work for supporting scaffolding shall be filled and made good with cement concrete 1:3:6 (1 cement: 3 coarse sand: 6 stone aggregate 20 mm nominal size).

Curing: Masonry work in cement or composite mortar shall be kept constantly moist on all face for a minimum period of seven days. In case of masonry with fat-lime mortar, curing shall commence two days after laying of masonry and shall continue for at least seven days thereafter.

Protection: Green work shall be protected from rain by suitable covering. The work shall also be suitably protected from damage, mortar dropping and rain during construction.

Measurement: The length, height and thickness shall be measured correct to 10 mm. The thickness of wall shall be measured at joints, excluding the bushings. Only specified dimensions shall be allowed; anything extra shall be ignored. The quantity shall be calculated in cubic metre nearest to two places of decimal.

The work under the following categories shall be measured separately:

(i) From foundation to plinth level.

(a) Work in or under water and/or liquid mud.

(b) Work in or under foul positions.

(ii) From plinth level to floor two level. (iii From floor two level to floor three level and so on.

(iv) Stone masonry in parapet shall be measured together with the corresponding item in the wall of the storey next below.

No deduction shall be made nor extra payment made for the following:

(i) Ends of dissimilar materials (that is joists, beams, lintels, posts, girders, rafters, purlins, trusses, corbels, steps etc.) upto 0.1 sq.m in section.

(ii) Openings each upto 0.1 sq.m in area. In calculating the area of opening, any separate lintels or sills shall be included along with the size of the openings but the end portions of the lintels shall be included and the extra width of rebated reveals, if any, shall also be excluded.

(iii) Wall plates and bed plates, and bearing of chajjas and the like, where the thickness does not exceed 10 cm and the bearing does not extend over the full thickness of the wall.

Note: The bearing of floor and roof slabs shall be deducted from wall masonry.

50

Page 52: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

(iv) Drain holes and recesses for cement concrete blocks, to embed holdfasts for doors, windows etc.

(v) Building in the masonry iron fixture, pipes upto 300 mm dia. hold fasts of doors and windows.

(vi) Forming chases in masonry each upto section of 350sq.cm. Masonry (excluding fix brick work) in chimney breasts, chimney stacks, smoke or air flues upto 0.20 sq.m in sectional area, shall be measured as solid and no extra payment shall be made for pargetting and coring such flues. Where flues exceed 0.20sq.m sectional area, deduction shall be made for the same pargetting and coring flues paid for separately. Apertures for fireplaces shall not be deducted and extra labour shall not be measured for splaying of jambs throating and making arch to support the opening.

Square or Rectangular Pillars: These shall be measured as walls, but extra payment shall be allowed for stone work in square or rectangular pillars over the rate for stone work in walls. Rectangular pillar shall mean a detached masonry support rectangular in section, such that its breadth does not exceed three times the thickness.

Circular Pillars (Columns): These shall be measured as per actual dimensions, but extra payment shall be allowed for stone work in circular pillars over the rate for stone work inwalls. The diameter as well as length shall be measured correct to a cm. Tapered walls, shall be measured net, as per actual dimensions and paid for as other walls.

Curved Masonry: Stone masonry curved on plan to a mean radius exceeding 6 metres shall be measured net and included with general stonework. Stone work circular on plan to a mean radius not exceeding 6 metres shall be measured separately, and shall include all cuttings and waste and templates. It shall be measured as the mean length of the wall.

Rate: The rate shall include the cost of materials and labour required for all the operations described above and shall include the following:

(a) Raking out joints for plastering or pointing done as a separate item, or finishing flush as the work proceeds.

(b) Preparing tops and sides of existing walls, for raising and extending.

(c) Rough cutting and waste for forming gables, cores, skewbacks, and spandrels of arches, splays and eaves and all rough cutting unless or otherwise specified.

(d) Bond stones or cement bond blocks.

(a) Leaving and making holes for pipes etc.

51

Page 53: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

(f) Bedding and pointing wall plates, lintels, sills etc. in or on walls, bedding roof tiles and corrugated sheets in or on walls.

