+ All Categories
Home > Documents > TENDER DOCUMENT FOR WAP/PMD/2017-18/20 Date

TENDER DOCUMENT FOR WAP/PMD/2017-18/20 Date

Date post: 20-Apr-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
258
TENDER NO: WAP/PMD/2017-18/20 A-71, 7 th Floor, Himalaya House, 23, Kasturba Gandhi Marg, New Delhi-110001 TENDER DOCUMENT FOR CONSTRUCTION OF MODERN CHANGE ROOM COMPLEX WITH PROVISION OF YOGA, COMBAT SPORTS AND FITNESS CENTER AT NSSC BANGALORE WAP/PMD/2017-18/20 Date: 11/10/2017 Signature of Bidder WAPCOS LTD. -1-
Transcript

TENDER NO: WAP/PMD/2017-18/20

A-71, 7th Floor, Himalaya House,23, Kasturba Gandhi Marg,

New Delhi-110001

TENDER DOCUMENT FOR

CONSTRUCTION OF MODERN CHANGE ROOM COMPLEX WITHPROVISION OF YOGA, COMBAT SPORTS AND FITNESS CENTER AT NSSC

BANGALORE

WAP/PMD/2017-18/20Date: 11/10/2017

Signature of Bidder WAPCOS LTD.-1-

TENDER NO: WAP/PMD/2017-18/20

TABLE OF CONTENT

TECHNICAL BIDVOLUME - I

SECTION PARTICULARNOTICE INVITING TENDER

SECTION I INSTRUCTIONS TO BIDDERSECTION II SELECTION AND QUALIFYING CRITERIASECTION III GENERAL CONDITIONS OF CONTRACTSECTION IV SPECIAL CONDITIONS OF CONTRACTSECTION V ANNEXURES

ANNEXURE - I : FORMAT FOR GUARANTEE BONDS / AFFIDAVIT FOR WORKANNEXURE - II : FORMAT FOR GUARANTEE BOND FOR WATER PROOFING TREATMENTANNEXURE - III : FORMAT FOR PERFORMANCE SECURITYANNEXURE - IV : FORMAT FOR ADVANCE PAYMENT BANK GUARANTEEANNEXURE - V : SAFETY CODESANNEXURE - VI : MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY

ARRANGEMENTSSECTION VI FORMS

LETTER OF TRANSMITTALFORM A : FINANCIAL INFORMATIONFORM B : STRUCTURE & ORGANISATIONFORM C : NO CONVICTION CERTIFICATEFORM D : UNDERSTANDING THE PROJECT SITEFORM E : NO DEVIATION CERTIFICATEFORM F : INTEGRITY PACTFORM G : FORMAT FOR LITIGATION HISTORY, LIQUIDATED DAMAGES, DISQUALIFICATIONFORM H : DECLARATION FOR PROPRIETORSHIP

VOLUME – IISECTION VII SCOPE OF WORK

SECTION VIII GEO-TECHNICAL REPORTS AND TOPOGRAPHICAL SURVEYTENDER DRAWINGS OF THE PROJECT

FINANCIAL BIDVOLUME - III

SECTION IX FINANCIAL PROPOSALLETTER OF TRANSMITALSUMMARY OF COSTPAYMENT TERMS

Signature of Bidder WAPCOS LTD.-2-

TENDER NO: WAP/PMD/2017-18/20

VOLUME – I

SECTION PARTICULARNOTICE INVITING TENDER

SECTION I INSTRUCTIONS TO BIDDERSECTION II SELECTION AND QUALIFYING CRITERIASECTION III GENERAL CONDITIONS OF CONTRACTSECTION IV SPECIAL CONDITIONS OF CONTRACTSECTION V ANNEXURES

ANNEXURE - I: FORMAT FOR GUARANTEE BONDS / AFFIDAVIT FORWORK

ANNEXURE - II : FORMAT FOR GUARANTEE BOND FOR WATERPROOFING TREATMENT

ANNEXURE - III : FORMAT FOR PERFORMANCE SECURITYANNEXURE - IV: FORMAT FOR ADVANCE PAYMENT BANK

GUARANTEEANNEXURE - V : SAFETY CODESANNEXURE - VI: MODEL RULES FOR THE PROTECTION OF HEALTH

AND SANITARY ARRANGEMENTSSECTION VI FORMS

LETTER OF TRANSMITTALFORM A : FINANCIAL INFORMATIONFORM B : STRUCTURE & ORGANISATIONFORM C : NO CONVICTION CERTIFICATEFORM D : UNDERSTANDING THE PROJECT SITEFORM E : NO DEVIATION CERTIFICATEFORM F : INTEGRITY PACTFORM G : FORMAT FOR LITIGATION HISTORY, LIQUIDATED DAMAGES,

DISQUALIFICATIONFORM H : DECLARATION FOR PROPRIETORSHIP

Signature of Bidder WAPCOS LTD.-3-

TENDER NO: WAP/PMD/2017-18/20

NOTICE INVITING TENDER (NIT)

Signature of Bidder WAPCOS LTD.-4-

TENDER NO: WAP/PMD/2017-18/20

NOTICE INVITING TENDER (NIT)

NIT No. WAP/PMD/2017-18/20 Dated : 11/10/2017

WAPCOS Limited (A Govt. of India Undertaking), for and behalf of Sports Authority of India (SAI)invites Online Electronic Tenders on EPC Mode from experienced and competent bidders, meetingprescribed qualifying criteria as mentioned in tender document.

1. Name of Work / Project : Construction of Modern Change Room ComplexWith Provision of Yoga, Combat Sports AndFitness Center At NSSC Bangalore

2. Site / Location : Netaji Subhas Southren Centre, Mysore Road,Bangalore (KA)-560056

3. Website for upload tender/Corrigendum/ Addendum

: www.wapcos.co.in and www.eprocure.gov.inhttps://www.tcil-india-electronictender.com

4. Estimated Cost of Work : Rs. 3.20 Crores5. Cost of Tender Document : Rs. 8000/- (in form of Demand Draft in favour of

WAPCOS LIMITED payable at New Delhi)6. Amount of Earnest Money Deposit : Rs. 6.40 Lakhs (Refundable) in the form of

RTGS/NEFT/D.D./Banker’s cheque/FDR/ BG inprescribed format in favors of ‘WAPCOS Limited’payable at New Delhi.

7. Project Completion Period : 6 Months from the Date of Award8. Validity of Bid/Tender 120 Days9. Site Visit (Mandatory for the

bidders): 16/10/2017 at 12:00 to 17:00 hours in presence

of WAPCOS representative. Bidder representativeshall come along with authorization letter (Mr.Silva-8553121584)

10. Pre Bid Meeting : 20-10-2017 at 15:00 hours to be held in the officeof Chief Engineer, Project Management Division.Bidders are advised to attend Pre-bid meeting forseeking clarifications on their queries

11. Last date & time of Procurement /download of tender Document

: 24-10-2017 upto 15:00 hoursThe bidder must officially procure/download thetender documents from the ETS portal ofWAPCOS before the last date and time of sale oftender document in order to bid.

12. Offline Submission of Technicaldocument, Tender Fees, EMD andPass phrases etc. as detail in Tender

25-10-2017 up to 15:00 hours in the office of ChiefEngineer, Project Management Division

13. Last date & time for onlinesubmission of Technical & FinancialBid.

: 26/10/2017 up to 14:00 hours

14. Online opening of Technical Bid : 26/10/2017 up to 16:00 hours

15. Online opening of Financial Bid : Intimated to Technical Qualified Bidders.

Signature of Bidder WAPCOS LTD.-5-

TENDER NO: WAP/PMD/2017-18/20

16. WAPCOS Contact information : WAPCOS Limited.A-71, 7th Floor, Himalaya House, 23,Kasturba Gandhi Marg, New Delhi-110001Email: [email protected] No. +91-11-23322941

Exemption in Tender document fee & EMD by Micro, Small & Medium Enterprises registeredwith NSIC: The Micro,Small & Medium Enterprises registered with the NSIC under GovernmentStore Purchase Programme having certificate clearly indicating the amount of “QuantitativeCapacity P.A.” more than the estimated cost of Work, are exempted from the submission ofTender document fee / EMD/ Bid security deposit on production of requisite proof in the form ofvalid certification from MSME and NSIC for the tendered item/services.

If the office of WAPCOS Limited, New Delhi happens to be closed on the last date and timementioned for any of the event, the said event will take place on the next working day at the sametime and venue.

The tender document has to be downloaded from above specified websites. Bidders are advised tovisit above specified websites regularly for updates /Amendments/ Corrigendum, if any. TheUpdates/Corrigendum/Addendum shall be followed up to submission of tender and it will be thepart of tender. The full details about the work, specifications, Drawings, terms and conditions shallbe available in the Tender Document. The tender document has to be submitted online on websiteshttps://www.tcil-india-electronictender.com.

The purpose of this NIT is to provide interested parties with information to assist the preparationof their bid. While WAPCOS Limited has taken due care in the preparation of the informationcontained herein, and believe it to be complete and accurate, neither it nor any of its authorities oragencies nor any of its respective officers, employees, agents or advisors give any warranty or makeany representations, expressed or implied as to the completeness or accuracy of the informationcontained in this document or any information which may be provided in association with it.

Further, WAPCOS Limited does not claim that the information is exhaustive. Respondents to thisNIT are required to make their own inquiries/ surveys and will be required to confirm, in writing,that they have done so and they did not rely solely on the information in NIT. WAPCOS Limited isnot responsible if no due diligence is performed by the bidders.

Signature of Bidder WAPCOS LTD.-6-

TENDER NO: WAP/PMD/2017-18/20

IMPORTANT POINTS

1.1 The bidder should be an Indian Registered Company under Companies Act 1956/Proprietorship Company/ Partnership Company.

1.2 All Bidders are hereby cautioned that Bids containing any deviation or reservation asdescribed in Clauses of “Instructions to Bidders” shall be considered as non-responsive andshall be summarily rejected.

1.3 WAPCOS Ltd. reserves the right to accept or reject any or all bids without assigning anyreasons. No Bidder shall have any cause of action or claim against the WAPCOS Ltd. Forrejection of his Bid and will not be bound to accept the lowest or any other tender.

1.4 No reimbursement of cost of any type or on any account will be paid to persons or entitiessubmitting their Bid.

1.5 All information submitted in response to this NIT shall be the property of WAPCOS Limitedand it shall be free to use the concept of the same at its will.

1.6 It is hereby declared that WAPCOS is committed to follow the principle of transparency,equity and competitiveness in public procurement. The subject Notice Inviting Tender (NIT)is an invitation to offer made on the condition that the Bidder will sign the integrityAgreement, which is an integral part of tender/bid documents, failing which thetenderer/bidder will stand disqualified from the tendering process and the bid of the bidderwould be summarily rejected. This declaration shall form part and parcel of the IntegrityAgreement and signing of the same shall be deemed as acceptance and signing of theIntegrity Agreement on behalf of the WAPCOS.

For and on behalf of WAPCOS LIMITED

Chief Engineer

Signature of Bidder WAPCOS LTD.-7-

TENDER NO: WAP/PMD/2017-18/20

SECTION– I

INSTRUCTIONS TO BIDDER

Signature of Bidder WAPCOS LTD.-8-

TENDER NO: WAP/PMD/2017-18/20

SECTION– I

INSTRUCTIONS TO BIDDER

1.0 SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING

1.1 GENERAL

The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as given inthese Tender Documents. Submission of Online Bids is mandatory for this Tender.

E-Tendering is a new methodology for conducting Public Procurement in a transparent andsecured manner. For conducting electronic tendering, bidders shall use the portalhttps://www.tcil-india-electronictender.com Benefits to Suppliers are outlined on theHome-page of the portal.

Single Stage Two Envelope system, one Technical Bid (Volume-I and Volume-II of tenderdocument) and financial bid (volume-III of tender document)

1.2 BROAD OUTLINE OF ACTIVITIES FROM BIDDER’S PERSPECTIVE

1. Procure a Digital Signing Certificate (DSC)2. Register on Electronic Tendering System® (ETS)3. Create Marketing Authorities (MAs), Users and assign roles on ETS. It is mandatory to

create at least one MA.4. View Notice Inviting Tender (NIT) on ETS5. For this tender -- Assign Tender Search Code (TSC) to an MA6. Download Official Copy of Tender Documents from ETS. Note: Official copy of Tender

Documents is distinct from downloading ‘Free Copy of Tender Documents’. Toparticipate in a tender, it is mandatory to procure official copy of Tender Documentsfor that tender before the last date & time of procurement of bid.

7. Clarification to Tender Documents on ETS (if applicable)– Query to WAPCOS– View response to queries posted by WAPCOS

8. Bid-Submission on ETS9. Attend Public Online Tender Opening Event (TOE) on ETS

– Opening of relevant Bid-Part10. Post-TOE Clarification on ETS (Optional)

– Respond to WAPCOS Post-TOE queries11. Attend Public Online Tender Opening Event (TOE) on ETS

Opening of relevant part (ie Financial-Part):- Only for Technical Qualified bidders

For participating in this tender online, the following instructions are to be read carefully.These instructions are supplemented with more detailed guidelines on the relevant screensof the ETS.

Signature of Bidder WAPCOS LTD.-9-

TENDER NO: WAP/PMD/2017-18/20

1.3 DIGITAL CERTIFICATES

For integrity of data and authenticity/ non-repudiation of electronic records, and to becompliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC).also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by aCertifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [referhttp://www.cca.gov.in].

1.4 REGISTRATION

To use the Electronic Tender portal https://www.tcil-india-electronictender.com, biddersneed to register on the portal. Registration of each organization is to be done by one of itsauthorized persons who will be the main person coordinating for the e-tendering activities.In ETS terminology, this person will be referred to as the Super User (SU) of thatorganization. For further details, please visit the website/portal, and click on the ‘SupplierOrganization’ link under ‘Registration’ (on the Home Page), and follow further instructionsas given on the site. Pay Annual Registration Fee as applicable.

1.5 ANY INSTRUCTIONS FOR ONLINE/ OFFLINE PAYMENT OF REGISTRATION FEE

After successful submission of Registration details and Annual Registration Fee, pleasecontact TCIL/ ETS Helpdesk (as given below), to get your registration accepted/activated.

Important Note: To minimize teething problems during the use of ETS (including theRegistration process), it is recommended that the user should peruse the instructions givenunder ‘ETS User-Guidance Center’ located on ETS Home Page, including instructions fortimely registration on ETS. The instructions relating to ‘Essential Computer Security Settingsfor Use of ETS’ and ‘Important Functionality Checks’ should be especially taken intocognizance.

Please note that even after acceptance of your registration by the Service Provider, torespond to a tender you will also require time to complete activities related to yourorganization, such as creation of users, assigning roles to them, etc.

Telephone/ Mobile Customer Support: +91-11-26241790 (Multiple Lines)Emergency Mobile Numbers: +91-9868393775,9868393717, 9868393792

E-mail ID [email protected]

1.6 BID SUBMISSION

The entire bid-submission would be online on ETS. Broad outline of submissions are asfollows: Technical Bid (Volume-I and Volume-II of tender document) financial bid (volume-III of tender document)

Signature of Bidder WAPCOS LTD.-10-

TENDER NO: WAP/PMD/2017-18/20

1.7 OFFLINE SUBMISSIONS OF DOCUMENTS BY BIDDER

The Bidder shall submit following Document offline in separate sealed envelopes also. Technical Qualification Documents in original, mentioned in “Section of Selection And

Qualifying Criteria” Originals EMD, tender submission fee in the form of Demand Draft. Pass Phrases

1.7 SPECIAL NOTE ON SECURITY AND TRANSPARENCY OF BIDS

Security related functionality has been rigorously implemented in ETS in a multi-dimensionalmanner. Starting with 'Acceptance of Registration by the Service Provider', provision forsecurity has been made at various stages in Electronic Tender's software. Specifically for BidSubmission, some security related aspects are outlined below:

As part of the Electronic Encrypter® functionality, the contents of both the ‘ElectronicForms®’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidderhimself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spacesbetween words (eg I love this World). A Pass-Phrase is easier to remember, and moredifficult to break. It is mandatory that a separate Pass-Phrase be created for each Bid-Part.This method of bid-encryption does not have the security and data-integrity relatedvulnerabilities which are inherent in e-tendering systems which use Public-Key of thespecified officer of a Buyer organization for bid-encryption. Bid-encryption in ETS is suchthat the Bids cannot be decrypted before the Public Online Tender Opening Event (TOE),even if there is connivance between the concerned tender-opening officers of the Buyerorganization and the personnel of e-tendering service provider.

CAUTION: All bidders must fill Electronic Forms® for each bid-part sincerely and carefully,and avoid any discrepancy between information given in the Electronic Forms® and thecorresponding Main-Bid. For transparency, the information submitted by a bidder in theElectronic Forms® is made available to other bidders during the Online Public TOE. If it isfound during the Online Public TOE that a bidder has not filled in the complete informationin the Electronic Forms®, the TOE officer may make available for downloading thecorresponding Main-Bid of that bidder at the risk of the bidder. If variation is noted betweenthe information contained in the Electronic Forms® and the ‘Main-Bid’, the contents of theElectronic Forms® shall prevail. Alternatively, the Buyer organization reserves the right toconsider the higher of the two pieces of information (eg the higher price) for the purpose ofshort-listing, and the lower of the two pieces of information (eg the lower price) for thepurpose of payment in case that bidder is an awardee in that tender.

Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Public Online TenderOpening Event (TOE) is furnished online by each bidder during the TOE itself, whendemanded by the concerned Tender Opening Officer.

There is an additional protection with SSL Encryption during transit from the client-endcomputer of a Supplier organization to the e-tendering server/ portal.

Signature of Bidder WAPCOS LTD.-11-

TENDER NO: WAP/PMD/2017-18/20

1.8 PUBLIC ONLINE TENDER OPENING EVENT (TOE)

ETS offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. Tender OpeningOfficers, as well as, authorized representatives of bidders can simultaneously attend thePublic Online Tender Opening Event (TOE) from the comfort of their offices. Alternatively,one/ two duly authorized representative(s) of bidders (i.e. Supplier organization) arerequested to carry a Laptop with Wireless Internet Connectivity, if they wish to come toWAPCOS office for the Public Online TOE.

Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event(TOE)’, including digital counter-signing of each opened bid by the authorized TOE-officer(s)in the simultaneous online presence of the participating bidders’ representatives, has beenimplemented on ETS.

As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted by thebidder himself during the TOE itself or as per alternative methods prescribed in the TenderDocuments, salient points of the Bids (as identified by the Buyer organization) aresimultaneously made available for downloading by all participating bidders. The tedium oftaking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superiorand convenient form of ‘Public Online Tender Opening Event (TOE)’.

ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as eachonline bid is opened. The format of the chart is based on inputs provided by the Buyer foreach Bid-Part of a tender. The information in the Comparison Chart is based on the datasubmitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhancesTransparency. Detailed instructions are given on relevant screens.

ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event(TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This isavailable to all participating bidders for ‘Viewing/ Downloading’.

There are many more facilities and features on ETS. For a particular tender, the screensviewed by a Supplier will depend upon the options selected by the concerned Buyer.Other Instructions

For further instructions, the vendor should visit the home-page of the portalhttps://www.tcil-india-electronictender.com, and go to the User-Guidance CenterThe help information provided through ‘ETS User-Guidance Center’ is available in threecategories – Users intending to Register / First-Time Users, Logged-in users of Buyerorganizations, and Logged-in users of Supplier organizations. Various links (including linksfor User Manuals) are provided under each of the three categories.

Important Note: It is strongly recommended that all authorized users of Supplierorganizations should thoroughly peruse the information provided under the relevant links,and take appropriate action. This will prevent hiccups, and minimize teething problemsduring the use of ETS

Signature of Bidder WAPCOS LTD.-12-

TENDER NO: WAP/PMD/2017-18/20

1.9 SEVEN CRITICAL DO’S AND DON’TS FOR BIDDERS

Specifically for Supplier organizations, the following 'SEVEN KEY INSTRUCTIONS forBIDDERS' must be assiduously adhered to:

1. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your firsttender submission deadline on ETS

2. Register your organization on ETS well in advance of the important deadlines for yourfirst tender on ETS viz ‘Date and Time of Closure of Procurement of Tender Documents’and ‘Last Date and Time of Receipt of Bids’. Please note that even after acceptance ofyour registration by the Service Provider, to respond to a tender you will also requiretime to complete activities related to your organization, such as creation of -- MarketingAuthority (MA) [ie a department within the Supplier/ Bidder Organization responsiblefor responding to tenders], users for one or more such MAs, assigning roles to them, etc.It is mandatory to create at least one MA. This unique feature of creating an MAenhances security and accountability within the Supplier/ Bidder Organization.

3. Get your organization's concerned executives trained on ETS well in advance of yourfirst tender submission deadline on ETS

4. For responding to any particular tender, the tender (ie its Tender Search Code or TSC)has to be assigned to an MA. Further, an ‘Official Copy of Tender Documents’ shouldbe procured/ downloaded before the expiry of Date and Time of Closure ofProcurement of Tender Documents. Note: Official copy of Tender Documents isdistinct from downloading ‘Free Copy of Tender Documents’. Official copy of TenderDocuments is the equivalent of procuring physical copy of Tender Documents withofficial receipt in the paper-based manual tendering system.

5. Submit your bids well in advance of tender submission deadline on ETS (There could belast minute problems due to internet timeout, breakdown, etc.)

6. It is the responsibility of each bidder to remember and securely store the Pass-Phrasefor each Bid-Part submitted by that bidder. In the event of a bidder forgetting the Pass-Phrase before the expiry of deadline for Bid-Submission, facility is provided to the bidderto ‘Annul Previous Submission’ from the Bid-Submission Overview page and start afreshwith new Pass-Phrase(s)

7. ETS will make your bid available for opening during the Online Public Tender OpeningEvent (TOE) ‘ONLY IF’ your ‘Status pertaining Overall Bid-Submission’ is ‘Complete’. Foryour record, you can generate and save a copy of ‘Final Submission Receipt’. This receiptcan be generated from 'Bid-Submission Overview Page' only if the ‘Status pertainingoverall Bid-Submission’ is ‘Complete’.

NOTE:While the first three instructions mentioned above are especially relevant to first-timeusers of ETS, the fourth, fifth, sixth and seventh instructions are relevant at all times.

1.10 MINIMUM REQUIREMENTS AT BIDDER’S END

Computer System having configuration with minimum Windows 7 or above, andBroadband connectivity- Microsoft Internet Explorer 7.0 or above- Digital Certificate(s)

Signature of Bidder WAPCOS LTD.-13-

TENDER NO: WAP/PMD/2017-18/20

2.0 INSTRUCTIONS TO BIDDER

The purpose of these instructions to serve as a guide to Bidders for preparing offer forcarrying out the project in all respect.

a) Submission of a tender by a tenderer implies that the tenderer has read this notice andall other Tender Documents and has made himself aware of the scope, thespecifications, conditions of contract, local conditions and other factors having bearingson the execution of the work.

b) WAPCOS Limited desires that the bidders, suppliers, and Sub-contractors under theProject, observe the highest standard of ethics during the performance, procurementand execution of such contracts. In pursuance of this requirement, WAPCOS Limited,defines, for the purposes of this provision, the terms set forth below:

i. “Corrupt Practice” means the offering, giving, receiving, or soliciting, directly orindirectly, anything of value to influence improperly the actions of another party;

ii. “Fraudulent Practice” means any act of submission of forged documentation, oromission, including a misrepresentation, that knowingly or recklessly misleads, orattempts to mislead, a party to obtain a financial or other benefit or to avoid anobligation, or to succeed in a competitive bidding process;

iii. “Coercive Practice” means impairing or harming, or threatening to impair or harm,directly or indirectly, any party or the property of the party to influence improperlythe actions of a party;

iv. “Collusive Practice” means an arrangement between two or more parties designedto achieve an improper purpose, including influencing improperly the actions ofanother party.

Will reject the award of Contract, even at a later stage, if it determines that the bidderrecommended/ selected for award/awarded has, directly or through an agent, engagedin Corrupt, Fraudulent, Collusive, Or Coercive Practices incompeting for the Contract;

Will sanction a party or its successors, including declaring ineligible, either indefinitelyor for a stated period of time, to participate in any further bidding/procurementproceedings under the Project, if it at any time determines that the party has, directly orthrough an agent, engaged in Corrupt, Fraudulent, Collusive, Or Coercive Practices incompeting for, or in executing, the contract; and

The party may be required to sign an Integrity Pact, if required; and WAPCOS Limitedwill have the right to require the bidders, or its suppliers, contractors and consultants topermit WAPCOS Limited to inspect their accounts and records and other documentsrelating to the bid submission and contract performance and to have them audited byauditors appointed by WAPCOS Limited at the cost of the bidders.

The Bidder must obtain for himself on his own responsibility and at his own expenses allthe information which may be necessary for the purpose of making a bid and for enteringinto a contract, must examine the Drawings, must inspect the sites of the work, acquainthimself with all local conditions, means of access to the work, nature of the work and all

Signature of Bidder WAPCOS LTD.-14-

TENDER NO: WAP/PMD/2017-18/20

matters pertaining thereto. WAPCOS Limited will in no case be responsible or liable forthose costs, regardless of the conduct or outcome of the bidding process.

c) The Contract shall be governed by each SECTION OF TENDER DOCUMENT i.e.instructions to bidders, selection & qualifying criteria, scope of works, GeneralConditions for Contract (GCC), Special Conditions for Contract (SCC), Annexures, Forms,Drawings, Technical Specification, Addendum / Clarification / Corrigendum etc. and allother Conditions mentioned in the tender documents.

d) All Bidders are hereby explicitly informed that conditional offers or offers with deviationsfrom the Conditions of Contract, the bids not meeting the minimum eligibility criteria,Technical Bids not accompanied with EMD and Tender Document Fees of requisiteamount in acceptable format, Bids in altered/modified formats, or in deviation with anyother requirements stipulated in the tender documents are liable to be rejected.

e) The bidders shall not tamper or modify any part of the tender documents in any manner.In case in part of the bid is found to be tampered or modified at any stage, the bids areliable to be rejected, the contract is liable to be terminated and the full earnestdeposit/retention money/performance guarantee will be forfeited and the bidder willbe liable to be banned from doing any business with WAPCOS Limited.

f) Incomplete Price bid shall be liable to be rejected, at the discretion of WAPCOS Limited.The total bid price shall cover the entire scope of works covered in the tender.

3.0 EARNEST MONEY DEPOSIT (EMD)

The Earnest Money Deposit as mentioned in NIT and shall be submitted in physical form infavor of WAPCOS Ltd payable at New Delhi.

The earnest money may be accepted only in the following forms:

o Through RTGS/ NEFT in the name of WAPCOS Limited, Name of Bank: Indian OverseasBank, Bank Account Number: 193502000000028 and IFSC Code: IOBA0001935

o Banker's cheque of a Scheduled Bank.o Demand Draft of a Scheduled Bank.o Fixed Deposit Receipt (FDR) of a Scheduled Bank in the name of WAPCOS Ltd.

A part of earnest money is acceptable in the form of bank guarantee also. In such cases 50%of earnest money or Rs. 20 lakh whichever is less, will have to be deposited in shapeprescribed above and balance can be accepted in form of bank Guarantee issued by ascheduled bank as per the format mentioned in Appendix-I of this Section. The BankGuarantee submitted as a part of Earnest Money shall be valid for a period of TWELVEMONTHS or more from the date of submission of the tender.

The EMD of unsuccessful tenderer(s) except lowest three will be refunded after finalizationof tender process. The Earnest Money deposit submitted by the successful tenderer shall beretained by WAPCOS Limited until the Performance Bank Guarantee (PBG) is submitted.

The successful Tenderer shall accept the LOI within 15 (Fifteen) days from receipt of thesame, failing which the EMD shall be forfeited and the award of work may be liable to becancelled.

If any tenderer withdraws or make any changes in his offer already submitted before the

Signature of Bidder WAPCOS LTD.-15-

TENDER NO: WAP/PMD/2017-18/20

expiry of the above validity period or any extension thereof without the written consent ofthe company, the EMD amount will be forfeited for such act of the tenderer.

WAPCOS Limited reserves the right of forfeiture of Earnest Money deposit (EMD) in case ofthe successful tenderer.ii. After opening of Tender, revokes his tender within the validity period or increases his

earlier quoted rates.iii. Does not commence the work within the period as per LOI/Contract. In case the

LOI/Contract is silent in this regard then within 15 days after award of contract.iv. EMD shall not carry any interest.

4.0 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of the Bid aswell as costs associated for facilitating the evaluation. WAPCOS Limited shall in no case beresponsible or liable for these costs, regardless of the conduct or outcome of the biddingprocess.

5.0 LANGUAGE OF BID

The Bid and all related correspondence and documents relating to the Project shall be inEnglish language only. Supporting documents and printed literature furnished by the Biddermay be in another language provided they are accompanied by an accurate Englishtranslation which shall be certified by a qualified translator. Any material that is submittedin a language other than English and which is not accompanied by an accurate Englishtranslation will not be considered.

6.0 CURRENCY OF BID

Bid prices shall be quoted in Indian Rupees.Tender submitted by tenderer shall remain valid for acceptance as mentioned in NIT fromthe date set for submission of the tender. The tenderer shall not be entitled within the saidperiod to revoke or cancel or vary the tender given or any item thereof, without the consentof WAPCOS Limited. In case tenderer revokes, cancels, or varies his tender in any mannerwithout the consent of WAPCOS Limited, within this period, his earnest money will beforfeited.

7.0 ANNEXURES

The successful Bidder shall submit the following formats and also follow the guidelines asper “Section of Annexures” mentioned in tender document.

ANNEXURE - I : FORMAT FOR GUARANTEE BONDS / AFFIDAVIT FOR WORKANNEXURE - II : FORMAT FOR GUARANTEE BOND FOR WATER PROOFING TREATMENTANNEXURE - III : FORMAT FOR PERFORMANCE SECURITYANNEXURE - IV : FORMAT FOR ADVANCE PAYMENT BANK GUARANTEEANNEXURE - V : SAFETY CODESANNEXURE - VI : MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY

ARRANGEMENTS

Signature of Bidder WAPCOS LTD.-16-

TENDER NO: WAP/PMD/2017-18/20

WAPCOS Limited reserves the right to reject any or all the bids or to cancel the Tender,without assigning any reason(s) whatsoever.

For & on behalf of Tenderer

Signature of Bidder WAPCOS LTD.-17-

TENDER NO: WAP/PMD/2017-18/20

APPENDIX-IBANK GUARANTEE FORMAT FOR EMD

WHEREAS, M/s ……………………………………….. having their Registered/Head Office at…………………………………………….. (hereinafter called “the Bidder”) has submitted his Bid dated…………………… for the ………………………………………………… [hereinafter called “the Bid”] to M/sWAPCOS Limited (hereinafter called the Employer)

KNOW ALL PEOPLE by these presents that we ………………………………………………… (name of the Bank)having our head office at ………………………………………………… (hereinafter called “the Bank”) are boundunto Employer in the sum of ……………………………………… for which payment well and truly to be madeto the Employer, the Bank binds itself, its successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ………………… day of ……………month……… year.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified;OR

(2) If the Bidder having been notified of the acceptance of his bid by ……………………………… duringthe period of Bid Validity:

We undertake to pay to the ……………………………… up to the above amount upon receipt of his firstwritten demand, without the Employer having to substantiate his demand, provided that in hisdemand the Bidder will note that the amount claimed by him is due to him owing to the occurrenceof one or any of the above mentioned two conditions and specify the occurred condition orconditions.

This Guarantee will remain in force up to and including the date ……………………………… after thedeadline for submission of Bids as is stated in the instructions to Bidders or as it may be extendedby the ………………………………………… notice of which extension(s) to the Bank is hereby waived andnotice to the bidder would constitute sufficient notice to the Bank. Any demand in respect of thisguarantee should reach the Bank not later than the above date.

Notwithstanding anything contained hereini) Liability under this guarantee shall not exceed ……………………………………………ii) This bank guarantee shall be valid upto ………………………………………… and;iii) Our liability to make payment shall arise and we are liable to pay the guaranteed amount or any

part thereof under this guarantee only and only if you serve upon us a written claim or demandin terms of the guarantee on or before ……………………………………… (indicate a period twelvemonths after the date of issue of Bank Guarantee).

DATE: SIGNATURE:(Signature of Witness) SEAL

Signature of Bidder WAPCOS LTD.-18-

TENDER NO: WAP/PMD/2017-18/20

SECTION– II

SELECTION AND QUALIFYING CRITERIA

Signature of Bidder WAPCOS LTD.-19-

TENDER NO: WAP/PMD/2017-18/20

SECTION-II

SELECTION AND QUALIFYING CRITERIA

1.0 SITE VISIT

Intending Bidder(s) are advised to inspect and examine the site at his own cost and itssurroundings and satisfy themselves before submitting their bids as to the nature of theground and sub-soil (so far as is practicable), the form and nature of the site, the means ofaccess to the site, the accommodation they may require and in general shall themselvesobtain all necessary information as to risks, contingencies and other circumstances whichmay influence or affect their bid. A bidder(s) shall be deemed to have full knowledge of thesite whether he inspects it or not and no extra charge consequent on any misunderstandingor otherwise shall be allowed. The bidder(s) shall be responsible for arranging andmaintaining at his own cost all materials, tools & plants, water, electricity access, facilitiesfor workers and all other services required for executing the work unless otherwisespecifically provided for in the contract documents. Submission of a bid by a bidder(s)implies that he has read this notice and all other contract documents and has made himselfaware of the scope and specifications of the work to be done and of conditions and rates atwhich stores, tools and plant, etc. will be issued to him by the Government and localconditions and other factors having a bearing on the execution of the work.

Site visit is mandatory to understand the actual scope of work/ site condition and will beheld as dates and time mentioned in NIT of this tender in the presence of WAPCOSrepresentative. The submission of tender will not be accepted by the WAPCOS without sitevisit of tenderer. Accordingly it is directed to bidders to visit the site with properauthorization letter of bidder representative from Bidder Company/ agencies. Bidderrepresentative will submit the authorization letter to WAPCOS representative.

2.0 PRE-BID MEETING

The pre-bid meeting will be held as mentioned in the NIT in the office of Chief Engineer,Project Management Division, WAPCOS Limited, A-71, 7th Floor, Himalaya House, 23,Kasturba Gandhi Marg, New Delhi-110001.

3.0 QUALIFYING CRITERIA: ONLINE TECHNICAL BID SUBMISSION

The intending bidders must read the terms & conditions of tender documents carefully. Heshould only submit his technical bid if he considers himself eligible and he is in possessionof all the documents required.The Technical Bid shall be uploaded with coloured scanned copies of followingdocuments. All the documents must be Serial wise as stated below along with check listand clearly marked page no. on each page (MANDATORY).

Signature of Bidder WAPCOS LTD.-20-

TENDER NO: WAP/PMD/2017-18/20

Format of Check ListS.N Particular of Document Yes No Page Nos.

(from – to)a) Authorization Letter to sign the Tender on

bidder’s original letter head or Power of attorneyb) Scanned copy of EMD of amount as mentioned in

NIT.c) Scanned copy of Demand Draft for Tender Fees of

the amount as mentioned in NIT.d) Letter of Transmittal on bidder’s original letter

Head to submit Technical Bid.e) Yearly sales Turnover and Audited Balance Sheet

for Last 5 (five) years ending on the financial year2016-17

The contractor should not have incurred anyloss (profit after tax should be positive) inmore than two years during last five yearsending 2016-17 duly audited and Attested bythe Independent Chartered Accountant.(Form-A)

Turnover: Average annual financial turnoveron Construction works should be at least 50%of the estimated cost of work during theimmediate last 3 consecutive financial yearsending 2016-17. This should be duly auditedby the Chartered Accountant doing StatutoryAudit .

Full Balance Sheet and Profit & lossStatement of Bidder should be verified byChartered Accountant.

The contractor should also have satisfactorilycompleted the similar types of works asmentioned below during the last five yearsending previous day of last date of submissionof tender.

i) One similar completed work costing not lessthan 80% of the estimated cost of work.

Orii) Two similar completed works of order value

each not less than 60% of the estimated costof work.

Or

Signature of Bidder WAPCOS LTD.-21-

TENDER NO: WAP/PMD/2017-18/20

iii) Three similar completed works of order valuenot less than 40% of the estimated cost ofwork.

Note:“Similar work” refers to a work involving Buildingworks comprising of construction of residentialbuildings, office building, complex, hostel withprovision of Fire-Fighting, PHE Works, Electricaljobs etc in the projects. The bidder shall submitCompletion Certificate(s) mentioning name,nature of work(s), value(s) of the job(s), date(s)of commencement, stipulated date(s) ofcompletion and actual date(s) of completionalong-with LOI(s)/W.O(s) from respectiveOwner(s)/Client(s).

f) The bidder should not be insolvent, inreceivership, bankrupt or being wound up, nothave had their business activities suspended.Accordingly, Bidder shall submit Solvencycertificate with details of Financial Status i.e.Name of the Banker & Current SolvencyCertificate not older than 6 months from theBanker in original for a sum of at least 40% of theestimated cost of work.

g) Name, Address, details of the Organization,Name(s) of the Owner/Partners/Promoters andDirectors of the firm / company. (Form-B)

h) Copy of P.F and PAN Number.i) Goods and Service Tax (GST): Bidders are advised

to get themselves registered for GST in atdifferent place, which are mandatory, as perGovt. of India notification regarding GST.Accordingly bidder shall submit relevantdocuments if already registered. If not registeredtill date of submission of bid, bidder will giveundertaking on bidder letter head stating thatthey will get registered in GST as per Govt. normsbefore submission of bills.

j) The bidder should be an Indian RegisteredCompany under Companies Act 1956/Proprietorship Company/ Partnership Company/Limited company private or public or corporation.Joint Ventures are not accepted. Copy ofCertificate of Incorporation/ Registration/Partnership Deed or any other relevantdocument, as applicable, should be submittedalong with a copy of address proof.

Signature of Bidder WAPCOS LTD.-22-

TENDER NO: WAP/PMD/2017-18/20

NOTE: Proprietor firms shall submit registrationdetails or shall give the undertaking on bidder’sletter head (Form-H)

k) Bidder should not be blacklisted/ debarred byany government/ semi government department/PSU. Bidders shall give undertaking for not beinginvolved in any form of corrupt and fraudulentpractices. (Form-C).

l) Letter of understanding the project site on bidderletter Head (Form-D).

m) ‘No Deviation Certificate’ in prescribed format inBidder’s Letter Head (Form-E).

n) Consent Letter to execute the Integrity Pact(Form-F).

o) Bidder shall submit Information on litigationhistory, liquidated damages, disqualification etc.in bidder Letter Head (Form-G).

p) Detailed Architectural floor plans & 3D view forG+2 Building for same plot area as another option(different from Tender Drawings) in line ofproposed building to access architectural designand drawing strength of the bidder as this is theEPC Tender

q) Each page of the all Volume of Tender document& Addendum/ Corrigendum shall be Digitallysigned by the bidders submitting the Tender intoken of his/their having acquainted himself/themselves and accepted the entire tenderdocuments including various conditions ofcontract. Any Bid with any of the Documents notso signed is liable to be rejected at the discretionof WAPCOS Limited. (Do Not Submit with thedocument of Offline Submission)

4.0 EVALUATION CRITERIA OF TECHNICAL SELECTION OF BIDDERS

The details submitted by the bidder will be evaluated in the following manner. The initialcriteria prescribed in Table 3(e) to 3(f ) and 3(p); above in respect of experience ofeligible similar class of works completed, solvency and financial turn over, ArchitecturalDesign and Drawing Strength etc., will first be scrutinized and the bidder’s eligibility for thework be determined.

The bidder’s qualifying the initial criteria as set out in Table 3(e) to 3(f) and 3(p) abovewill be evaluated for following criteria by scoring method on the basis of detailsfurnished by them.

Signature of Bidder WAPCOS LTD.-23-

TENDER NO: WAP/PMD/2017-18/20

(a) Financial strength (Turnover) Maximum 15 marks(b) Solvency Certificate Maximum 15 marks(c) Experience in similar nature of work Maximum 30 marks(d) Performance on works Time Over Run Maximum 20 marks(e) Architectural Design & Drawing

StrengthFull 20 marks

Total 100 marks

To become eligible for short listing, the bidder must secure at least 50% marks (Fifty Percentagemarks) each in 4(a) to 4(d) and total 50 marks in aggregate of 4(a) to 4(d). The full 20marks will be given to the bidders on submission of required Architectural drawings,which is mandatory to submit. The bidders, who will not submit required Architecturaldrawings, will not be eligible to participate in the bid. Accordingly, bidder must securetotal 70 marks (Seventy marks) marks in aggregate to become eligible for short listing.

4.1.1 The department, however reserves the right to restrict the list of such qualifiedbidders to any number deemed suitable by it

4.2 Detailed Breakup of Evaluation Criteria of Technical Selection of Bidders

S.No.

Attributes Marks Evaluation

(a) Financial Strength(turnover)(Maximum 15 Marks)

(i) 60% marks for minimum eligibilitycriteria.

Average annualturnover

15 Marks (ii) 100% marks for twice theminimum eligibility criteria or more.

(iii) In between (i) & (ii)- on pro-rata basis.(b)

Solvency certificate 15 Marks

(i) 60% marks for minimum eligibilitycriteria

(ii) 100% marks for twice theminimum eligibility criteria or more

(iii) In between (i) & (ii)- on pro-rata basis

(c) Experience in one similarclass completed of work(Maximum 30 Marks)

30 marks (i) 50% marks for 1 similar completed workcosting not less than 80% of theestimated cost of work OR 2 similarcompleted work costing not less than60% of the estimated cost of work OR 3similar completed work costing not lessthan 40% of the estimated cost of work

(ii) 100% marks for 2 similar completedwork costing not less than 80% of theestimated cost of work OR 4 similarcompleted work costing not less than60% of the estimated cost of work OR 6

Signature of Bidder WAPCOS LTD.-24-

TENDER NO: WAP/PMD/2017-18/20

S.No.

Attributes Marks Evaluation

similar completed work costing not lessthan 40% of the estimated cost of work

(d) Performance on works [Time Over Run (TOR)]: Maximum 20 marksParameter Calculation

for pointsScore Maximum

MarksIf TOR =

(i) Without levy of compensation

(ii) With levy of compensation

1.00 2.00 3.00 >3.00

20 15 10 0

20 5 0 0

20

TOR = AT/ST, where AT =Actual Time; ST= Stipulated Time.Note: Marks for value in between the stages indicated above is to be determinedby straight line variation basis. Marking for TOR will be done on the basis of Averagecomputed value of TOR for the similar works shown by the bidder with tenderdocument

(e) Architectural Design &drawing Strength :(20 Marks)

20 marks On submission of detailed Architecturalfloor plans & 3D view for G+2 Building forsame plot area as another option (differentfrom Tender Drawings) in line of proposedbuilding to access architectural design anddrawing strength of the bidder as this is theEPC Tender

5.0 OFFLINE SUBMISSIONS OF DOCUMENTSThe Bidder shall submit following Document offline also.

1. All the documents in ORIGINAL, mentioned in “Section-II: Selection and QualifyingCriteria” in Para 3: Qualifying Criteria for Technical Bid i.e. at Sr. No. (a) to (p) alongwith checklist & page numbering (MANDATORY) in separate sealed envelope clearlylabeled as “TECHNICAL BID” for the Work (Write Name of Work/Project as mentioned inNIT) along with Details of Bidders Address, Phone, E-mail on Envelope. (Do Not Submitdocument at Sr. No. (q) above, with the document of Offline Submission)

2. Originals EMD and Tender submission fee in the form of Demand Draft in separatesealed envelope clearly labeled as “EMD AND TENDER FEE” for the work (Write Name ofWork/Project as mentioned in NIT) along with Details of Bidders Address, Phone, E-mailon Envelope.

3. Pass Phrase of Technical Bid in separate sealed envelope clearly labeled as “PASS PHASEFOR TECHNICAL BID” for the Work (Write Name of Work/Project as mentioned in NIT)along with Details of Bidders Address, Phone, E-mail on Envelope.

4. Pass Phrase of Financial Bid in separate sealed envelope clearly labeled as “PASS PHASEFOR FINANCIAL BID” for the Work (Write Name of Work/Project as mentioned in NIT)along with Details of Bidders Address, Phone, E-mail on Envelope

Signature of Bidder WAPCOS LTD.-25-

TENDER NO: WAP/PMD/2017-18/20

NOTE: All above four envelopes shall be submitted in one single envelope clearly labeledas “Documents for Offline Submission” for the Work (Write Name of Work/Project asmentioned in NIT) along with Details of Bidders Address, Phone, E-mail on Envelope.

The offline submissions as mentioned above shall be submitted on WAPCOS addressmentioned in NIT as per date & time mentioned in NIT otherwise bids are liable to berejected.

6.0 CONTENTS OF FINANCIAL BID

The Financial Bid should be uploaded separately along with Technical bid before last date& time of submission of Tender Document.

The quoted cost filled in Summary of Cost, by bidders, should include all associated costswith the project including any out of pocket / mobilization expenses/ Custom duty (ifany) , TDS, taxes (except GST) if any applicable as per Govt. terms, shall be paid by theContractor. The Goods and Services Tax (GST) shall be paid extra over quoted cost.

It is mandatory to bidders to deposit GST within time limit framed by Govt. of India, ifapplicable. The Goods and Services Tax (GST), shall be reimbursed to the Agency only afteruploading of bills by Contractor on GST Portal “ to avail Input benefit of GST” .

The company shall be performing all its duties of deduction of TDS and other deduction onpayment made to the contractor as per applicable legislation in force on the date ofsubmission of bid or to be newly / amended introduced during the execution of theContract.

The tenderer shall quote rates up to zero decimal and as well as in words. In case of anydiscrepancy rate quoted in words shall prevail.

The payment will be made in percentage as per the schedule of stage wise payment.

7.0 OPENING OF FINANCIAL BID

The financial bids of the technically qualified bidders shall be opened at the notified date &time mentioned in NIT.

The company reserves the right to waive minor deviations if they do not materially affectthe capability of the Tenderer to perform the contract.

For & on behalf of Tenderer

Signature of Bidder WAPCOS LTD.-26-

TENDER NO: WAP/PMD/2017-18/20

SECTION – III

GENERAL CONDITIONS OF CONTRACT

Signature of Bidder WAPCOS LTD.-27-

TENDER NO: WAP/PMD/2017-18/20

SECTION – IIIGENERAL CONDITIONS TO CONTRACT

1.0 GENERAL RULES AND DIRECTIONS

General Rules &Directions

1. The work proposed for execution by contract will be notified in a formof invitation to tender by publication in News papers and / or posted onwebsite as the case may be.This form will state the work to be carried out, as well as the date forsubmitting and opening tenders and the time allowed for carrying outthe work, also the amount of earnest money to be deposited with thetender, and the amount of the security deposit and Performanceguarantee to be deposited by the successful tenderer and thepercentage, if any, to be deducted from bills.

2. In the event of the tender being submitted by a firm, it must be signedseparately by each partner thereof or in the event of the absence of anypartner, it must be signed on his behalf by a person holding a Power ofAttorney authorizing him to do so, such power of attorney to beproduced with the tender, and it must disclose that the firm is dulyregistered under the Indian Partnership Act, 1952.

3. Receipts for payment made on account of work, when executed by afirm, must also be signed by all the partners, except where contractorsare described in their tender as a firm, in which case the receipts mustbe signed in the name of the firm by one of the partners, or by someother person having due authority to give effectual receipts for the firm

NOT APPLICABLE 4 Any person who submits a tender shall fill up the usual printed form,stating at what rate he is willing to undertake each item of the work.Tenders, which propose any alteration in the work specified in the saidform of invitation to tender, or in the time allowed for carrying out thework, or which contain any other conditions of any sort, includingconditional rebates, will be summarily rejected. No single tender shallinclude more than one work, but contractors who wish to tender fortwo or more works shall submit separate tender for each. Tender shallhave the name and number of the works to which they refer, written onthe envelopes.The rate(s) must be quoted in decimal coinage. Amounts must be quotedin full rupees by ignoring fifty paisa and considering more than fifty paisaas rupee one.In case the lowest tendered amount (worked out on the basis of quotedrate of Individual items) of two or more contractors is same, then suchlowest contractors may be asked to submit sealed revised offer quotingrate of each item of the schedule of quantity for all sub sections/subheads as the case may be, but the revised quoted rate of each item ofschedule of quantity for all sub sections/sub heads should not behigher than their respective original rate quoted already at the timeof submission of tender. The lowest tender shall be decided on thebasis of revised offer.

Signature of Bidder WAPCOS LTD.-28-

TENDER NO: WAP/PMD/2017-18/20

If the revised tendered amount (worked out on the basis of quoted rateof individual items) of two or more contractors received in revised offeris again found to be equal, then the lowest tender, among suchcontractors, shall be decided by draw of lots and the lowest contractorsthose have quoted equal amount of their tenders.In case of any such lowest contractor in his revised offer quotes rate ofany item more than their respective original rate quoted already atthe time of submission of tender, then such revised offer shall betreated invalid. Such case of revised offer of the lowest contractor orcase of refusal to submit revised offer by the lowest contractor shallbe treated as withdrawal of his tender before acceptance and 50% of hisearnest money shall be forfeited.In case all the lowest contractors those have same tendered amount (asa result of their quoted rate of individual items), refuse to submit revisedoffers, then tenders are to be recalled after forfeiting 50% of EMD ofeach lowest contractors.Contractor, whose earnest money is forfeited because of non-submission of revised offer, or quoting higher revised rate(s) of anyitem(s) than their respective original rate quoted already at the time ofsubmission of his bid shall not be allowed to participate in theretendering process of the work.

5. The designated committee will open tenders in the presence of anyintending contractors who may be present at the time, and will enter theamounts of the several tenders in a comparative statement in a suitableform. In the event of a tender being accepted, a receipt for the earnestmoney shall thereupon be given to the contractor who shall thereuponfor the purpose of identification sign copies of the specifications andother documents. In the event of a tender being rejected, the earnestmoney shall thereupon be returned to the contractor remitting thesame, without any interest.

6. WAPCOS shall have the right of rejecting all or any of the tenders andwill not be bound to accept the lowest or any other tender

7. The receipt of an accountant or clerk for any money paid by thecontractor will not be considered as any acknowledgment or paymentto the officer inviting tender and the contractor shall be responsible forseeing that he procures a receipt signed by the officer inviting tender ora duly authorized Cashier.

NOT APPLICABLE 8. The memorandum of work tendered for and the schedule of materialsto be supplied by the WAPCOS and their issue-rates, shall be filled andcompleted in the office of the officer inviting tender before the tenderform is issued. If a form is issued to an intending tenderer without havingbeen so filled in and incomplete, he shall request the officer to have thisdone before he completes and delivers his tender.

9. The tenderers shall sign a declaration under the officials Secret Act 1923,for maintaining secrecy of the tender documents drawings or otherrecords connected with the work given to them.

NOT APPLICABLE 10. In the case of Item Rate Tenders, only rates quoted shall be

Signature of Bidder WAPCOS LTD.-29-

TENDER NO: WAP/PMD/2017-18/20

considered. Any tender containing percentage below/above the ratesquoted is liable to be rejected. Rates quoted by the contractor initem rate tender in figures and words shall be accurately filled in sothat there is no discrepancy in the rates written in figures and words.However, if a discrepancy is found, the rates which correspond withthe amount worked out by the contractor shall unless otherwise provedbe taken as correct. If the amount of an item is not worked out by thecontractor or it does not correspond with the rates written either infigures or in words, then the rates quoted by the contractor in wordsshall be taken as correct. Where the rates quoted by the contractor infigures and in words tally, but the amount is not worked out correctly,the rates quoted by the contractor will unless otherwise proved betaken as correct and not the amount. In event no rate has been quotedfor any item(s), leaving space both in figure(s), word(s), and amountblank, it will be presumed that the contractor has included the cost ofthis/these item(s) in other items and rate for such item(s) will beconsidered as zero and work will be required to be executed accordingly.

NOT APPLICABLE 11. In the case of any tender where unit rate of any item/items appearunrealistic, such tender will be considered as unbalanced and in case thetenderer is unable to provide satisfactory explanation, such a tender isliable to be disqualified and rejected.

12. All rates shall be quoted on the tender form. The amount for each itemshould be worked out and requisite totals given. Special care should betaken to write the rates in figures as well as in words and the amount infigures only, in such a way that interpolation is not possible. The totalamount should be written both in figures and in words. In case offigures, the word ‘Rs.’ should be written before the figure of rupeesand word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15 P’ and in case ofwords, the word, ‘Rupees’ should precede and the word ‘Paise’ shouldbe written at the end. Unless the rate is in whole rupees and followedby the word ‘only’ it should invariably be upto two decimal places. Whilequoting the rate in schedule of quantities, the word ‘only’ should bewritten closely following the amount and it should not be written in thenext line.

13. i. The Contractor, whose tender is accepted, will be required tofurnish performance guarantee of 5% (Five Percent) of the tenderedamount within the period specified in Special Conditions ofContract. This guarantee shall be in the form of cash (in caseguarantee amount is less than Rs. 10,000/-) or Deposit at call receiptof any scheduled bank/Banker’s cheque of any scheduledbank/Demand Draft of any scheduled bank/Pay order of anyscheduled bank (in case guarantee amount is less than Rs.1,00,000/-) or Government Securities or Fixed Deposit Receipts orGuarantee Bonds of any Scheduled Bank or the State Bank of Indiain accordance with the prescribed form.

ii. The contractor whose tender is accepted will also be required tofurnish by way of Security Deposit for the fulfillment of his contract,

Signature of Bidder WAPCOS LTD.-30-

TENDER NO: WAP/PMD/2017-18/20

an amount equal to 2.5% of the tendered value of the work. TheSecurity deposit will be collected by deductions from the runningbills as well as final bill of the contractor at the rates mentionedabove. The Security amount will also be accepted in cash or in theshape of Government Securities. Fixed Deposit Receipt of aScheduled Bank or State Bank of India will also be accepted for thispurpose provided confirmatory advice is enclosed.

14. On acceptance of the tender, the name of the accreditedrepresentative(s) of the contractor who would be responsible for takinginstructions from the Engineer-in-Charge shall be communicated inwriting to the Engineer-in-Charge.

15. All the taxes except GST applicable in respect of this contract shall bepayable by the Contractor and WAPCOS will not entertain any claimwhatsoever in respect of the same.

16. The contractor shall give a list of WAPCOS employees related to him.

17. The tender for the work shall not be witnessed by a contractor orcontractors who himself/themselves has/have tendered or who mayand has/have tendered for the same work. Failure to observe thiscondition would render, tenders of the contractors tendering, as well aswitnessing the tender, liable to summary rejection.

18. The tender for composite work includes, in addition to building work, allother works such as sanitary and water supply installations drainageinstallation, electrical work, horticulture work, roads and paths etc. Thetenderer apart from being a registered contractor (B&R) of appropriateclass, must associate himself with agencies of appropriate class whichare eligible to tender for sanitary and water supply drainage, electricaland horticulture works in the composite tender.

NOT APPLICABLE 19. The contractor shall submit list of works which are in hand (progress) inthe following form :-Name ofWork

Name andparticularswhere work isbeingexecuted

Value ofWork

Position ofworks inprogress

Remarks

(1) (2) (3) (4) (5)

20. The contractor shall comply with the provisions of the Apprentices Act1961, and the rules and orders issued thereunder from time to time. Ifhe fails to do so, his failure will be a breach of the contract and WAPCOSmay in his discretion, without prejudice to any other right or remedyavailable in law, cancel the contract. The contractor shall also be liablefor any pecuniary liability arising on account of any violation by him ofthe provisions of the said Act.

Signature of Bidder WAPCOS LTD.-31-

TENDER NO: WAP/PMD/2017-18/20

2.0 CONDITIONS OF CONTRACT

Definitions 1. The Contract means the documents forming the tender and acceptancethereof and the formal agreement executed between the WAPCOS andthe Contractor, together with the documents referred to thereinincluding these conditions, the specifications, designs, drawings andinstructions issued from time to time by the Engineer-In-Charge and allthese documents taken together, shall be deemed to form one contractand shall be complementary to one another.