(g)Building in ends of joints, beams, lintels, etc. and making good; and

(h) Openings and flues for which no deduction is made.

Cement Plaster

Providing and laying 20mm cement plaster

PL0042 CM 1:5

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 scraping. The surface shall

then be 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 retarder is left on the surface. The joints of masonry shall be raked out properly so that the plaster is well keyed with the masonry.

Mortar: The mortar of the specified mix described in the item shall be used.

Scaffolding: For all exposed brickwork 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 masonry 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 metre in width, or immediately near the skewbacks of arches. The holes left in masonry works for scaffolding purposes shall be filled and made good before plastering.

Note: In case of special type of brickwork, scaffolding shall be got approved from Engineer.

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 putlog holes shall be properly filled in advance of the plastering as the scaffolding is taken down. To ensure even thickness and true surface, plaster about 15 x 15 cm, shall be first applied, horizontally and vertically, at not more than 2 metres intervals over the entire surface to serve as gauges. The surfaces of these gauged areas shall be truly in the plane of the finished plaster surface. The mortar shall then be laid on the wall, between the gauges with trowel. The

52

Page 54: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

mortar shall be applied in a uniform surface slightly more than the specified thickness. The surface shall be 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. Finally the surface shall be finished off true with trowel or wooden float accordingly as a smooth or a sandy granular texture is required. Excessive trowelling or over working the float shall be avoided. All corners, arises, angles and junctions shall be truly vertical or horizontal as the case may be and shall be carefully finished. Rounding or chamfering corners, junctions etc. where required shall be done without 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 plaster shall be left, cut 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 or cement grout before plaster is applied to the adjacent areas, to enable the two to properly join together. Plastering work shall be closed at the end of the day on the body of the wall and not nearer than 15 cm to any corners or arises. It shall not be closed on the body of the features such as plasters, bands and copings, as these invariable lead to leakages. No portion of the surface shall be left out initially to be patched up later on. The plastering and finishing shall be completed within half an hour of adding water to the dry mortar

Finish: The plaster shall be finished to a true and plumb surface and to the proper degree of smoothness as required. The work 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 and corners with a plumb bob as the work proceeds.

Precaution: Any cracks which appear in the surface and all portions, which sound hollow when tapped, or are found to be soft or otherwise defective, shall be cut out in rectangular shape and redone as directed by the Engineer.

Thickness: The thickness of the plaster specified shall be measured exclusive of the thickness of key. The average thickness of the plaster shall not be less than the specified thickness and the minimum thickness over any portion of the surface shall not be less than specified thickness by more than 3 mm. Where the thickness required as per description of the item is 20 mm the average thickness of the plaster shall not be less than 20 mm whether the wall treated is of brick or stone. In the case of brickwork, the minimum thickness over any portion of the surface shall not be less than 15 mm while in the case of stonework the minimum thickness over the bushings shall be not less than 12 mm.

Curing: Curing shall be started as soon as the plaster has hardened sufficiently not to be damaged when watered. The plaster shall be kept wet for a period of at least 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 the plastering is done shall be legibly marked on the various sections plastered so that curing for the specified period thereafter can be watched.

53

Page 55: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Measurement: Length and breadth shall be measured correct to 10 mm and its area shall be calculated in square metres correct to two places of decimal. Thickness of the plaster shall be exclusive of the thickness of the key i.e. grooves, or open joints in brick works. The measurements of wall plaster shall be taken between the walls or partitions (the dimensions before plastering shall be taken) for the length, and from the top of the floor or skirting to the ceiling for the height. Depth of coves or cornices if any shall be deducted.

The following shall be measured separately from wall plaster:

(a) Plaster bands 30 cm wide and under.

(b) Cornices, beadings and architraves or architraves moulded wholly in plaster.

(c) Circular work not exceeding 6 m in radius. Plaster over masonry pilasters will be measured and paid for as plaster only. A coefficient of 1.63 shall be adopted for the measurement of one side plastering on honeycomb work.