2. In the contract, the following expressions shall, unless the contextotherwise requires, have the meanings, hereby respectively assigned tothem:-“Client / Employer” shall mean “WAPCOS Limited”, A Government ofIndia undertaking- Ministry of Water Resources, River Development &Ganga Rejuvenation, for execution of the Work / Project as mentionedin NIT.

i. having their Registered office at 5th floor, Kailash building, 26-Kasturba Gandhi Marg, New Delhi-110001, India & include theirsuccessors & permitted assigns as well as their authorized officer /representatives

ii. The “COMPANY / WAPCOS” shall mean WAPCOS Limited.iii. The expression works or work shall, unless there be something

either in the subject or context repugnant to such construction, beconstrued and taken to mean the works by or by virtue of thecontract contracted to be executed whether temporary orpermanent, and whether original, altered, substituted or additional.

iv. The Site shall mean the land/or other places on, into or throughwhich work is to be executed under the contract or any adjacentland, path or street through which work is to be executed under thecontract or any adjacent land, path or street which may be allottedor used for the purpose of carrying out the contract.

v. The Bidder /Contractor shall mean the individual, firm or company,whether incorporated or not, undertaking the works and shallinclude the legal personal representative of such individual or thepersons composing such firm or company, or the successors of suchfirm or company and the permitted assignees of such individual, firmor company who are participating in Bidding process and willExecution the project after award of the works as Contrcator.

vi. The Engineer-in-Charge means the Engineer Officer appointed byWAPCOS or his duly authorized representative who shall direct,supervise and be incharge of the work for the purpose of thisContract

vii. Accepting Authority shall mean the authority mentioned in SpecialConditions of Contract.

viii.Tenderer / Bidder shall mean the firm/party who intends toparticipate in this Notice Inviting Tender

ix. Excepted Risk are risks due to riots (other than those on account ofcontractor’s employees), war (whether declared or not) invasion, act

Signature of Bidder WAPCOS LTD.-32-

TENDER NO: WAP/PMD/2017-18/20

of foreign enemies, hostilities, civil war, rebellion revolution,insurrection, military or usurped power, any acts of Government,damages from aircraft, acts of God, such as earthquake, lighteningand unprecedented floods, and other causes over which thecontractor has no control and accepted as such by the AcceptingAuthority or causes solely due to use or occupation by Governmentof the part of the works in respect of which a certificate ofcompletion has been issued or a cause solely due to Government’sfaulty design of works.

x. Market Rate shall be the rate as decided by the Engineer-in-Chargeon the basis of the cost of materials and labour at the site where thework is to be executed plus the percentage mentioned in SpecialConditions of Contract to cover, all overheads and profits.

xi. Schedule(s) referred to in these conditions shall mean the relevantschedule(s) annexed to the tender papers or the standard Scheduleof Rates of the government mentioned in Special Conditions ofContract hereunder, with the amendments thereto issued upto thedate of receipt of the tender.

xii. District Specifications means the specifications followed by the StateGovernment in the area where the work is to be executed.

xiii. The Contractor/Successful Bidder shall mean the firm or companywhose bid has been accepted by WAPCOS.

xiv. Consultant shall mean any consultant nominated by the WAPCOSxv. Tendered value means the value of the entire work as stipulated in

the letter of award.xvi. Date of commencement of work: The date of commencement of

work shall be the date of start as specified in Special Conditions ofContract or the first date of handing over of the site, whichever islater, in accordance with the phasing if any, as indicated in the tenderdocument.

Scope andPerformance

3. Where the context so requires, words imparting the singular only alsoinclude the plural and vice versa. Any reference to masculine gendershall whenever required include feminine gender and vice versa.

4. Headings and Marginal notes to these General Conditions of Contractshall not be deemed to form part thereof or be taken into considerationin the interpretation or construction thereof or of the contract.

5. The contractor shall be furnished, free of cost one certified copy of thecontract documents except standard specifications, (Not Applicable) andsuch other printed and published documents, together with all drawingsas may be forming part of the tender papers. None of these documentsshall be used for any purpose other than that of this contract.

Works to becarried out

6. The work to be carried out under the Contract shall, except as otherwiseprovided in these conditions, include all labour, materials, tools, plants,equipment and transport which may be required in preparation of andfor and in the full and entire execution and completion of the works.The descriptions given in the Schedule of Quantities/ BuildingComponents shall, unless otherwise stated, be held to include wastageon materials, carriage and cartage, carrying and return of empties,

Signature of Bidder WAPCOS LTD.-33-

TENDER NO: WAP/PMD/2017-18/20

hoisting, setting, fitting and fixing in position and all other laboursnecessary in and for the full and entire execution and completion of thework as aforesaid in accordance with good practice and recognizedprinciples.

Sufficiencyof Tender

7. The Contractor shall be deemed to have satisfied himself beforetendering as to the correctness and sufficiency of his tender for theworks and of the (Not Applicable) Cost quoted in the Schedule ofQuantities/ Building Components, which rates and prices shall, except asotherwise provided, cover all his obligations under the Contract and allmatters and things necessary for the proper completion andmaintenance of the works.

Discrepanciesand Adjustmentof Errors

8. The several documents forming the Contract are to be taken as mutuallyexplanatory of one another, detailed drawings being followed inpreference to small scale drawing and figured dimensions in preferenceto scale and special conditions in preference to General Conditions.

8.1 In the case of discrepancy between the schedule of Quantities/BuildingComponents, the Specifications and/ or the Drawings, the followingorder of preference shall be observed:-i. Description of Schedule of Quantities/ Building Components.ii. Particular Specification and Special Condition, if any.iii. Drawings.iv. CPWD Specifications.v. Indian Standard Specifications of B.I.S.

8.2 If there are varying or conflicting provisions made in any one documentforming part of the contract, the Accepting Authority shall be thedeciding authority with regard to the intention of the document and hisdecision shall be final and binding on the contractor.

8.3 Any error in description, quantity or rate in Schedule of Quantities or anyomission therefrom shall not vitiate the Contract or release theContractor from the execution of the whole or any part of the workscomprised therein according to drawings and specifications or from anyof his obligations under the contract.

Signing ofContract

9. The successful tenderer/contractor, on acceptance of his tender by theAccepting Authority, shall, within 15 days from the stipulated date ofstart of the work, sign the contract consisting of:-i. The notice inviting tender, all the documents including drawings, if

any, forming the tender as issued at the time of invitation of tenderand acceptance thereof together with any correspondence leadingthereto.

ii. Special Conditions of Contract consisting of:a) Various standard clauses with corrections up to the date

stipulated in Special Conditions of Contract along with annexuresthereto.

b) Safety Code.c) Model Rules for the protection of health, sanitary arrangements

for workers employed WAPCOS or its contractors.d) Contractor’s Labour Regulations.e) List of Acts and omissions for which fines can be imposed.

Signature of Bidder WAPCOS LTD.-34-

TENDER NO: WAP/PMD/2017-18/20

iii. No payment for the work done will be made unless contract is signedby the contractor.

Signature of Bidder WAPCOS LTD.-35-

TENDER NO: WAP/PMD/2017-18/20

3.0 CLAUSES OF CONTRACT

CLAUSE 1: PERFORMANCE GUARANTEE

i. The contractor shall submit an irrevocable Performance Guarantee of 5% (Five percent) ofthe tendered amount in addition to other deposits mentioned elsewhere in the contract forhis proper performance of the contract agreement, (not withstanding and/or withoutprejudice to any other provisions in the contract) within period specified in SpecialConditions of Contract from the date of issue of letter of acceptance. This period can befurther extended by the Engineer-in-Charge up to a maximum period as specified in SpecialConditions of Contract on written request of the contractor stating the reason for delays inprocuring the Performance Guarantee, to the satisfaction of the Engineer-in-Charge. Thisguarantee shall be in the form of Cash (in case guarantee amount is less than Rs. 10,000/-)or Banker’s Cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay Orderof any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or FixedDeposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India inaccordance with the form annexed hereto. In case a fixed deposit receipt of any Bank isfurnished by the contractor to the WAPCOS as part of the performance guarantee and theBank is unable to make payment against the said fixed deposit receipt, the loss causedthereby shall fall on the contractor and the contractor shall forthwith on demand furnishadditional security to the WAPCOS to make good the deficit.

ii. The Performance Guarantee shall be initially valid up to the stipulated date of completionplus 1 year claim period beyond that. In case the time for completion of work gets enlarged,the contractor shall get the validity of Performance Guarantee extended to cover suchenlarged time for completion of work. After recording of the completion certificate for thework by the competent authority, the performance guarantee shall be returned to thecontractor, without any interest. However, in case of contracts involving maintenance ofbuilding and services/any other work after construction of same building and services/otherwork, then 50% of Performance Guarantee shall be retained as Security Deposit. The sameshall be returned year wise proportionately.

iii. In the event of the contract being determined or rescinded under provision of any of theClause/Condition of the agreement, the performance guarantee shall stand forfeited in full.

iv. The Performance Guarantee shall be refunded to the Contractor soon after the completionof works and issuance of the completion certificate.

CLAUSE 1A: RECOVERY OF SECURITY DEPOSIT

The person/persons whose tender(s) may be accepted (hereinafter called the contractor) shallpermit WAPCOS at the time of making any payment to him for work done under the contract todeduct a sum at the rate of 2.5% of the gross amount of each running and final bill till the sumdeducted will amount to security deposit of 2.5% of the tendered value of the work. Suchdeductions will be made and held by WAPCOS by way of Security Deposit unless he/they has/havedeposited the amount of Security at the rate mentioned above in cash or in the form of GovernmentSecurities or fixed deposit receipts. In case a fixed deposit receipt of any Bank is furnished by thecontractor to the WAPCOS as part of the security deposit and the Bank is unable to make paymentagainst the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the

Signature of Bidder WAPCOS LTD.-36-

TENDER NO: WAP/PMD/2017-18/20

contractor shall forthwith on demand furnish additional security to the WAPCOS to make good thedeficit.

All compensations or the other sums of money payable by the contractor under the terms of thiscontract may be deducted from, or paid by the sale of a sufficient part of his security deposit orfrom the interest arising therefrom, or from any sums which may be due to or may become due tothe contractor by WAPCOS on any account whatsoever and in the event of his Security Depositbeing reduced by reason of any such deductions or sale as aforesaid, the contractor shall within 10days make good in cash or fixed deposit receipt tendered by the State Bank of India or by ScheduledBanks endorsed in favour of WAPCOS LIMITED, any sum or sums which may have been deductedfrom, or raised by sale of his security deposit or any part thereof. The security deposit shall becollected from the running bills and the final bill of the contractor at the rates mentioned above.

The security deposit as deducted above can be released against bank guarantee issued by ascheduled bank, on its accumulations to a minimum of Rs. 5 lac subject to the condition that amountof such bank guarantee, except last one, shall not be less than Rs. 5 lac. Provided further that thevalidity of bank guarantee including the one given against the earnest money shall be in conformitywith provisions contained in clause 17 which shall be extended from time to time depending uponextension of contract granted under provisions of clause 2 and clause 5.

The Security Deposit shall be released after successful completion of Defect Liability Period

CLAUSE 2: COMPENSATION FOR DELAY

If the contractor fails to maintain the required progress in terms of clause 5 or to complete the workand clear the site on or before the contract or extended date of completion, he shall, withoutprejudice to any other right or remedy available under the purview of the Contract on account ofsuch breach, pay as agreed compensation the amount calculated at the rates stipulated below asthe authority specified in Special Conditions of Contract (whose decision in writing shall be final andbinding) may decide on the amount of tendered value of the work for every completed day/month(as applicable) that the progress remains below that specified in Clause 5 or that the work remainsincomplete.

This will also apply to items or group of items for which a separate period of completion has beenspecified.

i. Compensation for delay of work @ 1.5 % per month of delay to becomputed on per day basis

Provided always that the total amount of compensation for delay to be paid under this Conditionshall not exceed 10% of the Tendered Value of work or of the Tendered Value of the item or groupof items of work for which a separate period of completion is originally given.

The amount of compensation may be adjusted or set-off against any sum payable to the Contractorunder this or any other contract with the WAPCOS. In case, the contractor does not achieve aparticular milestone mentioned in Special Conditions of Contract, or the re-scheduled milestone(s)in terms of Clause 5.4, the amount shown against that milestone shall be withheld, to be adjustedagainst the compensation levied at the final grant of Extension of Time. Withholding of this amounton failure to achieve a milestone, shall be automatic without any notice to the contractor. However,if the contractor catches up with the progress of work on the subsequent milestone(s), the withheldamount shall be released. In case the contractor fails to make up for the delay in subsequentmilestone(s), amount mentioned against each milestone missed subsequently also shall bewithheld. However, no interest, whatsoever, shall be payable on such withheld amount.

Signature of Bidder WAPCOS LTD.-37-

TENDER NO: WAP/PMD/2017-18/20

CLAUSE 2A: INCENTIVE FOR EARLY COMPLETION -----NOT APPLICABLE

In case, the contractor completes the work ahead of updated stipulated date of completionconsidering the effect of extra work (to be calculated on pro-rata basis as cost of extra work Xstipulated period/tendered cost), a bonus @ 1% (one per cent) of the tendered value per monthcomputed on per day basis, shall be payable to the contractor, subject to a maximum limit of 5%(five per cent) of the tendered value. The amount of bonus, if payable, shall be paid along with finalbill after completion of work. Provided always that provision of the Clause 2A shall be applicableonly when so provided in ‘Special Conditions of Contract’.

CLAUSE 3: WHEN CONTRACT CAN BE DETERMINED

Subject to other provisions contained in this clause, the Engineer-in-Charge may, without prejudiceto his any other rights or remedy against the contractor in respect of any delay, inferiorworkmanship, any claims for damages and/or any other provisions of this contract or otherwise,and whether the date of completion has or has not elapsed, by notice in writing absolutelydetermine the contract in any of the following cases:

i. If the contractor having been given by the Engineer-in-Charge a notice in writing to rectify,reconstruct or replace any defective work or that the work is being performed in aninefficient or otherwise improper or unworkman like manner shall omit to comply with therequirement of such notice for a period of seven days thereafter.

ii. If the contractor has, without reasonable cause, suspended the progress of the work or hasfailed to proceed with the work with due diligence so that in the opinion of the Engineer-in-Charge (which shall be final and binding) he will be unable to secure completion of the workby the date for completion and continues to do so after a notice in writing of seven daysfrom the Engineer-in-Charge.

iii. If the contractor fails to complete the work within the stipulated date or items of work withindividual date of completion, if any stipulated, on or before such date(s) of completion anddoes not complete them within the period specified in a notice given in writing in that behalfby the Engineer-in-Charge.

iv. If the contractor persistently neglects to carry out his obligations under the contract and/ orcommits default in complying with any of the terms and conditions of the contract and doesnot remedy it or take effective steps to remedy it within 7 days after a notice in writing isgiven to him in that behalf by the Engineer-in-Charge.

v. If the contractor shall offer or give or agree to give to any person in WAPCOS service or toany other person on his behalf any gift or consideration of any kind as an inducement orreward for doing or forbearing to do or for having done or forborne to do any act in relationto the obtaining or execution of this or any other contract for WAPCOS.

vi. If the contractor shall enter into a contract with WAPCOS in connection with whichcommission has been paid or agreed to be paid by him or to his knowledge, unless theparticulars of any such commission and the terms of payment thereof have been previouslydisclosed in writing to the Engineer-in-Charge.

vii. If the contractor had secured the contract with WAPCOS as a result of wrong tendering orother non-bonafide methods of competitive tendering or commits breach of IntegrityAgreement.

viii. If the contractor being an individual, or if a firm, any partner thereof shall at any time beadjudged insolvent or have a receiving order or order for administration of his estate madeagainst him or shall take any proceedings for liquidation or composition (other than avoluntary liquidation for the purpose of amalgamation or reconstruction) under any

Signature of Bidder WAPCOS LTD.-38-

TENDER NO: WAP/PMD/2017-18/20

Insolvency Act for the time being in force or make any conveyance or assignment of hiseffects or composition or arrangement for the benefit of his creditors or purport so to do,or if any application be made under any Insolvency Act for the time being in force for thesequestration of his estate or if a trust deed be executed by him for benefit of his creditors.

ix. If the contractor being a company shall pass a resolution or the court shall make an orderthat the company shall be wound up or if a receiver or a manager on behalf of a creditorshall be appointed or if circumstances shall arise which entitle the court or the creditor toappoint a receiver or a manager or which entitle the court to make a winding up order.

x. If the contractor shall suffer an execution being levied on his goods and allow it to becontinued for a period of 21 days.

xi. If the contractor assigns, transfers, sublets (engagement of labour on a piece-work basis orof labour with materials not to be incorporated in the work, shall not be deemed to besubletting) or otherwise parts with or attempts to assign, transfer, sublet or otherwise partswith the entire works or any portion thereof without the prior written approval of theEngineer-in-Charge.

When the contractor has made himself liable for action under any of the cases aforesaid, theEngineer-in-Charge on behalf of the WAPCOS shall have powers:

a) To determine the contract as aforesaid (of which termination notice in writing to thecontractor under the hand of the Engineer-in-Charge shall be conclusive evidence). Uponsuch determination, the Security Deposit already recovered and Performance Guaranteeunder the contract shall be liable to be forfeited and shall be absolutely at the disposal ofthe WAPCOS.

b) After giving notice to the contractor to measure up the work of the contractor and to takesuch whole, or the balance or part thereof, as shall be un-executed out of his hands and togive it to another contractor to complete the work. The contractor, whose contract isdetermined as above, shall not be allowed to participate in the tendering process for thebalance work.

In the event of above courses being adopted by the Engineer-in-Charge, the contractor shall haveno claim to compensation for any loss sustained by him by reasons of his having purchased orprocured any materials or entered into any engagements or made any advances on account or witha view to the execution of the work or the performance of the contract. And in case action is takenunder any of the provision aforesaid, the contractor shall not be entitled to recover or be paid anysum for any work thereof or actually performed under this contract unless and until the Engineer-in-Charge has certified in writing the performance of such work and the value payable in respectthereof and he shall only be entitled to be paid the value so certified.

CLAUSE 3A -----NOT APPLICABLEIn case, the work cannot be started due to reasons not within the control of the contractor within1/8th of the stipulated time for completion of work or one month whichever is higher, either partymay close the contract. In case contractor wants to close the contract, he shall give notice to theWAPCOS stating the failure on the part of WAPCOS. In such eventuality, the Performance Guaranteeof the contractor shall be refunded within following time limits :

a) Tendered value of work is up to Rs. 45 lac 15 daysb) If the Tendered value of work is more than Rs.45 lac and up to Rs. 2.5 Crore 21 daysc) If the Tendered value of work exceeds Rs. 2.5 Crore : 30 days

Signature of Bidder WAPCOS LTD.-39-

TENDER NO: WAP/PMD/2017-18/20

If Performance Guarantee is not released within prescribed time limit, then a simple interest @0.25% per month shall be payable on Performance Guarantee amount to the contractor from thedate of expiry of prescribed time limit.

A compensation for such eventuality, on account of damages etc. shall be payable @ 0.25% oftendered amount subject to maximum limit of Rs. 10 lacs.

CLAUSE 4: CONTRACTOR LIABLE TO PAY COMPENSATION EVEN IF ACTION NOT TAKEN UNDERCLAUSE 3

In any case in which any of the powers conferred upon the Engineer-in-Charge by Clause-3 thereof,shall have become exercisable and the same are not exercised, the non-exercise thereof shall notconstitute a waiver of any of the conditions hereof and such powers shall notwithstanding beexercisable in the event of any future case of default by the contractor and the liability of thecontractor for compensation shall remain unaffected. In the event of the Engineer-in-Chargeputting in force all or any of the powers vested in him under the preceding clause he may, if he sodesires after giving a notice in writing to the contractor, take possession of (or at the sole discretionof the Engineer-in-Charge which shall be final and binding on the contractor) use as on hire (theamount of the hire money being also in the final determination of the Engineer-in-Charge) all or anytools, plant, materials and stores, in or upon the works, or the site thereof belonging to thecontractor, or procured by the contractor and intended to be used for the execution of the work/orany part thereof, paying or allowing for the same in account at the contract rates, or, in the case ofthese not being applicable, at current market rates to be certified by the Engineer-in-Charge, whosecertificate thereof shall be final, and binding on the contractor, clerk of the works, foreman or otherauthorized agent to remove such tools, plant, materials, or stores from the premises (within a timeto be specified in such notice) in the event of the contractor failing to comply with any suchrequisition, the Engineer-in-Charge may remove them at the contractor’s expense or sell them byauction or private sale on account of the contractor and his risk in all respects and the certificate ofthe Engineer-in-Charge as to the expenses of any such removal and the amount of the proceedsand expenses of any such sale shall be final and conclusive against the contractor.

CLAUSE 5: TIME AND EXTENSION FOR DELAYThe time allowed for execution of the Works as specified in the Special Conditions of Contract orthe extended time in accordance with these conditions shall be the essence of the Contract. Theexecution of the works shall commence from such time period as mentioned in Special Conditionsof Contract or from the date of handing over of the site whichever is later. If the Contractor commitsdefault in commencing the execution of the work as aforesaid, WAPCOS shall without prejudice toany other right or remedy available in law, be at liberty to forfeit the performance guaranteeabsolutely.

5.1 As soon as possible after the Contract is concluded, the Contractor shall submit a Time andProgress Chart for each mile stone and get it approved by the WAPCOS. The Chart shall beprepared in direct relation to the time stated in the Contract documents for completion ofitems of the works. It shall indicate the forecast of the dates of commencement andcompletion of various trades of sections of the work and may be amended as necessary byagreement between the Engineer-in-Charge and the Contractor within the limitations oftime imposed in the Contract documents, and further to ensure good progress during theexecution of the work, the contractor shall in all cases in which the time allowed for any

Signature of Bidder WAPCOS LTD.-40-

TENDER NO: WAP/PMD/2017-18/20

work, exceeds one month (save for special jobs for which a separate programme has beenagreed upon) complete the work as per mile stones given in Special Conditions of Contract.

(a) Project Management shall be done by using project management software for workscosting more than Rs. 5 Crore.

(b) The project management shall be done using M.S. Project software for works costingmore than Rs. 5 Crore and up to Rs. 20 Crore.

(c) For works costing more than Rs. 20 Crore, project management shall be done usingPrimavera Software.

PROGRAMME CHART(i) The Contractor shall prepare an integrated programme chart in MS Project/Primavera

software for the execution of work, showing clearly all activities from the start of work tocompletion, with details of manpower, equipment and machinery required for thefulfillment of the programme within the stipulated period or earlier and submit the samefor approval to the Engineer-in- Charge within ten days of award of the contract. A recoveryof Rs. 2500/- (for works costing upto Rs. 20 Crores) / Rs. 5000/- (for works costing more thanRs. 20 Crores) shall be made on per day basis in case of delay in submission of the aboveprogramme.

(ii) The programme chart should include the following:

(a) Descriptive note explaining sequence of the various activities.(b) Network (PERT / CPM / BAR CHART).(c) Programme for procurement of materials by the contractor.

Programme of procurement of machinery / equipments having adequate capacity,commensurate with the quantum of work to be done within the stipulated period, by thecontractor. In addition to above, to achieve the progress of Work as per programme, thecontractor must bring at site adequate shuttering material required for cement concreteand R.C.C. works etc. for three floors within one month from the date of start of work tillthe completion of RCC work as per requirement of work. The contractor shall submitshuttering schedule adequate to complete structure work within laid down physicalmilestone.

(iii) If at any time, it appears to the Engineer-in-Charge that the actual progress of work doesnot conform to the approved programme referred above or after rescheduling ofmilestones, the contractor shall produce a revised programme within 7 (seven) days,showing the modifications to the approved programme to ensure timely completion of thework. The modified schedule of programme shall be approved by the Engineer in Charge. Arecovery of Rs. 2500/- (for works costing upto Rs. 20 Crores) / Rs. 5000/- (for works costingmore than Rs. 20 Crores) shall be made on per day basis in case of delay in submission ofthe modified programme.

(iv) The submission for approval by the Engineer-in-Charge of such programme or suchparticulars shall not relieve the contractor of any of the duties or responsibilities under thecontract. This is without prejudice to the right of Engineer-in-Charge to take action againstthe contractor as per terms and conditions of the agreement.

(v) The contractor shall submit the progress report using MS Project/Primavira software withbase line programme referred above for the work done during previous month to theEngineer-in-charge on or before 5th day of each month failing which a recovery Rs. 2500/ -

Signature of Bidder WAPCOS LTD.-41-

TENDER NO: WAP/PMD/2017-18/20

(for works costing upto Rs. 20 Crores) / Rs. 5000/- (for works costing more than Rs. 20Crores) shall be made on per day basis in case of delay in submission of the monthly progressreport.

5.2 If the work(s) be delayed by :-(i) force majeure, or(ii) abnormally bad weather, or(iii) serious loss or damage by fire, or(iv) civil commotion, local commotion of workmen, strike or lockout, affecting any of

the trades employed on the work, or(v) delay on the part of other contractors or tradesmen engaged by Engineer-in-

Charge in executing work not forming part of the Contract, or(vi) non-availability of stores, which are the responsibility of WAPCOS to supply or(vii) non-availability or break down of tools and Plant to be supplied or supplied by

WAPCOS or(viii) any other cause which, in the absolute discretion of the Engineer-in-Charge is

beyond the Contractor’s control.

then upon the happening of any such event causing delay, the Contractor shall immediatelygive notice thereof in writing to the authority as indicated in Special Conditions of Contractbut shall nevertheless use constantly his best endeavours to prevent or make good the delayand shall do all that may be reasonably required to the satisfaction of the Engineer-in-Chargeto proceed with the works.

5.3 Request for rescheduling of Mile stones and extension of time, to be eligible forconsideration, shall be made by the Contractor in writing within fourteen days of thehappening of the event causing delay on the prescribed form to the authority as indicatedin Special Conditions of Contract. The Contractor may also, if practicable, indicate in such arequest the period for which extension is desired.

5.4 In any such case the authority as indicated in Special Conditions of Contract may give a fairand reasonable extension of time and reschedule the mile stones for completion of work.Such extension or rescheduling of the milestones shall be communicated to the Contractorby the authority as indicated in Special Conditions of Contract in writing, within 3 months or4 weeks of the date of receipt of such request respectively. Non application by thecontractor for extension of time/ rescheduling of the milestones shall not be a bar for givinga fair and reasonable extension/ rescheduling of the milestones by the authority as indicatedin Special Conditions of Contract and this shall be binding on the contractor.

CLAUSE 6 : MEASUREMENTS OF WORK DONEEngineer-in-Charge shall, except as otherwise provided, ascertain and determine by measurement,the value in accordance with the contract of work done.

All measurement of all items having financial value shall be entered in Measurement Book and/orlevel field book so that a complete record is obtained of all works performed under the contract.

All measurements and levels shall be taken jointly by the Engineer-in-Charge or his authorizedrepresentative and by the contractor or his authorized representative from time to time during theprogress of the work and such measurements shall be signed and dated by the Engineer- in-Chargeand the contractor or their representatives in token of their acceptance. If the contractor objectsto any of the measurements recorded, a note shall be made to that effect with reason and signed

Signature of Bidder WAPCOS LTD.-42-

TENDER NO: WAP/PMD/2017-18/20

by both the parties. If for any reason the contractor or his authorized representative is not availableand the work of recording measurements is suspended by the Engineer-in-Charge or hisrepresentative, the Engineer-in-Charge and the WAPCOS shall not entertain any claim fromcontractor for any loss or damages on this account. If the contractor or his authorizedrepresentative does not remain present at the time of such measurements after the contractor orhis authorized representative has been given a notice in writing three (3) days in advance or fails tocountersign or to record objection within a week from the date of the measurement, then suchmeasurements recorded in his absence by the Engineer-in-Charge or his representative shall bedeemed to be accepted by the Contractor.

The contractor shall, without extra charge, provide all assistance with every appliance, labour andother things necessary for measurements and recording levels.

Except where any general or detailed description of the work expressly shows to the contrary,measurements shall be taken in accordance with the procedure set forth in the specificationsnotwithstanding any provision in the relevant Standard Method of measurement or any general orlocal custom. In the case of items which are not covered by specifications, measurements shall betaken in accordance with the relevant standard method of measurement issued by the Bureau ofIndian Standards and if for any item no such standard is available, then a mutually agreed methodshall be followed.

The contractor shall give, not less than seven days’ notice to the Engineer-in-Charge or hisauthorized representative in charge of the work, before covering up or otherwise placing beyondthe reach of measurement any work in order that the same may be measured and correctdimensions thereof be taken before the same is covered up or placed beyond the reach ofmeasurement and shall not cover up and place beyond reach of measurement any work withoutconsent in writing of the Engineer-in-Charge or his authorized representative in charge of the workwho shall within the aforesaid period of seven days inspect the work, and if any work shall becovered up or placed beyond the reach of measurements without such notice having been given orthe Engineer-in-Charge’s consent being obtained in writing, the same shall be uncovered at theContractor’s expense, or in default thereof no payment or allowance shall be made for such workor the materials with which the same was executed.

Engineer-in-Charge or his authorized representative may cause either themselves or throughanother officer of the WAPCOS to check the measurements recorded jointly or otherwise asaforesaid and all provisions stipulated herein above shall be applicable to such checking ofmeasurements or levels.

It is also a term of this contract that recording of measurements of any item of work in themeasurement book and/or its payment in the interim, on account or final bill shall not beconsidered as conclusive evidence as to the sufficiency of any work or material to which it relatesnor shall it relieve the contractor from liabilities from any over measurement or defects noticed tillcompletion of the defects liability period.

CLAUSE 6A : COMPUTERIZED MEASUREMENT BOOKEngineer-in-Charge shall, except as otherwise provided, ascertain and determine by measurementthe value of work done in accordance with the contract.

All measurements of all items having financial value shall be entered by the contractor and compiledin the shape of the Computerized Measurement Book having pages of A-4 size as per the format ofthe WAPCOS so that a complete record is obtained of all the items of works performed under thecontract.

Signature of Bidder WAPCOS LTD.-43-

TENDER NO: WAP/PMD/2017-18/20

All such measurements and levels recorded by the contractor or his authorized representative fromtime to time, during the progress of the work, shall be got checked by the contractor from theEngineer-in-Charge or his authorized representative as per interval or program fixed in consultationwith Engineer-in-Charge or his authorized representative. After the necessary corrections made bythe Engineer-in-Charge, the measurement sheets shall be returned to the contractor forincorporating the corrections and for resubmission to the Engineer-in- Charge for the datedsignatures by the Engineer-in- Charge and the contractor or their representatives in token of theiracceptance.

Whenever bill is due for payment, the contractor would initially submit draft computerizedmeasurement sheets and these measurements would be got checked/test checked from theEngineer-in-Charge and/or his authorized representative. The contractor will, thereafter,incorporate such changes as may be done during these checks/test checks in his draft computerizedmeasurements, and submit to the WAPCOS a computerized measurement book, duly bound, andwith its pages machine numbered. The Engineer-in- Charge and/or his authorized representativewould thereafter check this MB, and record the necessary certificates for their checks/test checks.

The final, fair, computerized measurement book given by the contractor, duly bound, with its pagesmachine numbered, should be 100% correct, and no cutting or over-writing in the measurementswould thereafter be allowed. If at all any error is noticed, the contractor shall have to submit a freshcomputerized MB with its pages duly machine numbered and bound. The contractor shall submittwo spare copies of such computerized MB’s for the purpose of reference and records.

The contractor shall also submit to the WAPCOS separately his computerized Abstract of Cost andthe bill based on these measurements, duly bound, and its pages machine numbered along withtwo spare copies of the bill. Thereafter, this bill will be processed by the Engineer-In-Charge

The contractor shall, without extra charge, provide all assistance with every appliance, labour andother things necessary for checking of measurements/levels by the Engineer-in- Charge or hisrepresentative.

Except where any general or detailed description of the work expressly shows to the contrary,measurements shall be taken in accordance with the procedure set forth in the specificationsnotwithstanding any provision in the relevant Standard Method of measurement or any general orlocal custom. In the case of items which are not covered by specifications, measurements shall betaken in accordance with the relevant standard method of measurement issued by the Bureau ofIndian Standards and if for any item no such standard is available then a mutually agreed methodshall be followed.

The contractor shall give not less than seven days’ notice to the Engineer-in-Charge or hisauthorized representative in charge of the work before covering up or otherwise placing beyondthe reach of checking and/or test checking the measurement of any work in order that the samemay be checked and/or test checked and correct dimensions thereof be taken before the same iscovered up or placed beyond the reach of checking and/or test checking measurement and shallnot cover up and place beyond reach of measurement any work ithout consent in writing of theEngineer-in-Charge or his authorized representative in charge of the work who shall within theaforesaid period of seven days inspect the work, and if any work shall be covered up or placedbeyond the reach of checking and/or test checking measurements without such notice having beengiven or the Engineer-in-Charge’s consent being obtained in writing the same shall be uncovered atthe Contractor’s expense, or in default thereof no payment or allowance shall be made for suchwork or the materials with which the same was executed.

Signature of Bidder WAPCOS LTD.-44-

TENDER NO: WAP/PMD/2017-18/20

Engineer-in-Charge or his authorized representative may cause either themselves or throughanother officer of the WAPCOS to check the measurements recorded by contractor and allprovisions stipulated herein above shall be applicable to such checking of measurements or levels.It is also a term of this contract that checking and/or test checking the measurements of any itemof work in the measurement book and/or its payment in the interim, on account of final bill shallnot be considered as conclusive evidence as to the sufficiency of any work or material to which itrelates nor shall it relieve the contractor from liabilities from any over measurement or defectsnoticed till completion of the defects liability period.

CLAUSE 7 : PAYMENT ON INTERMEDIATE CERTIFICATE TO BE REGARD AS ADVANCE ------NOTAPPLICABLE

No payment shall be made for work, estimated to cost Rs. Twenty thousand or less till after thewhole of the work shall have been completed and certificate of completion given. For worksestimated to cost over Rs. Twenty thousand, the interim or running account bills shall be submittedby the contractor for the work executed on the basis of such recorded measurements on the formatof the WAPCOS in triplicate on or before the date of every month fixed for the same by the Engineer-in-Charge. The contractor shall not be entitled to be paid any such interim payment if the grosswork done together with net payment/ adjustment of advances for material collected, if any, sincethe last such payment is less than the amount specified in Special Conditions of Contract, in whichcase the interim bill shall be prepared on the appointed date of the month after the requisiteprogress is achieved. Engineer-in-Charge shall arrange to have the bill verified by taking or causingto be taken, where necessary, the requisite measurements of the work. In the event of the failureof the contractor to submit the bills, Engineer-in-Charge shall prepare or cause to be prepared suchbills in which event no claims whatsoever due to delays on payment including that of interest shallbe payable to the contractor. Payment on account of amount admissible shall be made by theEngineer-in- Charge certifying the sum to which the contractor is considered entitled by way ofinterim payment at such rates as decided by the Engineer-in-Charge. The amount admissible shallbe paid by 10th working day after the day of presentation of the bill by the Contractor to theEngineer-in-Charge together with the account of the material issued by the WAPCOS, or dismantledmaterials, if any. In the case of works outside the headquarters of the Engineer- in-Charge, theperiod of ten working days will be extended to fifteen working days.

All such interim payments shall be regarded as payment by way of advances against final paymentonly and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to berejected, removed, taken away and reconstructed or re-erected. Any certificate given by theEngineer-in-Charge relating to the work done or materials delivered forming part of such payment,may be modified or corrected by any subsequent such certificate(s) or by the final certificate andshall not by itself be conclusive evidence that any work or materials to which it relates is/are inaccordance with the contract and specifications. Any such interim payment, or any part thereofshall not in any respect conclude, determine or affect in any way powers of the Engineer-in-Chargeunder the contract or any of such payments be treated as final settlement and adjustment ofaccounts or in any way vary or affect the contract.

Pending consideration of extension of date of completion, interim payments shall continue to bemade as herein provided without prejudice to the right of the WAPCOS to take action under theterms of this contract for delay in the completion of work, if the extension of date of completion isnot granted by the competent authority.

The Engineer-in-Charge in his sole discretion on the basis of a certificate from the Engineer-In-Charge to the effect that the work has been completed up to the level in question make interim

Signature of Bidder WAPCOS LTD.-45-

TENDER NO: WAP/PMD/2017-18/20

advance payments without detailed measurements for work done (other than foundations, itemsto be covered under finishing items) up to lintel level (including sunshade etc.) and slab level, foreach floor working out at 75% of the assessed value. The advance payments so allowed shall beadjusted in the subsequent interim bill by taking detailed measurements thereof.

In case of composite tenders, running payment for the major component shall be made by Engineer-In-Charge of major discipline to the main contractor. Running payment for minor component shallbe made by the Engineer-in-Charge of the discipline of minor component directly to the maincontractor.

In case main contractor fails to make the payment to the contractor associated by him within 15days of receipt of each running account payment, then on the written complaint of contractorassociated for such minor component, Engineer in charge of minor component shall serve the showcause to the main contractor and if reply of main contractor either not received or foundunsatisfactory, he may make the payment directly to the contractor associated for minorcomponent as per the terms and conditions of the agreement drawn between main contractor andassociate contractor fixed by him. Such payment made to the associate contractor shall berecovered by Engineer-in-charge of major or minor component from the next R/A/ final bill due tomain contractor as the case may be.

CLAUSE 8 : COMPLETION CERTIFICATE AND COMPLETION PLANSWithin ten days of the completion of the work, the contractor shall give notice of such completionto the Engineer-in-Charge and within thirty days of the receipt of such notice, the Engineer-in-Charge shall inspect the work and if there is no defect in the work, shall furnish the contractor witha final certificate of completion, otherwise a provisional certificate of physical completion indicatingdefects (a) to be rectified by the contractor and/or (b) for which payment will be made at reducedrates, shall be issued. But no final certificate of completion shall be issued, nor shall the work beconsidered to be complete until the contractor shall have removed from the premises on which thework shall be executed all scaffolding, surplus materials, rubbish and all huts and sanitaryarrangements required for his/their work people on the site in connection with the execution ofthe works as shall have been erected or constructed by the contractor(s) and cleaned off the dirtfrom all wood work, doors, windows, walls, floor or other parts of the building, in, upon, or aboutwhich the work is to be executed or of which he may have had possession for the purpose of theexecution; thereof, and not until the work shall have been measured by the Engineer-in-Charge. Ifthe contractor shall fail to comply with the requirements of this Clause as to removal of scaffolding,surplus materials and rubbish and all huts and sanitary arrangements as aforesaid and cleaning offdirt on or before the date fixed for the completion of work, the Engineer-in-Charge may at theexpense of the contractor remove such scaffolding, surplus materials and rubbish etc., and disposeof the same as he thinks fit and clean off such dirt as aforesaid, and the contractor shall have noclaim in respect of scaffolding or surplus materials as aforesaid except for any sum actually realizedby the sale thereof.

CLAUSE 8A : CONTRACTOR TO KEEP SITE CLEANWhen the annual repairs and maintenance of works are carried out, the splashes and droppingsfrom white washing, colour washing, painting etc., on walls, floor, windows, etc shall be removedand the surface cleaned simultaneously with the completion of these items of work in the individualrooms, quarters or premises etc. where the work is done: without waiting for the actual completionof all the other items of work in the contract. In case the contractor fails to comply with therequirements of this clause, the Engineer-in-Charge shall have the right to get this work done at the

Signature of Bidder WAPCOS LTD.-46-

TENDER NO: WAP/PMD/2017-18/20

cost of the contractor either WAPCOS or through any other agency. Before taking such action, theEngineer-in-Charge shall give ten days notice in writing to the contractor.

CLAUSE 8B : COMPLETION PLANS TO BE SUBMITTED BY THE CONTRACTORThe contractor shall submit completion plan as required vide General Specifications for Electricalworks (Part-I internal) 2005 and (Part-ll External) 1994 as applicable within thirty days of thecompletion of the work.In case, the contractor fails to submit the completion plan as aforesaid, he shall be liable to pay asum equivalent to 2.5% of the value of the work which shall be final and binding on the contractor.The contractor shall submit completion plan for water, sewerage and drainage line plan within thirtydays of the completion of the work.In case, the contractor fails to submit the completion plan as aforesaid, the WAPCOS will get it donethrough other agency at his cost and actual expenses incurred plus 1.0% of the value of the workfor the same shall be recovered from the contractor.

CLAUSE 9 : PAYMENT OF FINAL BILLThe final bill shall be submitted by the contractor in the same manner as specified in interim billswithin one month of the date of the final certificate of completion furnished by the Engineer-in-Charge. No further claims shall be made by the contractor after submission of the final bill and theseshall be deemed to have been waived and extinguished. Payments of those items of the bill inrespect of which there is no dispute and of items in dispute, for quantities and rates as approvedby Engineer-in-Charge, will, as far as possible be made within the period specified hereinunder, theperiod being reckoned from the date of receipt of the bill by the Engineer-in-Charge or hisauthorized Engineer, complete with account of materials issued by the WAPCOS and dismantledmaterials.

a) Tendered value of work is up to Rs. 45 lac 2 monthsb) If the Tendered value of work is more than Rs. 45 lac and up to Rs. 2.5 Crore 3 months

c) If the Tendered value of work exceeds Rs. 2.5 Crore : 6 months

CLAUSE 9A : PAYMENT OF CONTRACTOR’S BILLS TO BANKSPayments due to the contractor may, if so desired by him, be made to his bank, registered financial,co-operative or thrift societies or recognized financial institutions instead of direct to him providedthat the contractor furnishes to the Engineer-in-Charge (1) an authorization in the form of a legallyvalid document such as a power of attorney conferring authority on the bank; registered financial,co-operative or thrift societies or recognized financial institutions to receive payments and (2) hisown acceptance of the correctness of the amount made out as being due to him by WAPCOS or hissignature on the bill or other claim preferred against WAPCOS before settlement by the Engineer-in-Charge of the account or claim by payment to the bank, registered financial, co-operative or thriftsocieties or recognized financial institutions. While the receipt given by such banks; registeredfinancial, co-operative or thrift societies or recognized financial institutions shall constitute a fulland sufficient discharge for the payment, the contractor shall whenever possible present his billsduly receipted and discharged through his bank, registered financial, co-operative or thrift societiesor recognized financial institutions.

Nothing herein contained shall operate to create in favour of the bank; registered financial, co-operative or thrift societies or recognized financial institutions any rights or equities vis-à-vis theWAPCOS.

Signature of Bidder WAPCOS LTD.-47-

TENDER NO: WAP/PMD/2017-18/20

CLAUSE 10 : MATERIALS SUPPLIED BY WAPCOS ---------NOT APPLICABLEMaterials which WAPCOS will supply are shown in Special Conditions of Contract (SCC) which alsostipulates quantum, place of issue and rate(s) to be charged in respect thereof. The contractor shallbe bound to procure them from the Engineer-in-Charge.

As soon as the work is awarded, the contractor shall finalise the programme for the completion ofwork as per clause 5 of this contract and shall give his estimates of materials required on the basisof drawings/or schedule of quantities of the work. The Contractor shall give in writing hisrequirement to the Engineer-in-Charge which shall be issued to him keeping in view the progress ofwork as assessed by the Engineer-in-Charge, in accordance with the agreed phased programme ofwork indicating monthly requirements of various materials. The contractor shall place his indent inwriting for issue of such materials at least 7 days in advance of his requirement.

Such materials shall be supplied for the purpose of the contract only and the value of the materialsso supplied at the rates specified in the aforesaid schedule shall be set off or deducted, as and whenmaterials are consumed in items of work (including normal wastage) for which payment is beingmade to the contractor, from any sum then due or which may therefore become due to thecontractor under the contract or otherwise or from the security deposit. At the time of submissionof bills, the contractor shall certify that balance of materials supplied is available at site in originalgood condition.

The contractor shall submit along with every running bill (on account or interim bill) material wisereconciliation statements supported by complete calculations reconciling total issue, totalconsumption and certified balance (diameter/section-wise in the case of steel) and resultingvariations and reasons therefore. Engineer-in-Charge shall (whose decision shall be final andbinding on the contractor) be within his rights to follow the procedure of recovery in clause 42 atany stage of the work if reconciliation is not found to be satisfactory.

The contractor shall bear the cost of getting the material issued, loading, transporting to site,unloading, storing under cover as required, cutting assembling and joining the several partstogether as necessary. Notwithstanding anything to the contrary contained in any other clause ofthe contract and (or the CPWA Code) all stores/materials so supplied to the contractor or procuredwith the assistance of the WAPCOS shall remain the absolute property of WAPCOS and thecontractor shall be the trustee of the stores/materials, and the said stores/materials shall not beremoved/disposed off from the site of the work on any account and shall be at all times open toinspection by the Engineer-in-Charge or his authorized agent. Any such stores/materials remainingunused shall be returned to the Engineer-in- Charge in as good a condition in which they wereoriginally supplied at a place directed by him, at a place of issue or any other place specified by himas he shall require, but in case it is decided not to take back the stores/materials the contractorshall have no claim for compensation on any account of such stores/materials so supplied to him asaforesaid and not used by him or for any wastage in or damage to in such stores/materials.

On being required to return the stores/materials, the contractor shall hand over the stores/materials on being paid or credited such price as the Engineer-in-Charge shall determine, havingdue regard to the condition of the stores/materials. The price allowed for credit to the contractor,however, shall be at the prevailing market rate not exceeding the amount charged to him, excludingthe storage charge, if any. The decision of the Engineer-in-Charge shall be final and conclusive. Inthe event of breach of the aforesaid condition, the contractor shall in addition to throwing himselfopen to account for contravention of the terms of the licenses or permit and/or for criminal breachof trust, be liable to WAPCOS for all advantages or profits resulting or which in the usual course

Signature of Bidder WAPCOS LTD.-48-

TENDER NO: WAP/PMD/2017-18/20

would have resulted to him by reason of such breach. Provided that the contractor shall in no casebe entitled to any compensation or damages on account of any delay in supply or non-supplythereof all or any such materials and stores provided further that the contractor shall be bound toexecute the entire work if the materials are supplied by the WAPCOS within the original scheduledtime for completion of the work plus 50% thereof or schedule time plus 6 months whichever is moreif the time of completion of work exceeds 12 months, but if a part of the materials only has beensupplied within the aforesaid period, then the contractor shall be bound to do so much of the workas may be possible with the materials and stores supplied in the aforesaid period. For thecompletion of the rest of the work, the contractor shall be entitled to such extension of time as maybe determined by the Engineer-in-Charge whose decision in this regard shall be final and bindingon the contractor.

The contractor shall see that only the required quantities of materials are got issued. Any suchmaterial remaining unused and in perfectly good/original condition at the time of completion ordetermination of the contract shall be returned to the Engineer-in-Charge at the stores from whichit was issued or at a place directed by him by a notice in writing. The contractor shall not be entitledfor loading, transporting, unloading and stacking of such unused material except for the extra lead,if any involved, beyond the original place of issue.

CLAUSE 10A: MATERIALS TO BE PROVIDED BY CONTRACTORThe contractor shall, at his own expense, provide all materials, required for the works other thanthose which are stipulated to be supplied by the WAPCOS

The contractor shall, at his own expense and without delay, supply to the Engineer-in- Chargesamples of materials to be used on the work and shall get these approved in advance. All suchmaterials to be provided by the Contractor shall be in conformity with the specifications laid downor referred to in the contract. The contractor shall, if requested by the Engineer-in-Charge furnishproof, to the satisfaction of the Engineer-in-Charge that the materials so comply. The Engineer-in-Charge shall within thirty days of supply of samples or within such further period as he may requireintimate to the Contractor in writing whether samples are approved by him or not. If samples arenot approved, the Contractor shall forthwith arrange to supply to the Engineer-in-Charge for hisapproval, fresh samples complying with the specifications laid down in the contract. When materialsare required to be tested in accordance with specifications, approval of the Engineer-in-Charge shallbe issued after the test results are received.

The Contractor shall at his risk and cost submit the samples of materials to be tested or analyzedand shall not make use of or incorporate in the work any materials represented by the samples untilthe required tests or analysis have been made and materials finally accepted by the Engineer-in-Charge. The Contractor shall not be eligible for any claim or compensation either arising out of anydelay in the work or due to any corrective measures required to be taken on account of and as aresult of testing of materials.

The contractor shall, at his risk and cost, make all arrangements and shall provide all facilities as theEngineer-in-Charge may require for collecting, and preparing the required number of samples forsuch tests at such time and to such place or places as may be directed by the Engineer-in-Chargeand bear all charges and cost of testing unless specifically provided for otherwise elsewhere in thecontract or specifications. The Engineer-in- Charge or his authorized representative shall at all timeshave access to the works and to all workshops and places where work is being prepared or fromwhere materials, manufactured articles or machinery are being obtained for the works and thecontractor shall afford every facility and every assistance in obtaining the right to such access.

Signature of Bidder WAPCOS LTD.-49-

TENDER NO: WAP/PMD/2017-18/20

The Engineer-in-Charge shall have full powers to require the removal from the premises of allmaterials which in his opinion are not in accordance with the specifications and in case of default,the Engineer-in-Charge shall be at liberty to employ at the expense of the contractor, other personsto remove the same without being answerable or accountable for any loss or damage that mayhappen or arise to such materials. The Engineer-in-Charge shall also have full powers to requireother proper materials to be substituted thereof and in case of default, the Engineer-in-Charge maycause the same to be supplied and all costs which may attend such removal and substitution shallbe borne by the Contractor.

The contractor shall at his own expense, provide a material testing lab at the site for conductingroutine field tests. The lab shall be equipped at least with the testing equipment as specified inSpecial Conditions of Contract.

Minimum 01 year warranty for Mechanical & Electrical Equipments and other bought out items, atthe discretion of WAPCOS Limited, if supplied directly by the contractor. The standard warrantyperiod offered by the Manufacturer shall be retained, in case the original warranty period is morethan one year.

CLAUSE 10B :

(i) SECURED ADVANCE ON NON-PERISHABLE MATERIALSThe contractor, on signing an indenture in the form to be specified by the Engineer-in-Charge, shall be entitled to be paid during the progress of the execution of the work up to90% of the assessed value of any materials which are in the opinion of the Engineer-in-Charge non-perishable, non-fragile and non-combustible and are in accordance with thecontract and which have been brought on the site in connection therewith and areadequately stored and/or protected against damage by weather or other causes but whichhave not at the time of advance been incorporated in the works. When materials on accountof which an advance has been made under this sub-clause are incorporated in the work, theamount of such advance shall be recovered/ deducted from the next payment made underany of the clause or clauses of this contract.

Such secured advance shall also be payable on other items of perishable nature, fragile andcombustible with the approval of the Engineer-in-Charge provided the contractor providesa comprehensive insurance cover for the full cost of such materials. The decision of theEngineer-in-Charge shall be final and binding on the contractor in this matter. No securedadvance, shall however, be paid on high-risk materials such as ordinary glass, sand, petrol,diesel etc.

(ii) MOBILISATION ADVANCEMobilization advance not exceeding 10% of the tendered value may be given, if requestedby the contractor in writing within one month of the order to commence the work. Suchadvance shall be in two or more installments to be determined by the Engineer-in- Chargeat his sole discretion. The first installment of such advance shall be released by the Engineer-in-charge to the contractor on a request made by the contractor to the Engineer-in-Chargein this behalf. The second and subsequent installments shall be released by the Engineer-in-Charge only after the contractor furnishes a proof of the satisfactory utilization of the earlierinstallment to the entire satisfaction of the Engineer-in-Charge.

Before any installment of advance is released, the contractor shall execute a Bank GuaranteeBond from Scheduled Bank for the amount equal to 110% of the amount of advance and

Signature of Bidder WAPCOS LTD.-50-

TENDER NO: WAP/PMD/2017-18/20

valid for the contract period. This (Bank Guarantee from Scheduled Bank for the amountequal to 110% of the balance amount of advance) shall be kept renewed from time to timeto cover the balance amount and likely period of complete recovery.

(iii) PLANT MACHINERY & SHUTTERING MATERIAL ADVANCE --------NOT APPLICABLE

An advance for plant, machinery & shuttering material required for the work and broughtto site by the Contractor may be given if requested by the contractor in writing within onemonth of bringing such plant and machinery to site. Such advance shall be given on suchplant and machinery which in the opinion of the Engineer-in-charge will add to theexpeditious execution of work and improve the quality of work. The amount of advance shallbe restricted to 5% percent of the tender value. In the case of new plant and equipment tobe purchased for the work, the advance shall be restricted to 90% of the price of such newplant and equipment paid by the contractor for which the contractor shall produce evidencesatisfactory to the Engineer-in-Charge. In the case of second hand and used plants andequipment, the amount of such advance shall be limited to 50% of the depreciated value ofplant and equipment as may be decided by the Engineer-in-Charge. The contractor shall, ifso required by the Engineer-in-Charge, submit the statement of value of such old plant andequipment duly approved by a Registered Valuer recognized by the Central Board of DirectTaxes under the Income- Tax Act, 1961. No such advance shall be paid on any plant andequipment of perishable nature and on any plant and equipment of a value less than Rs.50,000/- Seventy five per cent of such amount of advance shall be paid after the plant &equipment is brought to site and balance twenty five percent on successfully commissioningthe same.

Leasing of equipment shall be considered at par with purchase of equipment and shall becovered by tripartite agreement with the following:

1. Leasing company which gives certificate of agreeing to lease equipment to thecontractor.

2. Engineer in Charge, and3. The contractor.

This advance shall further be subject to the condition that such plant and equipment (a) areconsidered by the Engineer-in-Charge to be necessary for the works; (b) and are in workingorder and are maintained in working order; (c) hypothecated to the WAPCOS as specifiedby the Engineer-in-Charge before the payment of advance is released. The contractor shallnot be permitted to remove from the site such hypothecated plant and equipment withoutthe prior written permission of the Engineer-in-Charge. The contractor shall be responsiblefor maintaining such plant and equipment in good working order during the entire period ofhypothecation failing which such advance shall be entirely recovered in lump sum. For thispurpose, steel scaffolding and form work shall be treated as plant and equipment.

The contractor shall insure the Plant and Machinery for which mobilization advance issought and given, for a sum sufficient to provide for their replacement at site. Any amountsnot recovered from the insurer will be borne by the contractor.

(iv) INTEREST & RECOVERY

Signature of Bidder WAPCOS LTD.-51-

TENDER NO: WAP/PMD/2017-18/20

The mobilization advance and secured advance in (i) & (ii) above bear simple interest at therate of 10 per cent per annum and shall be calculated from the date of payment to the dateof recovery, both days inclusive, on the outstanding amount of advance. Recovery of suchsums advanced shall be made by the deduction from the contractors bills commencing afterfirst 10% of the gross value of the work is executed and paid, on pro-rata percentage basisto the gross value of the work billed beyond 10% in such a way that the entire advance isrecovered by the time 80% of the gross value of the contract is executed and paid, togetherwith interest due on the entire outstanding amount up to the date of recovery of theinstallment.

CLAUSE 10C : PAYMENT ON ACCOUNT OF INCREASE IN PRICE / WAGES DUE TO STATUTORYORDER --------NOT APPLICABLE

If after submission of the tender, the price of any material incorporated in the works (excluding thematerials covered under Clause 10CA and not being a material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 thereof) and/or wages of labour increases as a directresult of the coming into force of any fresh law, or statutory rule or order (but not due to anychanges of rate in sales tax/VAT, Central/State Excise/Custom Duty) beyond the prices/wagesprevailing at the time of the last stipulated date of receipt of tenders including extensions, if any,for the work during contract period including the justified period extended under the provisions ofclause 5 of the contract without any action under clause 2, then the amount of the contract shallaccordingly be varied and provided further that any such increase shall be limited to theprice/wages prevailing at the time of updated stipulated date of completion considering effect ofextra work (extra time to be calculated on prorata basis only as cost of extra work x stipulatedperiod/tendered amount).

If after submission of the tender, the price of any material incorporated in the works (excluding thematerials covered under Clause 10CA and not being a material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 thereof) and/or wages of labour as prevailing at thetime of last stipulated date of receipt of tender including extensions, if any, is decreased as a directresult of the coming into force of any fresh law or statutory rules or order (but not due to anychanges of rate in sales tax/VAT, Central/State Excise/Custom Duty), WAPCOS shall in respect ofmaterials incorporated in the works (excluding the materials covered under Clause 10CA and notbeing material supplied from the Engineer-in-Charge’s stores in accordance with Clause 10 hereof)and/or labour engaged on the execution of the work after the date of coming into force of such lawstatutory rule or order be entitled to deduct from the dues of the contractor, such amount as shallbe equivalent to the difference between the prices of the materials and/or wages as prevailed atthe time of the last stipulated date for receipt of tenders including extensions if any for the workand the prices of materials and/or wages of labour on the coming into force of such law, statutoryrule or order. This will be applicable for the contract period including the justified period extendedunder the provisions of clause 5 of the contract without any action under clause 2.

Engineer-in-Charge may call books of account and other relevant documents from the contractorto satisfy himself about reasonability of increase in prices of materials and wages. The contractorshall, within a reasonable time of his becoming aware of any alteration in the price of any suchmaterials and/or wages of labour, give notice thereof to the Engineer-in-Charge stating that thesame is given pursuant to this condition together with all information relating thereto which he maybe in position to supply.

For this purpose, the labour component of the work executed during period under considerationshall be the percentage as specified in Special Conditions of Contract, of the value of work done

Signature of Bidder WAPCOS LTD.-52-

TENDER NO: WAP/PMD/2017-18/20

during that period and the increase/decrease in labour shall be considered on the minimum dailywages in rupees of any unskilled adult male mazdoor, fixed under any law, statutory rule or order.

CLAUSE 10CA : PAYMENT DUE TO VARIATION IN PRICES OF MATERIALS AFTER RECEIPT OFTENDER --------NOT APPLICABLE

If after submission of the tender, the price of materials specified in Special Conditions of Contractincreases/ decreases beyond the base price(s) as indicated in Special Conditions of Contract for thework, then the amount of the contract shall accordingly be varied and provided further that anysuch variations shall be effected for stipulated period of Contract including the justified periodextended under the provisions of Clause 5 of the Contract without any action under Clause 2.

However for work done/during the justified period extended as above, it will be limited to indicesprevailing at the time of updated stipulated date of completion considering the effect of extra work(extra time to be calculated on pro-rata basis only as cost of extra work x stipulated period/tenderedcost).

The increase/decrease in prices of cement, steel reinforcement, structural steel and POL shall bedetermined by the Price indices Economic Advisor to Government of India, Ministry of Commerceand Industry. For other items provided in the Special Conditions of Contract, this shall bedetermined by the All India Wholesale Price Indices of materials as published by Economic Advisorto Government of India, Ministry of Commerce and Industry. Base price for cement, steelreinforcement, structural steel and POL shall be as issued by the state / Central Govt. from time totime. In case, price index of a particular material is not issued by Ministry of Commerce and Industry,then the price index of nearest similar material as indicated in Special Conditions of Contract shallbe followed.

The amount of the contract shall accordingly be varied for all such materials and will be worked outas per the formula given Clause 10CA, Conditions of Contract of CPWD.