Moulded cornices and coves:

(a) Length shall be measured at the centre of the girth. (b) Moulded cornices and coves shall be given in square metres the area being arrived at by multiplying length by the girth.

(c) Flat or weather-top cornices when exceeding 15 cm in width shall not be included in the girth but measured with the General Plaster work.

(d) Cornices, which are curved in their length, shall be measured separately.

Exterior plastering at a height greater than 10m from average ground level shall be measured separately in each storey height. Patch plastering (in repairs) shall be measured as plastering new work, where the patch exceeds 2.5 sq.m, extra payment being made for preparing old wall, such as dismantling old plaster, raking out the joints and cleaning the surface. Where the patch does not exceed 2.5 sq.m in area, it shall be measured under the appropriate item under sub-head "Repairs to Buildings".

Deductions in measurements for openings etc. will be regulated as follows:

(a) No deduction will be made for openings or ends of joists, beams, posts, girders, steps etc. upto 0.5 sq.m in area; no additions shall be made either, for jambs, soffits and sills of such openings. The above procedure will apply to both faces of wall.

(b) Deduction for openings exceeding 0.5 sq.m but not exceeding 3 sq.m each shall be made for reveals, jambs, soffits, sills etc. of these openings.

54

Page 56: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

(i) When both faces of walls are plastered with same plaster, deductions shall be made for one face only.

(ii) When two faces of walls are plastered with different types of plaster or if one face is plastered and other is pointed, or one face is plastered and other is unplastered, deduction shall be made from the plaster or pointing on the side of the frame for the doors, windows etc. on which width of reveal is less than that on the other side but no deduction shall be made on the other side. Where width of reveals on both faces of wall are equal, deduction of 50% of area of opening on each face shall be made from area of plaster and/or pointing as the case may be.

(iii) For opening having door frame equal to or projecting beyond thickness of wall, full deduction for opening shall be made from each plastered face of wall.

(c) For opening exceeding 3 sq.m in area, deduction will be made in the measurements for the full opening of the wall treatment on both faces, while at the same time, jambs, sills and soffits will be measured for payment. In measuring jambs, sills and soffits, deduction shall not be made for the area in contact with the frame of doors, windows etc.

Rate: The rate shall include the cost of the labour and materials involved in all the operations described above.

Form Works

Providing & fixing formwork (centering and shuttering) including strutting, propping etc. and removal of formwork

RC0090 Foundation and plinth etc.

Propping and Centering: Props used for centering shall be of steel, timber posts, ballies or any other material approved by Engineer. Use of brick masonry pillars in mud mortar shall also be permissible. In no case ballies shall be of diameter less than 100mm measured at mid length and 80mm at thin end. Maximum permissible spacing shall be 1.2m centre to centre. Ballies shall rest squarely on wooden sole plates of 40mm thickness and minimum bearing area of 0.1sq.m laid either on ground or on 40 x 40cm brick masonry pillars in mud mortar of height not exceeding 40cm. Double wedges shall further be provided between the sole plates and the wooden props so as to facilitate tightening and easing of shuttering without jarring the concrete. In case brick masonry pillars of adequate section are used instead of props, wooden sole plates shall be provided at the top of pillars and double wedges inserted between the sole plate and the bottom of shuttering.

55

Page 57: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Formwork and concreting of upper floor shall not be done until concrete of lower floor has set for atleast 28 days. In case of balconies and cantilever beams, coming one above the other, the members being cast shall be supported by props on two floors below the floor where initial supporting has been done. Ballies shall rest squarely on wooden sole plates of 40mm thickness and with minimum bearing area of 0.1sq.m.

The details of formwork stated above shall be applicable for spans of 4.50m and height upto 3.50 metres. In case any of these limits is exceeded the formwork shall be properly designed for the self-weight, weight of reinforcement, weight of fresh concrete, various live loads imposed during the construction process (such as workmen and equipment). Dumping of concrete, movement of construction equipment and action of the wind may produce lateral forces which must be resisted by the form work to prevent lateral failure for which suitable horizontal as well as diagonal bracings shall be provided. The permissible stresses in bending, buckling load of props, permissible deflection of shuttering should not be exceeded.

In case the height of centering exceeds 3.50 metres, the props may be provided in multi-stages. Before the concreting is started, the props and wedges shall be thoroughly checked to see that these are intact, and take suitable action in case these are loose. While the concreting is in progress, at least one carpenter shall be readily available at the site. The carpenter shall keep a constant watch on the props and take immediate remedial measures, as soon as any of these get loosened. Care shall be taken that props and wedges do not get loose for a minimum period specified in table X below.

Shuttering: The shuttering shall have smooth and even surface and the joints shall not permit leakage of cement grout. Timber used shall be well seasoned, free from loose knots, projecting nails, splits or other defects that may mar the cement surface of concrete. It shall not be so dry as to absorb water from concrete and swell and bulge, or so green or wet as to shrink after erection. Species of timber that are not affected appreciably by its contact with water shall be used. The timber shall be accurately sawn and planed on the sides and the surface coming in contact with concrete. For exposed concrete faces, timber for shuttering shall be wrought on all faces in contact with concrete.

Wooden formwork with metal sheet lining or steel plates stiffened by steel angles shall also be permitted. Where metal forms are used, all bolts and nuts shall be countersunk and well ground to provide a smooth plane surface. The chamfers, bevelled edges and mouldings shall be made in the formwork itself. Opening for fan clamps and other fittings connected with services shall be provided in the shuttering as directed by the Engineer-in-charge. As far as practicable, clamps shall be used to hold the forms together. Where use of nails is unavoidable minimum number of nails shall be used and these shall be left projecting so that they can be easily withdrawn. Use of double head nails shall be preferred.

Surface Treatment for Shuttering: The surfaces of timber shuttering that would come in

56

Page 58: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

contact with concrete shall be well wetted and coated with soap solution, raw linseed oil, form oil of approved manufacture or any other approved material (such as polythene / polyethylene sheets), to prevent adhesion of concrete to form work. Soap solution, for the purpose shall be prepared by dissolving yellow soap in water to get the consistency of paint. Inside surfaces of forms shall be thoroughly cleaned before application of any of the materials mentioned above. Release agents shall be applied strictly in accordance with the manufacturers’ instructions and shall not be allowed to come in contact with any reinforcement. Re-use of the shuttering shall be permitted only after the inside surface has been thoroughly cleaned in the manner described above.

Contractor shall give the Engineer due notice before placing any concrete in the forms to permit him to inspect and accept the form work as to its strength alignment and general fitness, but such inspection shall not relieve the contractor of his responsibility for safety of workman, machinery, materials and for results obtained.

Camber: Suitable camber shall be provided in horizontal members of structures, especially in long spans to counteract the effects of deflection. The formwork shall be so assembled as to provide for such camber. The camber for beams and slabs shall be 4mm per metre (1 in 250) or as directed by the Engineer, so as to offset the subsequent deflection. For cantilevers, the camber at free end shall be 1/50th of the projected length or as directed by the Engineer.

Special Formwork: For special type of work-locations like tall structures etc. use of special types of formwork like moving or climbing forms shall be permitted. The details of such formworks along with the sequence of working shall be got approved from the Engineer before their erection.

Removal of Form Work: No formwork or any part thereof shall be removed without prior approval of the Engineer. The formwork shall be so removed as not to cause any damage to concrete due to shock or vibration. In a slab and beam construction, sides of beam shall be stripped first, then the under sides of slab and lastly the underside of the beam. Formwork must be so designed that they can be stripped in the order required i.e.

(a) Shutters to vertical (non load bearing) faces e.g. column boxes, beam sides, wall forms,

(b) Shutters forming soffits to slabs, horizontal and inclined which carry only light load, e.g. slabs, roofs, floors and canopies etc.

(c) Soffit shutters carrying heavy load e.g. beam and girder bottoms.