CLAUSE 10CC : PAYMENT DUE TO INCREASE/DECREASE IN PRICES/WAGES (EXCLUDINGMATERALS COVERED UNDER CLAUSE 10 CA) AFTER RECEIPT OF TENDER FORWORKS --------NOT APPLICABLE

If the prices of materials (not being materials supplied or services rendered at fixed prices by theWAPCOS in accordance with clause 10 & 34 thereof) and/or wages of labour required for executionof the work increase, the contractor shall be compensated for such increase as per provisionsdetailed below and the amount of the contract shall accordingly be varied, subject to the conditionthat that such compensation for escalation in prices and wages shall be available only for the workdone during the stipulated period of the contract including the justified period extended under theprovisions of clause 5 of the contract without any action under clause 2. However, for the workdone during the justified period extended as above, the compensation as detailed below will belimited to prices/wages prevailing at the time of updated stipulated date of completion consideringthe effect of extra work ( extra time to be calculated on pro-rata basis only as cost of extra work xstipulated period/tendered cost). No such compensation shall be payable for a work for which thestipulated period of completion

is equal to or less than the time as specified in Special Conditions of Contract. Such compensationfor escalation in the prices of materials and labour, when due, shall be worked out based on theprovisions mentioned in the Clause 10CC of CPWD Conditions of Contract.

CLAUSE 10D : DISMANTLED MATERIAL WAPCOS PROPERTY

Signature of Bidder WAPCOS LTD.-53-

TENDER NO: WAP/PMD/2017-18/20

The contractor shall treat all materials obtained during dismantling of a structure, excavation of thesite for a work, etc. as WAPCOS’s property and such materials shall be disposed off to the bestadvantage of WAPCOS according to the instructions in writing issued by the Engineer-in-Charge.

CLAUSE 11 : WORKS TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS, DRAWINGS,ORDERS ETC.

The contractor shall execute the whole and every part of the work in the most substantial andworkmanlike manner both as regards materials and otherwise in every respect in strict accordancewith the specifications. The contractor shall also conform exactly, fully and faithfully to the design,drawings and instructions in writing in respect of the work signed by the Engineer-in-Charge andthe contractor shall be furnished free of charge one copy of the contract documents together withspecifications, designs, drawings and instructions as are not included in the standard specificationsspecified in Special Conditions of Contract or in any Bureau of Indian Standard or any other,published standard or code or, Schedule of Rates or any other printed publication referred toelsewhere in the contract.

The contractor shall comply with the provisions of the contract and with the care and diligenceexecute and maintain the works and provide all labour and materials, tools and plants including formeasurements and supervision of all works, structural plans and other things of temporary orpermanent nature required for such execution and maintenance in so far as the necessity forproviding these, is specified or is reasonably inferred from the contract. The Contractor shall takefull responsibility for adequacy, suitability and safety of all the works and methods of construction.

At least to 10% of prescribed Tests as per Central Public Works Department Manual/IS Codes ofconstruction materials shall be carried out from the outside approved/NABL recognized Laboratoryas may be approved by WAPCOS without any extra expenditure to WAPCOS.

The Contractor shall establish a field test laboratory on the site with latest equipment’s for carryingout field tests of construction materials and will maintain proper records of all the test results.

CLAUSE 12 : DEVIATIONS / VARIATIONS EXTENT AND PRICINGThe Engineer-in-Charge shall have power (i) to make alteration in, omissions from, additions to, orsubstitutions for the original specifications, drawings, designs and instructions that may appear tohim to be necessary or advisable during the progress of the work, and (ii) to omit a part of the worksin case of non-availability of a portion of the site or for any other reasons and the contractor shallbe bound to carry out the works in accordance with any instructions given to him in writing signedby the Engineer-in-Charge and such alterations, omissions, additions or substitutions shall form partof the contract as if originally provided therein and any altered, additional or substituted workwhich the contractor may be directed to do in the manner specified above as part of the works,shall be carried out by the contractor on the same conditions in all respects including price on whichhe agreed to do the main work except as hereafter provided.

12.1 The time for completion of the works shall, in the event of any deviations resulting inadditional cost over the tendered value sum being ordered, be extended, if requested bythe contractor, as follows:(i) In the proportion which the additional cost of the altered, additional or substituted

work, bears to the original tendered value plus(ii) 25% of the time calculated in (i) above or such further additional time as may be

considered reasonable by the Engineer-in-Charge.

Signature of Bidder WAPCOS LTD.-54-

TENDER NO: WAP/PMD/2017-18/20

12.2(a) Deviations, Extra Items And PricingThe In the case of extra item(s) (items that are completely new, and are in addition to the itemscontained in the contract), the contractor may within fifteen days of receipt of order or occurrenceof the item(s) claim rates, supported by proper analysis, for the work and the engineer-in-chargeshall within prescribed time limit of the receipt of the claims supported by analysis, after givingconsideration to the analysis of the rates submitted by the contractor, determine the rates on thebasis of the market rates and the contractor shall be paid in accordance with the rates sodetermined.

12.2(b) Deviations, Substituted Items And Pricing.In the case of substituted items (items that are taken up with partial substitution or in lieu of itemsof work in the contract), the rate for the agreement item (to be substituted) and substituted itemshall also be determined in the manner as mentioned in the following para.(a) If the market rate for the substituted item so determined is more than the market rate of

the agreement item (to be substituted), the rate payable to the contractor for the substituteditem shall be the rate for the agreement item (to be substituted) so increased to the extentof the difference between the market rates of substituted item and the agreement item (tobe substituted).

(b) If the market rate for the substituted item so determined is less than the market rate of theagreement item (to be substituted), the rate payable to the contractor for the substituteditem shall be the rate for the agreement item (to be substituted) so decreased to the extentof the difference between the market rates of substituted item and the agreement item (tobe substituted).

12.2(c) Deviations, Deviated Quantities, Pricing-------- Not ApplicableIn the case of contract items, substituted items, contract cum substituted items, which exceed thelimits laid down in Special Conditions of Contract, the contractor may within fifteen days of receiptof order or occurrence of the excess, claim revision of the rates, supported by proper analysis forthe work in excess of the above mentioned limits, provided that if the rates so claimed are in excessof the rates specified in the schedule of quantities, the Engineer-in-Charge shall within prescribedtime limit of receipt of the claims supported by analysis, after giving consideration to the analysisof the rates submitted by the contractor, determine the rates on the basis of the market rates andthe contractor shall be paid in accordance with the rates so determined.

a) Tendered value of work is up to Rs. 45 lac 30 daysb) If the Tendered value of work is more than Rs. 45 lac and up to Rs. 2.5 Crore 45 daysc) If the Tendered value of work exceeds Rs. 2.5 Crore : 60 days

12.3 The provisions of the preceding paragraph shall also apply to the decrease in the rates ofitems for the work in excess of the limits laid down in Special Conditions of Contract, andthe Engineer-in-Charge shall after giving notice to the contractor within one month ofoccurrence of the excess and after taking into consideration any reply received from himwithin fifteen days of the receipt of the notice, revise the rates for the work in questionwithin one month of the expiry of the said period of fifteen days having regard to the marketrates. . ( This clause 12.3 is Not Applicable)

12.4 The contractor shall send to the Engineer-in-Charge once every three months, an up to dateaccount giving complete details of all claims for additional payments to which the contractor

Signature of Bidder WAPCOS LTD.-55-

TENDER NO: WAP/PMD/2017-18/20

may consider himself entitled and of all additional work ordered by the Engineer-in-Chargewhich he has executed during the preceding quarter failing which the contractor shall bedeemed to have waived his right. ( This clause 12.4 is Not Applicable)

12.5 For the purpose of operation of Special Conditions of Contract, the following works shall betreated as works relating to foundation unless & otherwise defined in the contract:

(i) For Buildings: All works up to 1.2 metres above ground level or up to floor 1 levelwhichever is lower.

(ii) For abutments, piers and well staining: All works up to 1.2 m above the bed level.(iii) For retaining walls, wing walls, compound walls, chimneys, over head reservoirs/ tanks

and other elevated structures: All works up to 1.2 metres above the ground level.(iv) For reservoirs/tanks (other than overhead reservoirs/tanks): All works up to 1.2

metres above the ground level.(v) For basement: All works up to 1.2 m above ground level or up to floor 1 level

whichever is lower.(vi) For Roads, all items of excavation and filling including treatment of sub base.( This clause 12.5 is Not Applicable)

12.6 Any operation incidental to or necessarily has to be in contemplation of tenderer while filing.tender, or necessary for proper execution of the item included in the Schedule of quantitiesor in the schedule of rates mentioned above, whether or not, specifically indicated in thedescription of the item and the relevant specifications, shall be deemed to be included inthe rates quoted by the tenderer or the rate given in the said schedule of rates, as the casemay be. Nothing extra shall be admissible for such operations. (This clause 12.6 is NotApplicable)

CLAUSE 13 : FORECLOSURE OF CONTRACT DUE TO ABANDONMENT OR REDUCTION IN SCOPE OFWORK

If at any time after acceptance of the tender, Engineer-in-charge shall decide to abandon or reducethe scope of the works for any reason whatsoever and hence not require the whole or any part ofthe works to be carried out, the Engineer-in-Charge shall give notice in writing to that effect to thecontractor and the contractor shall act accordingly in the matter. The contractor shall have no claimto any payment of compensation or otherwise whatsoever, on account of any profit or advantagewhich he might have derived from the execution of the works in full but which he did not derive inconsequence of the foreclosure of the whole or part of the works.

The contractor shall be paid at contract rates, full amount for works executed at site and, inaddition, a reasonable amount as certified by the Engineer-in-Charge for the items hereundermentioned which could not be utilized on the work to the full extent in view of the foreclosure;

(iv) Any expenditure incurred on preliminary site work, e.g. temporary access roads, temporarylabour huts, staff quarters and site office; storage accommodation and water storage tanks.

(v) WAPCOS shall have the option to take over contractor’s materials or any part thereof eitherbrought to site or of which the contractor is legally bound to accept delivery from suppliers(for incorporation in or incidental to the work). For materials taken over or to be taken overby WAPCOS, cost of such materials as detailed by Engineer-in- Charge shall be paid. Thecost shall, however, take into account purchase price, cost of transportation and

Signature of Bidder WAPCOS LTD.-56-

TENDER NO: WAP/PMD/2017-18/20

deterioration or damage which may have been caused to materials whilst in the custody ofthe contractor.

(vi) If any materials supplied by WAPCOS are rendered surplus, the same except normalwastage shall be returned by the contractor to WAPCOS at rates not exceeding those atwhich these were originally issued, less allowance for any deterioration or damage whichmay have been caused whilst the materials were in the custody of the contractor. Inaddition, cost of transporting such materials from site to WAPCOS stores, if so required byWAPCOS, shall be paid.

(vii) Reasonable compensation for transfer of T & P from site to contractor’s permanent storesor to his other works, whichever is less. If T & P are not transported to either of the saidplaces, no cost of transportation shall be payable.

The contractor shall, if required by the Engineer- in-Charge, furnish to him, books of account, wagebooks, time sheets and other relevant documents and evidence as may be necessary to enable himto certify the reasonable amount payable under this condition.

The reasonable amount of items on (i), (iv) and (v) above shall not be in excess of 2% of the cost ofthe work remaining incomplete on the date of closure, i.e. total stipulated cost of the work as peraccepted tender less the cost of work actually executed under the contract and less the cost ofcontractor’s materials at site taken over by the WAPCOS as per item (ii) above. Provided always thatagainst any payments due to the contractor on this account or otherwise, the Engineer-in-Chargeshall be entitled to recover or be credited with any outstanding balances due from the contractorfor advance paid in respect of any tool, plants and materials and any other sums which at the dateof termination were recoverable by the WAPCOS from the contractor under the terms of thecontract.

A compensation for such eventuality, on account of damages etc. shall be payable @ 0.5% of costof work remaining incomplete on date of closure i.e. total stipulated cost of the work less the costof work actually executed under the contract shall be payable.

CLAUSE 14 : CARRYING OUT PART WORK AT RISK & COST OF CONTRACTORIf contractor:(i) At any time makes default during currency of work or does not execute any part of the work

with due diligence and continues to do so even after a notice in writing of 7 days in thisrespect from the Engineer-in-Charge; or

(ii) Commits default in complying with any of the terms and conditions of the contract and doesnot remedy it or takes effective steps to remedy it within 7 days even after a notice in writingis given in that behalf by the Engineer-in-Charge; or

Fails to complete the work(s) or items of work with individual dates of completion, on or before thedate(s) so determined, and does not complete them within the period specified in the notice givenin writing in that behalf by the Engineer-in-Charge. The Engineer- in-Charge without invoking actionunder clause 3 may, without prejudice to any other right or remedy against the contractor whichhave either accrued or accrue thereafter to WAPCOS, by a notice in writing to take the part work /part incomplete work of any item(s) out of his hands and shall have powers to:(a) Take possession of the site and any materials, constructional plant, implements, stores,

etc., thereon; and/or(b) Carry out the part work / part incomplete work of any item(s) by any means at the risk and

cost of the contractor.

Signature of Bidder WAPCOS LTD.-57-

TENDER NO: WAP/PMD/2017-18/20

The Engineer-in-Charge shall determine the amount, if any, is recoverable from the contractor forcompletion of the part work/ part incomplete work of any item(s) taken out of his hands andexecute at the risk and cost of the contractor, the liability of contractor on account of loss or damagesuffered by WAPCOS because of action under this clause shall not exceed 10% of the tendered valueof the work.

In determining the amount, credit shall be given to the contractor with the value of work done inall respect in the same manner and at the same rate as if it had been carried out by the originalcontractor under the terms of his contract, the value of contractor's materials taken over andincorporated in the work and use of plant and machinery belonging to the contractor. Thecertificate of the Engineer-in-Charge as to the value of work done shall be final and conclusiveagainst the contractor provided always that action under this clause shall only be taken after givingnotice in writing to the contractor. Provided also that if the expenses incurred by the WAPCOS areless than the amount payable to the contractor at his agreement rates, the difference shall not bepayable to the contractor.

Any excess expenditure incurred or to be incurred by WAPCOS in completing the part work/ partincomplete work of any item(s) or the excess loss of damages suffered or may be suffered byWAPCOS as aforesaid after allowing such credit shall without prejudice to any other right or remedyavailable to WAPCOS in law or per as agreement be recovered from any money due to thecontractor on any account, and if such money is insufficient, the contractor shall be called upon inwriting and shall be liable to pay the same within 30 days.

If the contractor fails to pay the required sum within the aforesaid period of 30 days, the Engineer-in-Charge shall have the right to sell any or all of the contractors' unused materials, constructionalplant, implements, temporary building at site etc. and adjust the proceeds of sale thereof towardsthe dues recoverable from the contractor under the contract and if thereafter there remains anybalance outstanding, it shall be recovered in accordance with the provisions of the contract.

In the event of above course being adopted by the Engineer-in-Charge, the contractor shall have noclaim to compensation for any loss sustained by him by reason of his having purchased or procuredany materials or entered into any engagements or made any advance on any account or with a viewto the execution of the work or the performance of the contract.CLAUSE 15 : SUSPENSION OF WORK(i) The contractor shall, on receipt of the order in writing of the Engineer-in-Charge, (whose

decision shall be final and binding on the contractor) suspend the progress of the works orany part thereof for such time and in such manner as the Engineer-in-Charge may considernecessary so as not to cause any damage or injury to the work already done or endangerthe safety thereof for any of the following reasons:(a) on account of any default on the part of the contractor or;(b) for proper execution of the works or part thereof for reasons other than the default of

the contractor; or(c) for safety of the works or part thereof.

The contractor shall, during such suspension, properly protect and secure the works to theextent necessary and carry out the instructions given in that behalf by the Engineer-in-Charge.

(ii) If the suspension is ordered for reasons (b) and (c) in sub-para (i) above:

Signature of Bidder WAPCOS LTD.-58-

TENDER NO: WAP/PMD/2017-18/20

(a) the contractor shall be entitled to an extension of time equal to the period of every suchsuspension PLUS 25%, for completion of the item or group of items of work for which aseparate period of completion is specified in the contract and of which the suspendedwork forms a part, and;

(b) If the total period of all such suspensions in respect of an item or group of items or workfor which a separate period of completion is specified in the contract exceeds thirty days,the contractor shall, in addition, be entitled to such compensation as the Engineer-in-Charge may consider reasonable in respect of salaries and/or wages paid by thecontractor to his employees and labour at site, remaining idle during the period ofsuspension, adding thereto 2% to cover indirect expenses of the contractor provided thecontractor submits his claim supported by details to the Engineer-in-Charge withinfifteen days of the expiry of the period of 30 days.

(iii) If the works or part thereof is suspended on the orders of the Engineer-in-Charge for morethan three months at a time, except when suspension is ordered for reason (a) in subpara(i) above, the contractor may after receipt of such order serve a written notice on theEngineer-in-Charge requiring permission within fifteen days from receipt by the Engineer-in-Charge of the said notice, to proceed with the work or part thereof in regard to whichprogress has been suspended and if such permission is not granted within that time, thecontractor, if he intends to treat the suspension, where it affects only a part of the works asan omission of such part by WAPCOS or where it affects whole of the works, as anabandonment of the works by WAPCOS, shall within ten days of expiry of such period of 15days give notice in writing of his intention to the Engineer-in-Charge. In the event of thecontractor treating the suspension as an abandonment of the contract by WAPCOS, he shallhave no claim to payment of any compensation on account of any profit or advantage whichhe might have derived from the execution of the work in full but which he could not derivein consequence of the abandonment. He shall, however, be entitled to such compensation,as the Engineer-in-Charge may consider reasonable, in respect of salaries and/or wages paidby him to his employees and labour at site, remaining idle in consequence adding to thetotal thereof 2% to cover indirect expenses of the contractor provided the contractorsubmits his claim supported by details to the Engineer-in-Charge within 30 days of the expiryof the period of 3 months.

CLAUSE 15A : COMPENSATION IN CASE DELAY OF SUPPLY OF MATERIAL ------- NOT APPLICABLEThe contractor shall not be entitled to claim any compensation from WAPCOS for the loss sufferedby him on account of delay by WAPCOS in the supply of materials in Special Conditions of Contractwhere such delay is covered by the difficulties relating to the supply of wagons, force majeure orany reasonable cause beyond the control of the WAPCOS. This clause 15 A will not be applicable forworks where no material is stipulated.

CLAUSE 16 : ACTION IN CASE WORK NOT DONE AS PER SPECIFICATIONSAll works under or in course of execution or executed in pursuance of the contract, shall at all timesbe open and accessible to the inspection and supervision of the Engineer-ln-charge, his authorizedsubordinates in charge of the work and all the superior officers, officer of the Quality AssuranceUnit of the WAPCOS or any organization engaged by the WAPCOS for Quality Assurance and of theChief Technical Examiner’s Office, and the contractor shall, at all times, during the usual workinghours and at all other times at which reasonable notice of the visit of such officers has been givento the contractor, either himself be present to receive orders and instructions or have a responsible

Signature of Bidder WAPCOS LTD.-59-

TENDER NO: WAP/PMD/2017-18/20

agent duly accredited in writing, present for that purpose. Orders given to the Contractor’s agentshall be considered to have the same force as if they had been given to the contractor himself.

If it shall appear to the Engineer-in-charge or his authorized subordinates incharge of the work orto the Chief Engineer in charge of Quality Assurance or his subordinate officers or the officers ofthe organization engaged by the WAPCOS for Quality Assurance or to the Chief Technical Examineror his subordinate officers, that any work has been executed with unsound, imperfect, or unskillfulworkmanship, or with materials or articles provided by him for the execution of the work which areunsound or of a quality inferior to that contracted or otherwise not in accordance with the contract,the contractor shall, on demand in writing which shall be made within twelve months (six monthsin the case of work costing Rs. 10 Lac and below except road work) of the completion of the workfrom the Engineer-in-Charge specifying the work, materials or articles complained ofnotwithstanding that the same may have been passed, certified and paid for forthwith rectify, orremove and reconstruct the work so specified in whole or in part, as the case may require or as thecase may be, remove the materials or articles so specified and provide other proper and suitablematerials or articles at his own charge and cost. In the event of the failing to do so within a periodspecified by the Engineer-in- Charge in his demand aforesaid, then the contractor shall be liable topay compensation at the same rate as under clause 2 of the contract (for non-completion of thework in time) for this default.

In such case the Engineer-in-Charge may not accept the item of work at the rates applicable underthe contract but may accept such items at reduced rates as the authority specified in SpecialConditions of Contract may consider reasonable during the preparation of on account bills or finalbill if the item is so acceptable without detriment to the safety and utility of the item and thestructure or he may reject the work outright without any payment and/or get it and otherconnected and incidental items rectified, or removed and re-executed at the risk and cost of thecontractor. Decision of the Engineer-in-Charge to be conveyed in writing in respect of the same willbe final and binding on the contractor.

CLAUSE 17 : CONTRACTOR LIABLE FOR DAMAGES, DEFECTS DURING DEFECT LIABILITY PERIODIf the contractor or his working people or servants shall break, deface, injure or destroy any part ofbuilding in which they may be working, or any building, road, road kerb, fence, enclosure, waterpipe, cables, drains, electric or telephone post or wires, trees, grass or grassland, or cultivatedground contiguous to the premises on which the work or any part is being executed, or if anydamage shall happen to the work while in progress, from any cause whatever or if any defect,shrinkage or other faults appear in the work within twelve months (six months in the case of workcosting Rs. Ten lacs and below except road work) after a certificate final or otherwise of itscompletion shall have been given by the Engineer-in- Charge as aforesaid arising out of defect orimproper materials or workmanship the contractor shall upon receipt of a notice in writing on thatbehalf make the same good at his own expense or in default the Engineer-in-Charge cause the sameto be made good by other workmen and deduct the expense from any sums that may be due or atany time thereafter may become due to the contractor, or from his security deposit or the proceedsof sale thereof or of a sufficient portion thereof. The security deposit of the contractor shall not berefunded before the expiry of twelve months (six months in the case of work costing Rs. Ten lacsand below except road work) after the issue of the certificate final or otherwise, of completion ofwork, or till the final bill has been prepared and passed whichever is later.

Signature of Bidder WAPCOS LTD.-60-

TENDER NO: WAP/PMD/2017-18/20

Provided that in the case of road work, if in the opinion of the Engineer-in-Charge, half of thesecurity deposit is sufficient, to meet all liabilities of the contractor under this contract, half of thesecurity deposit will be refundable after six months and the remaining half after twelve months ofthe issue of the said certificate of completion or till the final bill has been prepared and passedwhichever is later.The defects liability period will be one year from the date of completion of development andconstruction works. During this period the Contractor will get the defects rectified without any costto WAPCOS. For the item of water proofing roof treatment the Contractor will give guarantee bondfor ten years. Similarly for other items, like electrical/mechanical equipment which haveguarantee/warranty period beyond one year, wherever applicable as per manufacturerrecommendations, will also be given guarantee bond by the Contractor to WAPCOS.

CLAUSE 18 : CONTRACTOR SUPPLY TOOLS & PLANTS ETC.The contractor shall provide at his own cost all materials (except such special materials, if any, asmay in accordance with the contract be supplied from the Engineer-in-Charge’s stores), machinery,tools & plants as specified in Special Conditions of Contract. In addition to this, appliances,implements, other plants, ladders, cordage, tackle, scaffolding and temporary works required forthe proper execution of the work, whether original, altered or substituted and whether included inthe specifications or other documents forming part of the contract or referred to in these conditionsor not, or which may be necessary for the purpose of satisfying or complying with the requirementsof the Engineer-in-Charge as to any matter as to which under these conditions he is entitled to besatisfied, or which he is entitled to require together with carriage therefore to and from the work.The contractor shall also supply without charge the requisite number of persons with the meansand materials, necessary for the purpose of setting out works, and counting, weighing and assistingthe measurement for examination at any time and from time to time of the work or materials.Failing his so doing, the same may be provided by the Engineer-in-Charge at the expense of thecontractor and the expenses may be deducted, from any money due to the contractor, under thiscontract or otherwise and/or from his security deposit or the proceeds of sale thereof, or of asufficient portions thereof.

CLAUSE 18A : RECOVERY OF COMPENSATION PAID TO WORKMENIn every case in which by virtue of the provisions sub-section (1) of Section 12, of the Workmen’sCompensation Act, 1923, WAPCOS is obliged to pay compensation to a workman employed by thecontractor, in execution of the works, WAPCOS will recover from the contractor, the amount of thecompensation so paid; and, without prejudice to the rights of the WAPCOS under sub-section (2) ofSection 12, of the said Act, WAPCOS shall be at liberty to recover such amount or any part thereofby deducting it from the security deposit or from any sum due by WAPCOS to the contractorwhether under this contract or otherwise. WAPCOS shall not be bound to contest any claim madeagainst it under sub-section (1) of Section 12, of the said Act, except on the written request of thecontractor and upon his giving to WAPCOS full security for all costs for which WAPCOS mightbecome liable in consequence of contesting such claim.

CLAUSE 18B : ENSURING PAYMENT AND AMENITIES TO WORKERS, IF CONTRACTOR FAILSln every case in which by virtue of the provisions of the Contract Labour (Regulation and Abolition)Act, 1970, and of the Contract Labour (Regulation and Abolition) Central Rules, 1971, WAPCOS isobliged to pay any amounts of wages to a workman employed by the contractor in execution of theworks, or to incur any expenditure in providing welfare and health amenities required to beprovided under the above said Act and the rules under Clause 19H or under the C.P.W.D.

Signature of Bidder WAPCOS LTD.-61-

TENDER NO: WAP/PMD/2017-18/20

Contractor’s Labour Regulations, or under the Rules framed by Government from time to time forthe protection of health and sanitary arrangements for workers employed by C.P.W.D. Contractors,WAPCOS will recover from the contractor, the amount of wages so paid or the amount ofexpenditure so incurred; and without prejudice to the rights of the WAPCOS under sub-section(2)of Section 20, and sub-section (4) of Section 21, of the Contract Labour (Regulation and Abolition)Act, 1970, WAPCOS shall be at liberty to recover such amount or any part thereof by deducting itfrom the security deposit or from any sum due by WAPCOS to the contractor whether under thiscontract or otherwise WAPCOS shall not be bound to contest any claim made against it under sub-section (1) of Section 20, sub-section (4) of Section 21, of the said Act, except on the written requestof the contractor and upon his giving to the WAPCOS full security for all costs for which WAPCOSmight become liable in contesting such claim.

CLAUSE 19 : LABOUR LAWS TO BE COMPLIED BY CONTRACTORThe contractor shall obtain a valid license under the Contract Labour (R&A) Act, 1970, and theContract Labour (Regulation and Abolition) Central Rules, 1971, before the commencement of thework, and continue to have a valid license until the completion of the work. The contractor shallalso abide by the provisions of the Child Labour (Prohibition and Regulation) Act, 1986.The contractor shall also comply with the provisions of the building and other Construction Workers(Regulation of Employment & Conditions of Service) Act, 1996 and the building and otherConstruction Workers Welfare Cess Act, 1996.Any failure to fulfil these requirements shall attract the penal provisions of this contract arising outof the resultant non-execution of the work.

CLAUSE 19ANo labour below the age of fourteen years shall be employed on the work.

CLAUSE 19B : PAYMENT OF WAGES5.1 The contractor shall pay to labour employed by him either directly or through

subcontractors, wages not less than fair wages as defined in the C.P.W.D. Contractor’sLabour Regulations or as per the provisions of the Contract Labour (Regulation andAbolition) Act, 1970 and the contract Labour (Regulation and Abolition) Central Rules, 1971,wherever applicable.

5.2 The contractor shall, notwithstanding the provisions of any contract to the contrary, causeto be paid fair wage to labour indirectly engaged on the work, including any labour engagedby his sub-contractors in connection with the said work, as if the labour had beenimmediately employed by him.

5.3 In respect of all labour directly or indirectly employed in the works for performance of thecontractor’s part of this contract, the contractor shall comply with or cause to be compliedwith the Contractor’s Labour Regulations made by WAPCOS from time to time in regard topayment of wages, wage period, deductions from wages recovery of wages not paid anddeductions unauthorizedly made, maintenance of wage books or wage slips, publication ofscale of wages and other terms of employment, inspection and submission of periodicalreturns and all other matters of the like nature or as per the provisions of the ContractLabour (Regulation and Abolition) Act, 1970, and the Contract Labour (Regulation andAbolition) Central Rules, 1971, wherever applicable.

5.4 (a) The Engineer-in-Charge concerned shall have the right to deduct from the moneys dueto the contractor any sum required or estimated to be required for making good the losssuffered by a worker or workers by reason of non-fulfilment of the conditions of the

Signature of Bidder WAPCOS LTD.-62-

TENDER NO: WAP/PMD/2017-18/20

contract for the benefit of the workers, non-payment of wages or of deductions madefrom his or their wages which are not justified by their terms of the contract or non-observance of the Regulations.

(b) Under the provision of Minimum Wages (Central) Rules, 1950, the contractor is boundto allow to the labours directly or indirectly employed in the works one day rest for 6days continuous work and pay wages at the same rate as for duty. In the event of default,the Engineer-in-Charge shall have the right to deduct the sum or sums not paid onaccount of wages for weekly holidays to any labours and pay the same to the personsentitled thereto from any money due to the contractor by the Engineer-in-Chargeconcerned.In the case of Union Territory of Delhi, however, as the all inclusive minimum daily wagesfixed under Notification of the Delhi Administration No.F.12(162)MWO/DAB/ 43884-91,dated 31-12-1979 as amended from time to time are inclusive of wages for the weeklyday of rest, the question of extra payment for weekly holiday would not arise.

5.5 The contractor shall comply with the provisions of the Payment of Wages Act, 1936,Minimum Wages Act, 1948, Employees Liability Act, 1938, Workmen’s Compensation Act,1923, Industrial Disputes Act, 1947, Maternity Benefits Act, 1961, and the Contractor’sLabour (Regulation and Abolition) Act 1970, or the modifications thereof or any other lawsrelating thereto and the rules made thereunder from time to time.

5.6 The contractor shall indemnify and keep indemnified WAPCOS against payments to be madeunder and for the observance of the laws aforesaid and the C.P.W.D. Contractor’s LabourRegulations without prejudice to his right to claim indemnity from his sub-contractors.

5.7 The laws aforesaid shall be deemed to be a part of this contract and any breach thereof shallbe deemed to be a breach of this contract.

5.8 Whatever is the minimum wage for the time being, or if the wage payable is higher thansuch wage, such wage shall be paid by the contractor to the workmen directly without theintervention of Jamadar and that Jamadar shall not be entitled to deduct or recover anyamount from the minimum wage payable to the workmen as and by way of commission orotherwise.

5.9 The contractor shall ensure that no amount by way of commission or otherwise is deductedor recovered by the Jamadar from the wage of workmen.

CLAUSE 19CIn respect of all labour directly or indirectly employed in the work for the performance of thecontractor’s part of this contract, the contractor shall at his own expense arrange for the safetyprovisions as per C.P.W.D. Safety Code framed from time to time and shall at his own expenseprovide for all facilities in connection therewith. In case the contractor fails to make arrangementand provide necessary facilities as aforesaid, he shall be liable to pay a penalty of Rs.200/- for eachdefault and in addition, the Engineer-in- Charge shall be at liberty to make arrangement and providefacilities as aforesaid and recover the costs incurred in that behalf from the contractor.

CLAUSE 19 DThe contractor shall submit by the 4th and 19th of every month, to the Engineer-in-Charge, a truestatement showing in respect of the second half of the preceding month and the first half of thecurrent month respectively:-(1) The number of labourers employed by him on the work,(2) Their working yours,(3) The wages paid to them,

Signature of Bidder WAPCOS LTD.-63-

TENDER NO: WAP/PMD/2017-18/20

(4) The accidents that occurred during the said fortnight showing the circumstances underwhich they happened and the extent of damage and injury caused by them, and

(5) The number of female workers who have been allowed maternity benefit according toClause 19F and the amount paid to them.

Failing which the contractor shall be liable to pay to WAPCOS, a sum not exceeding Rs.200/- foreach default or materially incorrect statement. The decision of the Engineer-In-Charge shall be finalin deducting from any bill due to the contractor; the amount levied as fine and be binding on thecontractor.

CLAUSE 19 EIn respect of all labour directly or indirectly employed in the works for the performance of thecontractor’s part of this contract, the contractor shall comply with or cause to be complied with allthe rules framed by Government from time to time for the protection of health and sanitaryarrangements for workers employed by the WAPCOS and its contractors.

CLAUSE 19 FLeave and pay during leave shall be regulated as follows:-1. Leave :

(i) in the case of delivery - maternity leave not exceeding 8 weeks, 4 weeks up to andincluding the day of delivery and 4 weeks following that day,

(ii) in the case of miscarriage - upto 3 weeks from the date of miscarriage.2. Pay :

(i) in the case of delivery - leave pay during maternity leave will be at the rate of thewomen’s average daily earnings, calculated on total wages earned on the days when fulltime work was done during a period of three months immediately preceding the dateon which she gives notice that she expects to be confined or at the rate of Rupee oneonly a day whichever is greater.

(ii) in the case of miscarriage - leave pay at the rate of average daily earning calculated onthe total wages earned on the days when full time work was done during a period ofthree months immediately preceding the date of such miscarriage.

3. Conditions for the grant of Maternity Leave:No maternity leave benefit shall be admissible to a woman unless she has been employedfor a total period of not less than six months immediately preceding the date on which sheproceeds on leave.

4. The contractor shall maintain a register of Maternity (Benefit) in the Prescribed Form asshown in appendix -I and II, and the same shall be kept at the place of work.

CLAUSE 19 GIn the event of the contractor(s) committing a default or breach of any of the provisions of theWAPCOS, Contractor’s Labour Regulations and Model Rules for the protection of health andsanitary arrangements for the workers as amended from time to time or furnishing any informationor submitting or filing any statement under the provisions of the above Regulations and’ Ruleswhich is materially incorrect, he/they shall, without prejudice to any other liability, pay to theGovernment a sum not exceeding Rs.200/- for every default, breach or furnishing, making,submitting, filing such materially incorrect statements and in the event of the contractor(s)defaulting continuously in this respect, the penalty may be enhanced to Rs.200/- per day for eachday of default subject to a maximum of 5 per cent of the estimated cost of the work put to tender.The decision of the Engineer-in-Charge shall be final and binding on the parties.

Signature of Bidder WAPCOS LTD.-64-

TENDER NO: WAP/PMD/2017-18/20

Should it appear to the Engineer-in-Charge that the contractor(s) is/are not properly observing andcomplying with the provisions of the C.P.W.D. Contractor’s Labour Regulations and Model Rulesand the provisions of the Contract Labour (Regulation and Abolition) Act 1970, and the ContractLabour (R& A) Central Rules 1971, for the protection of health and sanitary arrangements for work-people employed by the contractor(s) (hereinafter referred as “the said Rules”) the Engineer-in-Charge shall have power to give notice in writing to the contractor(s) requiring that the said Rulesbe complied with and the amenities prescribed therein be provided to the work-people within areasonable time to be specified in the notice. If the contractor(s) shall fail within the period specifiedin the notice to comply with and/observe the said Rules and to provide the amenities to the work-people as aforesaid, the Engineer-in-Charge shall have the power to provide the amenitieshereinbefore mentioned at the cost of the contractor(s). The contractor(s) shall erect, make andmaintain at his/their own expense and to approved standards all necessary huts and sanitaryarrangements required for his/their work-people on the site in connection with the execution ofthe works, and if the same shall not have been erected or constructed, according to approvedstandards, the Engineer-in-Charge shall have power to give notice in writing to the contractor(s)requiring that the said huts and sanitary arrangements be remodelled and/or reconstructedaccording to approved standards, and if the contractor(s) shall fail to remodel or reconstruct suchhuts and sanitary arrangements according to approved standards within the period specified in thenotice, the Engineer-in-Charge shall have the power to remodel or reconstruct such huts andsanitary arrangements according to approved standards at the cost of the contractor(s).

CLAUSE 19 HThe contractor(s) shall at his/their own cost provide his/their labour with a sufficient number ofhuts (hereinafter referred to as the camp) of the following specifications on a suitable plot of landto be approved by the Engineer-in-Charge.(i) (a) The minimum height of each hut at the eaves level shall be 2.10m (7 ft.) and the floor

area to be provided will be at the rate of 2.7 sq.m. (30 sq.ft.) for each member of theworker’s family staying with the labourer.(b) The contractor(s) shall in addition construct suitable cooking places having a minimum

area of 1.80m x 1.50m (6’x5') adjacent to the hut for each family.(c) The contractor(s) shall also construct temporary latrines and urinals for the use of the

labourers each on the scale of not less than four per each one hundred of the totalstrength, separate latrines and urinals being provided for women.

(d) The contractor(s) shall construct sufficient number of bathing and washing places, oneunit for every 25 persons residing in the camp. These bathing and washing places shallbe suitably screened.

(ii) (a) All the huts shall have walls of sun-dried or burnt-bricks laid in mud mortar or othersuitable local materials as may be approved by the Engineer-in-Charge. In case of sun-driedbricks, the walls should be plastered with mud gobri on both sides. The floor may be kutchabut plastered with mud gobri and shall be at least 15 cm (6") above the surrounding ground.The roofs shall be laid with thatch or any other materials as may be approved by theEngineer-in-Charge and the contractor shall ensure that throughout the period of theiroccupation, the roofs remain water-tight.(b) The contractor(s) shall provide each hut with proper ventilation.(c) All doors, windows, and ventilators shall be provided with suitable leaves for security

purposes.

Signature of Bidder WAPCOS LTD.-65-

TENDER NO: WAP/PMD/2017-18/20

(d) There shall be kept an open space of at least 7.2m (8 yards) between the rows of hutswhich may be reduced to 6m (20 ft.) according to the availability of site with the approvalof the Engineer-in-Charge. Back to back construction will be allowed

(iii) Water Supply - The contractor(s) shall provide adequate supply of water for the use oflabourers. The provisions shall not be less than two gallons of pure and wholesome waterper head per day for drinking purposes and three gallons of clean water per head per dayfor bathing and washing purposes. Where piped water supply is available, supply shall be atstand posts and where the supply is from wells or river, tanks which may be of metal ormasonry, shall be provided. The contractor(s) shall also at his/ their own cost makearrangements for laying pipe lines for water supply to his/ their labour camp from theexisting mains wherever available, and shall pay all fees and charges therefore.

(iv) The site selected for the camp shall be high ground, removed from jungle.(v) Disposal of Excreta - The contractor(s) shall make necessary arrangements for the disposal

of excreta from the latrines by trenching or incineration which shall be according to therequirements laid down by the Local Health Authorities. If trenching or incineration is notallowed, the contractor(s) shall make arrangements for the removal of the excreta throughthe Municipal Committee/authority and inform it about the number of labourers employedso that arrangements may be made by such Committee/authority for the removal of theexcreta. All charges on this account shall be borne by the contractor and paid direct by himto the Municipality/authority. The contractor shall provide one sweeper for every eightseats in case of dry system.

(vi) Drainage - The contractor(s) shall provide efficient arrangements for draining away sullagewater so as to keep the camp neat and tidy.

(vii) The contractor(s) shall make necessary arrangements for keeping the camp area sufficientlylighted to avoid accidents to the workers.

(viii) Sanitation - The contractor(s) shall make arrangements for conservancy and sanitation inthe labour camps according to the rules of the Local Public Health and Medical Authorities.

CLAUSE 19 IThe Engineer-in-Charge may require the contractor to dismiss or remove from the site of the workany person or persons in the contractors’ employ upon the work who may be incompetent ormisconduct himself and the contractor shall forthwith comply with such requirements. In respectof maintenance/repair or renovation works etc. where the labour have an easy access to theindividual houses, the contractor shall issue identity cards to the labourers, whether temporary orpermanent and he shall be responsible for any untoward action on the part of such labour. AE/JEwill display a list of contractors working in the colony/Blocks on the notice board in the colony andalso at the service centre, to apprise the residents about the same.

CLAUSE 19JIt shall be the responsibility of the contractor to see that the building under construction is notoccupied by any body unauthorizedly during construction, and is handed over to the Engineer-in-Charge with vacant possession of complete building. If such building though completed is occupiedillegally, then the Engineer-in-Charge shall have the option to refuse to accept the saidbuilding/buildings in that position. Any delay in acceptance on this account will be treated as thedelay in completion and for such delay, a levy upto 5% of tendered value of work may be imposedby the WAPCOS whose decision shall be final both with regard to the justification and quantum andbe binding on the contractor.

Signature of Bidder WAPCOS LTD.-66-

TENDER NO: WAP/PMD/2017-18/20

However, WAPCOS, through a notice, may require the contractor to remove the illegal occupationany time on or before construction and delivery.

CLAUSE 19K : Employment of Skilled / Semi Skilled WorkersThe contractor shall, at all stages of work, deploy skilled/semi skilled tradesmen who are qualifiedand possess certificate in particular trade from Industrial Training Institute/National Institute ofconstruction Management and Research (NICMAR)/ National Academy of Construction, CIDC or anysimilar reputed and recognized Institute managed/ certified by State/Central Government. Thenumber of such qualified tradesmen shall not be less than 20% of total skilled/semi skilled workersrequired in each trade at any stage of work. The contractor shall submit number of man daysrequired in respect of each trade, its scheduling and the list of qualified tradesmen along withrequisite certificate from recognized Institute to Engineer in charge for approval. Notwithstandingsuch approval, if the tradesmen are found to have inadequate skill to execute the work of respectivetrade, the contractor shall substitute such tradesmen within two days of written notice fromEngineer-in-Charge. Failure on the part of contractor to obtain approval of Engineer-in-Charge orfailure to deploy qualified tradesmen will attract a compensation to be paid by contractor at therate of Rs. 100 per such tradesman per day. Decision of Engineer in Charge as to whether particulartradesman possesses requisite skill and amount of compensation in case of default shall be finaland binding.

Provided always, that the provisions of this clause, shall not be applicable for works with estimatedcost put to tender being less than Rs. 5 crores.

CLAUSE 20 : MINIMUM WAGES ACT TO BE COMPLIED WITHThe contractor shall comply with all the provisions of the Minimum Wages Act, 1948, and ContractLabour (Regulation and Abolition) Act, 1970, amended from time to time and rules framedthereunder and other labour laws affecting contract labour that may be brought into force fromtime to time.

CLAUSE 21 : WORK NOT TO BE SUBLET. ACTION IN CASE OF INSOLVENCYThe contract shall not be assigned or sublet without the written approval of the Engineer-in Charge.And if the contractor shall assign or sublet his contract, or attempt to do so, or become insolvent orcommence any insolvency proceedings or make any composition with his creditors or attempt todo so, or if any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise,shall either directly or indirectly, be given, promised or offered by the contractor, or any of hisservants or agent to any public officer or person in the employ of WAPCOS in any way relating tohis office or employment, or if any such officer or person shall become in any way directly orindirectly interested in the contract, the Engineer-in-Charge on behalf of the WAPCOS shall havepower to adopt the course specified in Clause 3 hereof in the interest of WAPCOS and in the eventof such course being adopted, the consequences specified in the said Clause 3 shall ensue.

CLAUSE 22All sums payable by way of compensation under any of these conditions shall be considered asreasonable compensation to be applied to the use of WAPCOS without reference to the actual lossor damage sustained and whether or not any damage shall have been sustained.

CLAUSE 23 : CHANGES IN FIRM’S CONSTITUTION TO BE INTIMATEDWhere the contractor is a partnership firm, the previous approval in writing of the Engineer-in-Charge shall be obtained before any change is made in the constitution of the firm. Where the

Signature of Bidder WAPCOS LTD.-67-

TENDER NO: WAP/PMD/2017-18/20

contractor is an individual or a Hindu undivided family business concern, such approval as aforesaidshall likewise be obtained before the contractor enters into any partnership agreement whereunder the partnership firm would have the right to carry out the works hereby undertaken by thecontractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to havebeen assigned in contravention of Clause 21 hereof and the same action may be taken, and thesame consequences shall ensue as provided in the said Clause 21.

CLAUSE 24All works to be executed under the contract shall be executed under the direction and subject tothe approval in all respects of the Engineer-in-Charge who shall be entitled to direct at what pointor points and in what manner they are to be commenced, and from time to time carried on.

CLAUSE 25 : SETTLEMENT OF DISPUTES & ARBITRATION

Amicable Resolution and MediationSave where expressly stated to the contrary in the Contract, any dispute, difference or controversyof whatever nature between the Parties, howsoever arising under, out of or in relation to theContract including disputes, if any, with regard to any acts, decision or opinion of WAPCOS LimitedRepresentative and so notified in writing by either Party to the other (the “Dispute”) shall in thefirst instance be attempted to be resolved amicably in accordance with the procedure set out inClause 5.30.1 [Amicable Resolution and Mediation] below.

Either Party may require such Dispute to be referred to a person nominated by each Party, foramicable settlement. Upon such reference, the two shall meet at the earliest mutual convenienceand in any event within [15 (fifteen)] days of such reference to discuss and attempt to amicablyresolve the Dispute.

In the event that the Dispute in question is not resolved amicably within 15 (fifteen) days of suchmeeting between the Parties in accordance with Clause 5.30.1 [Amicable Resolution and Mediation]either Party may refer the Dispute to arbitration in accordance with Clause 5.30.2 [ArbitrationProcedure].

5.30.2 Arbitration ProcedureSave where expressly stated to the contrary in the Contract, any Dispute shall be finally settled bybinding arbitration under the Arbitration and Conciliation Act 1996 by sole arbitrators appointed byCMD, WAPCOS.

Place of ArbitrationThe place of arbitration shall be New Delhi.

English LanguageThe request for arbitration, the answer to the request, the terms of reference, any writtensubmissions, any orders and awards shall be in English and, if oral hearings take place, English shallbe the language to be used in the hearings.

Enforcement of AwardThe Parties agree that the decision or award resulting from arbitration shall be final and bindingupon the Parties and shall be enforceable in accordance with the provisions of the Arbitration andConciliation Act.

Signature of Bidder WAPCOS LTD.-68-

TENDER NO: WAP/PMD/2017-18/20

Performance during ArbitrationPending the submission of and/or decision on a Dispute and until the arbitral award is published,the Parties shall continue to perform their respective obligations under the Contract withoutprejudice to a final adjustment in accordance with such award.

CLAUSE 26 : CONTRACTOR INDEMNIFY WAPCOS AGAINST PATENT RIGHTSThe contractor shall fully indemnify and keep indemnified the WAPCOS against any action, claim orproceeding relating to infringement or use of any patent or design or any alleged patent or designrights and shall pay any royalties which may be payable in respect of any article or part thereofincluded in the contract. In the event of any claims made under or action brought against WAPCOSin respect of any such matters as aforesaid, the contractor shall be immediately notified thereofand the contractor shall be at liberty, at his own expense, to settle any dispute or to conduct anylitigation that may arise therefrom, provided that the contractor shall not be liable to indemnify theWAPCOS if the infringement of the patent or design or any alleged patent or design right is thedirect result of an order passed by the Engineer-in-Charge in this behalf.

CLAUSE 27 : LUMPSUM PROVISIONS IN TENDER ---------NOT APPLICABLEWhen the estimate on which a tender is made includes lump sum in respect of parts of the work,the contractor shall be entitled to payment in respect of the items of work involved or the part ofthe work in question at the same rates as are payable under this contract for such items, or if thepart of the work in question is not, in the opinion of the Engineer-in-Charge payable ofmeasurement, the Engineer-in-Charge may at his discretion pay the lump-sum amount entered inthe estimate, and the certificate in writing of the Engineer-in-Charge shall be final and conclusiveagainst the contractor with regard to any sum or sums payable to him under the provisions of theclause.

CLAUSE 28 : ACTION WHERE NO SPECIFICATIONS ARE SPECIFIEDIn the case of any class of work for which there is no such specifications as referred to in Clause 11,such work shall be carried out in accordance with the Bureau of Indian Standards Specifications. Incase there are no such specifications in Bureau of Indian Standards, the work shall be carried out asper manufacturers’ specifications, if not available then as per District Specifications. In case thereare no such specifications as required above, the work shall be carried out in all respects inaccordance with the instructions and requirements of the Engineer-in-Charge.

CLAUSE 29 : WITHOLDING AND LIEN IN RESPECT OF SUM DUE FROM CONTRACTORa) Whenever any claim or claims for payment of a sum of money arises out of or under the

contract or against the contractor, the Engineer-in-Charge or the WAPCOS shall be entitledto withhold and also have a lien to retain such sum or sums in whole or in part from thesecurity, if any deposited by the contractor and for the purpose aforesaid, the Engineer-in-Charge or the WAPCOS shall be entitled to withhold the security deposit, if any, furnishedas the case may be and also have a lien over the same pending finalisation or adjudicationof any such claim. In the event of the security being insufficient to cover the claimed amountor amounts or if no security has been taken from the contractor, the Engineer-in-Charge orthe WAPCOS shall be entitled to withhold and have a lien to retain to the extent of suchclaimed amount or amounts referred to above, from any sum or sums found payable orwhich may at any time thereafter become payable to the contractor under the samecontract or any other contract with the Engineer-in-Charge of the WAPCOS or any

Signature of Bidder WAPCOS LTD.-69-

TENDER NO: WAP/PMD/2017-18/20

contracting person through the Engineer-in-Charge pending finalization of adjudication ofany such claim.

It is an agreed term of the contract that the sum of money or moneys so withheld orretained under the lien referred to above by the Engineer-in-Charge or WAPCOS will be keptwithheld or retained as such by the Engineer-in-Charge or WAPCOS till the claim arising outof or under the contract is determined by the arbitrator(if the contract is governed by thearbitration clause) by the competent court, as the case may be and that the contractor willhave no claim for interest or damages whatsoever on any account in respect of suchwithholding or retention under the lien referred to above and duly notified as such to thecontractor. For the purpose of this clause, where the contractor is a partnership firm or alimited company, the Engineer-in-Charge or the WAPCOS shall be entitled to withhold andalso have a lien to retain towards such claimed amount or amounts in whole or in part fromany sum found payable to any partner/limited company as the case may be, whether in hisindividual capacity or otherwise.

b) WAPCOS shall have the right to cause an audit and technical examination of the works andthe final bills of the contractor including all supporting vouchers, abstract, etc., to be madeafter payment of the final bill and if as a result of such audit and technical examination anysum is found to have been overpaid in respect of any work done by the contractor underthe contract or any work claimed to have been done by him under the contract and foundnot to have been executed, the contractor shall be liable to refund the amount of over-payment and it shall be lawful for WAPCOS to recover the same from him in the mannerprescribed in sub-clause (i) of this clause or in any other manner legally permissible; and ifit is found that the contractor was paid less than what was due to him under the contract inrespect of any work executed by him under it, the amount of such under payment shall beduly paid by WAPCOS to the contractor, without any interest thereon whatsoever.Provided that the Government shall not be entitled to recover any sum overpaid, nor thecontractor shall be entitled to payment of any sum paid short where such payment has beenagreed upon between the WAPCOS on the one hand and the contractor on the other underany term of the contract permitting payment for work after assessment by WAPCOS.

CLAUSE 29A : LIEN IN RESPECT OF CLAIMS IN OTHER CONTRACTSAny sum of money due and payable to the contractor (including the security deposit returnable tohim) under the contract may be withheld or retained by way of lien by the Engineer-in-Charge orthe WAPCOS or any other contracting person or persons through Engineer-in-Charge against anyclaim of the Engineer-in-Charge or WAPCOS or such other person or persons in respect of paymentof a sum of money arising out of or under any other contract made by the contractor with theEngineer-in-Charge or the WAPCOS or with such other person or persons.

It is an agreed term of the contract that the sum of money so withheld or retained under this clauseby the Engineer-in-Charge or the WAPCOS will be kept withheld or retained as such by the Engineer-in-Charge or the WAPCOS or till his claim arising out of the same contract or any other contract iseither mutually settled or determined by the arbitration clause or by the competent court, as thecase may be and that the contractor shall have no claim for interest or damages whatsoever on thisaccount or on any other ground in respect of any sum of money withheld or retained under thisclause and duly notified as such to the contractor.

Signature of Bidder WAPCOS LTD.-70-

TENDER NO: WAP/PMD/2017-18/20

CLAUSE 30 : EMPLOYMENT OF COAL MINING OR CONTROLLED AREA LABOUR NOT PERMISSIBLE---------NOT APPLICABLE

The contractor shall not employ coal mining or controlled area labour falling under any categorywhatsoever on or in connection with the work or recruit labour from area within a radius of 32 km(20 miles) of the controlled area. Subject as above the contractor shall employ imported labour onlyi.e., deposit imported labour or labour imported by contractors from area, from which import ispermitted.

Where ceiling price for imported labour has been fixed by State or Regional Labour Committees notmore than that ceiling price shall be paid to the labour by the contractor.

The contractor shall immediately remove any labourer who may be pointed out by the Engineer-in-Charge as being a coal mining or controlled area labourer. Failure to do so shall render thecontractor liable to pay to WAPCOS a sum calculated at the rate of Rs.10/- per day per labourer.The certificate of the Engineer-in-Charge about the number of coal mining or controlled arealabourer and the number of days for which they worked shall be final and binding upon all partiesto this contract.

It is declared and agreed between the parties that the aforesaid stipulation in this clause is one inwhich the public are interested within the meaning of the exception in Section 74 of Indian ContractAct, 1872.Explanation:- Controlled Area means the following areas:Districts of Dhanbad, Hazaribagh, Jamtara - a Sub-Division under Santhal Pargana Commissionery,Districts of Bankuara, Birbhum, Burdwan, District of Bilaspur.

Any other area which may be declared a Controlled Area by or with the approval of the CentralGovernment.

CLAUSE 31 : UNFILTERED WATER SUPPLYThe contractor(s) shall make his/their own arrangements for water required for the work andnothing extra will be paid for the same. This will be subject to the following conditions.(i) That the water used by the contractor(s) shall be fit for construction purposes to the

satisfaction of the Engineer-in-Charge.(ii) The Engineer-in-Charge shall make alternative arrangements for supply of water at the risk

and cost of contractor(s) if the arrangements made by the contractor(s) for procurement ofwater are in the opinion of the Engineer-in- Charge, unsatisfactory.

CLAUSE 31A :WATER SUPPLY, IF AVAILABLEWater if available may be supplied to the contractor by the WAPCOS subject to the followingconditions:-(i) The water charges @ 1 % shall be recovered on gross amount of the work done.(ii) The contractor(s) shall make his/their own arrangement of water connection and laying of

pipelines from existing main of source of supply.(iii) The WAPCOS do not guarantee to maintain uninterrupted supply of water and it will be

incumbent on the contractor(s) to make alternative arrangements for water at his/ theirown cost in the event of any temporary break down in the water main so that the progressof his/their work is not held up for want of water. No claim of damage or refund of watercharges will be entertained on account of such break down.

Signature of Bidder WAPCOS LTD.-71-

TENDER NO: WAP/PMD/2017-18/20

CLAUSE 32 : ALTERNATE WATER ARRANGEMENTS ---------NOT APPLICABLE(i) Where there is no piped water supply arrangement and the water is taken by the

contractor from the wells or hand pump constructed by the Government, no charge shallbe recovered from the contractor on that account. The contractor shall, however, drawwater at such hours of the day that it does not interfere with the normal use for which thehand pumps and wells are intended. He will also be responsible for all damage andabnormal repairs arising out of his use, the cost of which shall be recoverable from him.The Engineer-in-Charge shall be the final authority to determine the cost recoverable fromthe contractor on this account and his decision shall be binding on the contractor.

(ii) The contractor shall be allowed to construct temporary wells in the proposed land forConstruction for taking water for construction purposes only after he has got permissionof the Engineer-in- Charge in writing. No charges shall be recovered from the contractor onthis account, but the contractor shall be required to provide necessary safety arrangementsto avoid any accidents or damage to adjacent buildings, roads and service lines. He shall beresponsible for any accidents or damage caused due to construction and subsequentmaintenance of the wells and shall restore the ground to its original condition after thewells are dismantled on completion of the work.

CLAUSE 33 : RETURN OF SURPLUS MATERIALS ---------NOT APPLICABLENotwithstanding anything contained to the contrary in this contract, where any materials for theexecution of the contract are procured with the assistance of WAPCOS either by issue fromWAPCOS stocks or purchase made under orders or permits or licences issued by WAPCOS, thecontractor shall hold the said materials economically and solely for the purpose of the contract andnot dispose of them without the written permission of the WAPCOS and return, if required by theEngineer-in-Charge, all surplus or unserviceable materials that may be left with him after thecompletion of the contract or at its termination for any reason whatsoever on being paid or creditedsuch price as the Engineer-in-Charge shall determine having due regard to the condition of thematerials. The price allowed to the contractor however shall not exceed the amount charged to himexcluding the element of storage charges. The decision of the Engineer-in-Charge shall be final andconclusive. In the event of breach of the aforesaid condition, the contractor shall in addition tothrowing himself open to action for contravention of the terms of the license or permit and/or forcriminal breach of trust, be liable to WAPCOS for all moneys, advantages or profits resulting orwhich in the usual course would have resulted to him by reason of such breach.

CLAUSE 34 : HIRE OF PLANT & MACHINERY ---------NOT APPLICABLE(i) The contractor shall arrange at his own expense all tools, plant, machinery and equipment

(hereinafter referred to as T&P) required for execution of the work except for the Plant &Machinery listed in Schedule ‘C’ and stipulated for issue to the contractor. If the contractorrequires any item of T&P on hire from the T&P available with the WAPCOS over and abovethe T&P stipulated for issue, the WAPCOS will, if such item is available, hire it to thecontractor at rates to be agreed upon between him and the Engineer-in-Charge. In such acase, all the conditions hereunder for issue of T&P shall also be applicable to such T&P as isagreed to be issued.

(ii) Plant and Machinery when supplied on hire charges shown in Schedule ‘C’ shall be madeover and taken back at the WAPCOS equipment yard/shed shown in Schedule ‘C’ and thecontractor shall bear the cost of carriage from the place of issue to the site of work and back.The contractor shall be responsible to return the plant and machinery with condition inwhich it was handed over to him, and he shall be responsible for all damage caused to the

Signature of Bidder WAPCOS LTD.-72-

TENDER NO: WAP/PMD/2017-18/20

said plant and machinery at the site of work or elsewhere in operation and otherwise duringtransit including damage to or loss of plant and for all losses due to his failure to return thesame soon after the completion of the work for which it was issued. The Engineer-In-Chargeshall be the sole judge to determine the liability of the contractor and its extent in this regardand his decision shall be final and binding on the contractor.

(iii) The plant and machinery as stipulated above will be issued as and when available and ifrequired by the contractor. The contractor shall arrange his programme of work accordingto the availability of the plant and machinery and no claim, whatsoever, will be entertainedfrom him for any delay in supply by the WAPCOS.

(iv) The hire charges shall be recovered at the prescribed rates from and inclusive of the datethe plant and machinery made over upto and inclusive of the date of the return in goodorder even though the same may not have been working for any cause except majorbreakdown due to no fault of the contractor or faulty use requiring more than three workingdays continuously (excluding intervening holidays and Sundays) for bringing the plant inorder. The contractor shall immediately intimate in writing to the Engineer-in- Charge whenany plant or machinery gets out of order requiring major repairs as aforesaid. The Engineer-in-Charge shall record the date and time of receipt of such intimation in the log sheet of theplant or machinery. Based on this if the breakdown before lunch period or major breakdownwill be computed considering half a day’s breakdown on the day of complaint. If thebreakdown occurs in the post lunch period of major breakdown will be computed startingfrom the next working day. In case of any dispute under this clause, the decision of theWAPCOS shall be final and binding on the contractor.

(v) The hire charges shown above are for each day of 8 hours (inclusive of the one hour lunchbreak) or part thereof.

(vi) Hire charges will include service of operating staff as required and also supply of lubricatingoil and stores for cleaning purposes. Power fuel of approved type, firewood, kerosene oiletc. for running the plant and machinery and also the full time chowkidar for guarding theplant and machinery against any loss or damage shall be arranged by the contractor whoshall be fully responsible for the safeguard and security of plant and machinery. Thecontractor shall on or before the supply of plant and machinery sign an agreementindemnifying the WAPCOS against any loss or damage caused to the plant and machineryeither during transit or at site of work.

(vii) Ordinarily, no plant and machinery shall work for more than 8 hours a day inclusive of onehour lunch break. In case of an urgent work however, the Engineer-in-Charge may, at hisdiscretion, allow the plant and machinery to be worked for more than normal period of 8hours a day. In that case, the hourly hire charges for overtime to be borne by the contractorshall be 50% more than the normal proportionate hourly charges (1/8th of the daily charges)subject to a minimum of half day’s normal charges on any particular day. For working outhire charges for over time, a period of half an hour and above will be charged as one hourand a period of less than half an hour will be ignored.

(viii) The contractor shall release the plant and machinery every seventh day for periodicalservicing and/or wash out which may take about three to four hours or more. Hire chargesfor full day shall be recovered from the contractor for the day of servicing/ wash outirrespective of the period employed in servicing.

(ix) The plant and machinery once issued to the contractor shall not be returned by him onaccount of lack of arrangements of labour and materials, etc. on his part, the same will be

Signature of Bidder WAPCOS LTD.-73-

TENDER NO: WAP/PMD/2017-18/20

returned only when they are required for major repairs or when in the opinion of theEngineer-in-Charge, the work or a portion of work for which the same was issued iscompleted.

(x) Log Book for recording the hours of daily work for each of the plant and machinery suppliedto the contractor will be maintained by the WAPCOS and will be countersigned by thecontractor or his authorized agent daily. In case the contractor contests the correctness ofthe entries and/or fails to sign the Log Book, the decision of the Engineer-in-Charge shall befinal and binding on him. Hire charges will be calculated according to the entries in the LogBook and will be binding on the contractor. Recovery on account of hire charges for roadrollers shall be made for the minimum number of days worked out on the assumption thata roller can consolidate per day and maximum quantity of materials or area surfacing asnoted against each in the annexed statement (see attached annexure).

(xi) In the case of concrete mixers, the contractors shall arrange to get the hopper cleaned andthe drum washed at the close of the work each day or each occasion.

(a) In case rollers for consolidation are employed by the contractor himself, log book forsuch rollers shall be maintained in the same manner as is done in case of WAPCOS’srollers, maximum quantity of any items to be consolidated for each roller-day shall alsobe same as in Annexure to Clause 34(x). For less use of rollers, recovery for the less rollerdays shall be made at the stipulated issue rate.

(xii) The contractor shall be responsible to return the plant and machinery in the condition inwhich it was handed over to him and he shall be responsible for all damage caused to thesaid plant and machinery at the site of work or elsewhere in operation or otherwise orduring transit including damage to or loss of parts, and for all losses due to his failure toreturn the same soon after the completion of the work for which it was issued. The Engineer-In-Charge shall be the sole judge to determine the liability of the contractor and its extentin this regard and his decision shall be final and binding on the contractor.

(xiii) The contractor will be exempted from levy of any hire charges for the number of days he iscalled upon in writing by the Engineer-in-Charge to suspend execution of the work, providedWAPCOS plant and machinery in question have, in fact, remained idle with the contractorbecause of the suspension

(xiv) In the event of the contractor not requiring any item of plant and machinery issued byWAPCOS though not stipulated for issue in Schedule ‘C’ any time after taking delivery at theplace of issue, he may return it after two days written notice or at any time without noticeif he agrees to pay hire charges for two additional days without, in any way, affecting theright of the Engineer-in-Charge to use the said plant and machinery during the said periodof two days as he likes including hiring out to a third party.

CLAUSE 35 : CONDITION RELATING TO USE OF ASPHALTIC MATERIALS(i) The contractor undertakes to make arrangement for the supervision of the work by the firm

supplying the tar or bitumen used.

(ii) The contractor shall collect the total quantity of tar or bitumen required for the work as perstandard formula, before the process of painting is started and shall hypothecate it to theEngineer-in-Charge. If any bitumen or tar remains unused on completion of the work onaccount of lesser use of materials in actual execution for reasons other than authorizedchanges of specifications and abandonment of portion of work, a corresponding deductionequivalent to the cost of unused materials as determined by the Engineer-in-Charge shall be

Signature of Bidder WAPCOS LTD.-74-

TENDER NO: WAP/PMD/2017-18/20

made and the material return to the contractors. Although the materials are hypothecatedto WAPCOS, the contractor undertakes the responsibility for their proper watch, safecustody and protection against all risks. The materials shall not be removed from site ofwork without the consent of the Engineer-in- Charge in writing.

(iii) The contractor shall be responsible for rectifying defects noticed within a year from the dateof completion of the work and the portion of the security deposit relating to asphaltic workshall be refunded after the expiry of this period.

CLAUSE 36 : EMPLOYMENT OF TECHNICAL STAFF AND EMPLOYEESContractors Superintendence, Supervision, Technical Staff & Employees(i) The contractor shall provide all necessary superintendence during execution of the work

and all along thereafter as may be necessary for proper fulfilling of the obligations underthe contract.

The contractor shall immediately after receiving letter of acceptance of the tender andbefore commencement of the work, intimate in writing to the Engineer-in-Charge, thename(s), qualifications, experience, age, address(s) and other particulars along withcertificates, of the principal technical representative to be in charge of the work and othertechnical representative(s) who will be supervising the work. Minimum requirement of suchtechnical representative(s) and their qualifications and experience shall not be lower thanspecified in Special Conditions of Contract. The Engineer-in-Charge shall within 3 days ofreceipt of such communication intimate in writing his approval or otherwise of such arepresentative(s) to the contractor. Any such approval may at any time be withdrawn andin case of such withdrawal, the contractor shall appoint another such representative(s)according to the provisions of this clause. Decision of the tender accepting authority shallbe final and binding on the contractor in this respect. Such a principal technicalrepresentative and other technical representative(s) shall be appointed by the contractorsoon after receipt of the approval from Engineer-in-charge and shall be available at sitebefore start of work.

All the provisions applicable to the principal technical representative under the Clause willalso be applicable to other technical representative(s) The principal technical representativeand other technical representative(s) shall be present at the site of work for supervision atall times when any construction activity is in progress and also present himself/themselves,as required, to the Engineer-in-Charge and/or his designated representative to takeinstructions. Instructions given to the principal technical representative or other technicalrepresentative(s) shall be deemed to have the same force as if these have been given to thecontractor. The principal technical representative and other technical representative(s) shallbe actually available at site fully during all stages of execution of work, duringrecording/checking/test checking of measurements of works and whenever so required bythe Engineer-in-Charge and shall also note down instructions conveyed by the Engineer-in-Charge or his designated representative(s) in the site order book and shall affix his/theirsignature in token of noting down the instructions and in token of acceptance ofmeasurements/ checked measurements/ test checked measurements. Therepresentative(s) shall not look after any other work. Substitutes, duly approved byEngineer-in-Charge of the work in similar manner as aforesaid shall be provided in event ofabsence of any of the representative(s) by more than two days.

If the Engineer-in-Charge, whose decision in this respect is final and binding on thecontractor, is convinced that no such technical representative(s) is/are effectively appointed

Signature of Bidder WAPCOS LTD.-75-

TENDER NO: WAP/PMD/2017-18/20

or is/are effectively attending or fulfilling the provision of this clause, a recovery(nonrefundable) shall be effected from the contractor as specified in Special Conditions ofContract and the decision of the Engineer-In-Charge as recorded in the site order book andmeasurement recorded checked/test checked in Measurement Books shall be final andbinding on the contractor. Further if the contractor fails to appoint suitable technicalPrincipal technical representative and/or other technical representative(s) and if suchappointed persons are not effectively present or are absent by more than two days withoutduly approved substitute or do not discharge their responsibilities satisfactorily, theEngineer-in-Charge shall have full powers to suspend the execution of the work until suchdate as suitable other technical representative(s) is/are appointed and the contractor shallbe held responsible for the delay so caused to the work. The contractor shall submit acertificate of employment of the technical representative(s) (in the form of copy of Form-16or CPF deduction issued to the Engineers employed by him) alongwith every on account billfinal bill and shall produce evidence if at any time so required bythe Engineer-in-Charge.

(ii) The contractor shall provide and employ on the site only such technical assistants as areskilled and experienced in their respective fields and such foremen and supervisory staff asare competent to give proper supervision to the work. The contractor shall provide andemploy skilled, semiskilled and unskilled labour as is necessary for proper and timelyexecution of the work.The Engineer-in-Charge shall be at liberty to object to and require the contractor to removefrom the works any person who in his opinion misconducts himself, or is incompetent ornegligent in the performance of his duties or whose employment is otherwise consideredby the Engineer-in-Charge to be undesirable. Such person shall not be employed again atworks site without the written permission of the Engineer-in-Charge and the persons soremoved shall be replaced as soon as possible by competent substitutes.

CLAUSE 37 : LEVY / TAXES PAYABLE BY CONTRACTOR(i) All the taxes except GST applicable in respect of this contract shall be payable by the

Contractor and WAPCOS will not entertain any claim whatsoever in respect of the same.(ii) The contractor shall deposit royalty and obtain necessary permit for supply of the red bajri,

stone, kankar, etc. from local authorities.

If pursuant to or under any law, notification or order any royalty, cess or the like becomes payableby the WAPCOS and does not any time become payable by the contractor to the State Government,Local authorities in respect of any material used by the contractor in the works, then in such a case,it shall be lawful to the WAPCOS and it will have the right and be entitled to recover the amountpaid in the circumstances as aforesaid from dues of the contractor

CLAUSE 38 : CONDITIONS FOR REIMBURSEMENT OF LEVY/TAXES IF LEVIED AFTER RECIEPT OFTENDERS(i) All tendered cost shall be inclusive of all taxes and levies (except GST) payable under

respective statutes. However, if any further tax or levy or cess is imposed by Statute, afterthe last stipulated date for the receipt of tender including extensions if any and thecontractor thereupon necessarily and properly pays such taxes/levies/cess, the contractorshall be reimbursed the amount so paid, provided such payments, if any, is not, in theopinion of the WAPCOS attributable to delay in execution of work within the control of thecontractor.

Signature of Bidder WAPCOS LTD.-76-

TENDER NO: WAP/PMD/2017-18/20

(ii) The contractor shall keep necessary books of accounts and other documents for the purposeof this condition as may be necessary and shall allow inspection of the same by a dulyauthorized representative of the WAPCOS and/or the Engineer-in-Charge and shall alsofurnish such other information/document as the Engineer-in-Charge may require from timeto time.

(iii) The contractor shall, within a period of 30 days of the imposition of any such further tax orlevy or cess, give a written notice thereof to the Engineer-in-charge that the same is givenpursuant to this condition, together with all necessary information relating thereto.

CLAUSE 39 : TERMINATION OF CONTRACT ON DEATH OF CONTRACTORWithout prejudice to any of the rights or remedies under this contract, if the contractor dies, theEngineer-In-Charge on behalf of the WAPCOS shall have the option of terminating the contractwithout compensation to the contractor.

CLAUSE 40 : IF RELATIVE WORKING IN WAPCOS THEN THE CONTRACTOR NOT ALLOWED TOTENDER

The contractor shall not be permitted to tender for works in the WAPCOS responsible for awardand execution of contracts in which his near relative is posted in WAPCOS. He shall also intimatethe names of persons who are working with him in any capacity or are subsequently employed byhim and who are near relatives to any Officer in the WAPCOS. Any breach of this condition by thecontractor would render him liable to be debarred from tendering in WAPCOS any breach of thiscondition.

NOTE: By the term “near relatives” is meant wife, husband, parents and grand parents, children andgrand children, brothers and sisters, uncles, aunts and cousins and their corresponding in-laws.

CLAUSE 41 : NO GAZETTED ENGINEER TO WORK AS CONTRACTOR WITHIN ONE YEAR OFRETIREMENT

No engineer of gazetted rank or other gazetted officer employed in engineering or administrativeduties in an engineering department of the Government of India shall work as a contractor oremployee of a contractor for a period of one year after his retirement from government servicewithout the previous permission of Government of India in writing. This contract is liable to becancelled if either the contractor or any of his employees is found at any time to be such a personwho had not obtained the permission of Government of India as aforesaid, before submission ofthe tender or engagement in the contractor’s service, as the case may be.

CLAUSE 42 : RETURN OF MATERIALS & RECOVERY FOR MATERIAL ISSUED ---------NOT APPLICABLE(i) After completion of the work and also at any intermediate stage in the event of non-

reconciliation of materials issued, consumed and in balance - (see Clause 10), theoreticalquantity of materials issued by the WAPCOS for use in the work shall be calculated on thebasis and method given hereunder:-

(a) Quantity of cement & bitumen shall be calculated on the basis of quantity of cement &bitumen required for different items of work as shown in the Schedule of Ratesmentioned in Special Conditions of Contract. In case any item is executed for whichstandard constants for the consumption of cement or bitumen are not available in theabove mentioned schedule/statement or cannot be derived from the same shall becalculated on the basis of standard formula to be laid down by the Engineer-in-Charge.

Signature of Bidder WAPCOS LTD.-77-

TENDER NO: WAP/PMD/2017-18/20

(b) Theoretical quantity of steel reinforcement or structural steel sections shall be taken asthe quantity required as per design or as authorized by Engineer-in-Charge, includingauthorized lappages, chairs etc. plus 3% wastage due to cutting into pieces, suchtheoretical quantity being determined and compared with the actual issues eachdiameter wise, section wise and category wise separately.

(c) Theoretical quantity of G.I. & C.I. or other pipes, conduits, wires and cables, pig lead andG.I./M.S. sheets shall be taken as quantity actually required and measured plus 5% forwastage due to cutting into pieces (except in the case of G.I./M.S. sheets it shall be 10%),such determination & comparison being made diameter wise & category wise.

(d) For any other material as per actual requirements.

(ii) Over the theoretical quantities of materials so computed a variation shall be allowed asspecified in Special Conditions of Contract. The difference in the net quantities of materialactually issued to the contractor and the theoretical quantities including such authorizedvariation, if not returned by the contractor or if not fully reconciled to the satisfaction of theEngineer-in-Charge within fifteen days of the issue of written notice by the Engineer-in-charge to this effect shall be recovered at the rates specified in Special Conditions ofContract, without prejudice to the provision of the relevant conditions regarding return ofmaterials governing the contract. Decision of Engineer-in-Charge in regard to theoreticalquantities of materials, which should have been actually used as per the Annexure of thestandard schedule of rates and recovery at rates specified in Special Conditions of Contract,shall be final & binding on the contractor.For non scheduled items, the decision of the Engineer-In-Charge regarding theoreticalQuantities of materials which should have been actually used, shall be final and binding onthe contractor.

(iii) The said action under this clause is without prejudice to the right of the WAPCOS to takeaction against the contractor under any other conditions of contract for not doing the workaccording to the prescribed specifications.

CLAUSE 43 : COMPENSATION DURING WARLIKE SITUATION --------NOT APPLICABLEThe work (whether fully constructed or not) and all materials, machines, tools and plants,scaffolding, temporary buildings and other things connected therewith shall be at the risk of thecontractor until the work has been delivered to the Engineer-in-Charge and a certificate from himto that effect obtained. In the event of the work or any materials properly brought to the site forincorporation in the work being damaged or destroyed in consequence of hostilities or warlikeoperation, the contractor shall when ordered (in writing) by the Engineer-in-Charge to remove anydebris from the site, collect and properly stack or remove in store all serviceable materials salvagedfrom the damaged work and shall be paid at the contract rates in accordance with the provision ofthis agreement for the work of clearing the site of debris, stacking or removal of serviceable materialand for reconstruction of all works ordered by the Engineer-in-Charge, such payments being inaddition to compensation upto the value of the work originally executed before being damaged ordestroyed and not paid for. In case of works damaged or destroyed but not already measured andpaid for, the compensation shall be assessed by the Engineer-In-Charge upto Rs. 5,000/- and by theWAPCOS for a higher amount. The contractor shall be paid for the damages/destruction sufferedand for restoring the material at the rate based on analysis of rates tendered for in accordance withthe provision of the contract. The certificate of the Engineer-in-Charge regarding the quality andquantity of materials and the purpose for which they were collected shall be final and binding onall parties to this contract.

Signature of Bidder WAPCOS LTD.-78-

TENDER NO: WAP/PMD/2017-18/20

Provided always that no compensation shall be payable for any loss in consequence of hostilities orwarlike operations (a) unless the contractor had taken all such precautions against air raid as aredeemed necessary by the A.R.P. Officers or the Engineer-in-Charge (b) for any material etc. not onthe site of the work or for any tools, plant, machinery, scaffolding, temporary building and otherthings not intended for the work.

In the event of the contractor having to carry out reconstruction as aforesaid, he shall be allowedsuch extension of time for its completion as is considered reasonable by the Engineer-In-Charge.

CLAUSE 44 : APPRENTICES ACT PROVISIONS TO BE COMPLIED WITHThe contractor shall comply with the provisions of the Apprentices Act, 1961 and the rules andorders issued thereunder from time to time. If he fails to do so, his failure will be a breach of thecontract and the WAPCOS may, in his discretion, cancel the contract. The contractor shall also beliable for any pecuniary liability arising on account of any violation by him of the provisions of thesaid Act.

CLAUSE 45 : RELEASE OF SECURITY DEPOSIT AFTER LABOUR CLEARANCERelease of Security Deposit of the work shall not be refunded till the contractor produces aclearance deposit after labour certificate from the Labour Officer. As soon as the work is virtuallycomplete the contractor shall apply for the clearance certificate to the Labour Officer underintimation to the Engineer-in-Charge. The Engineer-in-Charge, on receipt of the saidcommunication, shall write to the Labour Officer to intimate if any complaint is pending against thecontractor in respect of the work. If no complaint is pending, on record till after 3 months aftercompletion of the work and/or no communication is received from the Labour Officer to this effecttill six months after the date of completion, it will be deemed to have received the clearancecertificate and the Security Deposit will be released if otherwise due.

CLAUSE46: INSURANCE1. Requirements

Before commencing execution of works, unless stated otherwise in the special conditions ofcontract, it shall be obligatory for the contractor to obtain at his own cost stipulated insurancecover under the following requirements:a) Contractor’s all risk and Third Party Cover.b) Liability under the workmen’s compensation Act, 1923, Minimum Wages Act, 1948 and

Contract Labour (Regulation and Abolition) Act, 1970.c) Accidents to staff, Engineers, Supervisors and others who are not governed by workmen’s

compensation Act.d) Damage to material, machinery and works due to fire theft etc.e) Any other risk to be covered by insurance as may be specified by the employer in the special

conditions of contract.

2. Policy in Joint Names of Contractor and EmployerThe policy referred to under sub-clause 46(1) above shall be obtained in the joint names of thecontractor and the employer and shall inter-alia provide coverage against the following, arisingout of or in connection with execution of works, their maintenance and performance of thecontract.a) Loss of life or injury involving public, employee of the contractor, or that of employer and

Engineer, labour etc.

Signature of Bidder WAPCOS LTD.-79-

TENDER NO: WAP/PMD/2017-18/20

b) Injury, loss or damage to the works or property belonging to public, government bodies,local authorities, utility organizations, contractors, employer or others.

3. Currency of PolicyThe policies shall remain in force throughout the period of execution of the works and till theexpiry of the defect liability period. The contractor shall, whenever called upon, produce to theengineer or his representative the various insurance policies obtained by him as also the ratesof premia and the premia paid by him to ensure that the polices indeed continue to be in force.If the contractor fails to effect or keep in force or provide adequate cover in the insurancepolicies mentioned in the sub clause 46(1) or any other insurance he might be required to effectunder the contract, then in such cases, the employer may effect and keep in force any suchinsurance or further insurance and the cost and expenses incurred by him in this regard shall bedeductible from payments due to the contractor or from the contractor’s performance security.

CLAUSE 47: CONDITIONS SPECIFIC TO GREEN BUILDINGS PRACTICESCLAUSEThe contractor shall strictly adhere to the following conditions as part of his contractual obligations:

1. SITE1.1 The contractor shall ensure that adequate measures are taken for the prevention of erosion

of the top soil during the construction phase. The contractor shall implement the Erosionand Sedimentation Control Plan (ESCP) provided to him by the Engineer-in-charge as part ofthe larger Construction Management Plan (CMP). The contractor shall obtain the Erosionand Sedimentation Control Plan (ESCP) Guidelines from the Engineer-in-charge and thenprepare “working plan” for the following month’s activities as a CAD drawing showing theconstruction management, staging & ESCP. At no time soil should be allowed to erode awayfrom the site and sediments should be trapped where necessary.

1.2 The contractor shall ensure that all the top soil excavated during construction works is neatlystacked and is not mixed with other excavated earth. The contractors shall take theclearance of the architects / Engineer-in-charge before any excavation. Top soil should bestripped to a depth of 20 cm (centimetres) from the areas to be disturbed, for exampleproposed area for buildings, roads, paved areas, external services and area required forconstruction activities etc. It shall be stockpiled to a maximum height of 40 cm in designatedareas, covered or stabilised with temporary seeding for erosion prevention and shall bereapplied to site during plantation of the proposed vegetation. Top soil shall be separatedfrom subsoil, debris and stones larger than 50 mm (millimetre) diameter. The stored top soilmay be used as finished grade for planting areas.

1.3 The contractor shall carry out the recommendations of the soil test report for improving thesoil under the guidance of the Engineer-in-charge who would also advise on the timing ofapplication of fertilizers and warn about excessive nutrient levels.

1.4 The contactor shall carry out post-construction placement of topsoil or other suitable plantmaterial over disturbed lands to provide suitable soil medium for vegetative growth. Priorto spreading the topsoil, the sub-grade shall be loosened to a depth of 50mm to permitbonding. Topsoil shall be spread uniformly at a minimum compacted depth of 50mm ongrade 1:3 or steeper slopes, a minimum depth of 100mm on shallower slopes. A depth of300mm is preferred on relatively flatter land.

Signature of Bidder WAPCOS LTD.-80-

TENDER NO: WAP/PMD/2017-18/20

1.5 The Contractor should follow the construction plan as proposed by the Engineer-in-chargeto minimize the site disturbance such as soil pollution due to spilling. Use staging and spillprevention and control plan to restrict the spilling of the contaminating material on site.Protect top soil from erosion by collection storage and reapplication of top soil, constructingsediment basin, contour trenching, mulching etc.

1.6 No excavated earth shall be removed from the campus unless suggested otherwise byEngineer-in-charge. All subsoil shall be reused in backfilling/landscape, etc as per theinstructions of the Engineer-in-charge

1.7 The contractor shall not change the natural gradient of the ground unless specificallyinstructed by the architects / landscape consultant. This shall cover all natural features likewater bodies, drainage gullies, slopes, mounds, depressions, rocky outcrops, etc. Existingdrainage patterns through or into any preservation area shall not be modified unlessspecifically directed by the Engineer-in-charge.

1.8 The contractor shall not carry out any work which results in the blockage of natural drainage.1.9 The contractor shall ensure that existing grades of soil shall be maintained around existing

vegetation and lowering or raising the levels around the vegetation is not allowed unlessspecifically directed by the Engineer-in-charge

1.10 Contractor shall reduce pollution and land development impacts from automobiles useduring construction.

1.11 Overloading of trucks is unlawful and creates and erosion and sedimentation problems,especially when loose materials like stone dust, excavated earth, sand etc. are moved.Proper covering must take place. No overloading shall be permitted.

2. CONSTRUCTION PHASE AND WORKER FACILITIES

2.1 The contractor shall specify and limit construction activity in preplanned/ designated areasand shall start construction work after securing the approval for the same from theEngineer-in-charge. This shall include areas of construction, storage of materials, andmaterial and personnel movement.

2.2 Preserve and Protect Landscape during Construction

a) The contractor shall ensure that no trees, existing or otherwise, shall be harmed anddamage to roots should be prevented during trenching, placing backfill, driving orparking heavy equipment, dumping of trash, oil, paint, and other materials detrimentalto plant health. These activities should be restricted to the areas outside of the canopyof the tree, or, from a safe distance from the tree/plant by means of barricading. Treeswill not be used for support; their trunks shall not be damaged by cutting and carving orby nailing posters, advertisements or other material. Lighting of fires or carrying out heator gas emitting construction activity within the ground, covered by canopy of the tree isnot to be permitted.

b) The contractor shall take steps to protect trees or saplings identified for preservationwithin the construction site using tree guards of approved specification.

c) The contractor shall conserve existing natural areas and restore damaged areas toprovide habitat and promote biodiversity. Contractor should limit all constructionactivity within the specified area as per the Construction Management Plan (CMP)proposed by the Engineer-in-charge. All the existing trees should be preserved, if notpossible than compensate the loss by re-planting trees in the proportion of 1:3.

Signature of Bidder WAPCOS LTD.-81-

TENDER NO: WAP/PMD/2017-18/20

d) The contractor shall avoid cut and fill in the root zones, through delineating and fencingthe drip line (the spread limit of a canopy projected on the ground) of all the trees orgroup of trees. Separate the zones of movement of heavy equipment, parking, orexcessive foot traffic from the fenced plant protection zones.

e) The contractor shall ensure that maintenance activities shall be performed as needed toensure that the vegetation remains healthy. The preserved vegetated area shall beinspected by the Engineer-in-charge at regular intervals so that they remainundisturbed. The date of inspection, type of maintenance or restorative action followedshall be recorded in the logbook.

2.3 Contractor shall be required to develop and implement a waste management plan,quantifying material diversion goals. He shall establish goals for diversion from disposal inlandfills and incinerators and adopt a construction waste management plan to achieve thesegoals. A project-vide policy of “Nothing leaves the Site” should be followed. In such a casewhen strictly followed, care would automatically be taken in ordering and timing ofmaterials such that excess doesn’t become “waste”. The Contractor’s ingenuity is especiallycalled towards meeting this prerequisite/ credit (GRIHA). Consider recycling cardboard,metal, brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpetand insulation. Designate a specific area(s) on the construction site for segregated orcommingled collection of recyclable material, and track recycling efforts throughout theconstruction process. Identify construction haulers and recyclers to handle the designatedmaterials. Note that diversion may include donation of materials to charitable organizationsand salvage of materials on-site.

2.4 Contractor shall collect all construction waste generated on site. Segregate these wastesbased on their utility and examine means of sending such waste to manufacturing unitswhich use them as raw material or other site which require it for specific purpose. Typicalconstruction debris could be broken bricks, steel bars, broken tiles, spilled concrete andmortar etc.

2.5 The contractor shall provide clean drinking water for all workers

2.6 The contractor shall provide the minimum level of sanitation and safety facilities for theworkers at site. The contractor shall ensure cleanliness of workplace with regard to thedisposal of waste and effluent; provide clean drinking water and latrines and urinals as perapplicable standard. Adequate toilet facilities shall be provided for the workman within easyaccess of their place of work. The total no. to be provided shall not be less than 1 per 30employs in any one shift. Toilet facilities shall be provided from the start of buildingoperations, connection to a sewer shall be made as soon as practicable. Every toilet shall beso constructed that the occupant is sheltered from view and protected from the weatherand falling objects. Toilet facilities shall be maintained in a sanitary condition. A sufficientquantity of disinfectant shall be provided. Natural or artificial illumination shall be provided.

2.7 The contractor shall ensure that air pollution due to dust/generators is kept to a minimum,preventing any adverse effects on the workers and other people in and around the site. Thecontractor shall ensure proper screening, covering stockpiles, covering brick and loads ofdusty materials, wheel-washing facility, gravel pit, and water spraying. Contractor shallensure the following activities to prevent air pollution during construction:

Clear vegetation only from areas where work will start right away

Vegetate / mulch areas where vehicles do not ply.

Signature of Bidder WAPCOS LTD.-82-

TENDER NO: WAP/PMD/2017-18/20

Apply gravel / landscaping rock to the areas where mulching / paving is impractical

Identify roads on-site that would be used for vehicular traffic. Upgrade vehicularroads (if these are unpaved) by increasing the surface strength by improving particlesize, shape and mineral types that make up the surface & base. Add surface gravelto reduce source of dust emission. Limit amount of fine particles (smaller than0.075mm) to 10 – 20%

Water spray, through a simple hose for small projects, to keep dust under control.Fine mists should be used to control fine particulate. However, this should be donewith care so as not to waste water. Heavy watering can also create mud, which whentracked onto paved public roadways, must be promptly removed. Also, there mustbe an adequate supply of clean water nearby to ensure that spray nozzles don’t getplugged. Water spraying can be done on:

a) Any dusty materials before transferring, loading and unloading

b) Area where demolition work is being carried out

c) Any un-paved main haul road

d) Areas where excavation or earth moving activities are to be carried out

The contractor shall ensure that the speed of vehicles within the site is limited to 10km/hr.

All material storages should be adequately covered and contained so that they arenot exposed to situations where winds on site could lead to dust / particulateemissions.

Spills of dirt or dusty materials will be cleaned up promptly so the spilled materialdoes not become a source of fugitive dust and also to prevent of seepage of pollutantladen water into the ground aquifers. When cleaning up the spill, ensure that theclean-up process does not generate additional dust. Similarly, spilled concreteslurries or liquid wastes should be contained / cleaned up immediately before theycan infiltrate into the soil / ground or runoff in nearby areas

Provide hoardings of not less than 3m high along the site boundary, next to a roador other public area

Provide dust screens, sheeting or netting to scaffold along the perimeter of thebuilding Cover stockpiles of dusty material with impervious sheeting

Cover dusty load on vehicles by impervious sheeting before they leave the site

2.8 Contractor shall be required to provide an easily accessible area that serves the entirebuilding and is dedicated to the separation, collection and storage of materials for recyclingincluding (at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shallcoordinate the size and functionality of the recycling areas with the anticipated collectionsservices for glass, plastic, office paper, newspaper, cardboard, and organic wastes tomaximize the effectiveness of the dedicated areas. Consider employing cardboard balers,aluminium can crushers, recycling chutes, and collection bins at individual workstations tofurther enhance the recycling program.

2.9 The contractor shall ensure that no construction leach ate (Ex: cement slurry), is allowed topercolate into the ground. Adequate precautions are to be taken to safeguard against this

Signature of Bidder WAPCOS LTD.-83-

TENDER NO: WAP/PMD/2017-18/20

including, reduction of wasteful curing processes, collection, basic filtering and reuse. Thecontractor shall follow requisite measures for collecting drainage water run-off fromconstruction areas and material storage sites and diverting water flow away from suchpolluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall beconstructed to carry the pollutant-laden water directly to the treatment device or facility(municipal sewer line).

2.10 Staging (dividing a construction area into two or more areas to minimize the area of soil thatwill be exposed at any given time) should be done to separate undisturbed land from landdisturbed by construction activity and material storage.

2.11 The contractor shall Comply with the safety procedures, norms and guidelines (asapplicable) as outlined in the document Part 7 _Constructional practices and safety, 2005,National Building code of India, Bureau of Indian Standards. A copy of all pertinentregulations and notices concerning accidents, injury and first-aid shall be prominentlyexhibited at the work site. Depending upon the scope & nature of work, a person qualifiedin first-aid shall be available at work site to render and direct first-aid to causalities. Atelephone may be provided to first-aid assistant with telephone numbers of the hospitalsdisplayed. Complete reports of all accidents and action taken thereon shall be forwarded tothe competent authorities.

2.12 The contractor shall ensure the following activities for construction workers safety, amongother measures:- Guarding all parts of dangerous machinery.- Precautionary signs for working on machinery- Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in

good condition.- Durable and reusable formwork systems to replace timber formwork and ensure that

formwork where used is properly maintained.- Ensuring that walking surfaces or boards at height are of sound construction and are

provided with safety rails or belts.- Provide protective equipment; helmets etc.- Provide measures to prevent fires. Fire extinguishers and buckets of sand to be provided

in the fire-prone area and elsewhere.- Provide sufficient and suitable light for working during night time.

2.13 Adopt additional best practices, prescribed norms in construction industry.

2.14 The storage of material shall be as per standard good practices as specified in Part 7, Section2 – Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction ofthe Engineer-in-charge to ensure minimum wastage and to prevent any misuse, damage,inconvenience or accident. Watch and ward of the Contractor’s materials shall be his ownresponsibility. There should be a proper planning of the layout for stacking and storage ofdifferent materials, components and equipments with proper access and propermanoeuvrability of the vehicles carrying the materials. While planning the layout, therequirements of various materials, components and equipments at different stages ofconstruction shall be considered. The Owner shall not take any responsibility on anyaccount.

2.15 The contractor shall provide for adequate number of garbage bins around the constructionsite and the workers facilities and will be responsible for the proper utilisation of these binsfor any solid waste generated during the construction. The contractor shall ensure that the

Signature of Bidder WAPCOS LTD.-84-

TENDER NO: WAP/PMD/2017-18/20

site and the workers facilities are kept litter free. Separate bins should be provided forplastic, glass, metal, biological and paper waste and labelled in both Hindi and English.

2.16 The contractor shall prepare and submit ‘Spill prevention and control plans’ before the startof construction, clearly stating measures to stop the source of the spill, to contain the spill,to dispose the contaminated material and hazardous wastes, and stating designation ofpersonnel trained to prevent and control spills. Hazardous wastes include pesticides, paints,cleaners, and petroleum products.

2.17 Contractor shall collect the relevant material certificates for materials with high recycled(both post-industrial and post-consumer) content, including materials for structural use likeTMT steel rolled with high percentage of recycled steel, and RMC mix with fly-ash etc. (seeappendix)

2.18 Contractor shall collect the relevant material certificates for rapidly renewable materialssuch as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard andcork.

2.19 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the systemduring construction, control pollutant sources, and interrupt pathways for contamination.He shall sequence installation of materials to avoid contamination of absorptive materialssuch as insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also protect storedon-site or installed absorptive materials from moisture damage.

2.20 The contractor shall ensure that a flush out of all internal spaces is conducted prior toandover. This shall comprise an opening of all doors and windows for 14 days to vent outany toxic fumes due to paints, varnishes, polishes, etc.

2.21 Contractor shall make efforts to reduce the quantity of indoor air contaminants that aredorous or potentially irritating harmful to the comfort and well-being of installer andbuilding occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds)content of paints, coatings and primers used must not exceed the VOC content limitsmentioned below:PaintsNon-flat - 150 g/LFlat (Mat) - 50 g/LAnti corrosive/ anti rust - 250 g/LCoatingsClear wood finishesVarnish - 350 g/LLacquer - 550 g/LFloor coatings - 100 g/LStains - 250 g/LSealersWaterproofing sealer - 250 g/LSanding sealer - 275 g/LOther sealers - 200 g/LThe VOC (Volatile Organic Compounds) content of adhesives and sealants used must be lessthan VOC content limits mentioned:

Architectural Applications VOC Limit(g/l less water)Indoor Carpet adhesives - 50

Signature of Bidder WAPCOS LTD.-85-

TENDER NO: WAP/PMD/2017-18/20

Carpet Pad Adhesives - 50Wood Flooring Adhesive - 100Rubber Floor Adhesives - 60Sub Floor Adhesives - 50Ceramic Tile Adhesives - 65VCT and Asphalt Tile adhesives - 50Dry Wall and Panel Adhesives - 50Structural Glazing Adhesives - 100Multipurpose Construction Adhesives - 70Substrate Specific Application VOC Limit (g/l less water)Metal to Metal - 30Plastic Foams - 50Porous material (except wood) - 50Wood - 30Fiber Glass – 80

2.22 Wherever required, Contractor shall meet and carry out documentation of all activities onsite, supplementation of information, and submittals in accordance with GRIHA programstandards and guidelines. Towards meeting the aforementioned building environmentalrating standard(s) expert assistance shall be provided to him up on request.

2.23 Water Use during ConstructionContractor should spray curing water on concrete structure and shall not allow free flow ofwater. After liberal curing on the first day, all the verticals surfaces of concrete structuresshould be painted with curing chemical to save water nothing extra shall be paid. Concretestructures should be kept covered with thick cloth/gunny bags and water should be sprayedon them. Contractor shall do water ponding on all sunken slabs using cement and sandmortar.

2.24 The Contractor shall remove from site all rubbish and debris generated by the Works andkeep Works clean and tidy throughout the Contract Period. All the serviceable andnonservice able (malba) material shall be segregated and stored separately. The malbaobtained during construction shall be collected in well-formed heaps at properly selectedplaces, keeping in a view safe condition for workmen in the area. Materials which are likelyto cause dust nuisance or undue environmental pollution in any other way, shall be removedfrom the site at the earliest and till then they shall be suitable covered. Glass & steel shouldbe dumped or buried separately to prevent injury. The work of removal of debris should becarried out during day. In case of poor visibility artificial light may be provided.

2.25 MATERIALS & FIXTURES FOR THE PROJECT

2.26 The contractor shall endeavour to source most of the materials for construction at thisproject within a distance of 800 km radius from the project site. Contractor shall collect therelevant material certificates to prove the same

g) Any material that is to be sourced from outside the prescribed radius shall be done aftersecuring the necessary approval from the Engineer-in-charge.

h) All cement used at site for reinforced concrete, precast members, mortar, plaster, buildingblocks, etc shall be PPC (Ordinary Portland Cement). The PPC must meet the requirementsof IS 1489: 1991. (Minimum 25% replacement of cement with fly ash in PPC (Portland

Signature of Bidder WAPCOS LTD.-86-

TENDER NO: WAP/PMD/2017-18/20

Pozzolona Cement) by weight of the cement used in the overall RC for meeting theequivalent strength requirements).

i) As a measure to reduce wastage and water consumption during construction, the contractorshall source or set up the infrastructure for a small scale ready mix concrete, all concretingworks at site shall utilise only batch mix concrete.

j) The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th

Sept.1999 containing directive for greater fly ash utilization, where it stipulates that ii. Everyconstruction agency engaged in the construction of buildings within a radius of 50 km radiusof a Thermal Power Plant, have to use of 100% fly ash based bricks/blocks in theirconstruction. Any brick/block containing more than 25% fly ash is designated as fly ashbrick/block. As per GRIHA credits, bricks / blocks should contain more than 40% fly ash.

k) The contractor shall ensure that sand from approved source is used in place of sand in an allconcreting works unless specifically instructed otherwise by the Engineer-in-charge.

l) Timber and aluminum use should be minimised in the project. If used, timber shallconstitute of reclaimed timber and aluminum shall constitute recycled content. The sourceof such reclaimed timber shall be approved by the Engineer-in-charge.

m) The contractor shall ensure that nontoxic anti-termite and other pest control is strictly used.n) The contractor shall ensure that all paints, polishes, adhesives and sealants used both

internally and externally, on any surface, shall be Low VOC products. The contractor shallget prior approval from the Engineer-in-charge before the application of any such material.

o) All plumbing and sanitary fixtures installed shall be as per the requirement of the of theGRIHA and shall adhere to the minimum LPM and LPF mentioned.

p) The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFChydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigerationequipment’s and/halon-free fire suppression and fire extinguishing systems.

q) The contractor shall ensure that all composite wood products/agro-fibre products used forcabinet work, etc do not contain any added urea formaldehyde resin.

2.28 CONSTRUCTION WASTEa) Contractor shall ensure that wastage of construction material is kept to a maximum of 3%.b) All construction debris generated during construction shall be carefully segregated and

stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each wastetype. Employ measures to segregate the waste on site into inert, chemical, or hazardouswastes.

c) All construction debris shall be used for road preparation, back filling, etc, as per theinstructions of the Engineer-in-charge, with necessary activities of sorting, crushing, etc.

d) No construction debris shall be taken away from the site, without the prior approval of theEngineer-in-charge.

e) The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint,batteries, and asbestos

f) If and when construction debris is taken out of the site, after prior permissions from theProject Manager, then the contractor shall ensure the safe disposal of all wastes and willonly dispose of any such construction waste in approved dumping sites.

g) Inert waste to be disposed off by Municipal Corporation/ local bodies at landfill sites.

2.29 Documentation

Signature of Bidder WAPCOS LTD.-87-

TENDER NO: WAP/PMD/2017-18/20

a) The contractor shall, during the entire tenure of the construction phase, submit thefollowing records to the Engineer-in-charge on a monthly basis:i) Water consumption in litresii) Electricity consumption in ‘kwh’ unitsiii) Diesel consumption in litresiv) Quantum of waste generated at site and the segregated waste types divided into

inert, chemical and hazardous wastes.v) Digital photo documentation to demonstrate compliance of safety guidelines as

specified here.b) The contractor shall, during the entire tenure of the construction phase, submit the

following records to the Engineer-in-charge on a weekly basis:i) Quantities of material brought into the site, including the material issued to the

contractor by the client.ii) Quantities of construction debris (if at all) taken out of the siteiii) Digital photographs of the works at site, the workers facilities, the waste and other

material storage yards, pre-fabrication and block making works, etc as guided by theEngineer-in-charge.

c) The contractor shall submit one document after construction of the buildings, a briefdescription along with photographic records to show that other areas have not beendisrupted during construction. The document should also include brief explanation andphotographic records to show erosion and sedimentation control measures adopted.(Document CAD drawing showing site plan details of existing vegetation, existing buildings,existing slopes and site drainage pattern, staging and spill prevention measures, erosion andsedimentation control measures and measures adopted for top soil preservation duringconstruction

d) The contractor shall submit to the Engineer-in-charge after construction of the buildings, adetailed as built quantification of the following:i) Total materials used,ii) Total top soil stacked and total reusediii) Total earth excavated,iv) Total waste generated,v) Total waste reused,vi) Total water used,vii) Total electricity, andviii) Total diesel consumed.

e) The contractor shall submit to the Engineer-in-charge, before the start of construction, asite plan along with a narrative to demarcate areas on site from which top soil has to begathered, designate area where it will be stored, measures adopted for top soil preservationand indicate areas where it will be reapplied after construction is complete.

f) The contractor shall submit to the Engineer-in-charge, a detailed narrative (not more than250 words) on provision for safe drinking water and sanitation facility for constructionworkers and site personnel.

g) Provide supporting document from the manufacturer of the cement specifying the fly-ashcontent in PPC used in reinforced concrete.

h) Provide supporting document from the manufacturer of the pre-cast building blocksspecifying the fly ash content of the blocks used in an infill wall system.

i) The contractor shall, at the end of construction of the buildings, submit to the Engineer-in-charge, submit following information, for all material brought to site for construction

Signature of Bidder WAPCOS LTD.-88-

TENDER NO: WAP/PMD/2017-18/20

purposes, including manufacturer’s certifications, verifying information, and test data,where Specifications sections require data relating to environmental issues including butnot limited to:i) Source of products: Supplier details and location of the supplier and brand name.ii) Project Recyclability: Submit information to assist Owner and Contractor in recycling

materials involved in shipping, handling, and delivery, and for temporary materialsnecessary for installation of products.

iii) Recycled Content: Submit information regarding product post industrial recycled andpost consumer recycled content. Use the “Recycled Content Certification Form”, tobe provided by the Commissioning Authority appointed for the Project.

iv) Product Recyclability: Submit information regarding product and product’scomponent’s recyclability including potential sources accepting recyclable materials.

v) Clean tech: Provide pollution clearance certificates from all manufacturers ofmaterials

vi) Indoor Air quality and Environmental Issues: Submit following certificates:a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and

polishes used at this particular project site.b) Certification from manufacturers of composite wood products/agro fibre

products on the absence of added urea formaldehyde resin in the productssupplied to them to this particular site.

c) Submit environmental and pollution clearance certificates for all dieselgenerators installed as part of this project.

j) Provide total support to the Engineer-in-charge appointed by the owner in completing allGreen Building Rating related formalities, including signing of forms, providing signed lettersin the contractor’s letterhead.

2.30 EQUIPMENTa) To ensure energy efficiency during and post construction all pumps, motors and engines

used during construction or installed, shall be subject to approval and as per thespecifications of the architects.

b) All lighting installed by the contractor around the site and at the labour quarters duringconstruction shall be CFL/LED bulbs of the appropriate illumination levels. This condition isa must, unless specifically prescribed.

The contractor is expected to go through all other conditions of the GRIHA ratingstipulations, which can be provided to him by the architects.Failure to adhere to any of the above mentioned items, without necessary clearances fromthe architects and the Engineer-in-charge, shall be deemed as a violation of contract and thecontractor shall be held liable for penalty as determined by the architects.

CLAUSE 48: PAYMENT

1. Payment ScheduleThe Payment Schedule includes a schedule setting out each Milestone Event to be achievedin a month for the Works.

Signature of Bidder WAPCOS LTD.-89-

TENDER NO: WAP/PMD/2017-18/20

2. Contractor's Application for PaymentFrom the date of issue of the Notice to Proceed, on the 5th (fifth) Business Day of any month,the Contractor may submit a Request for Payment, to WAPCOS Limited Representative inrespect of the preceding month.

Within each Request for Payment the Contractor shall show separately:(i) the amounts which the Contractor claims to be payable as the cost of the Works

completed during that month; and(ii) the cumulative amount of all prior payments made by WAPCOS Limited; and(iii) any amounts to which the Contractor considers are due and payable to it in

accordance with the provisions of the Contract.

The Contractor's Request for Payment shall:(i) be prepared on forms in the form and in a number advised by WAPCOS Limited

Representative; and(ii) contain confirmation of the relevant Milestone Events which, in the opinion of the

Contractor have been achieved in that month which applies to each such MilestoneEvent; and

(iii) be accompanied by:(a) Copy of relevant records of measurement of works, jointly taken and signed by

both the parties;(b) A status report describing in such detail as may reasonably request, the

percentage of any uncompleted Milestone Event for the month in question andthe work to be undertaken by the Contractor prior to the next Request forPayment;

(c) Certification by WAPCOS Limited Representative confirming that the MilestoneEvents referred to in the Request for Payment have been achieved.

(d) Confirmation by the Contractor of any amounts due and owing from theContractor to WAPCOS Limited pursuant to the Contract;

(e) The Contractor's certification that the quality of all completed Works accordswith the requirements of the Contract;

(f) The Contractor's certification that each obligation, item of cost or expensementioned in that Request for Payment has not been the basis of any previouspayment.

(g) The Contractor's certification that it has reviewed all financial and budget datacontained in the Request for Payment;

(h) The Contractor's certification that the quality of all completed Works accordswith the requirements of the Contract;

(i) The Contractor's certification that each obligation, item of cost or expensementioned in that Request for Payment has not been the basis of any previouspayment; and

(j) The Contractor's certification that each Subcontractor who performed part of theWorks which was included in the immediately preceding Certificates of Paymentwas paid all amounts then due to it for such Works

(k) The Contractor providing evidence of the validity of the Contractor’s Insurances.

3. Certificates of Payment

Signature of Bidder WAPCOS LTD.-90-

TENDER NO: WAP/PMD/2017-18/20

Within [14 (fourteen)] Business Days of receipt of the Contractor's Request for Paymentunder Clause 48(2) [Contractor's Application for Payment], WAPCOS Limited and WAPCOSLimited Representative shall review such request and, shall issue to the Contractor, aCertificate of Payment certifying what amounts WAPCOS Limited shall pay. Each Certificateof Payment shall be for an amount which in the opinion of WAPCOS Limited, is the basis ofthe Request for Payment and pursuant to the Contract, is properly due to the Contractor(the “Gross Certifiable Amount”) less (i) the cumulative amounts of payments previouslycertified as due to the Contractor, (ii) any deduction on account of recovery of AdvancePayment, and (iii) Retention Amount.

In the event that the Contractor fails to achieve any Milestone Event specified in thePayment Schedule, the Contractor shall not be entitled to the payment value attributable tothat Milestone Event until the relevant Milestone Event has been achieved. When therelevant Milestone Event is achieved, the Contractor may include the payment valueattributable to the Milestone Event in the next Request for Payment.

No sum shall be included in the Certificate of Payment in respect of Materials yet to beincorporated into the Permanent Works unless the WAPCOS Limited Representative issatisfied that:(i) such Materials have been properly acquired and properly and not prematurely

delivered to the Project Site;(ii) such Materials have been properly stored on the Project Site and fully protected

against loss, damage or deterioration;(iii) the Contractor’s records of the requisitions, orders, receipts and use of any Materials

are kept in a form approved by the WAPCOS Limited Representative, and suchrecords are available for inspection by the WAPCOS Limited Representative; and

(iv) The Contractor has submitted a proper statement of the cost of acquiring theMaterials together with such documents as may be required for evidencing suchcost.

Without prejudice to any other rights of WAPCOS Limited to withhold payment to theContractor, WAPCOS Limited may withhold from any payment due to the Contractor suchamount as WAPCOS Limited deems reasonably necessary or appropriate:(i) if in the opinion of the WAPCOS Limited Representative the progress of the Works

at the time of the Request for Payment is behind the progress of the Works as setout in the Programme; and/or

(ii) to protect it from any losses, expenses, costs or liability because of any one or moreof the following reasons:(a) defects and deficiencies in any Works, whether or not payment has been made;(b) unsatisfactory performance of the Contract;(c) the filing of third party claims relating to the Works or any of its commitment

parts for which the Contractor is liable;(d) the Contractor's failure to make payments to Subcontractors;(e) failure by the Contractor to provide or procure replacement Performance

Security in accordance with the Contract;(f) failure by the Contract to provide evidence of insurance coverage in

accordance with the Contract;(g) reasonable evidence that Completion will not occur by the Time for

Completion;

Signature of Bidder WAPCOS LTD.-91-

TENDER NO: WAP/PMD/2017-18/20

(h) any overpayments made by WAPCOS Limited with respect to a previouspayment;

(i) failure by the Contractor to submit a properly updated monthly Programme;and

(j) failure by the Contractor to provide satisfactory evidence that the costs of alllabour and Materials and other obligations arising out of the Contract havebeen fully satisfied and discharged by the Contractor and/or to otherwise failto submit adequate supporting documentation for any Request for Payment.

Any Provisional Sum Works shall only be executed in whole or part upon the WAPCOSLimited Representative’s instruction. If the WAPCOS Limited Representative issues no suchinstruction, the Provisional Sum Works shall not form part of the Works and the Contractorshall not be entitled to payment for it. The Contractor shall be deemed to have allowed thenecessary time and resources to enable design and Execution of the Provisional Sum Worksin so far as the scope and nature of the Provisional Sum Works was reasonably foreseeable.

The Contractor shall be entitled only to such amount in respect of the Provisional Sum Worksas the WAPCOS Limited Representative determines in accordance with this Clause 48(3).The WAPCOS Limited Representative shall notify the Contractor of any such determination.The WAPCOS Limited Representative shall have the authority to issue instructions to theContractor for every Provisional Sum Works for which the Contractor shall be entitled to apart of the Provisional Sum as determined by the WAPCOS Limited Representative.

The Contractor shall produce to the WAPCOS Limited Representative all quotations,vouchers, invoices, accounts or receipts in connection with the expenditure in respect of theProvisional Sum Works, except where the Provisional Sum Works is valued in accordancewith the item wise rates quoted by the Contractor in its bid submitted to the Employer.

In respect of every Provisional Sum the WAPCOS Limited Representative shall have authorityto issue instructions for the execution of work or for the supply of goods, materials, PlantSums or services by the Contractor, in which case the Contractor shall be entitled to anamount equal to the value thereof determined in accordance with Clause 48(3).

4. PaymentWAPCOS Limited shall pay the amount certified in a Certificate of Payment less the amountpaid earlier in accordance with Clause 48(3) [Certificate of Payment], no later than [15(fifteen)] Business Days from the date of such Certificate of Payment.

Signature of Bidder WAPCOS LTD.-92-

TENDER NO: WAP/PMD/2017-18/20

SECTION– IV

SPECIAL CONDITIONS OF CONTRACT

Signature of Bidder WAPCOS LTD.-93-

TENDER NO: WAP/PMD/2017-18/20

SECTION–IV

SPECIAL CONDITIONS OF CONTRACT

1.0 SPECIAL CONDITIONS OF CONTRACTThe Special Condition of Contract (SCC) shall be followed by the Contractor in addition tothe General Condition of Contract (GCC) of tender document. The following GeneralCondition of Contract of this tender are modified/added as detailed below. In case of anydiscrepancy between GCC and SCC, the SCC will succeed over GCC.

Clause No. Description Applicability/Modified/ AddedGENERAL RULES AND DIRECTIONS

4 Any Person-------- Process of thework

Not Applicable

8 Schedule of Materials to be issuedto the Contractor

Not Applicable

10 In the case-------- executedaccordingly

Not Applicable

11 In the case-------- disqualified andrejected

Not Applicable

19 List of works from Not ApplicableDEFINITIONS

Added Owner/Client / SAI shall means Sport Authority of India.2(iii) Work / Project Means:

As Mentioned in NIT2(iv) Site / Location Means

As Mentioned in NIT

2 (vi) Engineer-In-ChargeWill be intimated to the successful Bidder at the time of issue of Notice toProceed the works.

2 (x) Market RatePercentage on cost of materialsand labour to cover all overheadsand profits

15%

2(xi) Standard Schedule of RatesSchedule of Rates (Civil)Schedule of Rates (Electrical)

DSR 2016DSR (E&M) 2016

2(xvi) Date of Commencement of work 5 days after date of award of WorkCLAUSES OF CONTRACT

Clause 1 Performance Guaranteei. Performance Guarantee.ii. Time allowed for submission

of Performance Guaranteefrom the date of issue ofletter of acceptance.

iii. Validity of PerformanceGuarantee

Applicable5% of Tendered Value

20 days

The Performance Guarantee shall beinitially valid up to the stipulated date of

Signature of Bidder WAPCOS LTD.-94-

TENDER NO: WAP/PMD/2017-18/20

completion plus 1 year claim periodbeyond that.

Clause 1A Security Deposit Applicable2.5% of Tendered Value

Release of security Deposit Successful Completion of Defect Liabilityperiod

Clause 2 Compensation for Delay Applicable0.50% of the cost of Balance work perweek. (Maximum up to 10% of theContract price)

Clause 2A Incentive for Early Completion Not Applicable

Clause 3A Start of Work Not ApplicableClause 5 Time and Extension for Delay Applicable

Number of days from the date ofissue of letter of acceptance forreckoning date of start

5 days

Stipulated time of completion ofproject

As Mentioned in NIT

Clause 6 Measurements of Work Done ApplicableClause 6A Computerized Measurement

BookApplicable

Clause 7 Payment on IntermediateCertificate to be Regarded asadvance

Not Applicable

NewClause 7A(Added)

Payment It is clearly agreed and understood bythe Contractor that notwithstandinganything to the contrary that may bestated in the agreement betweenWAPCOS and the Contractor; thecontractor shall become entitled topayment only after WAPCOS has receivedthe corresponding payment(s) from theclient/ Owner for the work done bythe contractor. Any delay in therelease of payment by the client/Owner to WAPCOS leading to a delayin the release the correspondingpayment by WAPCOS to the contractorshall not entitle the contractor to anycompensation/ interest from WAPCOS.

All payments shall be released by way ofe-transfer through RTGS in India directly

at their Bank account by WAPCOSClause 10 Materials Supplied by WAPCOS Not Applicable

Signature of Bidder WAPCOS LTD.-95-

TENDER NO: WAP/PMD/2017-18/20

Clause10A

Materials to be Provided byContractorList of Testing Equipment to beprovided by the Contractor atsite lab1. Cube Testing Machine

alongwith sufficient numbersof cube moulds

2. Set of Sieves for testing ofCoarse & fine aggregatealongwith shaker

3. Slump Cone4. Vernier Calliper, Screw Gauge,

Wire gauge5. Weighing Balance with

weights6. Rebound Hammer7. For testing of Design Mix

Concrete at site, necessarytesting equipment and facility(as per BIS) shall be madeavailable by Contractor as andwhen required by Engineer-In-Charge or his authorizedrepresentative and nothingextra shall be paid on accountof this.

(Note: The listed equipment /instruments will be installed athis own cost by Contractor inlaboratory room which to beconstructed by the Contractor athis own cost).