The whole of the formwork should be planned and a definite scheme of operation worked out. In no circumstances should forms be struck until the concrete reaches strength of at least twice the stress to which the concrete may be subjected at the time of striking. Where possible the formwork should be left longer as it would assist curing. Forms should be eased carefully in order to prevent the load being suddenly transferred to concrete. The period that shall

57

Page 59: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

elapse after the concrete has been laid, before easing and removal of centering and shuttering is undertaken shall be as given in Table below:

Type of formwork Minimum period before striking formwork

Vertical formwork to columns, walls and Beams

16 – 24 h

Soffit formwork to slabs ( props to be re fixed immediately after removal of formwork)

3 days

Soffit formwork to beams ( props to be Re fixed immediately after removal of

formwork)

7 days

Props to slabs spanning upto 4.5 m 7 days

Props to slabs spanning over 4.5 m 14 days

Props to beams and arches spanning upto 6m

14 days

Props to beams and arches spanning over 6 m

21 days

Note 1: For rapid hardening cement, 3/7 of the above periods will be sufficient in all cases, except for vertical sides of slabs, beams and columns which should be retained for at least 24 hours.

Note 2: In case of cantilever slabs and beams, the centering shall remain till structures for counter acting or bearing down have been erected and have attained sufficient strength.

Note 3: Proper precautions should be taken to allow for the decrease in the rate of hardening that occurs with all cements in cold weather.

58

Page 60: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Note 4: Work damaged through premature or careless removal of forms shall be reconstructed.

Measurements: Where it is stipulated that the formwork shall be paid for separately, measurement shall be taken of the area of shuttering in contact with the concrete surface. Dimensions of formwork shall be measured correct to 10mm. The measurements shall be taken separately under each of the items mentioned above.

Centering and shuttering where exceeding 3.5 metres height in one floor shall be measured and paid for separately.

Where it is not specifically stated in the description of the item that formwork shall be paid for separately, the rate of the R.C.C. item shall be deemed to include the cost of formwork.

No deductions from the shuttering due to the openings/ obstructions shall be made if area of such openings/obstructions does not exceed 0.1sq.m. Nothing extra shall be paid for forming such openings.

Rate: The rate of formwork includes the cost of labour, materials tools and plant required for all the operations described in this section including properly supporting the members until the concrete is cured, set and hardened as required. No separate payment shall be made for items such as form release agent, connections, provisions for openings and other items required for the completion of the work unless specified otherwise.

Page 61: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

EW0195 Filling of trenches, sides of foundations, under floors in ground floor etc. in layers not exceeding 200mm in depth using selected available excavated materials including consolidating each deposited layer by ramming, watering etc. within lead 50 m & lift 1.5m

Earth used for filling shall be free from stone, shingle or boulder not larger than 75 mm in any direction, salts, organic or other foreign matter. Normally excavated earth from the same area shall be used for filling. However, if such earth contains deleterious material the same shall not be used. All clods of earth shall be broken or removed.

The spaces around the foundations pipes and drains in trenches shall be cleared of all debris, brick bats etc. The filling shall be done in layers, not exceeding 200mm in each layer. Each layer shall be watered, rammed and consolidated before the succeeding one is laid. Earth shall be rammed with iron rammers where feasible and with the butt-ends of crowbars where rammer cannot be used. Special care shall be taken that no damage is caused to the pipes, drains and masonry or concrete in the trenches, under floor, etc.

Measurements: The cubical contents of foundation concrete and masonry in foundation up to ground level shall be worked out and the same deducted from the cubical contents of earthwork in excavation for foundations to arrive at the quantity for filling sides of

foundation.

Rates: The rates shall cover the cost for carrying out all the required filling operations including cost of labour, materials, equipment hired/owned, tools and plants, and incidentals necessary to complete the work.