Applicable

Clause 10B(i)

Secured Advance on Non-Perishable Materials

Applicable(“Percentage 90% is modified as 80% ofthe assessed value of any material)

Clause 10B(ii)

Mobilization Advance Applicable10% of the tendered value on submissionof Bank Guarantee Bond from ScheduledBank for the amount equal to 110% of theamount of advance and valid for thecontract period.

Clause 10B(iii)

Plant Machinery & ShutteringMaterial Advance

Not Applicable

Clause 10B(iv)

Recovery of Mobilizationadvance

ApplicableAdded - 14.75% interest per annum forthe period in case of non return of

Signature of Bidder WAPCOS LTD.-96-

TENDER NO: WAP/PMD/2017-18/20

mobilization advance after stipulateddue date.

Clause 10C

Payment on Account of Increasein Price / Wages due to StatutoryOrder

Not Applicable

Clause 10CA

Payment due to Variation inPrices of Materials after Receiptof Tender

Not Applicable

Clause 10CC

Payment due to Increase /Decrease in Prices / Wages(Excluding Materials coveredunder Clause 10 CA) after Receiptof Tender for Works

Not Applicable

Clause 11 Works to be Executed inAccordance with Specifications,Drawings, Orders Etc.Specifications to be followed forexecution of work

ApplicableThe following is added:All works are to be executed inaccordance with the specifications, alldrawings, details of items etc. given withthis tender document and vetteddesign/drawing by WAPCOS & dulyapproved by IIT/NIT.

In case specification of any item is notclear, CPWD Specifications 2009 Vol. I toII with upto date correction slips issuedon the last date of submission of tenderfor Civil work is applicable.

Clause 12 Deviations / Variations Extentand PricingClause 12.1 Not applicableClause 12.2(a) Modified as “In the case of extra item(s)

(items that are completely new and notin the scope of works as per tendercondition), the contractor may withinfifteen days of receipt of order oroccurrence of the item(s) claim rates,supported by proper analysis on the basisof the market rates and the contractorshall be paid in accordance with rateapproved by WAPCOS.In case the extra item being theScheduled Item (Delhi Schedule of rates),these shall be paid as per the schedulerate plus applicable cost index (at thetime of tender) as approved by WAPCOS.

Clause 12.2(b) Modified as “The specificationmentioned in Tender may be substituted

Signature of Bidder WAPCOS LTD.-97-

TENDER NO: WAP/PMD/2017-18/20

as per the requirement of Owner/WAPCOS. In this case of substituted item(s)

being DSR item, these shall be paid asper the DSR 2016 rate plus applicablecost index (at the time of tender) asapproved by WAPCOS.

In this case of substituted item(s)being Non DSR item, the contractormay within fifteen days of receipt oforder or occurrence of the item(s)assess the rates supported by properanalysis on the basis of the marketrates.

The rate of tendered item to besubstituted will also be assessed bysame above manner.

The plus/minus difference of rates ofmutually substituted items will besubmitted by Contrcator and approvedby WAPCOS. Accordingly the plus/minusdifference of payment will be made tothe Contractor for the substitutedquantities.

Clause 12.2(c) Not ApplicableClause 12.3, 12.4, 12.5, 12.6 Not Applicable

Clause15A

Compensation in case delaysupply of material

Not Applicable

Clause 17 Contractor liable for Damages,Defects during Defect LiabilityPeriodDefect Liability Period

ApplicableAdded/Modified: One year from the dateof successful completion of eachcomponent of the project in all respect

Clause 27 Lumpsum Provisions in Tender Not ApplicableClause 30 Employment of coal mining or

controlled area labour notpermissible

Not Applicable

Clause 32 Alternate water arrangements Not ApplicableClause 33 Return of surplus material Not ApplicableClause 34 Hire of plant and Machinery Not ApplicableClause 42 Return of Material & Recovery

for Material IssuedNot Applicable

Clause 43 Compensation During War LikeSituation

Not Applicable

Clause 46 Insurance Applicable

Signature of Bidder WAPCOS LTD.-98-

TENDER NO: WAP/PMD/2017-18/20

Clause 47 Conditions Specific to GreenBuildings Practices

Applicable

Signature of Bidder WAPCOS LTD.-99-

TENDER NO: WAP/PMD/2017-18/20

2.0 ADDITIONAL CONDITIONS

1. The Contractor shall be responsible for consequential effects arising out during theinspection done by the Chief Technical Examiner Cell, Central Vigilance Commission or bythe Building Works Committee or third party authorized by WAPCOS or any statuarycommittee or by any duly authorized representative of WAPCOS, during the progress or anytime after the construction and development of project up to the defect liability period, andwill take appropriate action for rectification of defective work. Rectification of defectiveworks or replacement of sub-standard materials or articles, as pointed out by the ChiefTechnical Cell, Central Vigilance Commission, Building Works Committee or authorizedrepresentative of WAPCOS or third party authorized by WAPCOS or any statuary committee,will be carried out or replaced by the Contractor at his own risk and cost. WAPCOS will notpay any extra amount for such rectification or replacement.

2. Handing Over of the Project: Contractor will hand over the project to Owner /Client aftersuccessful completion of each component of the project in all respect and completesatisfaction of Engineer-In-charge. The partial handing over of works components shall notbe considered. Contractor shall also provide necessary Completion Certificate/NOC from alllocal Government/ Statuary Authorities including Fire, Forest, Electrical, Environment, Lift,DG Set, required before handing over the project to the client. The defect liability period willbe one year after such handing over.

3. The contractor shall provide fully equipped office for Contractor’s Staff, Engineers along withfacility of 24 hours electric and drinking water supply, sanitary facilities, furniture anddesktop computer of latest version along with printer and internet connection atconstruction site for finalizing immediate technical solutions/decisions on the site inconsultation with Engineer In-Charge so that the work progress may not be hampered.”

4. The Contractor shall render all help and assistance in documenting the total sequence ofthis project by way of photography, slides, audio-video recording etc. nothing extra shallbe payable to the agency on this account.

5. Contractor should provide R.O. Plant sufficient for workers employed at site, his technicalstaff and site staff.

6. Quoted amount by contractor shall be firm and fixed for entire contract period as well asextended period for completion of the works. No escalation shall be applicable on thiscontract.

7. Quoted amount by the contractor shall be all inclusive and shall apply to all heights lifts,leads and depths of the building and nothing extra shall be payable on this account.

8. The contractor shall make his own arrangements for obtaining electric connection andwater Connection/arrangement (if required). The water charges and electricity charges ascharged by the Regional Sports Authority of India Centre and Local Authorities will be paidby the Contractor. No dispute in this regard shall be entertained.

9. The Contractor shall dispose off all the dismantled materials, debris, garbage, waste outsideof the campus of the works at his own cost and provide clear and clean site at the time ofhanding over the works

10. The payment of final bill will be made after successful completion and handing over of theworks with complete satisfaction of Engineer In-Charge as well as Regional SAI Centre.

Signature of Bidder WAPCOS LTD.-100-

TENDER NO: WAP/PMD/2017-18/20

11. Some restrictions may be imposed by the security staff etc. on the working and formovement for labour materials etc. The contractor shall be bound to follow all suchrestrictions / instructions and nothing extra shall be payable on this account.

12. The contractor shall be entirely and exclusively responsible for the horizontal, vertical andother alignment, the level and correctness of every part of the work and shall rectifyeffectively any errors or imperfections therein. Such rectifications shall be carried out by thecontractor at his own cost to the instructions and satisfaction of the Engineer-in-Charge.

13. The cost/rates quoted by the contractor are deemed to be inclusive of site clearance, settingout work, profile, establishment of reference bench mark, spot levels, construction of allsafety and protection devices, barriers, earth embankments, preparatory works, all testingof materials working during monsoon, working at all depths, height and locations etc. unlessspecified in the schedule of quantities.

14. Royalty at the prevailing rates wherever payable shall have to be paid by the contractor onthe boulders, metal, shingle, sand and bajri etc. Or any other material collected by him forthe work direct to revenue authorities and nothing extra shall be paid by the departmentfor the same.

15. The contractor shall provide at his own cost suitable weighing, surveying and leveling andmeasuring arrangements as may be necessary at site for checking. All such equipment shallbe got calibrated in advance from laboratory, approved by the Engineer-in-Charge. Nothingextra shall be payable on this account.

16. (a) The building work will be carried out in the manner complying in all respects with therequirements of relevant bye laws of the local body under the jurisdiction of which thework is to be executed or as directed by the Engineer in charge and nothing extra will bepaid on this account.

(b) The work of water supply, internal sanitary installation and drainage work etc. shall becarried out as per local Municipal Corporation or such local body Bye-laws. Water tanks,taps, sanitary, water supply and drainage pipes and fittings etc. should conform to byelaws and specification as applicable. The contractor should engage plumbing andsanitary agency approved by WAPCOS, which should have requisite T&P, skilled workersand experience for which necessary certificates & document proof shall be submittedwithin one month of the start of work. The contractor shall get the materials (fixtures /fittings) tested agencies approved by WAPCOS as required at his own cost.

(c) The contractor shall comply with proper and legal orders and directions of the local orpublic authority or municipality and abide by their rule and regulations and pay all feesand charges which he may be liable.

17. The contractor shall give a performance test of the entire installation (s) as per standingspecification before the work is finally accepted and nothing extra whatsoever shall bepayable to the contractor for the test.

18. Any cement slurry added over base surface (or) for continuation of concreting for betterbond is deemed to have been in-built in the items and nothing extra shall be payable (or)extra cement considered in consumption on this account.

19. Samples of various materials required for testing shall be provided free of charges by thecontractor. Testing charges, if any, unless otherwise provided shall be borne by theContractor. All other expenditure required to be incurred for taking the samples,conveyance, packing etc. shall be borne by the contractor himself.

Signature of Bidder WAPCOS LTD.-101-

TENDER NO: WAP/PMD/2017-18/20

20. The contractor shall have to make approaches road to the site, if so required and keep themin good condition for transportation of labour and materials as well as inspection of worksby the Engineer-in-charge. Nothing extra shall be paid on this account.

21. No payment shall be made for any damage caused by rain, snowfall, flood or any othernatural calamity, whatsoever during the execution of the work. The contractor shall be fullyresponsible for any damage to the govt. property and work for which the payment has beenadvanced to him under the contract and he shall make good the same at his risk and cost.The contractor shall be fully responsible for safety and security of his material, T&P,Machinery brought to the site by him.

22. All mass Reinforced Cement Concrete work shall be design mix concrete of specified grade.The contractor shall install on site automatic batching plant of sufficient capacity forproduction of design mix concrete which shall be used in the work.

23. The terms machine batched, machine mixed and machine vibrated concrete used elsewherein agreement shall mean the concrete produced in concrete batching and mixing plant andif necessary transported by transit concrete mixers, placed in position by the concretepumps, tower crane and vibrated by surface vibrator /needle vibrator / plate vibrator, asthe case may be to achieve required strength and durability.

24. Wherever work is specified to be done or material procured through specialized agencies,their names shall be got approved well in advance from Engineer in charge. Failure to do soshall not justify delay in execution of work. It is suggested that immediately after award ofwork, contractor should negotiate with concerned specialist agencies and send their namesfor approval to Engineer in charge. Any material procured without prior approval of Engineerin charge in writing is liable to be rejected. Engineer in charge reserves right to get thematerials tested in laboratories of his choice before final acceptance. Non standardmaterials shall not be accepted.

25. The construction joints shall be provided in predetermined locations only as decided byEngineer in charge. The cost of shuttering for these construction joints shall be included initem of Concrete work / RCC work and nothing extra shall be payable on this account to thecontractor.

26. The gradation of fine sand to be used in plaster work, shall be strictly as per Table 3.1 (clause3.1.3) of CPWD Specification 2009 Vol.-I conforming to IS 1542-1977. The plastered surfaceshall be fairly smooth without any undulation of any kind for applying paint/white wash.

27. No chase cutting/dismantling of plaster/RCC/CC shall be allowed, so contractor has toexecute the electrical work accordingly.

28. The contractor shall invariably prepare the samples of finishing items i.e. flooring of differenttypes, external & internal finishing i/c colour scheme of paint, tiles in dado, flooring inplatforms & staircase, water supply & sanitary fittings and any other item as per directionof Engineer-in-charge. The contractor shall proceed with further finishing items only aftergetting the samples of these items approved in writing from Engineer-in-charge. In case ofconstruction of residential quarters, one sample quarter complete in all shape for eachcategory, shall be prepared by the contractor and got approved from Engineer-in-charge inwriting. The contractor shall be allowed to proceed with further quarters only after gettingthe sample quarters approved in writing from Engineer-in-charge No extra claim whatsoeverbeyond the payments due at agreement rates will be entertained from the contractor onthis account.

Signature of Bidder WAPCOS LTD.-102-

TENDER NO: WAP/PMD/2017-18/20

29. Royalty at the prevalent rates shall be payable by the contractor on all the boulders, metals,shingle, sand and bajri etc. collected by him for the execution of the work, direct to theRevenue authority or authorized agent of the state Government concerned or CentralGovernment. No such claim of Contractor on royalty shall be entertained by the WAPCOS.

30. The contractor shall establish a fully equipped site laboratory and shall provide electricallyoperated cube crushing and testing machine appliance at site, such as weighing, scale,graduated cylinder, standard sieves, thermometer, slump cones etc. all relevant tests forBMC / RMC as per prescribed IS codes in order to enable the Engineer in charge to conductfield tests to ensure that the quality is consistent with the prescribed specifications andnothing extra shall be paid on this account.

31. The contractor or his authorized representative shall associate in collection, preparation,forwarding and testing of such samples. In case, he or his authorized representative is notpresent or does not associate himself, the results or such tests and consequences thereonshall be binding on the contractor.

32. The contractor shall get the water tested with regard to its suitability of use in the worksand get written approval from the Engineer in charge before he proceeds with the use ofsame of execution of works. The suitable water for construction shall be arranged byContractor at his own cost and nothing extra shall be paid to the contractor on this account.

33. The material shall conform to the quality and make as per attached list in Annexure IX.However for the items not appearing in the list preference shall be given to those articleswhich bear ISI certification marks. In case articles bearing ISI certification marks are notavailable the quality of sample brought by the Contractor shall be judged by the standardlaid down in the relevant ISI specification/CPWD specification. All materials and articlesbrought by the contractor to the site for use shall conform to the samples approved, whichshall be preserved till the completion of the work. However, such articles which bear ISImark but stand banned by CPWD will not be used. Not withstanding the case of materials of"Preferred Make" as given provisions of Clause 10A of the General Conditions of Contractfor Central PWD works shall be applicable on the materials of "Preferred Make" also.

34. It must be ensure that all materials to be used in work bear BIS certification mark. In caseswhere BIS certification system is available for a particular material/product but not even asingle producer has so far approached BIS for certification the material can be used subjectto the condition that it should confirm to CPWD specification and relevant BIS codes. In suchcase written approval of the Engineer-In-Charge may be obtained before use of suchmaterial in the work.

35. The final approval of the brand to be used shall be as per the direction of Engineer-in-Charge.The brand used shall be one of the brands in case specified in the list of preferred make /materials.

36. In case of non-availability of material of the brands specified in the list of approved materialsan equivalent brand may be used after getting written approval of WAPCOS giving details toindicate that the brand proposed to be used is equivalent to the brands mentioned in theagreement.

37. Special conditions for CementThe contractor shall procure 43 grade Ordinary Portland Cement (conforming to IS : 8112),Portland pozzolona cement (confirming to IS : 1489 : Part –I) as required in the work, fromreputed manufacturers of cement such as ACC, Ultratech, Ambuja, Jaypee Cement, and or

Signature of Bidder WAPCOS LTD.-103-

TENDER NO: WAP/PMD/2017-18/20

from any other reputed cement manufacturer, having a production capacity not less thanone million tones per annum as approved by WAPCOS. The tenderers may also submit a listof names of cement manufacturers which they propose to use in the work. The tenderaccepting authority reserves right to accept or reject name(s) of cement manufacture(s)which the tenderer proposes to use in the work. No change in the tendered rates will beaccepted if the tender accepting authority does not accept the list of cement manufactures,given by the tenderer, fully or partially. The cement brought to the site for execution of workshall be in bags bearing manufacturer's name & ISI marking. Weight of cement in each bagshall be 50 kg. Samples of cement arranged by the contactor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant BIS codes. In case thetest results indicate that the cement arranged by the contractor does not conform to therelevant BIS codes, the same shall stand rejected and it shall be removed from the site bythe contractor at his own cost within 7 days of written order from the Engineer-in-Chargeto do so.

38. Special Conditions for Steel:-The contractor shall procure TMT bars of Fe500/Fe500D/Fe550/Fe550D grade (the grade toprocured is to be specified) from primary steel producers such as SAIL, Tata Steel Ltd., RINL,Jindal Steel & Power Ltd. and JSW Steel Ltd. or any other producer as approved by WAPCOSwho are using iron ore as the basic raw material / input and having crude steel capacity of2.0 Million tonnes per annum and above.

39. Removal of rejected/sub-standard materials.The following procedure shall be followed for the removal of rejected/sub-standardmaterials from the site of work:

(i) Whenever any material brought by the contractor to the site of work is rejected, entrythereof should invariably be made in the Site Order Book under the signature of theEngineer-In-Charge, giving the approximate quantity of such materials.

(ii) As soon as the material is removed, a certificate to that effect shall be recorded by theEngineer-In-Charge against the original entry, giving, the date of removal and mode ofremoval, i.e., whether by truck, carts, or by manual labour. If the removal is by truck,the registration number of the truck should be recorded.

(iii) When it is not possible for the Engineer-In-Charge to be present at the site of work atthe time of actual removal of the rejected/sub-standard materials from the site, therequired certificate should be recorded by the Authorized Representative of WAPCOS,and the Engineer-In-Charge should countersign the certificate recorded by theAuthorized Representative.

40. In case of works where a ready mix concrete (RMC) is stipulated to be used from anapproved source/manufacturer, cement register need not be maintained. However, thecomputerized dispatch slips that are sent with each dispatch of RMC shall be kept as record.

41. If the work is carried out in more than one shift or during night, no claim on this accountshall be entertained. The contractor has to take permission from the police & localauthorities etc. if required for work during night hours. No claim / hindrance on this accountshall be considered if work is not allowed during night time. The requisite supervision shallbe made available by the WAPCOS along with necessary issue of material under jointcustody.

42. Once the building is completed and the contractor shall be responsible to attend defectpointed out by WAPCOS and then hand over the building to the client.

Signature of Bidder WAPCOS LTD.-104-

TENDER NO: WAP/PMD/2017-18/20

43. Contractor should hand over the warranty of the specialized items to the WAPCOS.

44. The contractor is required to deploy resources as per availability of site. However no claimwill be entertained for idle labour, idle machinery, idle technical/no-technical staff, idle T&Petc.

45. Contractor shall not divert any advance payments or part thereof for any work other thanthat needed for completion of the contracted work. All advance payments received as perterms of the contract (i.e. mobilisation advance, secured advance against materials broughtat site, secured advance against plant & machinery and/or for work done during interimstages, etc.) are required to be re-invested in the contracted work to ensure advanceavailability of resources in terms of materials, labour, plant & machinery needed forrequired pace of progress for timely completion of work.

Signature of Bidder WAPCOS LTD.-105-

TENDER NO: WAP/PMD/2017-18/20

SECTION – V

ANNEXURES

ANNEXURE - I : FORMAT FOR GUARANTEE BONDS / AFFIDAVIT FOR WORKANNEXURE - II : FORMAT FOR GUARANTEE BOND FOR WATER PROOFING TREATMENTANNEXURE - III : FORMAT FOR PERFORMANCE SECURITYANNEXURE - IV : FORMAT FOR ADVANCE PAYMENT BANK GUARANTEEANNEXURE - V : SAFETY CODESANNEXURE - VI : MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS

Signature of Bidder WAPCOS LTD.-106-

TENDER NO: WAP/PMD/2017-18/20

Annexure – IGUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS AFTER

COMPLETION IN RESPECT OF WATER SUPPLY AND SANITARY INSTALLATIONS, UPVC WINDOWS,ROCK WOOL INSULATION AND POLYURETHENE FOAM

The agreement made this ___________________ day of __________ two thousand and__________ between __________ S/o ___________________ (hereinafter called the GUARANTORof the one part) and the WAPCOS LIMITED (hereinafter called the WAPCOS of the other part).

WHEREAS THIS agreement is supplementary to a contract. (Herein after called the Contract) dated_________ and made between the GUARANTOR OF THE ONE PART AND the WAPCOS of the otherpart, whereby the contractor interalia, under look to render the work in the said contract recitedstructurally stable workmanship and use of sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said work willremain structurally stable and guarantee against faulty workmanship, finishing, manufacturingdefects of materials and leakages etc.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable,after the expiry of maintenance period prescribed in the contract for the minimum life of ten years,to be reckoned from the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-charge with regard to nature and cause of defects shall be final.During the period of guarantee the guarantor shall make good all defects to the satisfaction of theEngineer in charge calling upon him to rectify the defects, failing which the work shall be got doneby the WAPCOS by some other contractor at the guarantor’s cost and risk. The decision of theEngineer in charge as to the cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all the defects, commits breach thereunder then theguarantor will indemnify the Principal and his successor against all loss, damage cost expense orotherwise which may be incurred by him by reason of any default on the part of the GUARANTORin performance and observance of this supplementary agreement. As to the amount of loss and /or damage and / or cost incurred by the WAPCOS the decision of the Engineer-in-charge will be finaland binding on the parties.

IN WITHNES WHEREOF those presents have been executed by the obligator _______________ and_________________________ by for and on behalf of the WAPCOS LIMITED on the day, month andyear first above written.

Signed sealed and delivered by OBLIGATOR in presence of :1. _____________________2. _____________________SIGNED FOR AND ON BEHALF OF THE WAPCOS LIMITED BY____________ ________________ in thepresence of:1. _____________________2. _____________________

Signature of Bidder WAPCOS LTD.-107-

TENDER NO: WAP/PMD/2017-18/20

Annexure – IIGUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR WATER PROOFING TREATMENT

FOR BASEMENT / TERRACE / TOILETSThe agreement made this ______________ day of __________ two thousand and __________between __________ S/o ___________________ (hereinafter called the GUARANTOR of the onepart) and the WAPCOS Limited (hereinafter called the WAPCOS of the other part).

WHEREAS THIS agreement is supplementary to a contract. (Herein after called the Contract) dated_________ and made between the GUARANTOR OF THE ONE PART AND the WAPCOS of the otherpart, whereby the contractor interalia, undertook to render the structures in the said contract thework in the said contract recited completely water and leak proof.

THE GUARANTOR hereby guarantee that the water proofing treatment given by him will render thestructures completely leak proof and the minimum life of such water proofing treatment shall beten years to be reckoned from the date after the expiry of maintenance period prescribed in thecontract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structuraldefects.

The decision of the Engineer in charge with regard to cause of leakage shall be final.

During the period of guarantee the guarantor shall make good all defects and in case of any defectsbeing found render the structure water proof to the satisfaction of the Engineer in charge at hiscost and shall commence the work for such rectification within seven days from the date of issueof notice from the Engineer in charge calling upon him to rectify the defects, failing which the workshall be got done by the WAPCOS through some other contractor at the guarantor’s cost and risk.The decision of the Engineer in charge as to the cost payable by the Guarantor shall be final andbinding.

That if the guarantor fails to execute the water proofing, or commits breach thereunder then theguarantor will indemnify the Principal and his successor against all loss, damage, cost of expensesor otherwise which may be incurred by him by reason of any of any default on the part of theGUARANTOR in performance and observance of this supplementary agreement . As to the amountof loss and / or cost incurred by the WAPCOS on the decision of the Engineer-in-charge will be finaland binding on the parties.

IN WITHNES WHEREOF those presents have been executed by the obligator __________________and _______________________________ by for and on behalf of the WAPCOS LIMITED on the day, month and year first above written.

Signed sealed and delivered by OBLIGATOR in presence of :.1. _____________________2. _____________________

SIGNED FOR AND ON BEHALF OF THE WAPCOS LIMITED BY______________ in the presence of :1. _____________________2. _____________________

Signature of Bidder WAPCOS LTD.-108-

TENDER NO: WAP/PMD/2017-18/20

Annexure – IIIFORM OF PERFORMANCE GUARANTEE

WAPCOS Limited,76-C, Sector 18, Institutional AreaGurgaon, Haryana-122015.

In consideration of ____________________ (Employer’s name) (hereinafter referred to as “theEmployer”) which expression shall, unless repugnant to the context or meaning thereof include itssuccessors, administrators and assigns) having awarded to _____________________ (Contractor’sname & address) (hereinafter referred to as “the Contractor” which expression shall unlessrepugnant to the context or meaning thereof, include its successors, administrators, executors andassigns) a contract, by issue of Employer’s Notification of Award No. _______________ dt._____________ and the same having been unequivocally accepted by the Contractor, resulting intoa contract valued at Rs. _____________(Rupees ________________________only) for________________(name of work) (hereinafter called “the contract”) and the Contractor havingagreed to provide a Contract Performance Guarantee for the faithful performance of the entirecontract equivalent to Rs. _____________ (Rupees ______________________only) (5 % of the saidvalue of the Contract to the Employer).

We, ____________________ (name & address of bank) (hereinafter referred to as "the Bank" whichexpression shall, unless repugnant to the context or meaning thereof, include its successors,administrators, executors and assigns) do hereby guarantee and undertake to pay the Employer, ondemand any or, all monies payable by the Contractor to the extent of Rs. _____________ (Rupees__________________only) as aforesaid at any time upto ___________ without any demur,reservation, contest , recourse or protest and/or without any reference to the Contractor orcourt. Any such demand made by the Employer on the bank shall be conclusive and bindingnotwithstanding any difference between the Employer and the Contractor or any dispute pendingbefore any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revokethis guarantee during its currency without previous consent of the Employer and further agreesthat the guarantee herein contained shall continue to be enforceable till the Employer dischargesthis guarantee.

We the said Bank further agree that the guarantee herein contained shall remain in full force andeffect during the period that would be taken for the performance of the said Contract and that itshall continue to be enforceable till all the dues of the Employer under or by virtue of the saidcontract have been fully paid and its claims satisfied or discharged or till the Employer certifies thatthe terms and conditions of the said Contract have been fully and properly carried out by the saidContractor and accordingly discharges the guarantee.

The Employer shall have the fullest liberty without affecting in any way the liability of the Bankunder this guarantee, from, time to time to extend the time for performance of the Contract by theContractor. The Employer shall have the fullest liberty without affecting this guarantee, topostpone from time to time the exercise of any powers vested in them or of any right which theymight have against the Contractor and to exercise the same at any time in any manner and eitherto enforce or to forbear to enforce any covenants, contained or implied, in the Contract betweenthe Employer and the Contractor or any other course or remedy or security available to theEmployer. The bank shall not be released of its obligations under these presents by any exercise bythe Employer of its liberty with reference to the matters aforesaid or any of them or by reason ofany other act or forbearance or other acts of omission or commission on the part of the Employer

Signature of Bidder WAPCOS LTD.-109-

TENDER NO: WAP/PMD/2017-18/20

or any other indulgence shown by the Employer or by any other matter or thing whatsoever whichunder law would but for this provision, have the effect of relieving the Bank. The guarantee shallnot be affected by a change in the constitution of the bank or of the employer.

The bank also agrees that the Employer at its option shall be entitled to enforce this Guaranteeagainst the Bank as a principal debtor, in the first instance, without proceeding against theContractor and notwithstanding any security or other guarantee that the Employer may have inrelation to the Contractor's liabilities.

We The Said Bank do hereby declare that we have absolute and unconditional power to issue thisguarantee in your favour under the Memorandum and Articles of Association or such otherconstitutional documents of the Bank and the undersigned have full power to execute thisguarantee under the Power of Attorney / Post Approval Authorization dated_____________________ of the bank granted to him / us by the Bank. We the said bank do herebydeclare and undertake that your claim under the guarantee shall not be affected by any deficiencyor other defect in the powers of the bank or its officials and the guarantee shall be deemed to havebeen issued as if the bank and its officials have all the powers and authorization to give thisguarantee on behalf of the bank.

We the said bank do hereby certify the genuineness and appropriateness of the Stamp paper andstamp value used for issuing the guarantee. We the said bank do hereby declare and undertake thatyour claim under the guarantee shall not be affected by any deficiency or other defect in the stamppaper or its stamp value.

We the said bank do hereby declare that our payments hereunder shall be made to you , free andclear of and without and deduction, reduction on account of any reasons including any and allpresent and future taxes, levies, charges of withholding whatsoever imposed or collected withrespect thereto.

Notwithstanding anything contained hereinabove our liability under this guarantee is restricted toRs. _____________(Rupees ____________________ only) and it shall remain in force upto andincluding _____________ and shall be extended from time to time for such period as may bedesired by M/s WAPCOS Limited to whom this bank guarantee has been given.

Notwithstanding anything contained hereini) Our liability under this guarantee shall not exceed Rs. __________________

(Rupees_______________________________________ only);ii) This bank guarantee shall be valid upto _____________; andiii) our liability to make payment shall arise and we are liable to pay the guaranteed amount or any

part thereof under this guarantee, only and only if you serve upon us a written claim ordemand in terms of the guarantee on or before ____________ (indicate a date twelvemonth after validity of Guarantee)

Dated this ________day of ________ at New Delhi.

Signature of Bidder WAPCOS LTD.-110-

TENDER NO: WAP/PMD/2017-18/20

Annexure – IVFORM OF ADVANCE PAYMENT GUARANTEE

WAPCOS Limited,76-C, Sector 18, Institutional AreaGurgaon, Haryana-122015

In consideration of WAPCOS LTD. (hereinafter referred to as “the Employer”) which expressionshall, unless repugnant to the context or meaning thereof include its successors, administrators andassigns) having awarded to _______________________ (Contractor’s name) with its Registered/Head Office at __________________(hereinafter referred to as “the Contractor” which expressionshall unless repugnant to the context or meaning thereof, include its successors, administrators,executors and assigns) a contract, by issue of Employer’s Notification of Award No.____________________ dt. __________ and the same having been unequivocally accepted by theContractor, resulting into a contract valued at Rs.____________________(Rupees_____________________________________________________only) for_______________ (hereinafter called “the contract”) and the Employer having agreed to make anadvance payment to the Contractor for performance of the above Contract amounting to Rs._________________ (Rupees ______________only) as an advance against bank guarantee to befurnished by the Contractor.We, __________________ (name & address of bank) having its Head Office at _____________(hereinafter referred to as “the Bank” which expression shall, unless repugnant to the context ormeaning thereof, include its successors, administrators, executors and assigns) do herebyguarantee and undertake to pay the Employer immediately on demand any or, all monies payableby the Contractor to the extent of Rs. ______________ (Rupees ________________only) asaforesaid at any time upto ___________ without any demur, reservation, contest, recourse orprotest and/or without any reference to the Contractor. Any such demand made by the Employeron the bank shall be conclusive and binding notwithstanding any difference between the Employerand the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any otherauthority. We agree that the Guarantee herein contained shall be irrevocable and shall continue tobe enforceable till the Employer discharges this guarantee. We further agree that no change in theconstitution of the Bank or of the Employer shall affect this guarantee.The Employer shall have the fullest liberty without affecting in any way the liability of the Bankunder this guarantee, from time to time, to vary the advance or to extend the time for performanceof the Contract by the Contractor. The Employer shall have the fullest liberty without affecting thisguarantee, to postpone from time to time the exercise of any powers vested in them or of any rightwhich they might have against the Contractor and to exercise the same at any time in any manner,and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contractbetween the Employer and the Contractor or any other course or remedy or security available tothe Employer. The bank shall not be released of its obligations under these presents by any exerciseby the Employer of its liberty with reference to the matters aforesaid or any of them or by reasonof any other act or forbearance or other acts of omission or commission on the part of the Employeror any other indulgence shown by the Employer or by any other matter or thing whatsoever whichunder law would but for this provision, have the effect of relieving the Bank.The bank also agrees that the Employer at its option shall be entitled to enforce this Guaranteeagainst the Bank as a principal debtor, in the first instance without proceeding against theContractor and notwithstanding any security or other guarantee that the Employer may have inrelation to the Contractor's liabilities.

Signature of Bidder WAPCOS LTD.-111-

TENDER NO: WAP/PMD/2017-18/20

We the Said Bank do hereby declare that we have absolute and unconditional power to issue thisguarantee in your favour under the Memorandum and Articles of Association or such otherconstitutional documents of the Bank and the undersigned have full power to execute thisguarantee under the Power of Attorney/ Post Approval Authorization dated ____________ of thebank granted to him / us by the Bank. We the said bank do hereby declare and undertake that yourclaim under the guarantee shall not be affected by any deficiency or other defect in the powers ofthe bank or its officials and the guarantee shall be deemed to have been issued as if the bank andits officials have all the powers and authorization to give this guarantee on behalf of the bank.We the said bank does hereby certify the genuineness and appropriateness of the Stamp paper andstamp value used for issuing the guarantee. We the said bank does hereby declare and undertakethat your claim under the guarantee shall not be affected by any deficiency or other defect in thestamp paper or its stamp value.We the said bank do hereby declare that our payments hereunder shall be made to you , free andclear of and without and deduction, reduction on account of any reasons including any and allpresent and future taxes, levies, charges of withholding whatsoever imposed or collected withrespect thereto.Notwithstanding anything contained hereinabove our liability under this guarantee is limited toRs.______________ (Rupees ________________ only) and it shall remain in force upto andincluding _______________ and shall be extended from time to time for such period (not exceedingone year), as may be desired by M/s _____________ on whose behalf this bank guarantee has beengiven.Notwithstanding anything contained hereini) Our liability under this guarantee shall not exceed Rs.__________(Rupees

_______________________only);ii) This bank guarantee shall be valid upto ________________ andiii) our liability to make payment shall arise and we are liable to pay the guaranteed amount or

any part thereof under this guarantee, only and only if you serve upon us a written claimor demand in terms of the guarantee on or before ___________ (indicate a date twelvemonths after the validity of the guarantee).

Dated this ________ day of _________ at New Delhi.

WITNESS________________________ ________________________(Signature) (Signature)________________________ ________________________(Name) (Name)________________________ ________________________(Official address) (Designation with bank stamp)________________________ Attorney as Power of Attorney(Signature) No.__________ dt._______________________________(Name)________________________

Signature of Bidder WAPCOS LTD.-112-

TENDER NO: WAP/PMD/2017-18/20

ANNEXURE – VSAFETY CODES

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be donefrom the ground, or from solid construction except such short period work as can be donesafely from ladders. When a ladder is used, an extra mazdoor shall be engaged for holdingthe ladder and if the ladder is used for carrying materials as well suitable footholds andhand-hold shall be provided on the ladder and the ladder shall be given an inclination notsteeper than ¼ to 1(¼ horizontal and 1 vertical).

2. Scaffolding of staging more than 3.6 m (12ft.) above the ground or floor, swung orsuspended from an overhead support or erected with stationary support shall have a guardrail properly attached or bolted, braced and otherwise secured at least 90 cm. (3ft.) highabove the floor or platform of such scaffolding or staging and extending along the entirelength of the outside and ends thereof with only such opening as may be necessary for thedelivery of materials. Such scaffolding or staging shall be so fastened as to prevent it fromswaying from the building or structure.

3. Working platforms, gangways and stairways should be so constructed that they should notsag unduly or unequally, and if the height of the platform or the gangway or the stairway ismore than 3.6 m (12ft.) above ground level or floor level, they should be closely boarded,should have adequate width and should be suitably fastened as described in (2) above.

4. Every opening in the floor of a building or in a working platform shall be provided withsuitable means to prevent the fall of person or materials by providing suitable fencing orrailing whose minimum height shall be 90 cm. (3ft.).

5. Safe means of access shall be provided to all working platforms and other working places.Every ladder shall be securely fixed. No portable single ladder shall be over 9m. (30ft.) inlength while the width between side rails in rung ladder shall in no case be less than 29 cm.(11½") for ladder upto and including 3 m. (10 ft.) in length. For longer ladders, this widthshould be increased at least ¼” for each additional 30 cm. (1 foot) of length. Uniform stepspacing of not more than 30 cm shall be kept. Adequate precautions shall be taken toprevent danger from electrical equipment. No materials on any of the sites or work shall beso stacked or placed as to cause danger or inconvenience to any person or the public. Thecontractor shall provide all necessary fencing and lights to protect the public from accidentand shall be bound to bear the expenses of defence of every suit, action or otherproceedings at law that may be brought by any person for injury sustained owing to neglectof the above precautions and to pay any damages and cost which may be awarded in anysuch suit; action or proceedings to any such person or which may, with the consent of thecontractor, be paid to compensate any claim by any such person

6. (a) Excavation and Trenching - All trenches 1.2 m. (4ft.) or more in depth, shall at all timesbe supplied with at least one ladder for each 30 m. (100ft.) in length or fraction thereof,Ladder shall extend from bottom of the trench to at least 90 cm. (3ft.) above the surfaceof the ground. The side of the trenches which are 1.5 m. (5ft.) or more in depth shall bestepped back to give suitable slope or securely held by timber bracing, so as to avoid thedanger of sides collapsing. The excavated materials shall not be placed within 1.5 m.(5ft.) of the edges of the trench or half of the depth of the trench whichever is more.Cutting shall be done from top to bottom. Under no circumstances, undermining orundercutting shall be done.

Signature of Bidder WAPCOS LTD.-113-

TENDER NO: WAP/PMD/2017-18/20

(b) Safety Measures for digging bore holes:-i. If the bore well is successful, it should be safely capped to avoid caving and collapse

of the bore well. The failed and the abandoned ones should be completely refilled toavoid caving and collapse;

ii. During drilling, Sign boards should be erected near the site with the address of thedrilling contractor and the Engineer in-charge of the work;

iii. Suitable fencing should be erected around the well during the drilling and after theinstallation of the rig on the point of drilling, flags shall be put 50m all round thepoint of drilling to avoid entry of people;

iv. After drilling the borewell, a cement platform (0.50m x 0.50m x 1.20m) 0.60m aboveground level and 0.60m below ground level should be constructed around the wellcasing;

v. After the completion of the borewell, the contractor should cap the bore wellproperly by welding steel plate, cover the bore well with the drilled wet soil and fixthorny shrubs over the soil. This should be done even while reparing the pump;

vi. After the borewell is drilled the entire site should be brought to the ground level.

7. Demolition - Before any demolition work is commenced and also during the progress of thework,(i) All roads and open areas adjacent to the work site shall either be closed or suitably

protected.(ii) No electric cable or apparatus which is liable to be a source of danger or a cable or

apparatus used by the operator shall remain electrically charged.(iii) All practical steps shall be taken to prevent danger to persons employed from risk of

fire or explosion or flooding. No floor, roof or other part of the building shall be sooverloaded with debris or materials as to render it unsafe.

8. All necessary personal safety equipment as considered adequate by the Engineer-in-Chargeshould be kept available for the use of the person employed on the site and maintained ina condition suitable for immediate use, and the contractor should take adequate steps toensure proper use of equipment by those concerned. The following safety equipment shallinvariably be provided.(i) Workers employed on mixing asphaltic materials, cement and lime mortars shall be

provided with protective footwear and protective goggles.(ii) Those engaged in white washing and mixing or stacking of cement bags or any

material which is injurious to the eyes, shall be provided with protective goggles.(iii) Those engaged in welding works shall be provided with welder’s protective

eyeshields.(iv) Stone breaker shall be provided with protective goggles and protective clothing and

seated at sufficiently safe intervals.(v) When workers are employed in sewers and manholes, which are in active use, the

contractors shall ensure that the manhole covers are opened and ventilated atleastfor an hour before the workers are allowed to get into the manholes, and themanholes so opened shall be cordoned off with suitable railing and provided withwarning signals or boards to prevent accident to the public. In addition, thecontractor shall ensure that the following safety measure are adhered to :-(a) Entry for workers into the line shall not be allowed except under supervision of

the JE or any other higher officer.

Signature of Bidder WAPCOS LTD.-114-

TENDER NO: WAP/PMD/2017-18/20

(b) At least 5 to 6 manholes upstream and downstream should be kept open for atleast 2 to 3 hours before any man is allowed to enter into the manhole forworking inside.

(c) Before entry, presence of Toxic gases should be tested by inserting wet leadacetate paper which changes colour in the presence of such gases and givesindication of their presence.

(d) Presence of Oxygen should be verified by lowering a detector lamp into themanhole. In case, no Oxygen is found inside the sewer line, workers should besent only with Oxygen kit.

(e) Safety belt with rope should be provided to the workers. While working insidethe manholes, such rope should be handled by two men standing outside toenable him to be pulled out during emergency.

(f) The area should be barricaded or cordoned of by suitable means to avoidmishaps of any kind. Proper warning signs should be displayed for the safety ofthe public whenever cleaning works are undertaken during night or day.

(g) No smoking or open flames shall be allowed near the blocked manhole beingcleaned.

(h) The malba obtained on account of cleaning of blocked manholes and sewerlines should be immediately removed to avoid accidents on account of slipperynature of the malba.

(i) Workers should not be allowed to work inside the manhole continuously. Heshould be given rest intermittently. The Engineer-in-Charge may decide thetime up to which a worker may be allowed to work continuously inside themanhole.

(j) Gas masks with Oxygen Cylinder should be kept at site for use in emergency.(k) Air-blowers should be used for flow of fresh air through the manholes.

Whenever called for, portable air blowers are recommended for ventilating themanholes. The Motors for these shall be vapour proof and of totally enclosedtype. Non sparking gas engines also could be used but they should be placed atleast 2 metres away from the opening and on the leeward side protected fromwind so that they will not be a source of friction on any inflammable gas thatmight be present.

(l) The workers engaged for cleaning the manholes/sewers should be properlytrained before allowing to work in the manhole.

(m) The workers shall be provided with Gumboots or non sparking shoes bumphelmets and gloves non sparking tools safety lights and gas masks and portableair blowers (when necessary). They must be supplied with barrier cream foranointing the limbs before working inside the sewer lines.

(n) Workmen descending a manhole shall try each ladder stop or rung carefullybefore putting his full weight on it to guard against insecure fastening due tocorrosion of the rung fixed to manhole well.

(o) If a man has received a physical injury, he should be brought out of the sewerimmediately and adequate medical aid should be provided to him.

(p) The extent to which these precautions are to be taken depend on individualsituation but the decision of the Engineer-in-Charge regarding the steps to betaken in this regard in an individual case will be final.

(vi) The Contractor shall not employ men and women below the age of 18 years on thework of painting with products containing lead in any form. Wherever men above

Signature of Bidder WAPCOS LTD.-115-

TENDER NO: WAP/PMD/2017-18/20

the age of 18 are employed on the work of lead painting, the following precautionshould be taken:-(a) No paint containing lead or lead products shall be used except in the form of

paste or readymade paint.(b) Suitable face masks should be supplied for use by the workers when paint is

applied in the form of spray or a surface having lead paint is dry rubbed andscrapped.

(c) Overalls shall be supplied by the contractors to the workmen and adequatefacilities shall be provided to enable the working painters to wash during andon the cessation of work.

9. The Contractor shall not employ women and men below the age of 18 on the work ofpainting with product containing lead in any form, wherever men above the age of 18 areemployed on the work of lead painting, the following principles must be observed for suchuse :(i) White lead, sulphate of lead or product containing these pigment, shall not be used

in painting operation except in the form of pastes or paint ready for use.(ii) Measures shall be taken, wherever required in order to prevent danger arising from

the application of a paint in the form of spray.(iii) Measures shall be taken, wherever practicable, to prevent danger arising out of from

dust caused by dry rubbing down and scraping.(iv) Adequate facilities shall be provided to enable working painters to wash during and

on cessation of work.(v) Overall shall be worn by working painters during the whole of working period.(vi) Suitable arrangement shall be made to prevent clothing put off during working hours

being spoiled by painting materials.(vii) Cases of lead poisoning and suspected lead poisoning shall be notified and shall be

subsequently verified by medical man.(viii) WAPCOS may require, when necessary medical examination of workers.(ix) Instructions with regard to special hygienic precautions to be taken in the painting

trade shall be distributed to working painters.

10. When the work is done near any place where there is risk of drowning, all necessaryequipments should be provided and kept ready for use and all necessary steps taken forprompt rescue of any person in danger and adequate provision, should be made for promptfirst aid treatment of all injuries likely to be obtained during the course of the work.

11. Use of hoisting machines and tackle including their attachments, anchorage and supportsshall conform to the following standards or conditions :-(i) (a) These shall be of good mechanical construction, sound materials and adequate

strength and free from patent defects and shall be kept repaired and in goodworking order.

(b) Every rope used in hoisting or lowering materials or as a means of suspensionshall be of durable quality and adequate strength, and free from patent defects.

(ii) Every crane driver or hoisting appliance operator, shall be properly qualified and noperson under the age of 21 years should be in charge of any hoisting machineincluding any scaffolding winch or give signals to operator.

Signature of Bidder WAPCOS LTD.-116-

TENDER NO: WAP/PMD/2017-18/20

(iii) In case of every hoisting machine and of every chain ring hook, shackle swivel andpulley block used in hoisting or as means of suspension, the safe working load shallbe ascertained by adequate means. Every hoisting machine and all gear referred toabove shall be plainly marked with the safe working load. In case of a hoistingmachine having a variable safe working load each safe working load and thecondition under which it is applicable shall be clearly indicated. No part of anymachine or any gear referred to above in this paragraph shall be loaded beyond thesafe working load except for the purpose of testing.

(iv) In case of departmental machines, the safe working load shall be notified by theElectrical Engineer-in-Charge. As regards contractor’s machines the contractors shallnotify the safe working load of the machine to the Engineer-in-Charge whenever hebrings any machinery to site of work and get it verified by the Electrical Engineerconcerned.

12. Motors, gearing, transmission, electric wiring and other dangerous parts of hoistingappliances should be provided with efficient safeguards. Hoisting appliances should beprovided with such means as will reduce to the minimum the risk of accidental descent ofthe load. Adequate precautions should be taken to reduce to the minimum the risk of anypart of a suspended load becoming accidentally displaced. When workers are employed onelectrical installations which are already energized, insulating mats, wearing apparel, suchas gloves, sleeves and boots as may be necessary should be provided. The worker shouldnot wear any rings, watches and carry keys or other materials which are good conductors ofelectricity.

13. All scaffolds, ladders and other safety devices mentioned or described herein shall bemaintained in safe condition and no scaffold, ladder or equipment shall be altered orremoved while it is in use. Adequate washing facilities should be provided at or near placesof work.

14. These safety provisions should be brought to the notice of all concerned by display on anotice board at a prominent place at work spot. The person responsible for compliance ofthe safety code shall be named therein by the contractor.

15. To ensure effective enforcement of the rules and regulations relating to safety precautionsthe arrangements made by the contractor shall be open to inspection by the Labour Officeror Engineer-in-Charge of the department or their representatives.

16. Notwithstanding the above clauses from (1) to (15), there is nothing in these to exempt thecontractor from the operations of any other Act or Rule in force in the Republic of India.

Signature of Bidder WAPCOS LTD.-117-

TENDER NO: WAP/PMD/2017-18/20

ANNEXURE – VIMODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS

FOR WORKERS EMPLOYED BY CONTRACTORS

1. APPLICATIONThese rules shall apply to all buildings and construction works in which twenty or moreworkers are ordinarily employed or are proposed to be employed in any day during theperiod during which the contract work is in progress.

2. DEFINITIONWork place means a place where twenty or more workers are ordinarily employed inconnection with construction work on any day during the period during which the contractwork is in progress.

3. FIRST-AID FACILITIES

(i) At every work place, there shall be provided and maintained, so as to be easilyaccessible during working hours, first-aid boxes at the rate of not less than one boxfor 150 contract labour or part thereof ordinarily employed.

(ii) The first-aid box shall be distinctly marked with a red cross on white back ground andshall contain the following equipment:-

(a) For work places in which the number of contract labour employed does notexceed 50- Each first-aid box shall contain the following equipments :-

1) 6 small sterilised dressings.2) 3 medium size sterilised dressings.3) 3 large size sterilised dressings.4) 3 large sterilised burn dressings.5) 1 (30 ml.) bottle containing a two per cent alcoholic solution of iodine.6) 1 (30 ml.) bottle containing salvolatile having the dose and mode of

administration indicated on the label.7) 1 snakebite lancet.8) 1 (30 gms.) bottle of potassium permanganate crystals.9) 1 pair scissors.10) 1 copy of the first-aid leaflet issued by the Director General, Factory Advice

Service and Labour Institutes, Government of India.11) 1 bottle containing 100 tablets (each of 5 gms.) of aspirin.12) Ointment for burns.13) A bottle of suitable surgical antiseptic solution

(b) For work places in which the number of contract labour exceed 50. Each first-aidbox shall contain the following equipments.

1) 12 small sterilised dressings.2) 6 medium size sterilised dressings.3) 6 large size sterilised dressings.

Signature of Bidder WAPCOS LTD.-118-

TENDER NO: WAP/PMD/2017-18/20

4) 6 large size sterilised burn dressings.5) 6 (15 gms.) packets sterilised cotton wool.6) 6.1 (60 ml.) bottle containing a two per cent alcoholic solution iodine.7) 1 (60 ml.) bottle containing salvolatile having the dose and mode of

administration indicated on the label8) 1 roll of adhesive plaster.9) 1 snake bite lancet.10) 1 (30 gms.) bottle of potassium permanganate crystals.11) 1 pair scissors.12) 1 copy of the first-aid leaflet issued by the Director General Factory Advice

Service and Labour Institutes / Government of India.13) A bottle containing 100 tablets (each of 5 gms.) of aspirin.14) Ointment for burns.15) A bottle of suitable surgical antiseptic solution.

(iii) Adequate arrangements shall be made for immediate recoupment of the equipmentwhen necessary

(iv) Nothing except the prescribed contents shall be kept in the First-aid box.

(v) The first-aid box shall be kept in charge of a responsible person who shall always bereadily available during the working hours of the work place.

(vi) A person in charge of the First-aid box shall be a person trained in First-aid treatmentin the work places where the number of contract labour employed is 150 or more.

(vii) In work places where the number of contract labour employed is 500 or more andhospital facilities are not available within easy distance from the works. First-aidposts shall be established and run by a trained compounder. The compounder shallbe on duty and shall be available at all hours when the workers are at work.

(viii) Where work places are situated in places which are not towns or cities, a suitablemotor transport shall be kept readily available to carry injured person or personsuddenly taken ill to the nearest hospital.

4. DRINKING WATER(i) In every work place, there shall be provided and maintained at suitable places, easily

accessible to labour, a sufficient supply of cold water fit for drinking.(ii) Where drinking water is obtained from an Intermittent public water supply, each

work place shall be provided with storage where such drinking water shall be stored.(iii) Every water supply or storage shall be at a distance of not less than 50 feet from any

latrine drain or other source of pollution. Where water has to be drawn from anexisting well which is within such proximity of latrine, drain or any other source ofpollution, the well shall be properly chlorinated before water is drawn from it fordrinking. All such wells shall be entirely closed in and be provided with a trap doorwhich shall be dust and waterproof.

(iv) A reliable pump shall be fitted to each covered well, the trap door shall be keptlocked and opened only for cleaning or inspection which shall be done at least oncea month.

Signature of Bidder WAPCOS LTD.-119-

TENDER NO: WAP/PMD/2017-18/20

5. WASHING FACILITIES(i) In every work place adequate and suitable facilities for washing shall be provided

and maintained for the use of contract labour employed therein.(ii) Separate and adequate cleaning facilities shall be provided for the use of male and

female workers.(iii) Such facilities shall be conveniently accessible and shall be kept in clean and hygienic

condition.

6. LATRINES AND URINALS(i) Latrines shall be provided in every work place on the following scale namely :-

(a) Where female are employed, there shall be at least one latrine for every 25females.

(b) Where males are employed, there shall be at least one latrine for every 25 males.Provided that, where the number of males or females exceeds 100, it shall besufficient if there is one latrine for 25 males or females as the case may be uptothe first 100, and one for every 50 thereafter.

(ii) Every latrine shall be under cover and so partitioned off as to secure privacy, andshall have a proper door and fastenings.

(iii) Construction of latrines: The inside walls shall be constructed of masonry or somesuitable heat-resisting nonabsorbent materials and shall be cement washed insideand outside at least once a year, Latrines shall not be of a standard lower thanborehole system.

(iv) (a) Where workers of both sexes are employed, there shall be displayed outside eachblock of latrine and urinal, a notice in the language understood by the majorityof the workers “For Men only” or “For Women Only” as the case may be.

(b) The notice shall also bear the figure of a man or of a woman, as the case may be.(v) There shall be at least one urinal for male workers upto 50 and one for female

workers upto fifty employed at a time, provided that where the number of male orfemale workmen, as the case may be exceeds 500, it shall be sufficient if there is oneurinal for every 50 males or females upto the first 500 and one for every 100 or partthereafter.

(vi) (a) The latrines and urinals shall be adequately lighted and shall be maintained in aclean and sanitary condition at all times.

(b) Latrines and urinals other than those connected with a flush sewage system shallcomply with the requirements of the Public Health Authorities.

(vii) Water shall be provided by means of tap or otherwise so as to be convenientlyaccessible in or near the latrines and urinals.

(viii) Disposal of excreta: - Unless otherwise arranged for by the local sanitary authority,arrangements for proper disposal of excreta by incineration at the work place shallbe made by means of a suitable incinerator. Alternately excreta may be disposed ofby putting a layer of night soil at the bottom of a pucca tank prepared for the purposeand covering it with a 15 cm. layer of waste or refuse and then covering it with alayer of earth for a fortnight (when it will turn to manure).

(ix) The contractor shall at his own expense, carry out all instructions issued to him bythe Engineer-in-Charge to effect proper disposal of night soil and other conservancy

Signature of Bidder WAPCOS LTD.-120-

TENDER NO: WAP/PMD/2017-18/20

work in respect of the contractor’s workmen or employees on the site. Thecontractor shall be responsible for payment of any charges which may be levied byMunicipal or Cantonment Authority for execution of such on his behalf.

7. PROVISION OF SHELTER DURING RESTAt every place there shall be provided, free of cost, four suitable sheds, two for meals andthe other two for rest separately for the use of men and women labour. The height of eachshelter shall not be less than 3 metres (10 ft.) from the floor level to the lowest part of theroof. These shall be kept clean and the space provided shall be on the basis of 0.6 sqm (6sft) per head.

Provided that the Engineer-in-Charge may permit subject to his satisfaction, a portion of thebuilding under construction or other alternative accommodation to be used for the purpose.

8. CRECHES(i) At every work place, at which 20 or more women worker are ordinarily employed, there

shall be provided two rooms of reasonable dimensions for the use of their children underthe age of six years. One room shall be used as a play room for the children and the otheras their bedroom. The rooms shall be constructed with specifications as per clause 19H(ii) a,b & c.

(ii) The rooms shall be provided with suitable and sufficient openings for light andventilation. There shall be adequate provision of sweepers to keep the places clean.

(iii) The contractor shall supply adequate number of toys and games in the play room andsufficient number of cots and beddings in the bed room.

(iv) The contractor shall provide one ayaa to look after the children in the creche when thenumber of women workers does not exceed 50 and two when the number of womenworkers exceed 50.

(v) The use of the rooms earmarked as creches shall be restricted to children, theirattendants and mothers of the children.

9. CANTEENS(i) In every work place where the work regarding the employment of contract labour is

likely to continue for six months and where in contract labour numbering onehundred or more are ordinarily employed, an adequate canteen shall be provided bythe contractor for the use of such contract labour.

(ii) The canteen shall be maintained by the contractor in an efficient manner.(iii) The canteen shall consist of at least a dining hall, kitchen, storeroom, pantry and

washing places separately for workers and utensils.(iv) The canteen shall be sufficiently lighted at all times when any person has access to

it.(v) The floor shall be made of smooth and impervious materials and inside walls shall be

limewashed or colour washed at least once in each year.Provided that the inside walls of the kitchen shall be lime-washed every four months.

(vi) The premises of the canteen shall be maintained in a clean and sanitary condition.(vii) Waste water shall be carried away in suitable covered drains and shall not be allowed

to accumulate so as to cause a nuisance.(viii) Suitable arrangements shall be made for the collection and disposal of garbage.

Signature of Bidder WAPCOS LTD.-121-

TENDER NO: WAP/PMD/2017-18/20

(ix) The dining hall shall accommodate at a time 30 per cent of the contract labourworking at a time.

(x) The floor area of the dining hall, excluding the area occupied by the service counterand any furniture except tables and chairs shall not be less than one square metre(10 sft) per diner to be accommodated as prescribed in sub-Rule 9.

(xi) (a) A portion of the dining hall and service counter shall be partitioned off andreserved for women workers in proportion to their number.(b) Washing places for women shall be separate and screened to secure privacy.

(xii) Sufficient tables stools, chair or benches shall be available for the number of dinersto be accommodated as prescribed in sub-Rule 9.

(xiii) (a) 1. There shall be provided and maintained sufficient utensils crockery, furnitureand any other equipments necessary for the efficient running of the canteen.

2. The furniture utensils and other equipment shall be maintained in a cleanand hygienic condition.

(b) 1. Suitable clean clothes for the employees serving in the canteen shall beprovided and maintained.

2. A service counter, if provided, shall have top of smooth and imperviousmaterial.

3. Suitable facilities including an adequate supply of hot water shall be providedfor the cleaning of utensils and equipments.

(xiv) The food stuffs and other items to be served in the canteen shall be in conformitywith the normal habits of the contract labour.

(xv) The charges for food stuffs, beverages and any other items served in the canteenshall be based on ‘No profit, No loss’ and shall be conspicuously displayed in thecanteen.