Gabion Works

Providing & filling hand-packed stone in G.I mesh 4mm (8swg) including supplying, weaving, placing in position, securing & fastening of mesh complete

SM0120 Double-knotted mesh, 100 mm

The gabion wall so constructed shall satisfy the basic requirement such as stability, flexibility and durability. It shall also satisfy environmental and safety requirements.

The G.I wire shall be of diameter not less than 4mm having tensile strength of 300-400 Mpa confirming to IS:280. The size of the mesh shall be as specified in the items but shall not be more than 150mm.

Sausages shall be fixed as directed by the Engineer. The different blocks shall be secured properly. The crates shall be placed in position before filling with boulders. It shall be filled by carefully hand packing boulders as tightly as possible and not by merely throwing stones.

Measurements: Measurement shall be taken in cubical content correct to 0.01 cu.m.

Rate: The rate shall include all materials and labour involved in the work.

Page 62: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Stone Soling, Filling & Edging

SM0072 Providing and laying Hand packed stone filling or soling with stones

Stones as obtained from the quarry shall be packed with their broader surface as base. The packing shall be as dense as possible and the interstice shall be filled with small stones. The height of stones shall be as per the thickness of soling required. The stones shall be arranged neatly and the joints shall be as thin as possible.

Measurements: The length, breadth and height shall be measured correct to 10 mm. and the volume calculated correct to 0.01 cum.

Rate: The rate shall include the materials and labor involved in all operation described

above.

CONCRETE WORK

General

Water, Cement, fine aggregate and coarse aggregate shall conform to material specifications. Concrete can be specified by proportions or by nominating the required strength.

Concrete shall be prepared by mixing graded stone aggregate or gravel of normal size as specified with fine aggregate and cement in specified proportions with required quantity of water.

Proportioning: It shall be done by volume. Boxes of suitable size shall be used for measuring sand and aggregate. The internal dimensions of the boxes shall be generally 35 x 25 x 40cm deep or as otherwise approved by the Engineer. The unit of measurement for cement shall be a bag of 50 kg and this shall be taken as 0.035cum. While measuring the aggregate, shaking, ramming or heaping shall not be done. The proportioning of sand shall be on the basis of its dry volume and in case of damp sand allowance for bulkage shall be made by adopting the method prescribed under "Mandatory tests".

Mixing: It shall be done in mechanical mixer. Mixing by hand shall be employed only in special cases with the specific prior permission of the Engineer-in-Charge. Stone aggregate shall be washed with water to remove dirt, dust or any other foreign materials, where necessary.

Machine Mixing: The mixer drum shall be flushed clean with water. Measured quantity of dry coarse aggregate shall be followed with measured quantity of fine aggregate and then cement. In case damp sand is used, add half of the quantity of coarse aggregate followed by cement and sand. Finally add balance quantity of the coarse aggregate. The skip shall be raised and dry materials slipped into the drum. The dry materials shall be mixed for at least four turns of the drum, after which the correct quantity of water shall be added gradually while the drum is

Page 63: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

in motion, to ensure even distribution with the dry material. The total quantity of water for mixing shall be introduced before 25% of mixing time has elapsed and shall be regulated to achieve the specified water cement ratio. The complete contents of the mixed concrete shall be emptied before recharging. When the mixer is closed down for the day or at any time exceeding 20 minutes, the drum shall be flushed clean.

Mixing time: The materials shall be mixed for a period of not less than 2 minutes and until a uniform colour and consistency is obtained. The time shall be counted from the moment all the materials have been put into the drum.

Hand Mixing: Hand mixing shall be done on a smooth, clean and water-tight platform of suitable size in the following manner.

(a) Measured quantity of sand shall be spread evenly

(b) The cement shall be dumped on the sand and distributed evenly

(c) The sand and cement shall be mixed intimately with spade, turning the mixture over and over again, until it is of even color throughout and free from streaks

(d) The sand cement mixture shall be spread out and measured quantity of coarse aggregate shall be spread on its top. Alternatively the measured quantity of coarse aggregate shall be spread out and the sand cement mixture shall be spread on its top.