(xvi) In arriving at the price of foodstuffs, and other article served in the canteen, thefollowing items shall not be taken into consideration as expenditure namely:-(a) The rent of land and building.(b) The depreciation and maintenance charges for the building and equipment

provided for the canteen.(c) The cost of purchase, repairs and replacement of equipment including

furniture, crockery, cutlery and utensils.(d) The water charges and other charges incurred for lighting and ventilation(e) The interest and amounts spent on the provision and maintenance of

equipment provided for the canteen.(xvii) The accounts pertaining to the canteen shall be audited once every 12 months by

registered accountants and auditors.

10. ANTI-MALARIAL PRECAUTIONSThe contractor shall at his own expense, conform to all anti-malarial instructions given tohim by the Engineer-in-Charge including the filling up of any borrow pits which may havebeen dug by him.

11. The above rules shall be incorporated in the contracts and in notices inviting tenders andshall form an integral part of the contracts.

Signature of Bidder WAPCOS LTD.-122-

TENDER NO: WAP/PMD/2017-18/20

12. AMENDMENTSGovernment may, from time to time, add to or amend these rules and issue directions - itmay consider necessary for the purpose of removing any difficulty which may arise in theadministration thereof.

Signature of Bidder WAPCOS LTD.-123-

TENDER NO: WAP/PMD/2017-18/20

SECTION – VI

FORMS

LETTER OF TRANSMITTAL

FORM-A : FINANCIAL INFORMATION

FORM-B : STRUCTURE & ORGANISATION

FORM C : NO CONVICTION CERTIFICATE

FORM D : UNDERSTANDING THE PROJECT SITE

FORM E : NO DEVIATION CERTIFICATE

FORM F : INTEGRITY PACT WITH INTEGRITY AGREEMENT

FORM G : FORMAT FOR LITIGATION HISTORY, LIQUIDATED DAMAGES, DISQUALIFICATION

FORM H : DECLARATION FOR PROPRIETORSHIP

Signature of Bidder WAPCOS LTD.-124-

TENDER NO: WAP/PMD/2017-18/20

LETTER OF TRANSMITTAL(on Bidder Original Letter Head)

ToThe Chief Engineer,WAPCOS Limited,A-71, 7th Floor, Himalaya House,23, Kasturba Gandhi Marg,New Delhi-110001

Subject: Submission of bids for (Name of the Work/ Project)Sir,

Having examined the details given in tender document for the above work, I/we herebysubmit the relevant information.

1. I/we hereby certify that all the statement made and information supplied in the enclosedForms A to H and accompanying statement are true and correct.

2. I/we have furnished all information and details necessary for eligibility and have no furtherpertinent information to supply.

3. I/we submit the requisite certified solvency certificate and authorize the WAPCOS Ltd. toapproach the Bank issuing the solvency certificate to confirm the correctness thereof. I/wealso authorize WAPCOS Ltd. to approach individuals, employers, firms and corporation toverify our competence and general reputation.

4. I/we submit the following certificates in support of our suitability, technical knowledge andcapability for having successfully completed the following eligible similar works:

Name of work Certificate from

Certificate:It is certified that the information given in the enclosed eligibility bid are correct. It is also certifiedthat I/we shall be liable to be debarred, disqualified / cancellation of enlistment in case anyinformation furnished by me/us found to be incorrect.

Enclosures:Seal of bidder

Date of submission: Signature(s) of Bidder(s).

Signature of Bidder WAPCOS LTD.-125-

TENDER NO: WAP/PMD/2017-18/20

FORM-AFINANCIAL INFORMATION

[To be submitted on Original Letter Head of Bidder OR Original Letter Head of CA ]

1. Financial Analysis: Details to be furnished duly supported by figures in balance sheet/ profit &loss account for the last five years duly certified by the Chartered Accountant, as submitted bythe applicant to the Income Tax Department (Copies to be attached).

Years Gross Annual turnover onconstruction works

Profit/Loss(After Tax)

2012-2013

2013-2014

2014-2015

2015-2016

2016-2017

2. Financial arrangements for carrying out the proposed work : It is hereby declared that ------------------- (Name of firm with address) has enough financial resources to execute the proposedwork.

3. Solvency Certificate from Bankers of the bidder: It is hereby certified that attached SolvencyCertificate is in Original OR in copy ( Originally attested from concern Bank after date of Tender) as per the criteria mentioned in tender Document.

Signature of Chartered Accountant(with Seal)

Signature of Bidder(s)(with Seal)

Note: Original Signature with Stamp of CA is Mandatory. Copy will not be entertained.

Signature of Bidder WAPCOS LTD.-126-

TENDER NO: WAP/PMD/2017-18/20

FORM- BSTRUCTURE & ORGANISATION

S.No. Particulars Details Submitted by Bidder1. Name & address of the bidder2. Telephone no./Telex no./Fax no.3. Legal status of the bidder (attach copies of original

document defining the legal status)(a) An Individual(b) A proprietary firm(c) A firm in partnership(d) A limited company or Corporation

4. Particulars of registration with various GovernmentBodies (attach attested photocopy)Organization/Place of Registration1.2.3.

Registration No.

5. Names and titles of Directors & Officers withdesignation to be concerned with this work.

6. Designation of individuals authorized to act for theorganization

7. Has the bidder, or any constituent partner in case ofpartnership firm Limited Company/ Joint Venture,ever been convicted by the court of law? If so, givedetails.

8. In which field of Civil Engineering construction thebidder has specialization and interest?

9. Any other information considered necessary but notincluded above.

Signature of Bidder(s)

Signature of Bidder WAPCOS LTD.-127-

TENDER NO: WAP/PMD/2017-18/20

FORM-C

FORMAT FOR NO-CONVICTION CERTIFICATE

[To be submitted on Bidder’s Original Letter Head]

Subject: No-Conviction Certificate for --- (Name of the work / project)

This is to certify that _______________________ (Name of the organization), having registeredoffice at ______________________________ (Address of the registered office) has never beenblacklisted or restricted to apply for any such activities by any Central / State GovernmentDepartment/International Sports Organization/ Sports Authority of India or Court of law anywherein the country.

This is also to certify that M/s _______________________ (Name of the organization), is notinvolved in any form of Corrupt and Fraudulent Practices in past and will never be involved infuture.

Yours faithfully,

Date: (Signature, name and designationof the Authorized signatory)

Place: Name and seal of Bidder

Signature of Bidder WAPCOS LTD.-128-

TENDER NO: WAP/PMD/2017-18/20

FORM-DFORMAT FOR UDERSTANDING THE PROJECT SITE[To be submitted on Bidder’s Original Letter Head]

ToThe Chief EngineerProject Management DivisionWAPCOS LimitedA-71, Seventh Floor,23, Himalaya House, Kasturba Gandhi MargConnaught Place New Delhi-110001

Subject: Undertaking of the Site Visit for --- (Name of the work / project)Sir,

I/we hereby certify that I/we have examined & inspected the site & its surroundingsatisfactorily, where the project is to be executed as per the scope of works. I/ We are well awareabout the following

Location of the proposed building and its allied works. Site clearance and no cutting off the matured trees. Topography and contouring of the land where the project is to be executed to understand

the cutting & filling during the construction and about depth of column/ foundation belowthe plinth beam.

Nature of the ground & sub-soil of the site and accessibility to the site. Existing surrounding road level to finalize plinth beam level as per standard norms. Location of Existing Sewer line & Water pipe line network to connect the proposed building

and allied works to make the building functional. Location of existing Electric Sub-Station to supply the electricity for the proposed building

and allied works to make the building functional.

I / We hereby submit our BID considering above all facts gathered during site visit and each& every aspect have been considered in the Quoted cost of the project. I / We hereby confirm thatno extra/additional cost shall be claimed on above aspects

Yours faithfully,

Date: (Signature, name and designationof the Authorized signatory)

Place: Name and seal of Bidder

Signature of Bidder WAPCOS LTD.-129-

TENDER NO: WAP/PMD/2017-18/20

FORM-EFORMAT FOR NO DEVIATION CERTIFICATE

[To be submitted on Bidder’s Original Letter Head]

To,The Chief EngineerProject Management DivisionWAPCOS LimitedA-71, Seventh Floor,23, Himalaya House, Kasturba Gandhi MargConnaught Place New Delhi-110001

Subject: No Deviation Certificate for ------(name of Work /Project)

Dear Sir,

With reference to above this is to confirm that as per Tender conditions we have visited site beforesubmission of our Offer and noted the job content and site condition etc. We also confirm that wehave not changed/modified the above tender document and in case of observance of the same atany stage it shall be treated as null and void.

We hereby also confirm that we have not taken any deviation from Tender Clause together withother reference as enumerated in the above referred Notice Inviting Tender and we hereby conveyour unconditional acceptance to all terms & conditions as stipulated in the Tender Document.

In the event of observance of any deviation in any part of our offer at a later date whether implicitor explicit, the deviations shall stand null and void.

Yours faithfully,

Date: (Signature, name and designationof the Authorized signatory)

Place: Name and seal of Bidder

Signature of Bidder WAPCOS LTD.-130-

TENDER NO: WAP/PMD/2017-18/20

FORM-FFORMAT FOR INTEGRITY PACT

[To be submitted on Bidder’s Original Letter Head]

To,WAPCOS Limited,76-C, Sector 18,Institutional AreaGurgaon, Haryana-122015

Sub: Integrity Pact for ------ (Name of Work / Project)

Dear Sir,I/We acknowledge that WAPCOS is committed to follow the principles thereof as enumerated inthe Integrity Agreement enclosed with the tender/bid document at Enclosure-I.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition thatI/We will sign the enclosed integrity Agreement, which is an integral part of tender documents,failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THEMAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE ofthis condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit andfurther agree that execution of the said Integrity Agreement shall be separate and distinct from themain contract, which will come into existence when tender/bid is finally accepted by WAPCOS. I/Weacknowledge and accept the duration of the Integrity Agreement, which shall be in the line withArticle 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement,while submitting the tender/bid, WAPCOS shall have unqualified, absolute and unfettered right todisqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditionsof the tender/bid.

Yours faithfully,

Date: (Signature, name and designationof the Authorized signatory)

Place: Name and seal of Bidder

Signature of Bidder WAPCOS LTD.-131-

TENDER NO: WAP/PMD/2017-18/20

Enclosure-IINTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of ........... 20......

BETWEEN

WAPCOS Limited, New Delhi (Hereinafter referred as the ‘Principal/Owner’, which expression shallunless repugnant to the meaning or context hereof include its successors and permitted assigns)AND.........................................................................................................................................................(Name and Address of the Individual/firm/Company)through ................................................................................................... (Hereinafter referred to asthe(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereofinclude its successors and permitted assigns)

PreambleWHEREAS the Principal / Owner has floated the Tender (NIT No. ................................) (hereinafterreferred to as “Tender/Bid”) and intends to award, under laid down organizational procedure,contract for............................................................................................... (Name of work) hereinafterreferred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s)and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into thisIntegrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditionsof which shall also be read as integral part and parcel of the Tender/Bid documents and Contractbetween the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties herebyagree as follows and this Pact witnesses as under:-

Article 1: Commitment of the Principal/Owner(1) The Principal/Owner commits itself to take all measures necessary to prevent corruption

and to observe the following principles:(a) No employee of the Principal/Owner, personally or through any of his/her family

members, will in connection with the Tender, or the execution of the Contract, demand,take a promise for or accept, for self or third person, any material or immaterial benefitwhich the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity andreason. The Principal/Owner will, in particular, before and during the Tender process,

Signature of Bidder WAPCOS LTD.-132-

TENDER NO: WAP/PMD/2017-18/20

provide to all Bidder(s) the same information and will not provide to any Bidder(s)confidential / additional information through which the Bidder(s) could obtain anadvantage in relation to the Tender process or the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any person,whose conduct in the past has been of biased nature.

(2) If the Principal/Owner obtains information on the conduct of any of its employees which isa criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PCAct) or is in violation of the principles herein mentioned or if there be a substantive suspicionin this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition canalso initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)(1) It is required that each Bidder/Contractor (including their respective officers, employees and

agents) adhere to the highest ethical standards, and report to the WAPCOS all suspectedacts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomesaware, during the tendering process and throughout the negotiation or award of a contract.

(2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to preventcorruption. He commits himself to observe the following principles during his participationin the Tender process and during the Contract execution:

(a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,promise or give to any of the Principal/Owner’s employees involved in the Tenderprocess or execution of the Contract or to any third person any material or other benefitwhich he/she is not legally entitled to, in order to obtain in exchange any advantage ofany kind whatsoever during the Tender process or during the execution of the Contract.

(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosedagreement or understanding, whether formal or informal. This applies in particular toprices, specifications, certifications, subsidiary contracts, submission or non-submissionof bids or any other actions to restrict competitiveness or to cartelize in the biddingprocess.

(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.Further the Bidder(s)/ Contract(s) will not use improperly, (for the purpose ofcompetition or personal gain), or pass on to others, any information or documentsprovided by the Principal/Owner as part of the business relationship, regarding plans,technical proposals and business details, including information contained or transmittedelectronically.

(d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses ofagents/ representatives in India, if any. Similarly Bidder(s)/Contractor(s) of IndianNationality shall disclose names and addresses of foreign agents/representatives, if any.Either the Indian agent on behalf of the foreign principal or the foreign principal directlycould bid in a tender but not both. Further, in cases where an agent participate in atender on behalf of one manufacturer, he shall not be allowed to quote on behalf ofanother manufacturer along with the first manufacturer in a subsequent/parallel tenderfor the same item.

(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all paymentshe has made, is committed to or intends to make to agents, brokers or any otherintermediaries in connection with the award of the Contract.

Signature of Bidder WAPCOS LTD.-133-

TENDER NO: WAP/PMD/2017-18/20

(3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlinedabove or be an accessory to such offences.

(4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge infraudulent practice means a willful misrepresentation or omission of facts or submission offake/forged documents in order to induce public official to act in reliance thereof, with thepurpose of obtaining unjust advantage by or causing damage to justified interest of othersand/or to influence the procurement process to the detriment of the WAPCOS interests.

(5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm useCoercive Practices (means the act of obtaining something, compelling an action orinfluencing a decision through intimidation, threat or the use of force directly or indirectly,where potential or actual injury may befall upon a person, his/her reputation or property toinfluence their participation in the tendering process).

Article 3 : Consequences of BreachWithout prejudice to any rights that may be available to the Principal/Owner under law or theContract or its established policies and laid down procedures, the Principal/Owner shall have thefollowing rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right :

(2) If the Bidder(s)/Contractor(s), either before award or during execution of Contract hascommitted a transgression through a violation of Article 2 above or in any other form, suchas to put his reliability or credibility in question, the Principal/Owner after giving 14 daysnotice to the contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from theTender process or terminate/determine the Contract, if already executed or exclude theBidder/Contractor from future contract award processes. The imposition and duration ofthe exclusion will be determined by the severity of transgression and determined by thePrincipal/Owner. Such exclusion may be forever or for a limited period as decided by thePrincipal/Owner.

(3) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner hasdisqualified the Bidder(s) from the Tender process prior to the award of the Contract orterminated/determined the Contract or has accrued the right to terminate/determine theContract according to Article 3(1), the Principal/Owner apart from exercising any legal rightsthat may have accrued to the Principal/Owner, may in its considered opinion forfeit theentire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit ofthe Bidder/Contractor.

(4) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder orContractor, or of an employee or a representative or an associate of a Bidder or Contractorwhich constitutes corruption within the meaning of IPC Act, or if the Principal/Owner hassubstantive suspicion in this regard, the Principal/Owner will inform the same to lawenforcing agencies for further investigation.

Article 4: Previous Transgression(1) The Bidder declares that no previous transgressions occurred in the last 5 years with any

other Company in any country confirming to the anticorruption approach or with CentralGovernment or State Government or any other Central/State Public Sector Enterprises inIndia that could justify his exclusion from the Tender process.

Signature of Bidder WAPCOS LTD.-134-

TENDER NO: WAP/PMD/2017-18/20

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from theTender process or action can be taken for banning of business dealings/ holiday listing ofthe Bidder/Contractor as deemed fit by the Principal/ Owner.

(3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused byhim and has installed a suitable corruption prevention system, the Principal/Owner may, atits own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment

in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for anyviolation(s) of the principles laid down in this agreement/Pact by any of itsSubcontractors/sub-vendors.

(2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders andContractors.

(3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pactbetween the Principal/Owner and the bidder, along with the Tender or violate its provisionsat any stage of the Tender process, from the Tender process.

Article 6 : Duration of the Pact(1) This Pact begins when both the parties have legally signed it. It expires for the

Contractor/Vendor 12 months after the completion of work under the contract or till thecontinuation of defect liability period, whichever is more and for all other bidders, till theContract has been awarded.

(2) If any claim is made/lodged during the time, the same shall be binding and continue to bevalid despite the lapse of this Pacts as specified above, unless it is discharged/determinedby the Competent Authority, WAPCOS

Article 7 : Other Provisions

(1) This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quartersof the Principal/Owner, who has floated the Tender.

(2) Changes and supplements need to be made in writing. Side agreements have not beenmade.

(3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partnersor by one or more partner holding power of attorney signed by all partners and consortiummembers. In case of a Company, the Pact must be signed by a representative duly authorizedby board resolution.

(4) Should one or several provisions of this Pact turn out to be invalid; the remainder of thisPact remains valid. In this case, the parties will strive to come to an agreement to theiroriginal intensions.

(5) It is agreed term and condition that any dispute or difference arising between the partieswith regard to the terms of this Integrity Agreement / Pact, any action taken by theOwner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereofshall not be subject to arbitration.

Signature of Bidder WAPCOS LTD.-135-

TENDER NO: WAP/PMD/2017-18/20

Article 8 : LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights andremedies belonging to such parties under the Contract and/or law and the same shall be deemedto be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake ofbrevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contactdocuments with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place anddate first above mentioned in the presence of following witnesses:

...............................................................(For and on behalf of Principal/Owner)

................................................................(For and on behalf of Bidder/Contractor)

WITNESSES:1. ..............................................(signature, name and address)

2. ...............................................(signature, name and address)

Place:

Dated :

Signature of Bidder WAPCOS LTD.-136-

TENDER NO: WAP/PMD/2017-18/20

FORM-GFORMAT FOR LITIGATION HISTORY, LIQUIDATED DAMAGES, DISQUALIFICATION

[To be submitted on Bidder’s Original Letter Head]

To,The Chief EngineerProject Management DivisionWAPCOS LimitedA-71, Seventh Floor,23, Himalaya House, Kasturba Gandhi MargConnaught Place New Delhi-110001

Subject: Litigation History, Liquidated Damages, Disqualification for ----------------(Name of Work/Project)

It is hereby declared that our firm (Name of firm with address--------) neither disqualified, nor haveany Litigation history and no Liquidated Damage imposed on the firm by any Department.

Yours faithfully,

Date: (Signature, name and designationof the Authorized signatory)

Place: Name and seal of Bidder

Signature of Bidder WAPCOS LTD.-137-

TENDER NO: WAP/PMD/2017-18/20

FORM-HDECLARATION FOR PROPRIETORSHIP

[To be submitted on Bidder’s Original Letter Head]

DECLARATION

This is to certify that M/s.____________________(Name of firm), is a proprietary firm and as perCompany’s Act 2013, a Proprietary Firm does not require any “ Incorporation Certificate/ Copy ofMemorandum” for its registration.

Yours faithfully,

Date: (Signature, name and designationof the Authorized signatory)

Place: Name and seal of Bidder

Signature of Bidder WAPCOS LTD.-138-

TENDER NO: WAP/PMD/2017-18/20

A-71, 7th Floor,Himalaya House, 23,

Kasturba Gandhi Marg, New Delhi-110001

TENDER DOCUMENT FOR

CONSTRUCTION OF MODERN CHANGE ROOM COMPLEX WITHPROVISION OF YOGA, COMBAT SPORTS AND FITNESS CENTER AT

NSSC BANGALORE

WAP/PMD/2017-18/20Date: 11-10-2017

Volume-IISCOPE OF WORK

Signature of Bidder WAPCOS LTD.-139-

TENDER NO: WAP/PMD/2017-18/20

TABLE OF CONTENT

TECHNICAL BIDVOLUME - I

SECTION PARTICULARNOTICE INVITING TENDER

SECTION I INSTRUCTIONS TO BIDDERSECTION II SELECTION AND QUALIFYING CRITERIASECTION III GENERAL CONDITIONS OF CONTRACTSECTION IV SPECIAL CONDITIONS OF CONTRACTSECTION V ANNEXURES

ANNEXURE - I : FORMAT FOR GUARANTEE BONDS / AFFIDAVIT FOR WORKANNEXURE - II : FORMAT FOR GUARANTEE BOND FOR WATER PROOFING TREATMENTANNEXURE - III : FORMAT FOR PERFORMANCE SECURITYANNEXURE - IV : FORMAT FOR ADVANCE PAYMENT BANK GUARANTEEANNEXURE - V : SAFETY CODESANNEXURE - VI : MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY

ARRANGEMENTSSECTION VI FORMS

LETTER OF TRANSMITTALFORM A : FINANCIAL INFORMATIONFORM B : STRUCTURE & ORGANISATIONFORM C : NO CONVICTION CERTIFICATEFORM D : UNDERSTANDING THE PROJECT SITEFORM E : NO DEVIATION CERTIFICATEFORM F : INTEGRITY PACTFORM G :FORMAT FOR LITIGATION HISTORY, LIQUIDATED DAMAGES, DISQUALIFICATIONFORM H : DECLARATION FOR PROPRIETORSHIP

VOLUME – IISECTION VII SCOPE OF WORK

SECTION VIII GEO-TECHNICAL REPORTS AND TOPOGRAPHICAL SURVEYTENDER DRAWINGS OF THE PROJECT

FINANCIAL BIDVOLUME - III

SECTION IX FINANCIAL PROPOSALLETTER OF TRANSMITALSUMMARY OF COSTPAYMENT TERMS

Signature of Bidder WAPCOS LTD.-140-

TENDER NO: WAP/PMD/2017-18/20

Volume-II

SECTION PARTICULARSECTION VII SCOPE OF WORK

SECTION VIII GEO-TECHNICAL REPORTS AND TOPOGRAPHICAL SURVEYTENDER DRAWINGS OF THE PROJECT

Signature of Bidder WAPCOS LTD.-141-

TENDER NO: WAP/PMD/2017-18/20

SECTION – VII

SCOPE OF WORK

Signature of Bidder WAPCOS LTD.-142-

TENDER NO: WAP/PMD/2017-18/20

SECTION-VIISCOPE OF WORK

1.0 BRIEF SCOPE OF WORKS

The Scope of work of project for Contractor includes, but not limited to:-

A. DESIGN AND DRAWAINGS OF PROJECT / WORKS Architectural Drawings of 3-D views, Sectional elevation on the basis of

floor plans enclosed with tender document. Structural Design & drawings and its approval. Detailed Design & drawings of all required services and external

development works.

B. NOC’S / APPROVALS/ CLEARANCE FROM LOCAL BODIES/ AUTHORITIES

C. CIVIL WORKS OF THE PROJECT AND ALLIED WORKS

Construction and completion of all Civil, Electrical, Mechanical, Plumbing,Site Development Works of the Proposed building and allied work to makethe building habitable in all respect.

Construction of Overhead tanks to meet the water demand of the buildingand fire-fighting as per the standard norms including all plumbing workswith provision of pumps, pipelines, fittings, electric panels and connectionwith existing water supply system.

Construction of Ramp (finished top surface by Chequered tiles) withrequired gradient with proper compaction to join existing road with Cellarof proposed building as shown in the Site Layout plan. The Contractor willsubmit the section of ramp to WAPCOS for approval before execution ofwork.

30cm thick Stone pitching as per the CPWD specifications and items ofworks, with provision of weep holes for retaining exposed soil afterexcavation of earth for foundation of cellar floor. The approximate surfacearea of stone pitching will be 300 Sqm. (Refer Section A-A’ of building oftender Drawings).

Signage of Building in front of building (Name of building, NSSC, SportsAuthority of India of Stainless steel letters) and mandatory / RegulatorySignage board inside & outside of building.

Connection of building from existing water supply line, Sewage network,Electrical substation/ panel etc. to make building habitable.

Pathways of paver blocks to connect main entrance of proposed buildingwith existing road and minor required horticulture works

NOTE:

1) The cellar floor (conditional hall) of the proposed building is to be constructed

Signature of Bidder WAPCOS LTD.-143-

TENDER NO: WAP/PMD/2017-18/20

below the existing ground level, therefore additional excavation of about 3.6meters is to be considered by the bidders. The ground floor level of theproposed building will be 0.45 m above to the existing road level. Please referenclosed survey plan of the Site to understand the cost of structure andexcavation involved. Accordingly, contractor shall quote the cost of worksconsidering these aspects of construction of building. No additional cost in thisaccount shall be paid to the Contractor.

Contractor shall also make his own assessment of the above level difference asper the actual site conditions and quote accordingly, no extra claim in thisregard shall be entertained.

D. ELECTRICAL WORKS , MANUAL OPERATED FIRE ALARM SYSTEM AND SUPPLYOF FIRE EXTINGUISHERS.

Contractor will submit all the electrical drawings and execute the work as perthe standard norms (CPWD Specifications/ IS codes /NBC guidelines etc.amended up to date) of the proposed building taking in consideration allelectrical load with the provision of all electric panels & fittings includingconduiting(Steel), wiring, TV/Telephone wiring, lightings(LED), fans, exhaustfans, Distribution boards with MCB/RCCBs, Split AC points, Geyser points,switches, sockets (modular), Electrical panel of the building (considering AC,Geyser & lift load), Electrical cable from existing source(nearby) to buildingpanel, Earthing system, manually operated fire alarm system, fireextinguishers, Safety material (rubber mat, danger boards etc.) etc. andother requirement. While doing the load calculation, the provision of Airconditioning system in each floor, lift/ elevator, Geysers in toilets shall betaken in consideration as per the standard norms.

The installation of split Ac’s, Geysers and lift/ elevator are not in the scopeof work of contractor.

E. HANDING OVER THE PROJECT AFTER MAKING THEM HABITABLE IN ALLASPECTS

The works are to be executed on Engineering, Procurement & Construction(EPC/Turn Key) basis. The cost of labor, material, tools, plants & machineryetc. required for complete execution of the whole project as per approved Layoutplan & detailed design and drawings are within the scope of work.

The detail scope of work are as follow in subsequent para, but not limited to thefollowing Works detailed in Specification of works, Details in the drawings etc.The works / items / Specification /equipment though not specifically mentionedin tender document, but needed to make the project complete in all respects andreliable for safe and smooth operation and guaranteed performance as per normsof building to make building functional, shall be included in the quoted price bythe bidder.

2.0 GEOTECHNICAL INVESTIGATION

Signature of Bidder WAPCOS LTD.-144-

TENDER NO: WAP/PMD/2017-18/20

Soil exploration and soil investigation work have already been carried out byWAPCOS and enclosed with this tender Document in order to determine the SoilProperties, Soil Bearing Capacity (SBC) etc. Contractor may carry out detailGeotechnical investigation to verify the report/data provided by the WAPCOS andfind out soil characteristics, as designing a safe / stable structure is theresponsibility of the Contractor at his own cost. The contractor shall make ownassessment about geotechnical parameters of site, before quoting cost and startof the Construction. No claim of Contractor in respect of discrepancy in Soilexploration and soil investigation report/data shall be entertained.

Contractor will submit detail design calculation and drawing to finalize depth offoundation as per the Geotechnical investigation report of WAPCOS andStructural design parameters & requirement of the buildings to WAPCOS forapproval. The Contractor will also submit design in soft copy in STADD model.

3.0 TOPOGRAPHICAL SURVEY

The detail Topographical Survey work of entire site has already been carried outby WAPCOS and enclosed with this tender Document. However,Contractor/Bidder may carry out detail survey at his own cost, to verify the surveydata provided by the WAPCOS and make own assessment about topography ofsite, before quoting cost and start of the Construction. No claim of Contractor inrespect of discrepancy in topographical survey /levels shall be entertained.

4.0 NOC’S / APPROVALS/ CLEARANCES FROM LOCAL BODIES/ AUTHORITIES

The Contractor will take necessary Statuary Approval/ NoCs/ Clearance from allconcern Local Authorities / Departments, if any, required before start of the work/ during the work / after execution of work & before handing over.

The fee deposited for getting these approval, shall be deposited by the Contractorto the concerned Department / Authorities and will be reimbursable to theContractor on producing of original receipt of deposited fee and no extra cost forthe same shall be claimed by the contractor.

The contractor shall mobilize the resources at site after getting approval / NoCs/Clearance from all concern Local Authorities / Departments if any, essentialbefore start of the construction and shall not make any claim due to any delay inapproval.

Contractor will follow the all rules, regulations and terms & conditions of Greenbuilding norm during the execution of the project work.

5.0 AREA OF PROPOSED BUILDING

The area wise detail of the buildings as per the drawings is as follows:

The area of the Proposed building will be as per the enclosed layout plan, floorplans, elevation and 3D views of the building are given below and also indicatingin tender drawing. The contractor may quote the cost accordingly

Signature of Bidder WAPCOS LTD.-145-

TENDER NO: WAP/PMD/2017-18/20

Cellar 540 Sqm excluding porch, ramp and outside stairs,pathways (as shown in cellar plan)

Ground Floor 540 Sqm

First Floor 540 Sqm

NOTE :- The above area includes plinth area, cut-out area, balcony, internal Stair,

boxing, etc. For details refer floor plans of the tender drawings. In case of extra addition of area by the WAPCOS / SAI, out of above area,

the additional cost will be paid on pro-rata basis of agreed cost for theworks.

In case of reduction in area by the WAPCOS / SAI out of above area details,the deduction in cost will be on pro-rata basis of agreed cost for the works.

6.0 DESIGN AND DRAWINGS OF THE PROJECT / WORKS

The Scope of work, shall include execution of work as per the followingSpecification mentioned in tender document and tender drawings. The scope ofwork is not limited to these Specification mentioned in tender document. The EPCContractor will consider all other necessary Specification and Items of works,while quoting the cost, which are essential to complete the work in all respect, forthe smooth/ safe running of the project as per the norms of Government alongwith safety of structure. No claim of Contractor in respect of extra Specification &items of works which are essential and not mentioned in tender document, shallbe entertained. The modifications/ improvements may be made by the WAPCOSas per the requirement of Client during execution of work.

The detailed Civil/Structural Design/preparation of Drawings for above mentionedbuildings /spaces are within the Scope of the Contractor. The Contractor shallsubmit the column layout plan, detailed structural drawings, electrical drawings,detailed PHE drawings and Over Head tanks and all the other necessary workingdrawings on the basis of approved Architectural/tender drawings, technicalspecification, topographical survey, geo-technical investigation and considering alldesign loads as per the Indian Standard Codes at his own cost.

The work will be executed as per the Architectural drawings (floor plans,elevations, sections, 3D view, site plan) enclosed with the tender. Themodifications/ improvements may be made in drawings by the WAPCOS as perthe requirement of Client during execution of work within the specified areamentioned in drawings.

The contractor will also submit Detailed Architectural floor plans & 3D view forG+2 Building for same plot area as another option (different from TenderDrawings) in line of proposed building, to access architectural design and drawing

Signature of Bidder WAPCOS LTD.-146-

TENDER NO: WAP/PMD/2017-18/20

strength of the bidder, as this is the EPC Tender. These architectural drawingssubmitted by the bidders, in tendering process may not be considered for theexecution of the work, because these drawings are asked to access thearchitectural design and drawing strength of the bidder. Therefore, bidder willquote the cost in tender on the basis of enclosed Architectural tender drawings(floor plans, elevations, sections, 3D view, site plan), specifications and otherterm & conditions mentioned in the tender.

The contractor shall not be absolved of their responsibility of structural stabilityand correctness of structural design. The contractor shall bear all the losses ifarises out of the failure of any part of the project.

The Structural Design & Drawings of each and every aspect of the project shall begot approved from Architect Consultant appointed by WAPCOS. Thereafter thecontractor shall get the Structural Design & Drawings proof checked from thethird party, IIT/ NIT. The fee payable for proof checking/vetting by IIT/ NIT shall beborne by Contractor.

Design on appropriate software like Stadd-Pro and drawing on a software likeAuto-CAD including fabrication drawings, shop drawings, bar bending scheduleetc. of each and every component of buildings/spaces within Scope of work ofContractor on suitable scale of Drawings.

The structural/architectural drawing in order of priority and chronological orderas mentioned below should be submitted for approval of the competentauthority.

S.No. Description. Duration.1 Column layout plan of the building

on the basis of Architect drawingsto WAPCOS for approval beforefinalization of structural design

Submit to WAPOCS within 1 weeksfrom the date of commencementof work award drawings

2 Structural drawings on the basis ofArchitect drawings for approval ofWAPCOS in hard as well as in softcopy along with STADD model

Submit to WAPOCS within 2 weeksfrom the date of commencementof work award drawings.

3 IIT/ NIT vetted Structural drawingsupto Plinth Level in hard as well asin soft copy along with STADDmodel

2 weeks from the date of approvalof Structural drawings by WAPCOS.

4 Services drawings, electricaldrawings in synchronization withfurniture arrangement, Plumbingnetworking drawings, Fire-Fighting

Within 2 month from the date ofhanding over of site

Signature of Bidder WAPCOS LTD.-147-

TENDER NO: WAP/PMD/2017-18/20

and all the other necessary workingdrawings of external developmentas per the scope of Work

All drawings/designs will be submitted by the agency as per schedule given aboveto complete the project within stipulated time period. It is entirely theresponsibility of the contractor to get the above designs approved and finalizedwithin aforesaid period. The contractor shall supply 4 sets of laminated approvedstructural drawings to the Engineer-in-charge.

In addition to above sets of drawings, contractor shall keep necessary sets ofdrawings required at site for its execution as directed by the Engineer-in-charge.

7.0 CIVIL WORKS OF THE PROJECT / WORKS

The Civil works of the project /works shall be constructed as per DetailedSpecifications of Civil Works and Description of item and Drawings mentioned inthe tender document.

7.1 Detailed Specifications of Civil Works

The Detailed specifications of Civil Works of the building are given below and all theseworks will be executed as per the Description of items mentioned in DSR-2016.

S.No. Description Sanctioned Provision/ Specification1 Foundation Isolated/ Combined RCC footings in M‐25 Design Mix as per

the structural requirement/ design.Depth of foundation as per the structural requirement/design and soil investigation.Anti Termite Treatment

2 SUPER STRUCTUREStructure RCC Framed construction with filler walls in Brick work/ fly

ash brock of 230mm thickInternal partition in brick masonry/ fly ash brick in cementmortar 1:4 including providing placing of 2 nos. 6mm dia barswith interval of 1.0 meter height of wallRCC chajjas, fins, jalis etc. if requiredAnti Termite Treatment

3 DOOR & WINDOWS FRAMEDoor frame Pressed steel frame as per CPWD SpecificationsDoor shutter Flush door shutter with steel finishesWindow frame Anodized Aluminium Window

Signature of Bidder WAPCOS LTD.-148-

TENDER NO: WAP/PMD/2017-18/20

S.No. Description Sanctioned Provision/ SpecificationWindow shutter Anodized aluminium window shutters with aluminium

fittings and superior quality glass of minimum 5.5 mm thk. Oras /site incharge.

4 FLOORINGReceptionLobby/waiting area

Granite Flooring with skirting

Lobby/ Corridor Granite Flooring with skirtingEntrance Granite Flooring with skirtingStaircase Granite Flooring with skirtingTop surface of Ramp Chequered tilesConditioning hall Vitrified tile Flooring 600X600mm/800X800 with skirtingRoom/discussionroom/physio/massage

Vitrified tile Flooring 600X600mm/800X800 mm with skirting

Yoga hall VDF with Rubberised Sports Flooring5 ROOFING Brick bat coba treatment6 FINISHING

Internal 1. Internal plaster shall be in 12mm thickness in walls &ceilings with cement mortar of 1:4.

2. Internal walls with 2mm thick POP and 1st QualityAcrylic Distemper (Ready Mix).

3. Cement plaster in all areas.4. Synthetic Enamel paint on all steel work.5. Granite top on window sill.

External 1st Quality Exterior Emulsion paint.Ceiling 1st Quality Acrylic Distemper (Ready Mix)

7 STRUCTURAL GLAZINGWith approval of structural analysis & design of structural

glazing by site in-charge .8 RAILING

Stainless steel railings (Grade 304) in Staircase9 TOILET /CHANGE ROOM(FLOOR & WALL)

Floor Tiles Anti Skid Ceramic Floor Tile of size 300x300mm with SkirtingWall Tiles Ceramic Glazed Wall TileCounters Granite counters.Mirror mirrors with SS fittings.

10 Pathways Paver Blocks and exeution of work as per CPWDSpecifications

Signature of Bidder WAPCOS LTD.-149-

TENDER NO: WAP/PMD/2017-18/20

7.3 List of Approved Makes of Civil WorksAcceptable makes of materials for civil work to be used in the work are enclosed.In case of non-availability of these makes, after the approval of WAPCOS, theContractor can use the alternative makes only BIS marked materials. Non BISmarked materials may be permitted by the WAPCOS only when BIS markedmaterials are not manufactured.

S.NO.

NAME OF ITEM MAKE APPROVED

1 ORDINARY PORTLAND CEMENTGRADE 43/53

BIRLA, JK, ACC, ULTRATECH, JAYPEE,AMBUJA,

2 WHITE CEMENT JK, BIRLA, ACC, JAYPEE, AMBUJA3 REINFORCEMENT STEEL TATA , SAIL, RINL, JINDAL, JSW STEEL,

SRMB4 FALSE CEILING & WALL PARTITION ARMSTRONG, DURLUM, HUNTER

DOUGLAS (LUXALON)5 PLY / BOARD / MDF DURO, MERINO, GREEN PLY, CENTURY,

KANCHAN, Archidlam6 LOCK/BRASS FITTING DORSET, DORMA, OZONE, GODREJ,

HARISON9 WALL PUTTY JK/BIRLA7 PAINT/POLISH/ PRIMER/ WATER PROOFING

PAINTBERGER, ASIAN, DULUX

8 POWDER COATING AKZONOBEL, ASIAN10 EPOXY PAINT FIBREX/BASF11 FLOOR & WALL TILE(VITRIFIED & CERAMIC) KAJARIA, SOMANY, ORIENTBELL,12 GLASS / MIRROR ASAHI, SAINT GOBAIN, PILKINGTON, MODI

GUARD13 C. I. PIPE RIF, NECO, SKF14 G. I. PIPE JINDAL, TATA, SWASTIK, GI PIPES INDIA,

APL APOLLO, SURYA PRAKASH15 G. I. FITTING UNIK, UNCO, JAINSONS, MG INDUSTRIES,

DPR-M, ZOLOTO-M16 CHINAWARE HINDWARE, PARRYWARE, KOHLER,

JOHNSON17 C. P. FITTING JAQUAR, PARKO, HINDWARE, ROCA,

KOHLER18 VALVES LEADER, ZOLOTO, SANT AIP19 CONSTRUCTION/WATERPROOFING

CHEMICAL,ADMIXTURESROFFE, FOSROC, SIKA, ULTRACON

20 ANTI TERMITE VAM ORGANICS, PYRAMID, TERMISOL21 SS SINK JAYNA, NEELKANTH, NIRALI, KINGSTON22 R.C.C. PIPE JAIN, PRAGATI CONCRETE, UDYOG,

CHANDRA, SHRI SAI23 MANHOLE COVER KK, PARGATI, SS, RISHI24 PVC PIPE FINOLEX, POLY PACK25 GYPSUM WALL PARTITION/CEILING BORAL, INDIA GYPSUM, GYPROC

Signature of Bidder WAPCOS LTD.-150-

TENDER NO: WAP/PMD/2017-18/20

S.NO.

NAME OF ITEM MAKE APPROVED

26 FIREDOOR NAVAIR, DORMA27 FLUSH DOOR DURO, CENTURY, MERINO28 DOOR FITTINGS & FIXTURES DORMA, OZONE29 GLASS/SS HANDRAIL DORMA, OZONE30 ALUMINIUM SECTIONS JINDAL, BHAROUKA31 XPS INSULATION OWENS CORNING32 GLASS PROCESSING GOLDPLUS, GSC33 MODULAR FURNITURE GODREJ, BP ERGO, FEATHERLITE, WIPRO34 VENEER/LAMINATE MERINO, CENTURY, DURO & GREEN35 SIGNAGES 3M36 Upvc Doors and Window FENESTA, LINGAL37 PAVER BLOCK/KERB STONE NITCO,UNITILE,NTC,ULTRA38 FIRE RETARDANTPAINT NULLIFIER/SIGNUM/GODREJ

7.4 General Technical Specifications of Civil WorksThe General Technical Specification of Civil Works are given at Appendix-II at thissection of Scope of Works. The work will be executed as per the guidelinesmentioned in the General Technical Specifications.

In case of any inconsistency between the Specifications, Acceptable Makes andGeneral Technical specifications of the works, the contents of following will bethe order of priority.

1. Detailed Specifications of Civil works.2. List of Approved makes of civil works3. General Technical specifications of Civil works.

8.0 ELECTRICAL WORKSContractor shall carryout following Electrical Works as per the description of itemsgiven in DSR 2016 but not limited to the following works:-

Sl. No. SUMMARY OF ELECTRICAL WORK

3 (L.T. PANEL)4 (MCB DISTRIBUTION BOARDS)5 (CONDUITING , WIRING, SWITCH & SOCKET)6 (LIGHT FIXTURES, FANS & EXHAUST FANS)7 ( TV & TELEPHONE SYSTEM WIRING)8 (LT CABLES)9 (EARTHING & LIGHTNING PROTECTION)

11 MANUAL OPERATED FIRE ALARM SYSTEM, FIRE EXTINGUISHERS

Signature of Bidder WAPCOS LTD.-151-

TENDER NO: WAP/PMD/2017-18/20

The contractor will make own assessment of items of works involved in ElectricalWorks needed to make the work complete, which may come during execution ofwork shall be considered by the Contractor before quoting the cost and no extracost shall be paid to the Contractor for that.

1) After award of work, contractor shall make own assessment about the electricalload calculations for each and every component considering future expansionprovisions (ACs, Geysers, Lifts). Main LT Panel:

Main L.T. Panel with changeover and interlocking facility is proposed to install tocontrol & distribute the Grid and D.G. Power. The panels shall be suitable for415V, 50Hz, 3 phase 4 wire system having fault level of 50 KA. The main LT panelshall receive incoming connections from the transformer and DG panel. The sizeof feeders and cables may be so, selected to have economy in overall distributionas well as to have minimum voltage drop in the system.

Distribution Network Switching:In consideration to achieve the isolation and level of fault protection, switchingarrangement at various locations shall be planned as follow.

In the Main L.T. Panel, switching on incoming & outgoing circuits up to 800amps shall be moulded case circuit breaker (MCCB) and above 800 amps shallbe ACB’s. Air circuits breakers (ACB) moulded case circuit breakers (MCCB)and miniature circuit breakers (MCB) shall be of 4 pole for 3 phase powerdistribution.

Main Distribution Boards and Sub-distribution Boards shall incorporatemoulded case circuit breakers. Final distribution boards shall incorporateminiature circuit breakers & residual current devices (also known as “earthleakage circuit breakers”) and shall have a minimum interrupting capacity of10 kA. ELCB shall be of 30mA.

LT Power Distribution:LT Power from the D.G. Set to Main L.T. Panel and Transformer to Main L.T. Panelshall be brought through XLPE insulated PVC sheathed aluminium armouredcables as per CPWD specifications.Power from the Main LT panel to building shall be fed through combination ofXLPE/ PVC insulated aluminum / copper cables. MDBs shall be provided at eachfloor dedicated for both portion of the building. 20% min spare capacity overmaximum demand shall be provided in all services including cables.

Light & Power Wiring System:The wiring in all the areas of the Building shall be provided with FRLS insulatedflexible Copper Wiring in recessed / surface steel conduits. The wiringinstallations shall conform to IS-732:1989. The wiring for lights shall be with FRLS

Signature of Bidder WAPCOS LTD.-152-

TENDER NO: WAP/PMD/2017-18/20

insulated flexible Copper Conductor wires of 1.5 sq. mm size (minimum) andpower wiring shall be carried out with 4.0/6.0 sq. mm FRLS flexible CopperConductor wires. Color Codes shall be maintained for the entire wiringinstallations, i.e. Red, Yellow and Blue for the phases, Black for the neutral andGreen for earth. Wiring for all the computers point and 6A raw point shall be 2.5sq.mm PVC wire.

All electrical wires shall run through one side of the corridor ceiling andcommunication / data wiring shall run through other side of the ceiling to keepdistance between electrical and low current cables. Minimum distance betweenLV/LT cables would be kept as per stipulated norms incase electrical & data cablesare running parallel to each other.

Recommended Illumination Levels in Various Area of Building:The general lighting of various spaces shall be planned to as per NBC 2005 &Latest CPWD specification.

Lighting Control System for Common Area:It is recommended that lighting fixtures in common area may be provided withswitch control for all Proposed Building.

Lightning Protection System:The entire building shall be protected from lightning as per latest IS code.

Low Voltage Distribution Network:A dedicated room and associated riser shaft for ELV Services and IDF shall be usedfor telephone riser cables, Data cable, Fire Detection & Alarm System, PublicAddress System and security cabling. The effects of electromagnetic radiation onLV System shall be considered in locating of all LV system and cable. Shieldingshall be provided where necessary.

Telecommunication& TV SystemThe bidder should design a suitable capacity telecommunication cabling networkonly as per requirement of points building wise. Main MDF shall be in GroundFloor.

Internal Area Lighting SystemLED light fixture shall be used in all area as per lux level requirement (As per NBC2005 & CPWD Specifications) and as per standard.

Signature of Bidder WAPCOS LTD.-153-

TENDER NO: WAP/PMD/2017-18/20

8.2.2 TECHNICAL SPECIFICATION OF EQUIPMENTS

MAIN LT PANEL/ SUB DISTRIBUTION PANELGENERALMain LT Panel/Sub Distribution Board shall be metal clad totally enclosed, rigid,floor mounting, air insulated, cubicle type for use on 415 volts, 3 phase, 50 cyclesystem. Equipment shall be designed for operation in high ambient temperatureand high humidity tropical atmospheric conditions.

STANDARDSThe equipment shall be designed to conform to the requirements of:

IS 8623 – Factory Built Assemblies of switchgear and control gear.

IS 4237 – General requirements for switchgear and control gear for voltages notexceeding 1000 volts.

IS 2147 – Degrees of protection provided by enclosures for low voltageswitchgear and control gear.

IS 375 – Marking and arrangement of bus bars.

Individual equipment housed in the sub distribution boards shall conform to thefollowing IS specifications:

a) Moulded Case Circuit Breakers - IS: 13947-2/IEC 947-2b) Miniature Circuit Breaker - IEC - 60898c) Contractors - IEC – 947-4-1, IS 13947-4-1d) Current Transformers - IS: 2705e) Indicating Instruments (Analogue) - IS: 1248,f) Indicating Instruments (Digital) - IS: 13875g) Integrating Instruments (Analogue) - IS: 722, IS: 13779-1999h) Integrating Instruments (Digital) - IS: 13779- 1999, IS: 14697i) HRC fuse links - IS: 13703 / IEC 269SUBMITTALSShop Drawings And Technical Data

The tenderer shall furnish relevant technical data of switchgears and associatedequipment along with the offer.

The Contractor shall furnish relevant descriptive and illustrative literature onswitchgears and associated equipment and the following for approval beforemanufacture of the panel.

a) Complete assembly drawings of the panel showing plan, elevation and typicalsection views and locations of cable boxes, bus bar chamber, meteringcompartment and terminal blocks for external wiring connections.

b) Typical and recommended schematic diagrams and control wiring.

Signature of Bidder WAPCOS LTD.-154-

TENDER NO: WAP/PMD/2017-18/20

c) Foundation plan showing location of foundation channels, anchor bolts andanchors, floor plans and openings for cables etc.

d) All drawings and data shall be in English.

CABLE WORK

DESCRIPTION OF WORKSupply, Laying, testing and commissioning of cables as per specifications,Description of items.

APPLICABLE CODES & STANDARDS

IS: 10242 (Part-3, Section-12) : Installation of cables for low voltage System.IS: 7098 (Part-1&2)/IS: 5831/IEC: 60502/BS: 6746/BS:5467

: Cross linked polyethylene insulated PVCsheathed cables.

Part-I : For working voltages up to & including 1100Volts.

Part-II : For working voltage from 3.3 KV up to &including 33 KV.

IS: 10810 : Method of test for cablesIS: 1255 : Code of practice for installation &

maintenance of power cables up to &including 33 KV rating.

IS:8130 / IEC:60228 : Conductors for cables.IS:10418 : Drums for electric cables.IS:2062, IS:800, IS:816 : Structural wedding steel

SUBMITTALSCable schedule as per site conditions & good for construction drawings.

Layout of various cables on cable tray / trench along with sections showing no. ofcables, distance between cables etc., size of cable trays etc.. Cable tray layout, asper site condition, duly coordinated with other services.

TEST REPORTSRoutine test certificates for each drum of cable brought to site.

8.3 List of Approved Makes for Electrical WorksAcceptable makes of materials for Electrical civil work to be used in the work areenclosed. In case of non-availability of these makes, after the approval ofWAPCOS, the Contractor can use the alternative makes only BIS markedmaterials. Non BIS marked materials may be permitted by the WAPCOS onlywhen BIS marked materials are not manufactured.

DETAILS OF MATERIALS MANUFACTURERS NAME

Signature of Bidder WAPCOS LTD.-155-

TENDER NO: WAP/PMD/2017-18/20

1. Moulded Case Circuit Breaker - SchneiderWith rotary operating handle. - Siemens

- L&T- ABB

2. Contactors, Timers - Schenider- ABB- L & T- Legrand

3. Voltmeter & Ammeter - Conzerve- Enersol- HPL

4. Selector Switch - Kaycee- L & T

5. Current Transformer - Matrix- AE- Kappa

6. Indicating Lamp - L & T- Siemens

7. Protective Relays - L & T- Siemens- Schenider

8 L.T. / H.T. Cable - Polycab- KEI- Havells

9. AC/ DC Miniature Circuit Breaker - Schenider- L & T- Siemens- Legrand

10. Cable Lug (Tinned Copper) - Dowells.- Multi- Capital.

11. Cable Gland - Peeco- Commet- Gripwell

12. Main L.T. Panel, Capacitor Panel & - SPC ElectrotechDistribution Panel - Tricolite

Signature of Bidder WAPCOS LTD.-156-

TENDER NO: WAP/PMD/2017-18/20

- Adlec

18. Cable Tray / Raceway - Pilco- CTM Engineers- KME

19. Fire Extinguishers - Zenith- Minimax- Newage

20. Energy Analyzer Meter - Conzerve- Elmeasure- Enersol

21. Voltmeter & Ammeter - Conzerve- Elmeasure- Enersol

22. Distribution Boards with Miniature Circuit - HagerBreakers, RCCB - Legrand

- L & T- HPL

23. PVC Insulated copper conductor single core - HavellsStranded wires of 650/1100 volt grade - KEI

- Polycab

24. Telephone Tag Block - Krone- TVS R&M

25. PVC / M.S. Conduit - BEC- AKG- RMCON

26. Modular Switches & Sockets - MK- Legrand- Havells

27. LV System Wire - Siemens- Legrand- Amp

28. Telephone Outlet - Siemens- Legrand- Amp

29. Data Outlet - Siemens

Signature of Bidder WAPCOS LTD.-157-

TENDER NO: WAP/PMD/2017-18/20

- Legrand- Amp

30. Data Rack - Siemens- APW- Legrand

31. Light Fixture Philips- Wipro- Havells

33. Ceiling Fan - Orient- Havells- Crompton Greaves

34. Exhaust Fan - Crompton Greaves- Havells- Bajaj

35. Fire Alarm System - Agni- Siemens- Edwards

36. Presence Detector - Hagger- Legrand- Philips

38. PLC - Siemens- Allen Bradley

40. Telephone / Co axial Wire - Polycab- Delton- Havells

11. PHE

Contractor shall carryout following Public health Engineering works as perdescription of items mentioned in DSR-2016 , but not limited to the followingworks:-

S.No. Description

I INTERNAL & EXTERNAL PHE WORKS2.0 SOIL WASTE & VENT PIPES AND FITTINGS3.0 INTERNAL WATER SUPPLY

Signature of Bidder WAPCOS LTD.-158-

TENDER NO: WAP/PMD/2017-18/20

S.No. Description

4.0 SANITARY FIXTURES5.0 RAIN WATER PIPES AND FITTINGS6.0 SEWERAGE SYSTEM7.0 STORM WATER DRAINAGE SYSTEM8.0 PUMPING SYSTEM

12.0 SUCTION AND DELIVERY PIPES AND VALVES FOR WATER SUPPLY PUMPS

11.1Technical Specifications

11.1.1PHE and Sanitation Works

1. General1.1 Scope of workThe scope of work in this subhead comprises supply, installation, commissioning and testing ofwater supply, sewerage and drainage, sanitary fixtures and fittings, water pumping, watertreatment system, & solar water heating system for Proposed Proposed Building at Tuglakabad,New Delhi.The scope of work includes supply of all materials as per specifications and drawings,laying, fitting, fixing, installation and commissioning the same.

1.2 Specification for schedule items All the water supply, drainage & sewerage works of schedule items shall be carried out strictly

as per printed central PWD Specifications, 2009 Vol. (II) with upto date corrections. All the water supply and sanitary works shall be carried out by the licenced plumbers approved

by the Local Authorities and skilled workmen, experienced in the trade. Only specified brand of material will be used subject to the approval of the sample. All workmanship shall conform to Indian Standard Codes of Practice. The fixing and finishing

shall be neat, true to level and plumb. Manufacturer’s instructions shall be followed closelyregarding installation and commissioning. All fixtures shall be protected throughout theprogress of the work from damage. Special care shall be taken to prevent damage andscratching of fittings. Tool marks on exposed fixtures shall not be accepted. Protective paper onfixtures shall be removed with hot water only at the final completion of work.

2. Sanitary Fixtures And Fittings

2.1 WorkmanshipAll sanitary-ware shall be fixed in a neat workmanlike manner, true to level and plumb.Manufacturer’s instructions shall be followed closely regarding installation and commissioning.

2.2 Protection of Fixtures Fixtures shall be protected throughout the progress of the work from damage. Special care

shall be taken to prevent damage and scratching of chromium plated fittings. Tool marks onchromium fixtures, etc. shall not be accepted.

All fixtures shall be fixed with chromium plated brass screws with washers whenevernecessary.

Signature of Bidder WAPCOS LTD.-159-

TENDER NO: WAP/PMD/2017-18/20

Protective paper on fixtures shall be removed with hot water only at the final completion ofwork.

2.3 Sanitary wareAll porcelain sanitaryware shall be of first quality, free from warps, cracks and glazing defects. Allsanitaryware, fittings and fixtures shall be as shown in drawings and indicated in Bill ofQuantities.

2.4 Testing2.5 When the installation has been completed to the satisfaction of the Engineer-in-Charge it

shall be tested in the following manner: The entire system shall be slowly filled with water, allowing any trapped air to

escape. When all outlets are closed the system shall be checked for water tightness. Each outlet shall then be checked for rate of flow and correct operation.

3. Water Demand Sheet

The water demand sheet given below to assess the water requirement for the Proposedbuilding.

Contractor shall make own assessment about the water demand. if the assessed waterdemand calculation by contractor less than as assessed by WAPCOS, the water demand doneby WAPCOS as detailed below will prevail. If the water demand carried by the contractor ismore than water demand of WAPCOS, then designing of PHE works shall be based on thewater demand calculation done by the contractor, for which no extra cost shall be paid to theContractor

List of Approved makes for PHE and Sanitation Materials

Acceptable makes of materials for PHE and Sanitation Materials to be used in the workare enclosed. In case of non-availability of these makes, after the approval of WAPCOS,the Contractor can use the alternative makes only BIS marked materials. Non BIS markedmaterials may be permitted by the WAPCOS only when BIS marked materials are notmanufactured.

SL. NO. MATERIALS BRAND NAME

1. VITREOUS CHINA AND FIRECLAY NEYCER,SANITARYWARE HINDWARE

PARRYWARE

2. PLASTIC W.C. SEATS COMMANDERDIPLOMATADMIRAL

3. STAINLESS STEEL SINKS KINGSTONJAYNA

Signature of Bidder WAPCOS LTD.-160-

TENDER NO: WAP/PMD/2017-18/20

4. C.P. FITTINGS & ACCESSORIES JAQUARPARKO

5. C.P. WASTE, SPREADERS, URINAL JAQUARFLUSH PIPES PARKO

ORIENT

6. SOIL, WASTE & FITTINGS(a) CENTRIFUGALLY CAST SPUN CASTIRON PIPES (IS:3989) SKF

NECO

7. RCC PIPES PRAGATI CONCRETEUDYOG.JAIN SPUN PIPE CO.

8. CPVC PIPES & FITTINGS ASTRALASHIRVADAJAY

9. BALL VALVES ZOLOTOLEADERAIP

10. RAIN WATER PIPES & FITTINGSA) UPVC PIPES AND FITTINGS PRINCE

SUPREMEORI-PLAST

11. CENTRIFUGALLY CAST SPUN ELECTROSTEELDUCTILE IRON PIPES & FITTINGS JINDAL

12. WAFER TYPE BUTTERFLY VALVES ZOLOTOLEADERAIP

13. WAFER TYPE NON-RETURN VALVES ZOLOTOLEADERAIP

14. WATER METRES CAPSTANKRANTIANAND

15. BALL COCKS GPADRPSANTL & K

16. STONEWARE PIPES & PERFECT

Signature of Bidder WAPCOS LTD.-161-

TENDER NO: WAP/PMD/2017-18/20

GULLY TRAPS BURNRK

17. C.I. MANHOLES NECOCOVERS AND FRAMES RIF

BC

18. RCC MANHOLE COVERS & FRAMES KK MANHOLE &GRATINGS CO.PVT. LTD

19. FASTNERS HILTIINTELLOTEC

20. WATER HEATER RACOLDVENUSJAQUAR

21. HOT WATER NEOPRENE INSULATION KAIFLEX

22. AIR RELEASE VALVES SANTLEADER

23. PIPECOAT IWL LIMITEDPYPKOTE

24. G.I. PIPES JINDAL HISSARSURYA PRAKASH

25. G.I. FITTINGS DRP-M(MALLEABLE CAST IRON) ZOLOTO-M

UNIK

26. M.S. FITTINGS (FORGED) DRPVS

Signature of Bidder WAPCOS LTD.-162-

TENDER NO: WAP/PMD/2017-18/20

APPENDIX-II

TECHNICAL SPECIFICATIONS OF CIVIL WORKS

Signature of Bidder WAPCOS LTD.-163-

TENDER NO: WAP/PMD/2017-18/20

CHAPTER 1: GENERAL

1.1 ScopeThis specification applies to the Civil, Structural, Finishing, and External Development Works andbuilding works to be executed by the Contractor. It is to be read in conjunction with and subjectto the general conditions of contract and in conjunction with the drawings, the schedule of ratesand such other documents as may from time to time be agreed upon as comprising part of thiscontract. Where these specifications are not clear, relevant BIS codes and CPWD specificationsshall be followed with prior permission of Engineer-in-Charge.

1.2 ClearingThe contractor shall clear the site of all rubbish and old buildings, remove all grass and lowvegetation and remove all bush wood, trees, stumps of trees, and other vegetation only afterconsultation with the Engineer-in-Charge as to which bushes and trees shall be saved. All disusedfoundations, drai ns or other obstructions met with during excavation shall be dug out andcleared.

1.3 Site LevelsThe contractor shall carry out the survey of the site and shall establish sufficient number of gridsand level marks to the satisfaction of the Engineer-in-Charge, who shall decide on the basis of thisinformation, the general level of the plot and the plinth.

1.4 Bench-marksPrior to commencement of construction, the contractor shall in consultation with the Engineer-in-Charge, establish several site datum bench-marks, their number depending on the extent of thesite. The bench-marks shall be sited and constructed so as to be undisturbed throughout theperiod of construction.

1.5 Site investigationThe Engineer-in-Charge might have got the soil investigation done and if so, the report will behanded over to the contractor for their scrutiny. The contractor shall however inspect the site andstudy the findings from the trial pits or bores in order to assess the problems involved in andmethods to be adopted for excavation and earthwork. The contractor shall ascertain for himself allinformation concerning the sub-soil conditions, Ground water table periods and intensity ofrainfall, flooding of the site and all data concerning excavation and earthwork. Any extra workrequired on this account, nothing will be paid extra.

1.6 Setting out the workThe contractor shall set out the works and during the progress of the building shall amend at hisown cost any errors arising from inaccurate setting out.

During the execution of the work contractor must cross check his work with the drawings. Thecontractor shall be responsible for all the errors in this connection and shall have to rectify all defects

Signature of Bidder WAPCOS LTD.-164-

TENDER NO: WAP/PMD/2017-18/20

and/or errors at his own cost, failing which the Engineer-in-Charge reserves the right to get the samerectified at the risk and cost of the contractor.

1.7 Cleaning up and handing overUpon completion of the work all the areas should be cleaned. All floors, doors, windows,surface, etc. shall be cleaned down in a manner which will render the work acceptable to theEngineer-in-Charge. All rubbish due to any reason, shall be removed daily from the site and an areaof up to ten metres on the outer boundaries of the premises will be cleaned by the contractor as apart of the contract. Upon completion of the project, the contractor shall turn over to the Engineer-in-Charge the following:

Written guarantee and certificates, Maintenance manuals, if any, and Keys.

1.8 SamplesThe contractor shall submit to the Engineer-in-Charge samples of all materials for approval and nowork shall commence before such samples are duly approved. Samples of precast concretepanels, masonry units, building insulation, finished hardware, metal window and door frames,kota stone, marble etc. and every other work requiring samples in the opinion of the Engineer-in-Charge shall be supplied to the Engineer-in-Charge, and these samples will be retained asstandards of materials and workmanship. The cost of the samples shall be borne by the contractor.

Throughout this specification, types of material may be specified by manufacturers' name inorder to establish standard of quality, price and performance and not for the purpose of limitingcompetition. Unless specifically stated otherwise, the tenderers may assume the price of approvedequivalent' except that the burden is upon the contractor to prove such equality, in writing.

1.9 TestsAll materials and methods of tests shall conform to the latest rules, regulation and/or specificationsof the following authorities where specified herein as applicable. Bureau of Indian Standards (BIS),British Standards Code of Practice (BS) in case no equivalent BIS is available.

The Engineer-in-Charge will have the option to have any of the materials tested and if the testresults show that the materials do not conform to the specifications, such materials shall berejected. A reasonable number of representative tests will be deemed to be included in the ratestendered.

1.10 Mode of MeasurementsAll measurements will be taken in accordance with IS 1200 latest issue unless otherwise specified.

Signature of Bidder WAPCOS LTD.-165-

TENDER NO: WAP/PMD/2017-18/20

CHAPTER 2: SITE DEVELOPMENT AND EARTH WORK2.0 SITE DEVELOPMENT AND EARTH WORK

2.1 GeneralThis specification deals with the clearance of the Site of Works and preparation of the same tocommence the proposed construction activities. Wherever applicable, this is deemed to include allpreliminary works like Site Clearance, General Levelling etc.

The contractor shall visit the site, inspect the same and decide for himself the nature of theground and the sub-soil to be excavated. No claim on account of extras will be entertained inconsequences of any misunderstanding or incorrect information or ignorance of the existingconditions.

2.2 Classification of SoilsThe earth shall be classified under the following categories and measured separately for eachcategory:

2.2.1 Hard dense soilGenerally any soil which requires the close application of picks or jumpers or scarifiers andrippers to loosen the same such as:

1. Stiff clay, hard shale or compact moorum requiring grafting tool and/or pick and shovel.2. Shingle and river or nallah bed boulders.3. Lime concrete, stone masonry in lime or cement mortar below ground level.4. Soft, conglomerate or soft laterite when the stone can be detached from the matrix with

picks and shovel.5. Existing WBM roads, pavements etc.

2.2.2 Ordinary/Soft/Decomposed rock (not requiring blasting)Rock or boulders, which may be quarried or split with crowbars or wedges/picks; such as limestone, sand stone, hard laterite, hard conglomerate or other soft or disintegrated rock.

2.2.3 Hard rock (requiring blasting) :Rock which is in solid beds, which can only be removed either by wedging or chiseling, shall betreated as hard rock. An isolated boulder or detached rock, measuring one cubic meter or more,shall also be treated as hard rock, if the same cannot be removed without wedging or chiseling. (Ifrequired, approved chemical may be used for loosening the materials). Blasting is totally prohibitedand will not be allowed under any circumstances.

2.2.4 Authority for classification of Soils/RocksThe classification of excavation shall be decided by the Engineer-in-Charge and his decision shall befinal and binding on the contractor.

Signature of Bidder WAPCOS LTD.-166-

TENDER NO: WAP/PMD/2017-18/20

2.2.5 BlastingBlasting shall not be permitted under any circumstances. Alternately chemicals can be used tosplit rock. The tenderer/contractor shall submit with his tender, the method which he intends toadopt for execution of the work of rock excavation. A list of specialized tools and plants to be usedfor rock excavation shall be enclosed.

2.2.6 Trimming of SlopesAll slopes shall be trimmed by hand or mechanically true to line and profile and consolidated to theEngineer-in-Charge's satisfaction. Any rock or boulders appearing on the face or likely to beunstable, shall be removed and the void thereof filled with approved material and compacted.

2.2.7 Shoring/Earth work supportThe contractor shall shore and strut the sides of excavation to the satisfaction of the Engineer-in-Charge. Should there be any slips or settlement, not withstanding the shoring, the contractorshall make good the same at his own expense, with concrete or other approved material, asdirected by the Engineer-in-Charge. Shoring shall be removed gradually side by side with backfillingto prevent any settlement and under no circumstances, until such time as the foundation concretehas hardened enough, to take any loads brought on by the removal. Under special circumstances,shoring shall be left in place, if so directed by the Engineer-in-Charge. No extra payment shall bemade for shoring. The rate for the same shall be included in the excavation items.

2.2.8 DewateringAll excavation shall be kept free from water from any source. The contractor shall provide and clearaway on completion, all drains, pumps and other equipment, for this purpose. The contractor shallbe responsible for preventing any subsidence of adjoining ground due to pumping. Dewateringwould be required to be continued till casting of ground floor (upper basement roof) slab.

Contractor shall keep site dewatered till all construction works in basement and all other areas arecompleted, including waterproofing. The dewatering (well point system) would be required to becontinued till casting of ground floor (upper basement roof) slab and as advised by the StructuralConsultant / Engineer-in-Charge. No extra amount shall be claimed by the contractor on this accountand his quoted rates shall be deemed to have been included for total dewatering.

2.2.9 Contractor to keep excavation clearShould any sand, mud, weed, rubbish or other materials be deposited on excavated area, bysandstorm, rain, flood, landslips or from any cause, whatsoever, such materials shall be removed bythe contractor at his own expense.

2.2.10 Back fillingAll materials used as fill shall be to the Engineer-in-Charge's approval and shall be well consolidatedin layers not more than 200 mm thick. Final compacting must be done just before concrete is to belaid.

All fill materials shall be compacted at a moisture content appropriate to the material being used.The compacted filling shall achieve a density, which shall not be less than 95% of the maximum dry

Signature of Bidder WAPCOS LTD.-167-

TENDER NO: WAP/PMD/2017-18/20

density obtained. Filling shall be free of any wood, organic matter or any other deleteriousmaterial.

Sand, soil, gravel etc. from the excavation may be used for backfilling of pits and trenches or formaking up levels subject to approval of the Engineer-in-Charge and subject to selection of propermaterials. The contractor shall take instructions of the Engineer-in-Charge regarding the location inwhich each type of excavated material is to be used according to its quality.

In case the excavated materials are not approved for backfilling, either totally or in part or if theirquantity falls short of the quantity required for filling, suitable materials shall be brought to site froman approved source.

2.2.11 Disposal of surplusSurplus excavated materials and all excavated materials rejected for backfilling, shall be cartedaway from the site by the Contractor.

2.3 Excavation in all Soils

Excavation and/or removal of any other material on the site, shall be carried out accurately to thelines, levels and dimensions shown in the drawings or as ordered by the Engineer-in-Charge, so as toallow proper and efficient concrete work and other work in clean and dry condition. Themethod of excavation shall be at the discretion of the Engineer-in-Charge but should the dimensionsof any excavation exceed those shown on the drawings or ordered by the Engineer-in-Charge orshould the sides collapse, the contractor shall fill such extra space with concrete or other approvedmaterial, at his own expenses.

All founding levels will be inspected by the Engineer-in-Charge and suitability for bearing of thebottom shall be determined before the concrete is placed. Records of all foundation levels shall besubmitted by the contractor to the Engineer-in-Charge.

The final 150 mm depth of excavation shall be taken out by hand unless otherwise permitted by theEngineer-in-Charge. Extra depth of excavation, if any, beyond those shown in the drawings orordered by the Engineer-in-Charge, shall be filled up with Grade 10 concrete for which paymentshall not be made to the contractor.

The contractor shall excavate any soft patches or rock outcrops below the founding level andrefill with M-10 concrete. The founding stratum shall be trimmed to required level and rammed tothe satisfaction of the Engineer-in-Charge before concrete is placed.

Foundations within any one building shall not rest on soil strata with differential bearing capacities.Strip foundations shall not be stepped along the length of the foundations. When excavating forindividual footings at different levels care shall be taken not to disturb the bearing stratum of thehigher foundations. The excavation bottom shall be watered as directed by the Engineer-in-Chargebefore the foundations are laid.

Signature of Bidder WAPCOS LTD.-168-

TENDER NO: WAP/PMD/2017-18/20

2.4 Pre-construction Anti-termite treatment

i) ChemicalsThe chemicals used for the soil treatment shall be any one or a combination of the following withconcentration shown against each in adequous emulsion:

Chemicals (EC's) ConcentrationChlorpyriphos / Landane 20% EC By weight

Chemicals are available in concentrated form in the market and concentration is indicated on thesealed containers. To achieve the percentage of concentration specified above, chemical should bediluted with water in required quantity before it is used. Graduated containers shall be used fordilution of chemical with water in the required proportion to achieve the desired percentage ofconcentration. e.g. to dilute chemical of 30% concentration add 59 parts of water to one part ofchemical to achieve 0.5% concentration.

Chemical shall be brought to site of work in sealed original containers. The material shall bebrought in at a time in adequate quantity to suffice for the whole or at least a fortnight's work.The materials shall be kept in the joint custody of the contractor and the Engineer-in-Charge. Theempties shall not be removed from the site of work, till the relevant item of work has beencompleted and permission obtained from Engineer-in-Charge.

Hand operated pressure pump shall be used to carry out spraying operations to facilitate properpenetration of chemicals in the earth. To have proper check for uniform spraying of chemical,graduated containers shall be used. Proper check should be kept that the specified quantity ofchemical is used for the required area during the operation.

ii) Time of applicationSoil treatment should start when foundation trenches and pits are ready to take mass concrete infoundations. Laying of mass concrete should start when the chemical emulsion has been absorbedby the soil and the surface is quite dry. Treatment should not be carried out when it is raining orsoil is wet with rain or sub-soil water. The foregoing applies also in the case of treatment tothe filled earth surface with the plinth before laying the sub grade for the floor.

The treated soil barrier shall not be disturbed after they are formed. If by chance, treated soilbarriers are disturbed, immediate steps shall be taken to restore the continuity and completenessof the barrier system.

iii) Treatment for basement & foundationThe bottom surface and sides at the excavation made shall be treated with the chemical emulsionmentioned above at 5 litre per sqm of surface area.

iv) Treatment to backfill earthAfter the retaining walls of the basement come up, the back fill in immediate contact with thefoundation structure shall be treated with the chemical emulsion at the rate of 7.5 Ltrs. per Sq.m. of

Signature of Bidder WAPCOS LTD.-169-

TENDER NO: WAP/PMD/2017-18/20

the vertical surface of the sub-structure for each side. The earth is usually returned in layers andthe treatment shall be carried out in similar stages. The chemical emulsion shall be directedtowards the concrete surface of the columns and walls so that the earth in contact with thesesurface is well treated with the chemical.

v) Treatment of top surface of plinth / basement fillingThe top surface of the consolidated earth within the walls shall be treated with the chemicalemulsion at the rate of 5 Ltrs. per sq.m. of the surface before the sand bed or sub-grade is laid. If thefilled earth has been well rammed and the surface does not allow the emulsion to seepthrough, holes up to 50 to 75 mm deep at 150 mm centres both ways may be made with 12 mm diaMS rod on the surface to facilitate absorption of the emulsion.

vi) Treatment at junction of walls and floorSpecial care shall be taken to establish continuity of the vertical chemical barrier on innerwallsurfaces from the ground level (where it has stopped with the treatment described in (iv)above up to the level of the filled earth surface. To achieve this, a small channel 3 x 3 cm shall bemade at all the junctions of wall and columns with the floor (before laying the subgrade) and rodholes to be made in the channel up to the ground level 15 cm. apart and the rod moved back wardand forward to break up the earth and chemical emulsion poured along the channel at the rate of7.5 Ltrs. per Sq.m. of the vertical wall or column surface of the sub structure so as to soak the soilright to the bottom. The soil should be tamped back in to place after this operation.

vii) Treatment to soil along external perimeter of buildingAfter the building is complete, the earth along the external perimeter of the building should beroded at intervals of 15 cm. and to a depth of 30 cm. The rods should be moved back ward andforward parallel to the wall to break up the earth and chemical emulsion poured along the wall atthe rate of 7.5 Ltrs. per Sq.m. of vertical surfaces. After the treatment, the earth should betamped back in to place. Should the earth outside the building be graded on completion ofbuilding, this treatment should be carried out on the completion of such grading. In the event offilling being more than 30 cm. the external perimeter treatment shall extend to the full depth offilling up to the ground level so as to ensure continuity of the chemical barrier.

viii) Treatment for walls retaining soil above floor levelRetaining walls like the basement walls or outer walls above the floor level retaining soil need to beprotected by providing chemical barrier by treatment of retained soil in the immediate vicinity of thewall, so as to prevent entry of termites through the voids in masonry, cracks and crevices etc. abovethe floor level. The soil retained by the walls shall be treated at the rate of 7.5 Ltrs. Per sq.m. of thevertical surface so as to effect a continuous outer chemical barrier in continuation of the one formedunder (iii).

ix) Treatment of soil surrounding pipes, wastes and conduitsWhen pipes, wastes and conduits enter the soil inside the area of the foundation, the soilsurrounding the point of entry must be loosened around each such pipe waste or conduits for adistance of 15 cm. and up to a depth of 7.5 cm before the treatment is commenced. When they

Signature of Bidder WAPCOS LTD.-170-

TENDER NO: WAP/PMD/2017-18/20

enter the soil external to the foundations, they shall be similarly treated unless they stand clear ofthe walls of the building by about 7.5 cm. for a distance of over 30 cm.

x) Treatment for expansion jointsExpansion joints at ground floor level are one of the biggest hazards for termite infestation. The soilbeneath these joints should receive special attention when the treatment under (V) is carried out.This treatment should be supplemented by treating through the expansion joint after the sub-grade has been laid, at the rate of 2 Litre per linear metre.

xi) Safety precautionsAll chemicals used for anti termite treatment are poisonous and hazardous to health. Thesechemicals can have an adverse effect upon health when absorbed through the skin, in haled asvapours or spray mists or swallowed. Person using or handling these chemicals should bewarned of these dangers and advised that absorption through the skin is the most likely source ofaccidental poisoning. They should be cautioned to observe carefully the safety precautions givenbelow:These chemicals are usually brought to site in the form of emulsifiable concentrates. The containersshould be clearly labelled and should be stored carefully so that children and pet cannot get atthem. They should be kept securely closed.

Particular care should be taken to prevent skin contact with concentrates. Prolonged exposure todilute emulsions should also be avoided. Workers should wear clean clothing and should washthoroughly with soap and water, especially before eating and smoking. In the event of severecontamination, clothing should be removed at once and the skin washed with soap and water. Ifchemicals splash in to the eyes they shall be flushed with plenty of soap and water and immediatemedical attention should be sought.

The concentrates are oil solutions and present a fire hazard owing to the use of petroleum solvents.Flames should not be allowed during mixing.

Care should be taken in the application of chemicals to see that they are not allowed to contaminatewells or springs, which serve as sources of drinking water.

xii) Spraying equipmentA pressure pump shall be used to carry out spraying operations to facilitate proper penetration ofchemicals in to the earth.

Signature of Bidder WAPCOS LTD.-171-

TENDER NO: WAP/PMD/2017-18/20

CHAPTER 3: CONCRETE (PLAIN AND REINFORCED)

3.0 CONCRETE WORKS (PLAIN AND RCC)

3.1 All concrete included in the works shall comply with the General requirements of thissection of the specification except where those requirements are modified by the provisions of laterClauses relating to specialized uses for concrete in which case the requirements of those Clausesshall take precedence.

3.2 Quality Assurance Plans and Supervision :A competent person shall be employed full time whose first duty will be to supervise all stages inthe preparation and placing of the concrete. All test on materials, the making and testing of cubesand the maintenance and calibration of all mixing and measuring plant shall be carried out under hisdirect supervision in the presence of the Engineer-in-Charge. Contractor shall set up a laboratorywith all testing arrangement at site. On award of the work contractor shall submit their qualityassurance plans, complete methodology, list of testing equipment & sequence of construction forall activities.

3.3 Materials

a) CementCement shall in general comply the following specifications :-

i) TypesThe cement used shall be ordinary portland cement conforming to IS 8112 (Latest revision) ofgrade 43 for all works except where specifically mentioned in the Drawings, Bill of Quantities,and/or directed by the Engineer-in-Charge.

All cement shall be fresh when delivered. Cement shall be delivered in sound and properly securedbags or other packages ready for immediate use and shall be used direct from the bag. Thecontractor shall maintain for Engineer-in-Charge' inspection a record of receipts and consumptionof cement indicating the source, the age and the date of receipt of cement. Cement containinglumps which cannot be broken by a light touch of fingers shall not be used in the works.Admixtures shall not be used without written consent of the Engineer-in-Charge.

ii) SourcesCement shall be obtained from sources, which are approved by the Engineer-in-Charge. Makesand sources of cement shall not be varied from those used for trial mixes; should a change beunavoidable the contractor shall submit his proposals for the prior approval of the Engineer-in-Charge and then carry out new trial mixes unless otherwise directed by the Engineer-in-Charge.Cement of different kinds shall not be mixed at any stage.

Signature of Bidder WAPCOS LTD.-172-

TENDER NO: WAP/PMD/2017-18/20

iii) Manufacturers' Test Certificates for CementThe Contractor shall request the cement manufacturer to forward to his site office the Certificateof conformity in accordance with IS. 269 (Latest Revision), and he shall cause a copy to be suppliedto the Engineer-in-Charge within 48 hours of the arrival of the certificate, which shall not belater than 14 days from the day of delivery of the relevant consignment. The test certificate shallbe related to the date of delivery at site of consignment. The frequency of deliveries shall besuch as to ensure that no cement is more than 3 months old when used in the works.

iv) Samples of CementSamples of cement to be used in the works shall be deposited with the Engineer-in-Charge for hisapproval together with a certificate stating the name and address of the Manufacturer, the nameand address of the supplier from whom it was purchased. The Engineer-in-Charge may from time totime take samples of the cement being used in the works for testing.

v) Storage of CementThe contractor shall provide a proper separate weatherproof store building with raised floor forcement storage on the site and shall at all times protect the cement from damp or any otherdeleterious influences. Each consignment of cement shall be kept separately and the contractor shallbe careful to ensure the consignments are used in the order in which they are received.

Incase cement gets affected from damp or any other deleterious influence, such cement shall not beused for construction work.

b) Aggregatesi) Materials used as aggregates shall be obtained from a source known to produce aggregatessatisfactory for concrete and shall be chemically inert, strong, hard, durable, of limited porosityand free from adherings, coating, clay lumps, coal residues and organic or other impurities thatmay cause corrosion of reinforcement or may impair the strength or durability of the concrete.Aggregates shall be tested in accordance with the requirements of IS. 383 or IS. 515 and theresults of such tests shall be as hereinafter specified, the percentages being by weight unless thecontext indicates otherwise.

ii) Fine aggregates shall be natural sand or sand derived by crushing material like gravel orstone and shall be free from coagulated lumps. Sand derived from stone unsuitable for coarseaggregates shall not be used as fine aggregates. The caustic soda test for organic impurities shallshow a colour not deeper than that of the Standard solution. The amount of fine particles asascertained by the Laboratory Sedimentation test shall not exceed 10% for crushed stones. Thesettling test for natural sand or crushed stone shall be made, and after being allowed to set in forthree hours the thickness of the layer of silt deposited on the coarser material shall not exceed 8%.

The grading of a natural sand or crushed stone i.e. fine aggregates shall be such that not more than 5(five) percent shall exceed 5 mm in size, not more than 10% shall pass IS sieve No. 150 not less than45% or more than 85% shall pass IS sieve No. 1.18 mm and not less than 25% or more than 60% shallpass IS Sieve No. 600 micron.

Signature of Bidder WAPCOS LTD.-173-

TENDER NO: WAP/PMD/2017-18/20

Only washed sand of quality and grading specified herein above shall be used. Admixture of sandobtained by crushing natural stone may be permitted by the Engineer-in-Charge, provided themixture satisfies the requirements for the fine aggregates here in above specified. But not morethan one part of the sand obtained by crushing natural stone may be added to two parts of washedsand.

iii) Coarse AggregateCoarse Aggregates shall be crushed stone. The pieces shall be angular, rounded in shape and shallhave granular or crystalline or smooth (but not glossy) non-powdery surface. Fragile, flaky andlaminated pieces, and mica shall not be present.

The "Aggregates Crushing Value" shall not exceed 45%. The amount of fine particles occurring in afree state or as a loose adherent shall not exceed 1%. When determined by the laboratorysedimentation test, after twenty four hours immersion in water. A previously dried sample of thecoarse aggregates shall not have gained in weight more than 5%.

Size of coarse aggregate shall be maintained within tolerance limit of 2.5%.

The grading of coarse aggregate shall be such that not more than 5% shall be larger than 20 mm andnot more 10% shall be smaller than 5 mm and not less than 25% or more than 55% shall besmaller than 10 mm.

Maximum nominal size of coarse aggregate shall be of 20 mm unless otherwise noted. The grading ofcoarse aggregate of nominal size of 40 mm shall be such that not more than 5% shall be larger than40 mm and not more than 5% shall be smaller than 5 mm and not less than 10% or more than 35%shall be of 10 mm size.Aggregate (Fine and Coarse) shall be thoroughly washed with clean water if so directed by theEngineer-in-Charge.

Fragile, flaky and laminated pieces, and mica shall not be present. Aggregate should be free fromfine holes and stone should not be weathered.

3.4 Steel ReinforcementThe reinforcement steel shall in general comply the following specifications, these specificationsshall also be binding on the contractor incase reinforcement steel is supplied by the Owner /Engineer-in-Charge.

TypeSteel for bar and fabric reinforcement shall conform to mild steel of tested quality conforming to IS.432 (Latest), or high yield strength deformed bar conforming to IS. 1786 or 1139 (Latest) asspecified in the drawings. The steel shall be kept clean and free from pitting, loose rust, millscale, oil, grease, earth, paint or any material which may impair the bond between the concreteand the reinforcement or which may cause corrosion of the reinforcement or deterioration of theconcrete. Fabric reinforcement (IRC weld mesh or equivalent) shall be delivered to site in flatsheets only.

Signature of Bidder WAPCOS LTD.-174-

TENDER NO: WAP/PMD/2017-18/20

Storage of ReinforcementBefore and after bending, reinforcement shall be stored on raised racks in separate lots by sizeand type and protected from damage, contamination and the effects of the weather. For thepurposes of identification each lot shall be marked plainly and securely by approved methods.

FabricationFabrication shall be accurately done to the dimensions, spacing and minimum cover as perstructural drawings. Spacers shall be of cement mortar (1:2) cubes however shall not be leanerthan the approved design mix. Steel chairs, spacer bars shall be used in order to ensure accuratepositioning of reinforcement. All joints in steel reinforcement shall be overlapped. The length ofover lap for tension and compression joints in mild steel reinforcement above 16 mm diameter maybe welded if permitted by the Engineer-in-Charge in writing.

Welded LapsWherever specified, welded laps shall be provided and paid for separately unless specificallyincluded in the item of work. No payment shall be made to the contractor for welding as perEngineer-in-Charge requirements, if the same is necessitated due to the reasons attributable to theContractor. The welding of bars shall be carried out as per IS: 2751-1979, IS:9417-1979. Before doingwelding of bars at site, the contractor shall make minimum 3 joints and get them tested in anapproved laboratory at his own cost. The following precautions shall be taken:

If the cold twisted deformed bar has an untwisted end at lapping point, then this portion shall be cutoff prior to welding.Bars shall be free from rust at joints to be welded.Bars shall be aligned and kept in proper axis in order to minimize crookedness in bar afterwelding.

3.5 Water

TypeWater for mixing concrete shall be clean and free from harmful material and comply with therequirements of Clause 5.4 of IS:456:latest.

Water shall be only from sources / bore wells approved by the Engineer-in-Charge, and shall beused in a manner as directed by the Engineer-in-Charge.

Testing of WaterPrior to the commencement of the works, or whenever there is a change in the source of supply orwhen directed by the Engineer-in-Charge, the contractor shall arrange for samples of water, formixing concrete, to be submitted to an independent Government authorised testing laboratory,acceptable to the Engineer-in-Charge for tests to determine that the water complies with thisspecification and is satisfaction in all other respects for the manufacture of high quality concrete.

Signature of Bidder WAPCOS LTD.-175-

TENDER NO: WAP/PMD/2017-18/20

3.6 Grades and Strength Requirements of Concrete

GeneralConcrete shall consist of the material described under previous sections, using separate coarseand fine aggregate in an appropriate combination determined in the course of the preparation ofmix design described hereinafter. The overall grading shall be such as to produce a concrete of thespecified quality, which will work readily in to position without segregation and without the use ofexcessive water. In the case of mass concrete or blinding concrete specified by nominal mix the useof "all-in" (20 mm and down) aggregate may be approved by the Engineer-in-Charge. No additionof water shall be made at site. It shall be a homogeneous mix before use at site.

SlumpOnly specified quantity of water shall be added to the cement and aggregate during mixingtoproduce concrete having a sufficient workability to enable it to be well consolidated, to beworked in to the corners of the shuttering and around the reinforcement to give the specifiedsurface finish, and to have the specified strength. Water cement ratio shall be maintained as per IS.456-(latest) unless specified otherwise. When a suitable amount of water has been determined, theresulting consistency shall be maintained through out the corresponding parts of the work and testsshall be conducted to ensure the maintenance of this consistency according to the standard methodof test for consistencies of concrete (slump test) as below:

Description of work Maximum slump in mm.Beams and slabs 25 to 75 mmColumns & Walls 50 to 100 mmSlabs & Staircase upto 25 mmFootings upto 25 mm

Incase of pumpable concrete the slump & workability required for pumping the concrete shall beachieved by the contractor at his own cost. Nothing extra shall be paid for use of extra cement and /or plasticisers.

Concrete GradesGrade of concrete used in the works shall be shown on the drawings or as directed by the ProjectManager. Minimum cement contents shall be as per IS 456- (latest) or specified otherwise. Thegrade of concrete to be adopted in the construction shall be as follows:-

a) For mud mat, lean concrete , mass filling the concrete mix will be nominal mix concrete of1:5:10 , 1:4:8 , 1: 3:6 ( Cement : Coarse sand : 20mm Down aggregates ) grade as specified in theconstruction drawings These mixes may be prepared using mechanical mixer .

b) For all RC.C work concrete used will be controlled concrete with grade of concrete M15or more as per construction drawings. The cement contents in the mix design shall not be lesserthan as indicated in the table below. The water cement ratio and other parameters shall bestrictly adhered to as per the table below:

Signature of Bidder WAPCOS LTD.-176-

TENDER NO: WAP/PMD/2017-18/20

GradeMin. cement

Water Cement RatioCompressive Strength (Kg/Sq.cm.)

7 days 28 daysKg/Cum.(*) Field Test

M - 10 170 0.6 70 100M - 15 240 0.6 105 150M - 20 320 0.55 140 200M - 25 350 0.50 175 250M - 30 400 0.45 210 300M - 35 450 0.45 245 350

*Note:- the actual requirements of cement contents are likely to be more than the minimumindicated. The limit has been fixed strictly from the concrete durability point of view.

Approved admixtures may be used strictly as per IS 456-(latest) and nothing extra will be paid for theuse of the same. Admixture used should not impair durability of concrete nor combine withconstituents to form harmful compounds nor increase the risk of corrosion of reinforcement.Dosages of retarders , plasticisers and supertplasticisers if used shall not exceed 0.5 , 1.0 and 2.0percent respectively by weight of cementitious materials.

MIX DESIGNAs the guarantor of quality of concrete used in the construction, contractor shall carryout mixdesign and the mix so designed shall be approved by the Engineer-in-Charge, however approvalby Engineer-in-Charge shall not relive the contractor from his responsibility towards quality &sufficiency of design mixes. The mix shall be designed to produce the grade of concrete havingworkability and a characteristic strength as indicated in the drawings. The target mean strength ofconcrete mix should be equal to the characteristic strength plus 1.65 times the standard deviationas indicted below.

GRADE OF CONCRETE STANDARD DEVIATION (N/Sq mm)M10, M15 3.5M20, M25 4.0M30, M35 5.0

Mix design shall be carried out as per SP-23 (Hand book concrete mixes) Proportion / Type ofaggregates shall be made by trial in such a way so as to obtain dense possible concrete with requiredworkability. All ingredients of concrete should be used by mass only. Contractor shall carry out themix design and get it tested from the laboratory / Institution as per the instructions of Engineer-in-Charge. Test report shall indicate

1. Workability Test of fresh concrete

2. Analysis of fresh concrete

3. Final setting time

4. Strength Test < 7 days

Signature of Bidder WAPCOS LTD.-177-

TENDER NO: WAP/PMD/2017-18/20

8 days

5. Cement Type

6. Grades of aggregate and their specific gravity.

7. 28 days strength results

8. Quantity of water

9. Quantity and make /grade of chemicaladmixture, if required

No substitutions in materials used on the work or alterations in the established proportions be madewithout additional test to show that the quality and strength of concrete are satisfactory. Design mixshall not be converted into volume mix under any circumstances.

3.7 Batching and MixingOnly controlled design mix will be used for concrete with strength more or equal to M15.Volume batching may be allowed (using mechanical mixers) for mixes up to M10 , for these leanermixes mass volume relationship shall be checked frequently to ensure specified grading ismaintained.

For the production of controlled concrete contractor shall set up, on site, automatic microchipcontrolled batching plant of capacity 10Cum/Hr or more, complete with silos / stock piles forcement and aggregates and D.G sets to be provided to have uninterrupted supply of concrete. Thebatching plant shall be tested and calibrated as per manufacturers manual and to the satisfaction ofEngineer-in-Charge, before starting the production of concrete, to provide uniform & consistentcement concrete mix conforming to approved mix design Batching / Mixing plant shall conform tothe requirements of IS 4925 & 4926. Batching plant shall have facilities for presetting thequantities to be weighed with automatic cut off when the same is achieved and also shall beequipped with sensors to control water ratio as per moisture contents of aggregates. Printedreports of all the components of all the batches of concrete as separated by on line computer ofbatching plant, shall be presented to Engineer-in-Charge for his approval and records. Cube samplesfrom each batch shall be taken as per the requirement of IS 456-(latest), in the presence of Engineer-in-Charge. Cubes shall be tested to record 7days & 28Days cube strength. Contractor shall beresponsible for the quality of concrete which will be indicated as per the cube strength results atthe end of 7days & 28days. However 28days strength results will be treated as final.

Contractor shall make his own trial mixes for different grade and submit the report of the finaldesign mix to be adopted for different grades to Engineer-in-Charge for his approval and records(Contractor shall take in cognisance while designing concrete mixes, time required for transportingand placing the cement concrete mix at final position ). Contractor shall specify along its bid thetype and make of the proposed batching plant with brief specifications.

The accuracy of the measuring equipment should be within plus or minus 2% of the quantity ofcement being measured and within plus or minus 3% of the quantity of aggregate , water , admixturebeing measured. All measuring equipment should be maintained in a clean, serviceable condition.

Signature of Bidder WAPCOS LTD.-178-

TENDER NO: WAP/PMD/2017-18/20

Mixing with mechanical mixer (for M15 or richer) will only be permitted in exceptional circumstancesand then with the specific arrangement of the Engineer-in-Charge. No water shall be added to mixedconcrete other than the quantity of water allowed for in the mix design and incorporated inbatching..

Concrete or mortar which has commenced to set shall not be remixed with additional water and inno circumstances shall such concrete or mortar be used in the work.

3.8 Concrete Admixtures & PlastisizersAdmixtures are materials added to the concrete before or during mixing with a view to modifyone or more properties of concrete in plastic or hardened state. Concrete admixtures are proprietaryitems of manufacturers and shall be obtained from established manufacturers having proven trackrecord, with Engineer-in-Charge approval.

3.9 Transporting ConcreteFrom batching plant concrete to the location of proposed construction shall be transported throughtransit mixers or concrete pumps only . Contractor shall specify the make & type and number oftransit mixers to be deployed along with concrete pumps with their make , capacity .

The path to be used by transit mixers will be strictly as per the instructions of Engineer-in-Charge.From the transit mixers concrete shall be transported to the final floor level / position throughpumping or builders hoist only .Concrete and mortar shall be transported speedily and deposited inits place in the works without contamination, loss of ingredients or segregation.. Buckets ofbuilders hoist shall be large enough to contain an integral number of batches .No concrete shall beplaced in the works until the contractors' proposed method of transporting concrete have beenapproved. When concrete is conveyed in chutes from transit mixers , the equipment shall be ofsuch size and design as to ensure a continuous flow in the chute. The chute shall be of metal ormetal lined, and if two or more lengths are used they all shall have approximately the same slope. Ifthe distance of the discharge end of the chute above the surface of the concrete is more than 1metre, a spout or "elephant trunk" shall be used and the lower end positioned as near to thesurface of deposit as practicable. The chute or "elephant trunk" shall be thoroughly cleaned beforeand after each run. The debris and any water shall be discharged outside the forms.

3.10 Concrete placementGeneral

Concrete, when deposited, shall have a temperature of not less than 5oC (41oF) and not more than

32oC (90oF).

The concrete shall be placed in the positions and sequences indicated on the drawings, in thisspecification and/or as directed by the Engineer-in-Charge in writing.

Contractor shall give adequate notice to the Engineer-in-Charge of his intention to concrete anysection of the works.

Signature of Bidder WAPCOS LTD.-179-

TENDER NO: WAP/PMD/2017-18/20

Except where otherwise directed, concrete shall not be placed unless the representative of theEngineer-in-Charge is present and has previously examined and approved the positioning, fixing andcondition of the reinforcement or any other items to be embedded and the cleanliness, positioningand suitability of the concreting surface.

The concrete shall be deposited as nearly as possible in its final position. It shall be placed in sucha manner as to avoid segregation of the concrete and displacement of the reinforcement, otherembedded items, or formwork. It shall be brought up in horizontal layers not exceeding 450 mm incompacted thickness unless otherwise authorised or directed by Engineer-in-Charge. Concrete shallnot be placed simultaneously on each side of large horizontal specified or approved constructionjoints.

Shutters for walls or thin sections of considerable height shall be provided with openings orother devices that will facilitate the cleaning of the accumulation of hardened concrete on theshutters or on the metal reinforcement above the level of the concrete and the removal of concretein the case of segregations.

Placing concrete in cold weatherNo concrete shall be mixed or placed while the ambient temperature is above 40 degree C. on arising thermometer or below 5 degree C. on a falling thermometer. The contractor shall supply anaccurate maximum and minimum thermometer and hang it in an approved position on the works.Aggregates that have been exposed to frost shall not be used until completely thawed. Concreteshall be maintained by approved means at a temperature of not less than 4 degree C. duringplacing, and for a period of three days thereafter. All concrete placed during cold weather or when afrost is predicated or is likely to occur or occurs contrary to expectation, shall be protected fromfreezing by approved means.

Placing of concrete in wet weatherConcrete shall not be mixed and or placed in rainy weather or when there is likelihood ofimpending heavy showers. If it becomes necessary to place concrete during rainy weather, thecontractor shall provide adequate protection by means of tarpaulin or similar other water proofmaterial to immediately cover fresh concrete to prevent rain falling over it. This protection shall beleft on the concrete for a period of 24 hours after placing of concrete.

3.11 Concrete placement under waterConcrete placed under water shall be deposited through a tremmie pipe the diameter of whichshall be atleast 8 times the size of the largest aggregate used in the concrete mix.

The construction of and the method of handling the tremmie pipes shall be approved by theEngineer-in-Charge. The pipes shall be waterproof and sufficiently strong to withstand severehandling conditions and any joints must be sealed with adequate gaskets.

At the commencement of tremmie work the bottom of the pipe shall be sealed before being loweredin to position. The seal shall only be broken by the concrete being placed. The concrete placed in

Signature of Bidder WAPCOS LTD.-180-

TENDER NO: WAP/PMD/2017-18/20

contact with a horizontal construction joint shall have a lower proportion of coarse aggregate anda higher proportion of cement than the remainder of the concrete. The proportion shall be agreedwith the Engineer-in-Charge's Representative.

All underwater concrete shall be placed in still water within a cofferdam or formwork which shallextend above water level.

The proportions of the mixes shall be agreed in accordance with the strength and workabilityrequired by the specification. To allow for losses an addition of 10% of cement shall be added tomixes of concrete scheduled to be placed under water.

3.12 Maintenance of Plant and EquipmentThe contractor shall keep Bathing Plant , weight batching machines, mixing machines, compressors,vibrators and other plant and equipment for concrete and mortar work clean, well maintained andadjusted and where appropriate, shall check the accuracy of the measuring devices at regularintervals, all to the approval of the Engineer-in-Charge's Representative. Mixer blades shall bereplaced when worn down by 20 mm.

3.13 Night WorkConcrete shall not be mixed, placed, compacted or finished during the hours of darkness, exceptwhere necessary to complete a pour. However, concreting in darkness for these exceptions shall beonly after obtaining the express permission in writing from the Architect/Engineer-in-Charge'srepresentative and in his presence only.

3.14 Compacting ConcreteThe concrete shall be fully compacted through out the full extent of the layer. It shall bethoroughly worked against the moulds, and around any reinforcement and other embedded itemswithout displacing them, and in to corners of the moulds. Successive layers of the same lift shall bethoroughly worked together adjacent to the common face. The date of laying concrete shall bemarked for curing and removal of form work.

Immersion vibrators shall be of approved type and shall have frequency of not less than 10000oscillations per minute. They shall penetrate the full depth of the concrete to be vibrated and beimmersed at sufficiency close spacing so that the whole volume of the concrete is satisfactorilyand uniformly compacted.

Where the underlying layer is of fresh concrete, immersion vibrators shall also penetrate thatlayer to ensure homogeneity. Immersion vibrators shall be withdrawn slowly to prevent formation ofvoids. Vibrators shall not be used to work the concrete along the moulds or in such a way as todamage shuttering or other parts of the structure or to displace the reinforcement or otherembedded items. Immersion vibrators shall only be operated by those who have received properinstruction and training in their use.

External vibrators shall be of approved type and shall have a frequency of not less than 3000oscillations per minute. They shall be securely and rigidly clamped to the shuttering. External

Signature of Bidder WAPCOS LTD.-181-

TENDER NO: WAP/PMD/2017-18/20

vibrators shall only be used on shuttering which is strong enough to withstand the vibration withoutdisplacement, distortion or other damage.

The contractor shall ensure that sufficient standby vibrators and ancillary equipment are availableduring concreting operations.

3.15 Quality Controli) In order to ensure that the quality of materials and the mix proportions are suitable for theparticular grade of concrete required are so maintained, sampling and testing shall be carried outregularly during the course or the works.

ii) As frequently as the Engineer-in-Charge's representative may require and in any case at least oncea day while concreting is in progress, the contractor shall sample and carry out a determination ofthe moisture content and a mechanical analysis of the fine aggregate and each nominal size ofcoarse aggregate shall lie within the respective limits specified. The surface moisture test ofaggregates should be carried out a number of times during the day and necessary adjustments inthe water content of the concrete mix should be made.

iii) Workability testing shall be carried out in accordance with IS:456. The results shall lie withinthe range upon which the accepted mix design is based. Testing shall be carried out at such afrequency that the required workability is consistently achieved.

iv) Samples of concrete shall be taken at random in accordance with IS: 516 at the time and place ofdeposition of the concrete.

v) Notwithstanding the foregoing, additional samples shall be taken by the contractor when directedby the Engineer-in-Charge. The test cube procedure shall be in accordance with IS:516 throughout.

vi) Compliance with the specified characteristic strength shall be assumed if: Each of the six cubes in a group has a test strength not less than the characteristic

strength or, Not more than one cube has a test strength less than the specified characteristic

strength but not less than 85% of the specified characteristic strength and theaverage strength of the group of four test results is not less than the specifiedcharacteristic strength plus the standard deviation of the group.

3.16 Cube TestsAcceptance of concrete is based on the 28th day results. However, the contractor shall establish arelation ship between 7 days and 28 days strengths by carrying out 7 days tests at the time ofperforming the laboratory testing and from subsequent quality control testing. This relation shipshall be used in interpreting any further test results to predict the probable value of thecorresponding 28 days cube strengths. The contractor shall without delay advise the Engineer-

Signature of Bidder WAPCOS LTD.-182-

TENDER NO: WAP/PMD/2017-18/20

in-Charge of any sample that appears likely to fail to meet the specification and the contractorshall take any necessary action to minimize the effect of such failure.

3.17 Acceptance CriteriaThe general Acceptance Criteria of any and all of the concrete work shall be as per the relevantClauses of IS. 456.

If any of the works tests are not up to the standard, the Engineer-in-Charge shall have the power tostop the work until the reason is investigated and steps taken to prevent further low results. Thecontractor shall not be entitled to any claims on account of such delays. Any concrete carried outfrom the batch that is afterwards found to be faulty, will be liable for rejection and if so directed, thecontractor shall at his own expenses dismantle and replace the defective work and any work builtthereon or shall take such other measures as may be deemed necessary by the Engineer-in-Charge.At the discretion of the Engineer-in-Charge, the contractor may be allowed to prove by means of aload test to be carried out at his own expense, that the concrete is capable of safely withstanding theloads as specified in the test.

3.18 Construction jointsConstruction joints shall be provided in the position described on the drawings or elsewhere andwhere not so described on the drawings or else shall be in accordance with the following: -

a) A joint shall be formed horizontally at the top of a foundation and 75 mm below thelowest soffit of the beams meeting at the head of a column.

b) A joint shall be formed in the rib of a large tee beam and all beams 25 mm below thesoffit of the slab.

c) Concrete in a haunch or a splay on beam or a brace, and in the head of a column where oneor more beams meet, shall be placed without a joint at the same time as that in the beam orbeams or brace.

d) Concrete in the splay at the junction of a wall and slab shall be placed throughoutwithout a joint, but if the provisions of a joint is unavoidable, the joint shall be vertical andthe middle of a span.

e) A joint in a slab shall be vertical and parallel to the principal reinforcement, where it isunavoidable, at the right angles to the principal reinforcement, the joint shall be vertical andat the middle of the span.

f) Expansion joints, hinges or other permanent structural joints shall be provided in thepositions and of the form described in the drawings or elsewhere. Before placing newconcrete against concrete that has already hardened the face of old concrete shall becleaned and roughened and scrubbed and loose aggregate removed from the form.Immediately before placing the new concrete the face shall be thoroughly wetted and a

Signature of Bidder WAPCOS LTD.-183-

TENDER NO: WAP/PMD/2017-18/20

coating of neat cement grout applied thereto. The new concrete shall be well rammedagainst the prepared face before the grout sets.

3.19 Form Work and scaffolding / StagingForm work to the fresh concrete shall be sufficiently rigid and shall be such as to prevent loss ofslurry from the concrete and details and design of the form work shall conform to IS 14687. Thetolerances on the shape , lines and dimensions shall be as per CL. 11 of IS 456 –2000.

All staging and scaffolding work shall comprise of MS .Pipes / Structural steel sections withnecessary coupling arrangement. (NO WOODEN BALLIES / PROPS WILL BE PERMITTED).Adequate size foundation blocks / base plates shall be provide below staging members to dispersethe loads as per the founding strata.

Form work constructioni) The contractor should submit detailed drawing of the centering & shuttering and get the same

approved from the Engineer-in-Charge before laying concrete also he should get thecentering shuttering approved in writing before start of concreting. The concreting shouldbe done in the scientific and methodical manner so as to give a uniform finish in line andlevel, so that minimum rendering or plastering is done. The work found defective, shouldbe dismantled & redone and site cleared.

ii) Form work shall be so constructed that concrete can be properly placed and thoroughlycompacted. Form work shall be firmly supported and adequately strutted, braced or tied tomaintain position and size . Forms shall have sufficient strength and rigidity to with stand theweight of wet concrete and necessary pressure due to ramming and vibration of concreteand movement of men material and other loads without excessive deflection from prescribedlimits. It shall be capable of adjustment to the lines , levels and dimensions of the finishedconcrete.

iii) All form work shall be constructed to be rigid during the casting of concrete andconstructed so that the surfaces adjacent to the concrete are with plus minus 6 mm or therequired surfaces when supporting the concrete and sufficiently watertight to prevent loss ofliquid from the concrete, and it shall be capable of being removed without shock or vibrationto the concrete. Forms shall be cleaned with compressed air immediately before placingconcrete to remove all rubbish. The inside faces of the form work shall be treated with amould oil of type to be approved by the Engineer-in-Charge and every care shall be taken toprevent mould oil from getting on to the reinforcement.

iv) Beams boxes shall be erected with an upward camber of 6 mm for each 3 M. of span.

v) Around the periphery of the building beyond building line , staging shall be erected by thecontractor free of cost , using structural steel members duly braced to sustain all loads , with allsafety measures like netting , temporary railings / parapets , platforms etc. to provide free accessto external façade of the building at each floor level for construction and inspection. . Staging shallgrow along with the building .

Signature of Bidder WAPCOS LTD.-184-

TENDER NO: WAP/PMD/2017-18/20

Removal of Form work (Striking Time)Unless certainly specified in the drawing, or directed by the Engineer-in-Charge, the following shallbe minimum intervals of time, which should be allowed between the placing of the concrete andthe striking of the mould where ordinary portland cement is used and ambient temperature doesnot fall below 15 degree Celsius.

a) Walls, column & vertical faces 16 to 24 hours as may be decidedof all structural members by the Engineer-in-Charge.

b) Slabi) Spanning upto 4.50 m 7 daysii) Spanning over 4.50 M 14 days

Note: Soffit forms of the slab may be removed after 3 days , props to be fixed immediately afterremoval of shuttering .c) Beams and arches

i) Spanning upto 6 M 14 daysii) Spanning 6 M to 9 M 21 Daysiii) Spanning over 9 M 28 Days

Note:1. For other types of cement, the stripping time recommended for ordinary portland cementmay be suitably modified. Forms shall not be released un till the concrete has achieved a strength ofat least twice the stress to which concrete may be subjected to after removal of the form.

2. The number of props left under, their sizes and disposition shall be such as to be able tosafely carry the full dead load of the slabs, beam or arch as the case may be together with any liveload likely to occur during curing or further construction.

However, the Contractor shall delay the removal of shuttering as long as necessary in order to avoiddamaging the work. Where shuttering to soffit is removed prior to the props this is only permissibleif the design of the shuttering allows such a sequence of operations without the props being in anyway disturbed. If the shuttering and props are not independent, both must be left in place untilpropping is no longer required.

Where shuttering to sides is removed prior to the shuttering soffit, the side shuttering shall beremoved without disturbing the shuttering to the soffit.

No concrete structure shall be loaded until the concrete is at least 21 days old and only then with theapproval of the Engineer-in-Charge and subject to such conditions as may be imposed.The contractor may be required to produce evidence that the concrete has attained a strengthsufficient to support the live and dead loads to which that part of the structure may be subjected.This evidence shall consist of reports of compression tests made on job cured test cubes. The costof such tests shall be borne by the contractor. The foregoing provisions of this clause shall not relievethe Contractor of his responsibility to ensure that the stability and strength of any structure orpart of a structure is not impaired by the release of shuttering.

Signature of Bidder WAPCOS LTD.-185-

TENDER NO: WAP/PMD/2017-18/20

Proposals for form workNot less than 8 days before the contractor proposes to construct any form work his detailedproposals thereof shall be delivered to the Engineer-in-Charge. Proposals shall comprise all relevantinformation including calculations, detailed drawings, rates of placing of concrete, sequence ofplacing of concrete and details of any external vibrators which are proposed to be used.

No form work shall be constructed until the Contractors' proposals have been received and approvedby the Engineer-in-Charge.

Type of form workWrought frame work wherever used should be of film faced marine ply for a good qualityconcrete work. The frame work for the ply should not be of timber / wood and shall be of MS framework only.

Wrought form work, to all surfaces for which a smooth fair faced finish is required, shall beconstructed of purpose-made metal, water proof marine ply wood panel, hardboard lined formwork or of planed timber with edges shot so that tight joints can be formed which will prevent lossof liquid from the concrete. The use of a particular material for wrought form work shall beconsistently maintained throughout the structure. The surfaces of the form work in contact with theconcrete shall be smooth and free from all blemishes. The number of times wrought form workmay be used shall be subject to the surfaces, joints and edges being clean and undamaged.

Surfaces of concreteThe contractor shall ensure that the finished face of concrete offers a suitable keyed surface forthe application of the finishing media, e.g. plaster, sand and cement screed, etc. The contractorshall also ensure that where thin films of finished, e.g. skim coats "Snowcem", paint, etc. are tobe applied that the previous provisions regarding supporting of form work are complied with, sothat the concrete faces to be treated are left smooth, unblemished and true to line both verticallyand horizontally and require no making good before applying the finish.

Should the contractor fail however, to comply with the provision of this Clause, he shall submitdetails of his proposed method of redoing the situation to the Engineer-in-Charge and must obtainwritten consent from the Engineer-in-Charge to the proposals before continuing with any furtherwork on the affected surfaces.

Tolerances in concrete surfacesThe permissible tolerance in the surface of the hardened concrete shall not exceed the followinglimits :

Type of irregularity

Departure of member planes from position and level + 12 mmVariation in cross-sections + 6 mmSharp changes in plane + 2 mm

Signature of Bidder WAPCOS LTD.-186-

TENDER NO: WAP/PMD/2017-18/20

Departure from 3 M. template of any part of planes + 3 mm

3.20 CuringCanvass, Hessian or other approved screens shall be erected at all points where concrete is beingplaced to protect the concrete from the direct sun or from drying winds and such screens shall bekept in position until the surface of the concrete has been protected as specified in the followingClauses. The contractor shall be responsible for removing such screens and preparing surface ofconcrete .

As soon as possible after it has been placed and concrete shall be covered with Hessian or otherapproved material to protect it from the sun and all concrete surfaces shall be kept visibly wetcontinuously for 14 days after placement, the Hessian being kept in position throughout this period.Surfaces cast against forms shall also be kept moist and covered with Hessian for these periods if theform work is removed before the periods have elapsed.

The top surface of slab shall be kept flooded with water at all times till the curing period of 14 days isover. Columns, wall and beam sides and other surface shall be completely covered by gunny bagsand kept thoroughly wet continuously for the period specified for curing. The ceiling of slabs shall befrequently sprayed with water until the end of curing period.

The contractor shall ensure that all times there is an adequate supply of fresh water available forcuring the concrete.

3.21 Examinations and RepairsThe contractor shall not proceed with the surface finish or making good of concrete surfacesuntil he has received the Engineer-in-Charge's written permission to do so and he shall not applycement slurry or mortar or any other coating to the concrete surfaces as struck from theshuttering or do anything else which would hinder the proper inspection of the concrete by theEngineer-in-Charge.

Concrete which is defective, has honeycombs, or which contains defective parts shall be cut outcompletely unless the Engineer-in-Charge agrees that a repair may be satisfactorily effected. Thisagreement shall not preclude subsequent condemnation of the repaired work.

The method of repairing defective concrete which the contractor proposes to adopt shall besubmitted to the Engineer-in-Charge for his prior written agreement in each particular case.

No repairs or remedial work shall be carried out without prior inspection and instructions of theEngineer-in-Charge. (No extra shall be paid to the contractor for the repair works).

3.22 Fair face finish to concrete surfacesConcrete surfaces shall be finished smooth fair faced where indicated as such on the drawings.These areas shall be entirely free from honey combing, stains, fins, lipping, nail or screw marks,raised grain marks, air holes or any other imperfections. They shall also be of even texturethroughout. Very slight variations between member and member may be acceptable but any such

Signature of Bidder WAPCOS LTD.-187-

TENDER NO: WAP/PMD/2017-18/20

variations within a single member cannot be tolerated. The concrete faces shall not be marked withmould oil.

The form work to these areas shall be wrought form work as specified herein.

Following inspection by the Engineer-in-Charge the whole surface shall be rubbed down by hand.Any surfaces with major imperfections, i.e. greater than can be easily, completely and permanentlyobliterated by rubbing down shall be reported immediately to the Engineer-in-Charge.

Remedial work is not normally possible to the above fair faced finish surfaces and the Contractor willbe required to demolish and recast defective works.

3.23 Reinforcement FabricationBending SchedulesThe Contractor shall submit to the Engineer-in-Charge, for the Engineer-in-Charge's approval,bending schedule for all the works, not less than Ten days before the contractor intends to bend thereinforcing steel.

The Approval of the Engineer-in-Charge shall in no way absolve the contractor of his responsibilitiesunder the Contract.

Programme of reinforcement details requiredThe Contractor shall provide a programme which gives the Engineer-in-Charge at least 28 days priornotification of any reinforcement details required. The contractor shall justify the practicabilityof his programme to the Engineer-in-Charge should it seem unreasonable before the programme beregarded as valid notification. If progress on site falls behind the contractors' programme, theissue of reinforcement details may be delayed by a period corresponding to the delay inconstruction.

Bending and placing reinforcementReinforcement shall be cut and bent to the shapes and dimensions shown on the finally agreedbending schedules in accordance with the requirements of IS: 2502 and to the tolerances set outtherein.

Bending shall be carried out with an appliance which provides a continuous and uniform applicationof the bending deformation at every section of the bend. There shall be provision for the freemovement of the surface of the bar during bending and the bends shall follow the contour of theformer without peaking.

High Yield reinforcement must be bent without the application of artificial heating.

Mild steel reinforcement may be sent either hot or cold but shall not be heated to a temperature

greater than 850 C., and if heated not cooled by quenching.

Signature of Bidder WAPCOS LTD.-188-

TENDER NO: WAP/PMD/2017-18/20

Mild steel reinforcement temporary left projecting from the concrete at construction or other jointsshall not be bent out of position unless shown on the drawings or agreed by the Engineer-in-Charge.Where such bending and subsequent rebinding takes place the radius of the bend shall not be lessthan 4 bar diameters.

Reinforcement shall be fixed without forcing in the position shown on the drawings within atolerance of 5 mm or 5% of the minimum dimension of cross section, whichever be the greater andmaintained so that it is not displaced during concreting or other operations.