(e) The above materials shall be mixed at least three times by shoveling and turning over by twist from centre to side, then back to the centre and again to the sides.

(f) A hollow shall be made in the middle of the mixed pile.

(g) Three quarters of the total quantity of water required shall be added while the material is turned in towards the centre with spades. The remaining water shall be added by a water-can fitted with rose head, slowly turning the whole mixture over and over again until a uniform colour and consistency is obtained throughout the pile.

(h) The mixing platform shall be washed at the end of the day.

Consistency: The quantity of water to be used for each mix of 50kg cement, to give the required consistency shall not be more than 34 litres for 1:3:6 mix, 30 litres for 1:2:4 mix, 27 litres for 1:1 1/2:3 mix and 25 litres for 1:1:2 mix. In the case of vibrated concrete, the limit specified may be suitably reduced to avoid segregation. The quantity of water shall ber egulated by carrying out regular slump tests.

The following slumps shall be adopted for different kinds of works:

Page 64: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

Works

Slump in mm

Vibrator Used

Vibrator not

used

Mass concrete in foundation footings, retaining walls and

Pavement 10-25

50-75

Thin sections of flooring less than 75 mm thickness 25-40

75 -100

CW0005 1:3:6 (1 cement : 3 sand : 6 graded crushed stone 20 mm nominal size)

Page 65: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

General

INTERGERTY PACT

Whereas (Mr. Dorji Wangdi, Executive Engineer) representing the (Department of Roads,Sarpang FD), Royal Government of Bhutan, hereafter referred to as the Employer on one part, and (………………………………………………………………………………Name of Person) representing the ………………………………………………………..Name of Bidder) as the other part hereby execute this agreement as follows: This agreement should be a part of the tender document, which shall be signed and submitted along with the tender document. The head of the employing agency/or his authorized representative should be the signing authority. For the bidders, the bidder himself or his authorized representative must sign the Integrity Pact (IP). If the winning bidder had not signed during the submission of the bid, the tender shall be cancelled.

2 Objective

Now, therefore, the Employer and the Bidder agree to enter into this pre-contract agreement, hereinafter referred to as Integrity Pact, to avoid all forms of corruption by following a system that is fair, transparent and free from any influence/unprejudiced dealings prior to, during and subsequent to the currency of the contract to be entered onto, with a view to :-

2.1 Enabling the Employer to obtain the desired contract at a reasonable and competitive price in conformity to the define specifications of the works, goods and services; and

2.2 Enabling bidders to abstain from bribing or any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also refrain from bribing and other corrupt practices and the Employer will commit to prevent corruption, in any form by their officials by following transparent procedures.

3. Commitments of the Employer:

The Employer Commits itself to the following:-

3.1 The Employer hereby undertakes that no official of the Employer, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward favor or any material or immaterial benefit or any other advantage from the bidder, either for themselves for any advantage in the bidding process, bid evaluation, contracting or implementation process related to the Contract.

3.2 The Employer further confirms that its officials has not favored any prospective bidder in any form that could afford an undue advantage to that particular bidder during the tendering stage, and will further treat all Bidders alike.

3.3 All the officials of the Employer shall report to the Head of the employing agency or an appropriate Government office any attempted to completed violation of clauses 3.1 and 3.2.

60

Page 66: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

3.4 Following report on violation of clauses 3.1 and 3.2 by official (s), through any source, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the Employer and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the Employer the proceedings under the contract would not be stalled.

4 Commitments of Bidders

The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of his bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commits himself to the following :-

4.1 The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favor, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Employer, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contraction and implementation of the Contract.

4.2 The bidder further undertakes that he has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favor, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Employer or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the Contract or any other contract with the Government for showing or forbearing to show favor or disfavor to any person in relation to the Contract or any other contract with the Government.

4.3 The Bidder will not collude with other parties interested in the contract to preclude the competitive bid price, impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

4.4 The Bidder, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the Employer of their family members agents or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

5 Sanctions for Violation

The breach of any aforesaid provisions or providing false information by employers, including manipulation of information by evaluation, shall face administrative charges and penal actions as per the existing relevant rules and laws. The branch of the Pact or providing false information by the Bidder, or any one employed by him, or acting on his behalf (whether with or without the knowledge of the bidder), or the commission of any offences by the bidder, or any one, employed by him, or acting on his behalf, shall be dealt with as per the provisions of the Penal Code of Bhutan, 2004, and the Anti-Corruption Act, 2006

61

Page 67: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

The Employer/relevant agency shall also take all or any one of the following action, whenever required :-

5.1 To immediately call of the pre-contract negotiation without giving any compensation to the Bidder. However, the proceedings with the other Bidder(s) would continue.

5.2 To immediately cancel the contract, if already awarded/signed, without giving any compensation to the Bidder

5.3 The Earnest Money / Security Deposit shall stand forfeited.

5.4 To recover all sums already paid by the Employer.

5.5 To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the Bidder, in order to recover the payments, already made by the Employer, along with interest.

5.6 To cancel all or any other Contracts with the Bidder.

5.7 To debar the Bidder from entering into any bid from the government of Bhutan as per the Debarment Rule.

6. Conflict of Interest

6.1 A conflict of interest involves a conflict between the public duty and private interest (for favor or vengeance) of a public official, in which the public official has private interest which could improperly influence the performance of their official duties and responsibilities. Conflict of Interest would arise in a situation when any concerned members of both the parties are related either directly or indirectly, or has any association or had any confrontation. Thus, conflict of interest of any tender committee member must be declared in a prescribed form.

6.2 The Bidder shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any committee member, and if he does so, the Employer shall be entitled forthwith to rescind the Contract and all other contracts with the Bidder.

Page 68: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)
Page 69: NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD … · NAME OF WORK: MONSOON RESTORATION WORKS ON ROAD SUNKOSH DAGANA ROAD(SH:C/o Gabion R/wall at 2.20km, 2.90km, 8km, 26.0km, 26.30km)

The Executive Engineer, DoR, Sarpang FD now invites sealed Bids from eligible and qualified class “Small” contractors for carrying out Monsoon Restoration works Under Field Division DoR, Sarpang.

SL.No

Name of Work

Bid No

Date of sale of bid

Bid Security (Nu)

Class of Contractor

Time for completion of works

Date ,time & venue for Bid Submission & opening

1 Monsoon Restoration works on

Sunkosh Dagana Road( C/o R/G/Wall at 2.20km, 2.90km, 8km, 26.00km,26.30km)

FDS/2011-2012/23

5.12.2011 80, 000.00 Small. 135 days Bid s Must submitted in office of the Executive Engineer at 10AM on 5th/Jan/2012 and will be open at same day at 10.30AM on 5th/Jan/2012.

2 Monsoon Restoration works on Gelephug Trongsa Highway (SH : C/o B/wall, L/Drain, R/wall, Gabion R/wall, C/o Hume Pipe at 15km, 15.125km, 15.5km, 170km)(Package 1)

FDS/2011-2012/24

26000.00 Small 3 Months

3 Monsoon Restoration works on Gelephug Trongsa Highway( SH;C/o Gabion R/wall, at 22km, 28-29km, 29.60km)

FDS/2011-2012/25

54000.00 Small. 3 Months.

. Bidding will be conducted through the National Competitive Bidding procedures specified in the RGoB Procurement Rules and Regulations, and are open to all Bidders from Countries as defined in Section V of the Bidding Documents Interested eligible Bidders may obtain further information from Dy. Executive Engineer, Planning Section (06-365187) DoR, Sarpang FD during working hours. . A complete set of Bidding Documents in English can be downloaded from www.mowhs.gov.bt Bids must be delivered to the above address on or before 10AM on 5th January, 2012. Electronic bidding shall not be permitted. Late Bids will be rejected. Bids will be opened physically in the presence of the Bidders’ representatives, who choose to attend in person at 10:30AM on 5th, January, 2012. Executive Engineer, DoR, Sarpang FD.