Horizontal bars shall be supported sufficiently to prevent displacement. This may be plastic spacers,chairs bent from steel bar, or by concrete blocks. The method and sufficiency of the support shallbe subject to the approval of the Engineer-in-Charge.Where concrete blocks are used, they shall be precast from concrete (not mortar) of the sameclass as the concrete in which they are to be embedded, except that the largest size of aggregateshall be 10 mm. Each block shall be secured to the reinforcement with wire or a clip embedded inthe centre of the block so that, it shall not be in contact with the shuttering or subsequently causerust marks on the concrete. Intersections of reinforcement shall be bound together with16 gauge annealed soft iron binding wire.

Unless otherwise noted on the drawings, no intersections of reinforcement may be fixed by weldingwithout the permission of the Engineer-in-Charge. High yield and cold worked steel shall, in nocircumstances, be welded together.

Should any difficulty arise during the placing of steel in obtaining the appropriate cover, thecontractor shall immediately draw the attention of the Engineer-in-Charge to the difficulty and shallcarryout such corrective measures as the Engineer-in-Charge may suggest.

Protection of reinforcement and concreteThe Contractor shall ensure that movement of men and material subsequent to steel fixing isorganized so that reinforcement is not thereby displaced.

Reinforcement left projecting from any concrete shall be protected so that there is no risk ofcorrosion staining to any exposed concrete surface or to any other part of the works. For thispurpose a stiff grout wash will normally be acceptable to the Engineer-in-Charge, this wash shall bewire-brushed vigorously before further concrete is placed to remove any ill- bonded material.

3.24 Precast concrete unitsPrecast concrete materials and workmanship shall be in accordance with specifications unlessindicated otherwise. Where different tolerances are indicated in this specification or on thedrawings from these in the more severe tolerances shall apply. The units shall all be cast inproperly made strong moulds to form the shapes required. For work described as "finished fair"the mould shall be lined with sheet steel or other approved material and care should be taken toensure no damage is caused to edges or surfaces when units are removed from the moulds.

Signature of Bidder WAPCOS LTD.-189-

TENDER NO: WAP/PMD/2017-18/20

The concrete shall be of the mixes given on the drawings and shall be thoroughly vibrated in themoulds.

All precast work shall be cast under cover and shall so remain for seven days and shall be kept dampin order that the units are properly matured. No units shall be lifted until 18 days have elapsedsince casting and no unit shall be erected until it has been approved by the Engineer-in-Charge asfree from defects.

No cracked units will be accepted for incorporation in the works.

All reinforced structural precast units shall have the tops clearly marked.

Un-reinforced precast units, such as sills and copings, shall be lightly reinforced as necessary tofacilitate handling.

Signature of Bidder WAPCOS LTD.-190-

TENDER NO: WAP/PMD/2017-18/20

CHAPTER 4: MASONRY WORKS

4.1 STONE MASONARY – Not Applicable4.2 SOLID CONCRETE BLOCK

4.2.1 DescriptionThis section covers the requirements for furnishing of all material and the construction of solidconcrete block masonry load bearing and filler / partition walls using the type, dimensions,arrangement and the coursing as required complete with reinforcing anchorage, mortar, jointinggrouting, pointing, and masonry accessories.

4.2.2 Application Codes and StandardsIS: 269 Ordinary and low heat portland cement.IS: 383 Aggregates, coarse and fine from natural source for concrete.IS: 456 Code of practice for plain and reinforced concrete.IS: 2185 specifications for concrete masonry units. Part - I Solid and solid concrete block.IS: 2250 Code of practice for the preparation and use of masonry mortars.

4.2.3 Products4.2.3.1 Solid Concrete masonry blocksSolid concrete masonry blocks shall be of approved make conforming to IS : 2185. The concrete mixused for blocks shall not be richer than 1 cement : 3 combined aggregate by volume before mixing.Cement used in making concrete masonry unit shall conform IS : 269 and the aggregates usedshall conform to IS : 383. All units shall be cured in curing tank / curing yard or steam cured.

A. Physical Requirementsi) GeneralAll units shall be sound and free from cracks, honey combing, broken edges and other defects.However minor chipping resulting from the customary methods of handling during delivery shall notbe deemed ground for rejection.

The face of masonry units shall be flat and rectangular, opposite faces shall be paralleled and all risesshall be square. The bedding surface shall be at right angle to the face of the blocks.

ii) TextureConcrete masonry units used in constructing exposed walls shall be of the specified surface texture,free from stains and discoloration blemished and defects which detract the desired appearance ofthe finished wall.

iii) DimensionsUnless specified otherwise the nominal dimensions of solid concrete masonry units shall be asfollows :

Length: 400mm Height: 200mm

Signature of Bidder WAPCOS LTD.-191-

TENDER NO: WAP/PMD/2017-18/20

Width: As specified in the drawings.

The maximum variation in dimension shall not be more than ± 1.5 mm in height and breadth and± 3mm in length.

iv) Special UnitsSolid concrete block masonry units shall include closer jamb, header and bond beam units andspecial shapes and sizes required to complete the work indicated.

v) Block DensityThe density of solid concrete block shall be as prescribed in Table below :-

TypeDensity of Block

kg/M3Min. Avg.

Strength of UnitsMin Strength

Individual Unitsa) Load bearing Not less than 1500 5.5 N/Sqmm 4.4 N / Sqmm

b) Non-load bearingLess than 1500 butnot less than 1000

1.5 N / Sqmm 1.2 N/Sqmm

vi) Compressive StrengthThe minimum compressive strength at 28 days being the average of 8 units, and the minimumcompressive strength at 28 days of individual units shall be as prescribed in Table above.

vii) Water AbsorptionThe water absorption, being the average of 3 units, shall not be more than 10% by mass.

viii) Drying ShrinkageThe drying shrinkage, being average of 3 units shall not exceed 0.1 percent.

ix) Moisture movementThe moisture movement of the dried blocks on immersion in water being the average of 3 units, shallnot exceed 0.09%.

B Product Handlingi) TransportationThe contractor shall be responsible for transporting solid concrete masonry units in such a mannerthat the units are adequately protected during transportation cracked, chipped, or otherwisedamaged concrete masonry units, delivered at the site shall be considered unacceptable and shall bedelivery to the site in air dry condition.

ii) Handling and storageConcrete block masonry units shall be handled, stored and protected with care in an approvedmanner to avoid any contact with moisture on the site, soiling, chipping or damage of any kind. Theyshall be stock piled in neat piles on planks or other supports free from contact with the ground andcovered to protect against wetting. Broken chipped or otherwise damaged units will be rejected andshall not be used on the works.

Signature of Bidder WAPCOS LTD.-192-

TENDER NO: WAP/PMD/2017-18/20

C TestsTests shall be conducted on samples of units selected according to the sampling productive given inD below, to ensure conforming with the physical requirement laid down in A. The cost of the testsshall be borne by the contractor.

D Samplingi) A sample of 20 blocks shall be taken from every consignment of 4000 blocks or partthereof the same size and same batch of manufacture. From these samples, the blocks shall be takenat random for conducting the tests. The sample of block shall be marked for future identification ofthe consignment it represents. The blocks shall be kept under cover and protect from extremecondition of temperature relative humidity and wind until they are required for test. The testsshall be undertaken as soon practicably after the sample has been taken.

ii) Number of TestsAll the 20 blocks shall be checked for dimension and inspected for visual defects. Out of 20blocks, 3 blocks shall be subjected to the testing for block density, 8 blocks to the test forcompressive strength, 3 blocks to the test for drying shrinkage and later to the test for moisturemovement. The remaining 3 blocks shall be reserved for retest for drying shrinkage and moisturemovement if a need arises.

E Criteria for conformityThe lot shall be considered as conforming to the requirements of the specifications if the conditionsmentioned below are satisfied.

a) The number of blocks with dimensions outside the tolerance limit and / or visual defects,among those inspected shall not be more than two.

b) For block density and compressive strength, the mean value determined shall be greater than orequal at the minimum limit specified in A (v) and (vi) respectively.

c) For drying shrinkage and moisture movement, all the test specimens shall satisfy the requirementsof the test. If one or more specimens fail to satisfy the requirements, the remaining three blocksshall be subjected to these tests. All these blocks shall satisfy the requirements.

d) For water absorption, the mean value determined shall be equal or less than the maximum asspecified.

F MarkingConcrete masonry units shall be marked for the following information. a) The identification of themanufacture.b) The grade of the unit i.e. load bearing or non-load bearing. c) The year of manufacture if required.

4.2.3.2 Mortar

Signature of Bidder WAPCOS LTD.-193-

TENDER NO: WAP/PMD/2017-18/20

Mortar shall be composed of cement and sand, unless otherwise specified. All mortar shall beprepared in accordance with IS : 2250. Solid concrete blocks shall be embedded with a mortar whichis relatively weaker than the mix used in making blocks in order to avoid the formation of cracks. Theproportions of mortar measured by volume shall be as specified.

4.2.3.3 ConcreteConcrete used for filling cells in solid concrete block masonry when reinforced shall be composed of1 part of cement : 2 ½ parts of sand and 3 parts of coarse aggregate of size ranging4.75 mm to 12.5 mm. The water cement ratio shall not exceed 0.6. When the cells exceed 10 cm inthe least side, the coarse aggregate size shall be graded between 4.75 and 20 mm and theproportion of mix shall be 1:2 ½ : 3½ for reinforcements of IS : 456 shall be complied with.

Superstructurei) First Course

The first course of concrete block masonry shall be laid with great care making sure that it is properlyaligned, leveled and plumbed. Before laying the first course, the alignment of the wall shall bemarked on the foundation, footings. The blocks for this course shall first be laid dry along a stringlighting stretched between properly located corners of the wall in order to determine the correctposition of the blocks including those of cross walls joining it and also to adjust their spacing. Whenthe blocks are set in proper position the two corner blocks shall be removed a full mortar bedspread on the footing and these blocks laid back in place truly level and plumb. The string shallthen be stretched tightly along the faces of the two corner blocks and the faces of theintermediate ones adjusted to coincide with the line. Therefore each block shall be removed and re-laid over a bed of mortar. After every 3 or 4 blocks have been laid their correct alignment, level andvertically shall be carefully checked.

ii) Horizontal JointsMortar shall be spread over the entire top surface of the block including front and rear as well as thewebs to a uniform layer of 1 cm thickness. Full mortar bedding shall be adopted for load bearingwalls but for non-load bearing walls. The mortar may be spread only over.

iii) Vertical JointsFor vertical joints, the mortar shall be applied on the vertical edges of the front and rear shells of theblocks. The mortar may be applied either on the unit already placed on the wall or aggregate sizeshall be graded between 4.75 and 20mm and the proportion of mix shall be 1:2 ½ : 3 ½ for reinforcedconcrete and 1:3:6 for unreinforced concrete. Generally, in making the concrete, the requirements ofIS : 456 shall be complied with.

4.2.3.4 Anchors and TiesThe ties for laying concrete block masonry partitions to intersecting masonry and the anchorage ofinterior walls to abutting walls and columns shall be as indicated on the drawings.

Signature of Bidder WAPCOS LTD.-194-

TENDER NO: WAP/PMD/2017-18/20

4.2.4 Execution

4.2.4.1 PreparationThe blocks shall be wetted before or during laying in the walls. In case the climatic conditionsrequire the top and the side of the blocks may only be slightly moistured so as to prevent absorptionof water from the mortar and ensure development of the required bond with the mortar. No unithaving a film of water on its surface shall be laid.

4.2.4.2 FoundationsIn foundation courses, plinth and basement walls, solid concrete blocks shall preferably be used. Ifsolid blocks are used, their solid must be filled with cement concrete 1:3:6 ( 1 cement : 3 sand : 6gravel or crushed stone 5 to 20mm size). In special cases, the solids may be left unfilled if soapproved by the NPCC.

In damp soils the foundation and basement masonry shall be laid in richer mortar as directed by theNPCC.

i) Masonry shall not be spread so much ahead of the actual laying of the units that it tends tostiffen and loss its plasticity, thereby resulting on poor bond. For most of the work, the joints bothhorizontal and vertical shall be 1 cm thick. When the mortar has stiffened somewhat, it shall befirmly compacted with the jointing tool. It may be necessary to add mortar, particularly to thevertical joints, to ensure that they are well filled. Each units shall be adjusted to final position whilethe mortar is still soft and plastic. Any unit that is disturbed after mortar has stiffened shall beremoved and re-laid with fresh mortar.

ii) The construction of walls may be started either at the corners first or started form one endproceeding in the other direction. If the corners of the wall are built first, they shall be built 4 to5 courses higher than the centre of the wall. After each course is laid at the corner, it shall bechecked for alignment, level and for being in plumb. Each block shall be carefully checked with alevel or straight edge to make certain that the faces of the block are all in the same plane. All mortarjoints shall be 1 cm thick. Each course, in binding the corners, shall be stepped back by a half - blockand the horizontal spacing of the block shall be checked by placing a mason's level diagonally acrossthe corners of the blocks.

iii) When filling in the wall, between corners, the mason's line shall be stretched from corner tocorner for each course and the top outside edge of the each block shall be laid to this line. Themanner of handling or gripping the block shall be such as to position the block properly withminimum adjustment. Dead mortar that has been picked up from the scaffold or from the floor shallnot be used.

iv) Closure BlocksWhen installing the closure block, all edges of the opening and all four vertical edges of theclosure block shall be buttered with mortar. The closure block shall be carefully lowered intoplace. If any of the mortar falls out leaving as open joint, the closure block shall be removed, freshmortar applied and the operation repeated.

Signature of Bidder WAPCOS LTD.-195-

TENDER NO: WAP/PMD/2017-18/20

v) Provisions for lintelsLintels shall consist of either a single pre-cast units or a number of units. They shall bereinforced as per structural drawings. In situ concrete used for forming a composite lintel with theuse of a number of units, shall preferably be of the same mix as of the concrete that is used in thepre-cast units and the composite unit shall also be reinforced as per structural drawings. Whereopenings occur close to one another a continuous lintel shall be provided.

4.3 BRICKS/BRICK TILES/BRICK BATS/MECHANIZED AUTOCLAVE FLY ASH LIME BRICK

Bricks used in the masonry may be of the following type.

(a) The Common Burnt Clay Bricks shall conform to IS:1077 and shall be hand moulded or machinemoulded. They shall be free from nodules of free lime, visible cracks, flaws warpage and organicmatter, have a frog 100 mm in length 40 mm in width and 10 mm to 20 mm deep on one of its flatsides. Bricks made by extrusion process and brick tiles may not be provided with frogs. Each brickshall be marked (in the frog where provided) with the manufacturer’s identification mark or initials.

(b) Fly Ash Lime Bricks (FALG Bricks) : The Fly Ash Lime Bricks (FALG Bricks) shall conform to IS 12894.Visually the bricks shall be sound, compact and uniform in shape free from visible cracks, warpage,flaws and organic matter. The bricks shall be solid and with or without frog on one of its flat side.

Fly Ash: Fly ash shall conform to IS 3812.

Note: This item will be operated only for load bearing structure upto 2 storeys and for non-loadbearing walls 23 cms thick for multi-storeyed building's.

Bottom ash used as replacement of sand shall not have more than 12% loss on ignition when tested.

Sand: Deleterious materials, such as clay and silt in the sand shall preferably be less than 5%.

Lime: Lime shall conform to class ‘C’ hydrated lime of IS 712.

Additives: Any suitable additive considered not detrimental to the durability of bricks may be used.

(c) Clay Fly Ash Bricks: The clay fly ash bricks shall conform to IS 13757. The bricks shall be sound,compact and uniform in shape and colour. Bricks shall have smooth rectangular faces with sharp andsquare corners. The bricks shall be free from visible cracks, flaws, warpage, nodules of free lime andorganic matter, the bricks shall be hand or machine moulded. The bricks shall have frog of 100 mm inlength 40 mm width and 10 to 20 mm deep on one of its flat sides. If made by extrusion process maynot be provided with frogs. Fly Ash shall conform to grade I or grade II of IS 3812.

(d) Calcium Silicate Bricks: The bricks shall conform to IS 4139. The Calcium silicate bricks shall besound, compact and uniform in shape. Bricks shall be free from visible cracks, warpage, organicmatter, large pebbles and nodules of free lime. Bricks shall be solid and with or without frog. The

Signature of Bidder WAPCOS LTD.-196-

TENDER NO: WAP/PMD/2017-18/20

bricks shall be made of finely grounded sand siliceous rock and lime. In addition limited quantity offly ash conforming to IS 3812 may be used in the mix. These bricks are also known as Fly Ash SandLime bricks in the construction industry.

(e) Tile Brick: The bricks of 4 cm height shall be moulded without frogs. Where modular tiles are notfreely available in the market, the tile bricks of F.P.S. thickness 44 mm (1-3/4") shall be used unlessotherwise specified.

(f) Brick Bats: Brick bats shall be obtained from well burnt bricks.

(g) Mechanized Autoclave Fly Ash Lime Brick: These bricks shall be machine moulded and prepared inplant by appropriate proportion of fly ash and lime. The autoclave fly ash bricks shall conform to IS12894. Visually, the bricks shall be sound, compact and uniform shape, free from visible cracks,warpage and organic matters. The brick shall be solid with or without frog, and of 100/80 mm inlength, 40 mm width and 10 to 20 mm deep one of its flat side as per IS 12894. The brick shall havesmooth rectangular faces with sharp corners and shall be uniform in shape and colour. Fly ash shallconform to IS 3812 and lime shall conform to class ‘C’ hydrated lime of IS 712.

4.3.1 Dimensions

The brick may be modular or non-modular. Sizes for both types of bricks/tiles shall be as per Table 1.While use of modular bricks/tiles is recommended, non-modular (FPS) bricks/tiles can also be usedwhere so specified. Non-modular bricks/tiles of sizes other than the sizes mentioned in Table 1 mayalso be used where specified.

TABLE 1

Type of Bricks/ Tiles Nominal Size mm Actual Size mm

Modular Bricks 200 × 100 × 100 mm 190 × 90 × 90 mm

Modular tile bricks 200 × 100 × 40 mm 190 × 90 × 40 mm

Non-modular tile bricks 229 × 114 × 44 mm 225 × 111 × 44 mm

Non-modular bricks 229 × 114 × 70 mm 225 × 111 × 70 mm

4.3.2 ClassificationBricks/Brick tiles shall be classified on the basis of their minimum compressive strength as givenbelow:

TABLE 2

ClassDesignation

Average compressive strength

Not less than Less than

N/mm2 (kgf/cm2) N/mm2 (Kgf/cm2)

12.5 (125) 12.5 (125) 15.0 150

10 (100) 10 (100) 12.5 125

7.5 (75) 7.5 (75) 10 100

Signature of Bidder WAPCOS LTD.-197-

TENDER NO: WAP/PMD/2017-18/20

5 (50) 5 (50) 7.5 75

3.5 (35) 3.5 (35) 5.0 50

The bricks shall have smooth rectangular faces with sharp corner and shall be uniform in colour andemit clear ringing sound when struck.

(Note: Upper limits specified in Table 2 are for calculating the average compressive strength inaccordance with Appendix B of Chapter 6 of CPWD Specifications Vol. 1).

4.3.3 Sampling and Tests

Samples of bricks shall be subjected to the following tests:(a) Dimensional tolerance.(b) Water absorption.(c) Efflorescence.(d) Compressive strength.

4.3.3.1 Sampling: For carrying out compressive strength, water absorption, efflorescence anddimensional tests, the samples of bricks shall be taken at random according to the size of lot as givenin Table 6.3 below. The sample thus taken shall be stored in a dry place until tests are made. For thepurpose of sampling, the following definition shall apply.

(a) Lot: A collection of bricks of same class and size, manufactured under relatively similar conditionsof production. For the purpose of sampling a lot shall contain a maximum, of 50,000 bricks. In case aconsignment has bricks more than 50,000 of the same classification and size and manufacturedunder relatively similar conditions of production, it shall be divided into lots of 50,000 bricks or partthereof.

(b) Sample: A collection of bricks selected for inspection and/or testing from a lot to reach thedecision regarding the acceptance or rejection of the lot.

(c) Defective: A brick failing to meet one or more of the specified requirements.

4.3.3.2 The samples shall be taken as below:

(i) Sampling from a Stack: When it is necessary to take a sample from a stack, the stack shall bedivided into a number of real or imaginary sections and the required number of bricks drawn fromeach section. For this purpose bricks in the upper layers of the stack shall be removed to enable unitsto be sampled from places within the stack.

Note: For other methods of sampling i.e. sampling in motion and sampling from lorries or trucks,IS:5454 may be referred.

Scale of sampling and criteria for conformity for visual and dimensional characteristics:-

Signature of Bidder WAPCOS LTD.-198-

TENDER NO: WAP/PMD/2017-18/20

Visual characteristics: The bricks shall be selected and inspected for ascertaining their conformity tothe requirements of the relevant specification.The number of bricks to be selected from a lot shall depend on the size of lot and shall be inaccordance of Col. 1 and 2 of Table 6.3 for visual characteristics in all cases and dimensionalcharacteristics if specified for individual bricks.

(ii) Visual Characteristics: All the bricks selected above in accordance with Col. 1 and 2 of Table 3 shallbe examined for visual characteristics. If the number of defective bricks found in the sample is lessthan or equal to the corresponding number as specified in Col. 3 of Table 3 the lot shall beconsidered as satisfying the requirements of visual characteristics, otherwise the lot shall be deemedas not having met the visual requirements.

(iii) Dimensional Characteristics: The number of bricks to be selected for inspecting the dimensionsand tolerance shall be in accordance with Col. 1 and 4 of Table.3. These bricks will be divided intogroups of 20 bricks at random and each of the group of 20 bricks thus formed will be tested for allthe dimensions and tolerances. A lot shall be considered having found meeting the requirements ofdimensions and tolerance if none of the groups of bricks inspected fails to meet the specifiedrequirements.

TABLE 3: SCALE OF SAMPLING AND PERMISSIBLE NUMBER OF DEFECTIVES FOR VISUAL AND DIMENSIONALCHARACTERISTICS

No. of bricks in thelot

For characteristics specified for individual bricksFor dimensional

characteristics for groupof 20 bricks

No. ofbricks to be

selected

Permissibleno. of defective in the

sample

No. of bricks to beselected

(1) (2) (3) (4)

2001—10000 20 1 40

10001—35000 32 2 60

35001—50000 50 3 80

Note: In case the lot contains 2000 or less bricks the sampling shall be as per decision of theEngineer-in-Charge.

(iv) Scale of Sampling and Criteria for Physical Characteristics: The lot which has been foundsatisfactory in respect of visual and dimensional requirements shall be next tested for physicalcharacteristics like compressive strength, water absorption, efflorescence as specified in relevantmaterial specification. The bricks for this purpose shall be taken at random from those alreadyselected above. The number of bricks to be selected for each of these characteristics shall be inaccordance with relevant columns of Table 4.

Signature of Bidder WAPCOS LTD.-199-

TENDER NO: WAP/PMD/2017-18/20

TABLE 4: SCALE OF SAMPLING FOR PHYSICAL CHARACTERISTICS

Lot Size

Sample size forcompressive

strength, waterabsorption andefflorescence

Permissibly no. ofdefectives forefflorescence

Warpage

Sample Size Permissible no. ofdefects

(1) (2) (3) (4) (5)2001-10000 5 0 10 0

10001-35000 10 0 20 135001-50000 15 1 30 2

Note: In case the lot contains 2000 or less bricks, the sampling shall be as per decision of Engineer-in-Charge.

(v) A lot shall be considered having satisfied the requirements of physical characteristics if thecondition stipulated here in are all satisfied.(a) From the test results for compressive strength, the average shall be calculated and shall satisfythe requirements specified in relevant material specification.Note: In case any of the test results for compressive strength exceeds the upper limit for the class ofbricks, the same shall be limited to the upper limit of the class for the purpose of averaging.(b) Wherever specified in the material specification, the compressive strength of any individual brickstested in the sample shall not fall below the minimum average compressive strength specified for thecorresponding class of brick by more than 20 per cent.(c) From the test results for water absorption, the average for the bricks in the sample shall becalculated and shall satisfy the relevant requirements specification in material specification.(d) The number of bricks failing to satisfy the requirements of the efflorescence specified in therelevant specification should not be more than the permissible no. of defectives given in Col. 3 ofTable 4.

4.3.3.3 Dimensional Tolerances: The dimensions of, modular bricks when tested as described aboveas per procedure described in Appendix A of Chapter 6 of CPWD Specifications Vol. 1 shall be withinthe following limits per 20 bricks or locally available size as approved by Engineer-in-charge.

(a) For modular sizeLength 7320 to 3880 mm (3800 ± 80 mm)Width 1760 to 1840 mm (1800 ± 40 mm)Height 1760 to 1840 mm (1800 ± 40 mm) for 90 mm high bricks760 to 840 mm (800 ± 40 mm) for 40 mm high bricks

(b) For non modular bricksLength 4520 to 4680 mm (4600 ± 80 mm)Width 2240 to 2160 mm (2200 ± 40 cm)Height 1440 to 1360 mm (1400 ± 40 mm) for 70 mm high bricks640 to 560 mm (600 ± 40 mm) for 30 mm high bricks

Signature of Bidder WAPCOS LTD.-200-

TENDER NO: WAP/PMD/2017-18/20

Brick Tiles

760 to 840 mm (800 ± 40 mm) for 40 mm high brick tilesIn case of non-modular bricks, % age tolerance will be ± 2% for group of 20 numbers of class 10bricks, and ± 4% for other class of bricks.

4.3.3.4 Compressive Strength: The bricks, when tested in accordance with the procedure laid downin Appendix B of Chapter 6 shall have a minimum average compressive strength for various classes asgiven in Table 6.2. The compressive strength of any individual brick tested shall not fall below themin. average compressive strength specified for the corresponding class of brick by more than 20%.In case compressive strength of any individual brick tested exceeds the upper limit specified in Table2 for the corresponding class of bricks, the same shall be limited to upper limit of the class asspecified in Table 2 for the purpose of calculating the average compressive strength.

4.3.3.5 Water Absorption: The average water absorption of bricks when tested in accordance withthe procedure laid down in Appendix C of Chapter 6 of CPWD Specifications Vol. 1 shall be not morethan 20% by weight.

4.3.3.6 Efflorescence: The rating of efflorescence of bricks when tested in accordance with theprocedure laid down in Appendix D of Chapter 6 of CPWD Specifications Vol. 1 shall be not morethan moderate.

4.3.4 Sewer Bricks

4.3.4.1 Sewer bricks are intended for the lining of walls, roofs and floors of sewers used for ordinarysanitary (domestic) sewage. The general practice in the country is also to utilize common buildingbricks in the construction of sewers which is not satisfactory. However, these sewer bricks may notbe suitable for sewers dealing with industrial effluent (sewage) for which the use of acid resistantbricks in accordance with IS 4860 may be considered. Sewer bricks shall conform to IS 4885.

4.3.4.2 Dimensions and Tolerances

Dimensions: The standard sizes of the sewer bricks shall be as follows:

TABLE 5

Length mm Width mm Height mm

190 90 90

190 90 40

For sewers of special shapes, such as the oval sewers, the bricks may have to be suitable tapered toconform to the radii of curvature of the arches and barrels and sides of sewers.

Tolerance: The permissible tolerance on the dimensions specified in 4.3.4.2 shall be as follows :

Signature of Bidder WAPCOS LTD.-201-

TENDER NO: WAP/PMD/2017-18/20

TABLE 6

Dimensionsmm

Total tolerance for 20 bricksMm

190 ± 8090 ± 4040 ± 40

4.3.4.3 Compressive Strength: The average compressive strength obtained on a sample of sewerbricks when tested in accordance with the procedure laid down in IS 3495 (Part I) shall be not lessthan 17.5 N/mm2 (175 kgf/cm2 approximately) and the individual strength of any brick shall be notless than 16 N/mm2 (160 kgf/cm2 approximately).

4.3.4.4 Water Absorption: The average value of water absorption for five bricks after 24 h cold waterimmersion test when tested in accordance with IS 3495 (Part 2) shall not exceed 10 per cent of theaverage dry weight of the brick and the absorption for any individual brick shall not exceed 12 percent.

4.3.4.5 Efflorescence: When the bricks are tested in accordance with the method laid down in IS3495 (Part 3), the rating of efflorescence shall not be more than ‘slight’.

4.3.5 Burnt Clay Perforated Building Bricks

4.3.5.1 General Quality: The bricks shall be made of suitable clay and shall be thoroughly burnt at thematuring temperature of clay. They shall be free from cracks, flaws and nodules of free lime. Theyshall have rectangular face with sharp straight edge at right angle. They shall be of uniform colourand texture. These bricks generally should conform to IS 2222.

4.3.5.2 Dimensions and Tolerances: The standard size of burnt clay perforated bricks shall be asfollows:

TABLE 7

Length (L)mm

Width (W)mm

Height (H)mm

Modular 190 90 90

Non Modular 230 110 70

The permissible tolerances on the dimensions shall be as follows:

TABLE 8

Dimension mm Tolerance mm

70, 90 ± 4

110, 190 ± 7

230 ± 10

Note: The tolerances specified above shall apply to measurements on individual bricks.

Signature of Bidder WAPCOS LTD.-202-

TENDER NO: WAP/PMD/2017-18/20

4.3.5.3 Perforations: The area of perforation shall be between 30% and 45% of the total area of thecorresponding face of the bricks.

The perforation shall be uniformly distributed over the surface. In the case of rectangularperforations, the larger dimension shall be parallel to the longer side of the brick. The shorter side ofthe perforation shall be less than 20 mm incase of rectangular perforations and less than 25 mmdiameter in case of circular perforations.

The area of each perforation shall not exceed 500 mm2.

The thickness of any shell shall not be less then 15 mm and that of any web not less than 10 mm.

4.3.5.4 Compressive Strength: The bricks when tested in accordance with the procedure laid down inIS 3495 (Parts 1 to 4) shall have a minimum average compressive strength of 7 N/ mm2 on net area.The compressive strength of any individual brick tested shall not fall below the minimumcompressive strength specified for the corresponding class of bricks. The lot shall then be checked fornext lower class of brick.

4.3.5.5 Water Absorption: The bricks when tested in accordance with the procedure laid down in IS3495 (parts 1 to 4): after immersion in cold water for 24 hours water absorption shall not be morethan 20 percent by weight.

4.3.5.6 Efflorescence: The bricks when tested in accordance with the procedure laid down in IS 3495(Parts 1 to 4) shall have a rating of efflorescence not more than ‘slight’.

4.3.5.7 Warpage: The bricks when tested in accordance with the procedure laid down in IS 3495(parts 1 to 4) the average warpage shall not exceed 3%.

4.4 BRICK WORK

4.4.1 Classification

The brick work shall be classified according to the class designation of bricks used.

4.4.2 Mortar

The mortar for the brick work shall be as specified, and conform to accepted standards. Lime shallnot be used where reinforcement is provided in brick work.

4.4.3 Soaking of Bricks

Bricks shall be soaked in water before use for a period for the water to just penetrate the wholedepth of the bricks. Alternatively bricks may be adequately soaked in stacks by profusely sprayingwith clean water at regular intervals for a period not less than six hours. The bricks required for

Signature of Bidder WAPCOS LTD.-203-

TENDER NO: WAP/PMD/2017-18/20

masonry work using mud mortar shall not be soaked. When the bricks are soaked they shall beremoved from the tank sufficiently early so that at the time of laying they are skin-dry. Such soakedbricks shall be stacked on a clean place where they are not again spoiled by dirt earth etc.

Note I: The period of soaking may be easily found at site by a field test in which the bricks are soakedin water for different periods and then broken to find the extent of water penetration. The leastperiod that corresponds to complete soaking will be the one to be allowed for in construction work.

Note II : If the bricks are soaked for the required time in water that is frequently changed the solublesalt in the bricks will be leached out, and subsequently efflorescence will be reduced.

4.4.4 Laying

4.4.4.1 Bricks shall be laid in English Bond unless otherwise specified. For brick work in half brickwall, bricks shall be laid in stretcher bond. Half or cut bricks shall not be used except as closer wherenecessary to complete the bond. Closers in such cases, shall be cut to the required size and usednear the ends of the wall. Header bond shall be used preferably in all courses in curved plan forensuring better alignment.

Note: Header bond shall also be used in foundation footings unless thickness of walls (width offooting) makes the use of headers impracticable. Where thickness of footing is uniform for a numberof courses, the top course of footing shall be headers.

4.4.4.2 All loose materials, dirt and set lumps of mortar which may be lying over the surface onwhich brick work is to be freshly started, shall be removed with a wire brush and surface wetted.Bricks shall be laid on a full bed of mortar, when laying, each brick shall, be properly bedded and setin position by gently pressing with the handle of a trowel. Its inside face shall be buttered withmortar before the next brick is laid and pressed against it. Joints shall be fully filled and packed withmortar such that no hollow space are left inside the joints.

4.4.4.3 The walls shall be taken up truly in plumb or true to the required batter where specified. Allcourses shall be laid truly horizontal and all vertical joints shall be truly vertical. Vertical joints in thealternate course shall come directly one over the other. Quoin, Jambs and other angles shall beproperly plumbed as the work proceeds. Care shall be taken to keep the perpends properly alignedwithin following maximum permissible tolerances :(a) Deviation from vertical within a storey shall not exceed 6 mm per 3 m height.(b) Deviation in verticality in total height of any wall of building more than one storey in height shallnot exceed 12.5 mm.(c) Deviation from position shown on plan of any brick work shall not exceed 12.5 mm.(d) Relative displacement between load bearing wall in adjacent storeys intended to be verticalalignments shall not exceed 6 mm.(e) A set of tools comprising of wooden straight edge, masonic spirit levels, square, 1 metre rule lineand plumb shall be kept on the site of work for every 3 masons for proper check during the progressof work.

Signature of Bidder WAPCOS LTD.-204-

TENDER NO: WAP/PMD/2017-18/20

4.4.4.4 All quoins shall be accurately constructed and the height of brick courses shall be keptuniform. This will be checked using graduated wooden straight edge or storey rod indicating heightof each course including thickness of joints. The position of damp proof course, window sills, bottomof lintels, top of the wall etc. along the height of the wall shall be marked on the graduated straightedge or storey rod. Acute and obtuse quoins shall be bonded, where practicable in the same way assquare quoins. Obtuse quoins shall be formed with squint showing three quarters brick on one faceand quarter brick on the other.

4.4.4.5 The brick work shall be built in uniform layers.No part of the wall during its construction shall rise more than one metre above the generalconstruction level. Parts of wall left at different levels shall be raked back at an angle of 45 degrees orless with the horizontal. Toothing shall not be permitted as an alternative to raking back. For halfbrick partition to be keyed into main walls, indents shall be left in the main walls.

4.4.4.6 All pipe fittings and specials, spouts, hold fasts and other fixtures which are required to bebuilt into the walls shall be embedded, as specified, in their correct position as the work proceedsunless otherwise directed by the Engineer-in-Charge.

4.4.4.7 Top courses of all plinths, parapets, steps and top of walls below floor and roof slabs shall belaid with brick on edge, unless specified otherwise. Brick on edge laid in the top courses at corner ofwalls shall be properly radiated and keyed into position to form cut (maru) corners. Where brickscannot be cut to the required shape to form cut (maru) corners, cement concrete 1:2:4 (1 cement : 2coarse sand : 4 graded stone aggregate 20 mm nominal size) equal to thickness of course shall beprovided in lieu of cut bricks.

4.4.4.8 Bricks shall be laid with frog (where provided) up. However, when top course is exposed,bricks shall be laid with frog down. For the bricks to be laid with frog down, the frog shall be filledwith mortar before placing the brick in position.

4.4.4.9 In case of walls one brick thick and under, one face shall be kept even and in proper plane,while the other face may be slightly rough. In case of walls more than one brick thick, both the facesshall be kept even and in proper plane.

4.4.4.10 To facilitate taking service lines later without excessive cutting of completed work, sleeves(to be paid separately) shall be provided, where specified, while raising the brick work. Such sleevesin external walls shall be sloped down outward so as to avoid passage of water inside.

4.4.4.11 Top of the brickwork in coping and sills in external walls shall be slightly tilted. Where brickcoping and sills are projecting beyond the face of the wall, drip course/throating (to be paidseparately) shall be provided where indicated.

4.4.4.12 Care shall be taken during construction that edges of jambs, sills and projections are notdamaged in case of rain. New built work shall be covered with gunny bags or tarpoulin so as toprevent the mortar from being washed away. Damage, if any, shall be made good to the satisfactionof the Engineer-in-Charge.

Signature of Bidder WAPCOS LTD.-205-

TENDER NO: WAP/PMD/2017-18/20

4.4.4.13 Vertical reinforcement in the form of bars (MS or high strength deformed bars orthermomechanically treated bars as per direction of Engineer-in-Charge)), considered necessary atthe corners and junction of walls and jamb opening doors, windows etc. shall be encased withcement mortar not leaner than 1:4 (1 cement : 4 coarse sand), or cement concrete mix as specified.The reinforcement shall be suitably tied, properly embedded in the foundation and at roof level. Thedia. of bars shall not be less than 8 mm and concrete grade shall be minimum 1:3:6 (1 cement : 3coarse sand : 6 graded stone aggregate 20 mm nominal size).

4.4.4.14 In retaining walls and the like, where water is likely to accumulate, weep holes, 50 to 75 mmsquare shall be provided at 2 m vertically and horizontally unless otherwise specified. The lowestweep hole shall be at about 30 cm above the ground level. All weep holes shall be surrounded byloose stones and shall have sufficient fall to drain out the water quickly.Note : Work of providing loose stone will be payable extra.

4.4.4.15 Work of cutting chases, wherever required to be made in the walls for housing G.I. pipe, CIpipe or any other fixtures shall be carried out in various locations as per guidelines given below:(a) Cutting of chases in one brick thick and above load bearing walls.(i) As far as possible services should be planned with the help of vertical chases. Horizontal chasesshould be avoided.(ii) The depths of vertical chases and horizontal chases shall not exceed one-third and one-sixth ofthe thickness of the masonry respectively.(iii) When narrow stretches of masonry (or short length of walls) such as between doors andwindows, cannot be avoided they should not be pierced with openings for soil pipes or waste pipesor timber joints, etc. Where there is a possibility of load concentration such narrow lengths of wallsshall be checked for stresses and high strength bricks in mortar or concrete walls provided, ifrequired.(iv) Horizontal chases when unavoidable should be located in the upper or lower one-third of heightof storey and not more than three chases should be permitted in any stretch of a wall. No continuoushorizontal chase shall exceed one metre in length. Where unavoidable, stresses in the affected areashould be checked and kept within the permissible limits.(v) Vertical chases should not be closer than 2 m in any stretch of a wall. These shall be kept awayfrom bearings of beams and lintels. If unavoidable, stresses in the affected area should be checkedand kept within permissible limits.(vi) Masonry directly above a recess, if wider than 30 cm horizontal dimension) should be supportedon lintel. Holes in masonry may be provided upto 30 cm width and 30 cm height without any lintel. Inthe case of circular holes in the masonry, no lintel need be provided for holes upto 40 cm indiameter.(b) Cutting of chases in half brick load bearing walls.No chase shall be permitted in half brick load bearing walls and as such no reccessed conduits andconcealed pipes shall be provided with half brick thick load bearing walls.(c) Cutting of chases in half brick non-load bearing wall:Services should be planned with the help of vertical chases. Horizontal chase should be providedonly when unavoidable.

Signature of Bidder WAPCOS LTD.-206-

TENDER NO: WAP/PMD/2017-18/20

4.4.5 Joints

The thickness of all types of joints including brick wall joints and cross joints shall be such that fourcourse and three joints taken consecutively shall measure as follows:(i) In case of modular bricks conforming to IS 1077 specification for common burnt clay buildingsbricks, equal to 39 cm.(ii) In case of non-modular bricks, it shall be equal to 31 cm.

Note: Specified thickness of joints shall be of 1 cm. Deviation from the specified thickness of all jointsshall not exceed one-fifth of specified thickness.

4.4.5.1 Finishing of Joints: The face of brick work may be finished flush or by pointing. In flushfinishing either the face joints of the mortar shall be worked out while still green to give a finishedsurface flush with the face of the brick work or the joints shall be squarely raked out to a depth of 1cm while the mortar is still green for subsequently plastering. The faces of brick work shall becleaned with wire brush so as to remove any splashes of mortar during the course of raising the brickwork. In pointing, the joints shall be squarely raked out to a depth of 1.5 cm while the mortar is stillgreen and raked joints shall be brushed to remove dust and loose particles and well wetted, and shallbe later refilled with mortar to give ruled finish. Some such finishes are ‘flush’, ‘weathered’, ruled,etc.

4.4.6 Curing

The brick work shall be constantly kept moist on all faces for a minimum period of seven days. Brickwork done during the day shall be suitably marked indicating the date on which the work is done soas to keep a watch on the curing period.

4.4.7 Scaffolding

Scaffolding shall be strong to withstand all dead, live and impact loads which are likely to come onthem. Scaffolding shall be provided to allow easy approach to every part of the work.

4.4.7.1 Single Scaffolding: Where plastering, pointing or any other finishing has been indicated forbrick work, single scaffolding may be provided, unless otherwise specified. In single scaffolding, oneend of the put-logs/pole shall rest in the hole provided in the header course of brick masonry. Notmore than one header for each put-log/pole shall be left out. Such holes shall not be allowed in thecase of pillars, brick work less than one metre in length between the openings or near the skewbacks of arches or immediately under or near the structural member supported by the walls. Theholes for putlogs/poles shall be made good with brick work and wall finishing as specified.

4.4.7.2 Double Scaffolding: Where the brick work or tile work is to be exposed and not to be finishedwith plastering etc. double scaffolding having two independent supports, clear of the work, shall beprovided.

4.4.8 Measurements

Signature of Bidder WAPCOS LTD.-207-

TENDER NO: WAP/PMD/2017-18/20

4.4.8.1 Brick work shall be measured in cubic metres unless otherwise specified. Any extra work overthe specified dimensions shall be ignored. Dimensions shall be measured correct to the nearest 0.01m i.e. 1 cm. Areas shall be calculated to the nearest 0.01 sq mtrs and the cubic contents shall beworked out to the nearest 0.01 cubic metres.

4.4.8.2 Brick work shall be measured separately in the following stages:(a) From foundation to floor one level (Plinth level)(b) Plinth (floor one) level to floor two level(c) Between two specified floor levels above floor two levelNote : (i) Brick work in parapet walls, mumty, lift machine room and water tanks constructed on theroof upto 1.2 m height above roof shall be measured together with the corresponding work of thefloor next below.

4.4.8.3 No deductions or additions shall be done and no extra payment made for the following:

Note : Where minimum area is defined for deduction of an opening, void or both, such areas shallrefer only to opening or void within the space measured.(a) Ends of dissimilar materials (that is, joists, beams, lintels, posts, girders, rafters, purlins, trusses,corbels, steps, etc.); up to 0.1 m2 in section;(b) Opening up to 0.1 m2 in area (see Note);(c) Wall plates, bed plates, and bearing of slabs, chajjas and the like, where thickness does notexceed 10 cm and bearing does not extend over the full thickness of wall;(d) Cement concrete blocks as for hold fasts and holding down bolts;(e) Iron fixtures, such as wall ties, pipes upto 300 mm diameter and hold fasts for doors andwindows; and(f) Chases of section not exceeding 50 cm in girth.(g) Bearing portion of drip course, bearing of moulding and cornice.

Note : In calculating area of an opening, any separate lintel or sills shall be included with the size ofthe opening but end portions of lintel shall be excluded. Extra width of rebated reveals, if any, shallalso be excluded.

4.4.8.4 Walls half brick thick and less shall each be measured separately in square metres statingthickness.

4.4.8.5 Walls beyond half brick thickness shall be measured in multiples of half brick which shall bedeemed to be inclusive of mortar joints. For the sizes of bricks specified in 6.1.1, half brick thicknessshall mean 100 mm for modular and 115 mm for non-modular bricks.

Where fractions of half brick occur due to architectural or other reasons, measurement shall be asfollows :

(a) upto 1/4th brick-actual measurements and

Signature of Bidder WAPCOS LTD.-208-

TENDER NO: WAP/PMD/2017-18/20

(b) exceeding 1/4 brick-full half bricks.

4.4.8.6 String courses, projecting pilasters, aprons, sills and other projections shall be fully describedand measured separately in running metres stating dimensions of each projection.

4.4.8.7 Square or rectangular pillars shall be measured separately in cubic metres in multiple of halfbrick.

4.4.8.8 Circular pillars shall be measured separately in cubic metres as per actual dimensions.

4.4.8.9 Brick work curved on plan shall be measured like the brick work in straight walls and shallinclude all cutting and wastage of bricks, tapered vertical joints and use of extra mortar, if any. Brickwork curved on plan to a mean radius not exceeding six metres shall be measured separately andextra shall be payable over the rates for brick work in straight walls. Nothing extra shall be payable ifthe mean radius of the brick work curved in plan exceeds six metres.

4.4.8.10 Tapered walls shall be measured net as walls and extra payment shall be allowed for makingtapered surface for brick work in walls.

4.4.8.11 Brick work with brick tiles shall be measured and paid for separately.

4.4.9 Rate

The rate shall include the cost of materials and labour required for all the operations describedabove except the vertical reinforcement and its encasement in cement mortar or cement concrete.The rate shall also include the following :(a) Raking out joints or finishing joints flush as the work proceeds;(b) Preparing tops of existing walls and the like for raising further new brick work.(c) Rough cutting and waste for forming gables, splays at eaves and the like.(d) Leaving holes for pipes upto 150 mm dia. and encasing hold fasts etc.(e) Rough cutting and waste for brick work curved in plan and for backing to stone or other types offacing.(f) Embedding in ends of beams, joists, slabs, lintels, sills, trusses etc.(g) Bedding wall plates, lintels, sills, roof tiles, corrugated sheets, etc. in or on walls if not covered inrespective items and(h) Leaving chases of section not exceeding 50 cm in girth or 350 sq cm in cross-section.(i) Brick on edge courses, cut brick corners, splays reveals, cavity walls, brick works curved on plan toa mean radius exceeding six metres.

4.5 BRICK WORK IN ARCHES

4.5.0 The detailed specifications for brick work mentioned in 4.4 shall apply, in so far as these areapplicable. Arch work shall include masonry for both gauged as well as plain arches. In gaugedarches, cut or moulded bricks shall be used. In plain arches, uncut bricks shall be used.

Signature of Bidder WAPCOS LTD.-209-

TENDER NO: WAP/PMD/2017-18/20

Brick forming skew-backs shall be dressed or cut so as to give proper radial bearing to the endvoussiors. Defects in dressing of bricks shall not be covered by extravagant use of mortar, nor shallthe use of chips or bats etc. be permitted.

The bricks of the spandrel wall at their junctions with the extrudes of the arch shall be cut to fit thecurvature of the arch.

4.5.1 Circular Arches

These shall be either (a) plain arches, and shall be built in half brick concentric rings with breakjoints, or (b) gauged arches built with bricks cut or moulded to proper shape. The arch work shall becarried up from both ends simultaneously and keyed in the centre. The bricks shall be flush withmortar and well pressed into their positions so as to squeeze out a part of their mortar and leave thejoints thin and compact. All joints shall be full of mortar and thickness of joints shall not be less than5 mm nor more than 15 mm.

After the arch is completed, the haunches shall be loaded by filling up the spandrels upto the crownlevel of the arch. Care shall be taken to load the haunches on two sides of the spandrels.

When the arch face is to be pointed (and not plastered), the face bricks shall be cut to proper shapeor moulded, so as to have the joints not more than 5 mm thick. These shall be laid with radial jointsto the full depth of the arch. The voussoirs shall break joints to the full depth of the arch.

4.5.2 Flat Arches

These shall be gauged arches of brick cut or moulded to proper shape. The extrados shall be kepthorizontal and the intrados shall be given slight camber of 1 in 100 of the span. The centre of thearch from which joints shall radiate, shall be determined by the point of the inter-section of the twolines drawn from the ends of the arch at the springing level and at 60° to horizontal.

In flat arches, bricks shall be laid with radial joints to the full depth of arch and voussoirs breakingjoints with each other. The arch work shall be carried up from both ends simultaneously and keyed inthe centre. The thickness of the joints shall not exceed 5 mm. Flat arches may be used for the sake ofappearance but for purpose of carrying loads of the wall above, these shall be used in conjunctionwith relieving arches, lintels placed below.

4.5.3 Centring and Shuttering

The centring and shuttering for the arch shall be got approved by the Engineer-in-Charge before thearch work is started. It shall be strong enough to bear the dead load of the arch and the live loadsthat are likely to come upon it during construction, without any appreciable deflections.

The shuttering shall be tightened with hard wood wedged or sand boxes, so that the same could beeased without jerks being transmitted to the arch. The sequence of easing the shuttering shall be gotapproved from the Engineer-in-Charge. The shuttering shall be struck within 48 hours of the

Signature of Bidder WAPCOS LTD.-210-

TENDER NO: WAP/PMD/2017-18/20

completion of the arch but not before 24 hours. This shall be done after the spandrel has been filledin and the arch loaded.

4.5.4 Measurements

The length of the arch shall be measured as the mean of the extrados and intrados of the archcorrect to a cm. The thickness of the arch shall be measured in multiples of the half brick. Thebreadth in the direction of the thickness of wall shall be measured as specified.

The cubical contents shall be calculated in cubic metre, correct to two places of decimal. For archesexceeding 6 m in spans extra payment shall be made on the actual area of the soffit for additionalcost of centring including all strutting, bolting, wedging, easing, striking and its removal.

4.5.5 Rate

The rate is inclusive of the cost of the materials and labour required for all the operations describedabove.

4.6 HALF BRICK WORK

Brick work in half brick walls shall be done in the same manner as described above in 4.2.4 exceptthat the bricks shall be laid in stretcher bond. When the half brick work is to be reinforced, 2 Nos.M.S. bars of 6 mm dia., shall be embedded in every third course as given in the item (the dia of barsshall not exceed 8 mm). These shall be securely anchored at their end where the partitions end. Thefree ends of the reinforcement shall be keyed into the mortar of the main brick work to which thehalf brick work is joined. The mortar used for reinforced brick work shall be rich dense cementmortar of mix 1:4 (1 cement: 4 coarse sand). Lime mortar shall not be used. Over laps inreinforcement, if any shall not be less than 30 cm.

The mortar interposed between the reinforcement bars and the brick shall not be less than 5 mm.The mortar covering in the direction of joints shall not be less than 15 mm.

4.6.1 Measurements

The length and height of the wall shall be measured correct to a cm. The area shall be calculated insq.m. where half brick wall is joined to the main walls of one brick or greater thickness andmeasurements for half brick wall shall be taken for its clear length from the face of the thicker wall.

4.6.2 Rate

The rate includes the cost of the materials and labour involved in all the operations described aboveexcept reinforcement which is to be paid for separately.

4.7 BRICK TILE WORK

Signature of Bidder WAPCOS LTD.-211-

TENDER NO: WAP/PMD/2017-18/20

4.7.0 The work shall be done in the same manner as described above except that brick tile shall beused instead of bricks. The measurement and rate shall be same as specified under 4.4.

4.8 HONEY COMB BRICK WORK

The honeycomb brick work shall be done with specified class of brick, laid in specified mortar. Alljoints and edges shall be struck flush to give an even surface.

The thickness of the brick honeycomb work shall be half-brick only, unless otherwise specified.Openings shall be equal and alternate with half brick laid with a bearing of 2 cm on either side.

4.8.1 Measurements

The length and height shall be measured correct to a cm. Area shall be calculated in square metrescorrect to two places of decimal. Honeycomb openings shall not be deducted.

4.8.2 Rate

The rate includes the cost of materials and labour involved in all the operations described above.

4.9 JOINING OLD BRICK WORK WITH NEW BRICK WORK

4.9.1 In case the height of the bricks of old as well as new work is same, the old work shall betoothed to the full width of the new wall and to the depth of a quarter of brick in alternate courses.In case the height of the bricks is unequal, then the height of each course of new work shall be madeequal to the height of the old work by adjusting thickness of horizontal mortar joints in the new wall.Where necessary, adjustment shall be made equal to thickness of old wall by adjusting the thicknessof vertical joints.

4.9.2 For joining new cross wall to old main walls, a number of rectangular recesses of width equal tothe thickness of cross wall, three courses in height and half a brick in depth shall be cut in the mainwalls. A space of the three courses shall be left between two consecutive recesses. The new crosswall shall be bonded into the recesses to avoid any settlement.

4.9.3 Joining of old brick work with the new brick work shall be done in such a way that there shallnot be any hump or projection at the joint.

4.9.4 Measurement

The height and thickness of vertical face in contact with new work shall be measured to the nearest0.01 m and the area shall be calculated to the nearest 0.01 sqm.

4.9.5 Rate

The rate includes the cost of labour and material involved in all the operations described above.

Signature of Bidder WAPCOS LTD.-212-

TENDER NO: WAP/PMD/2017-18/20

4.10 MOULDING AND CORNICES

4.10.0 The specifications described under 4.4 shall apply in so far these are applicable. Mouldingsand cornices shall be made with bricks as specified for brick work. The bricks shall be cut and dressedto the required shape as shown in the architectural drawings.

4.10.1 Cornices shall not ordinarily project by more than 15 cm to 20 cm and this projection shall beobtained by projecting each brick course by more than one fourth of the length. For cornicesprojecting more than 20 cm and requiring more than quarter bricks projection, metal cramps shall beused and paid for separately.

4.10.2 Corbelling shall be brought roughly to shape by plastering with the specified mortar. Whenthe mortar is still green, the mouldings shall be finished straight and true with the help of metaltemplates.

4.10.3 Curing and Protection

The mouldings and cornices shall be cured for at least seven days. These shall be protected from theeffects of sun and rain by suitable covering and also from damage during the execution of the work.

4.10.4 Measurements

For the purpose of measurements, the sectional periphery of mouldings and cornices (excluding theportion in contact with wall) shall be measured in centimetres and length in metres. The girth andlength shall be measured correct to a cm. No deduction shall be made from the masonry of wall forthe bearing of the moulding and cornices.

4.10.5 Rate

The rate includes the cost of materials and labour involved in all the operations described above.

4.11 BRICK WORK UNDER WATER OR FOUL CONDITIONS

Brick Work under following conditions :(i) Work in or under water/or liquid mud;(ii) Work in or under foul positions

Shall be measured separately for payment of extra rate over and above the quantity measured andpaid under para 4.4.8.

Signature of Bidder WAPCOS LTD.-213-

TENDER NO: WAP/PMD/2017-18/20

4.12 EXPOSED BRICK WORK

4.12.1 Facing Bricks

The facing bricks made from suitable soils shall be free from cracks, flaws, nodules of free limewarpage and organic matter. These shall be thoroughly burnt and shall have plane rectangular faceswith parallel sides and sharp straight right angled edges. Facing bricks shall have uniform colour andeven texture. Unless otherwise specified, facing bricks shall be machine moulded only. As far aspossible, total requirement of facing bricks for a work shall be arranged from the same kiln. Brickswith chipped edges and broken corners shall not be used.

4.12.2 Dimensions and Tolerances

The standard sizes of machine moulded facing bricks shall be as specified in 4.3.1.

4.12.2.1 The permissible tolerances shall be as under:

Dimensionmm

Tolerance (for machine moulded bricks)mm

Length 190 or 225 ± 3

Width 90 or 111 ± 1.5

Thickness 40 or 44 ± 1.5

Note: Tolerance and Dimensions for selected hand moulded bricks + 4 mm in length and + 3 mm inwidth and thickness).

4.12.3 Sampling

As per Para 4.3.3 and 4.3.3.2.

4.12.4 Physical Requirements

Facing bricks shall be of class designation 75 unless otherwise specified. Average compressivestrength shall not be less than 7.5 N/mm2, water absorption shall not exceed 20 per cent by weightand efflorescence rating shall be nil when tested in accordance with the procedure laid down andtolerance in dimensions shall be checked as per the procedure laid down in Appendix A-2 of Subhead6.0 of CPWD Specifications Vol. 1.

Mortar, Soaking of Bricks and laying shall be as specified in Para 4.4.2, 4.4.3 and 4.4.4 respectively.

4.12.5 Joints in the exposed brick work shall be truly horizontal and vertical and kept uniform withthe help of wooden or steel strips. The thickness of joints shall be as per 4.4.5.

4.12.6 Curing and scaffolding shall be as specified in 4.4.6 and 4.4.7 to 4.4.7.2 respectively.

Signature of Bidder WAPCOS LTD.-214-

TENDER NO: WAP/PMD/2017-18/20

4.12.7 Measurements

Exposed brick work in face using machine moulded bricks and selected hand moulded bricks shall bemeasured separately and the measurement shall be as specified in 4.4.8.

4.12.8 Rate

The rates shall be as specified in 4.4.9 and shall also include the following:(a) Labour for selecting bricks and wastage of bricks where use of selected hand moulded brick isspecified.(b) Leaving uniform horizontal and vertical grooves of specified depth and providing joints ofrequired thickness using wooden or steel strips as the work proceeds.

4.12.11 CAVITY WALL

It is a wall comprising of two leaves, each leaf being built of masonry units and separated by a cavityso as to provide an air space within the wall and tied together with metal ties or bonding units toensure that two leaves act as one structural unit. The width of the cavity shall not be less than 50mm and not more than 115 mm. Each leaf of the cavity wall shall not be less than 75 mm. The spacebetween the leaves being either left as cavity or filled with non-load bearing insulating and waterproofing material.

4.12.1 Metal Ties

These may be of galvanised iron, wrought iron, gun metal, brass, copper, stainless steel or any suchcorrosion resistant metal, made of flats 20 x 5 mm cranked or twisted at their mid point with endssplit and fish tailed. The ties shall be built into horizontal bed joints during erection, placed slopingtowards the exterior side to prevent water from flowing along it from outer to inner leaf side (Fordetails refer Fig. 6.6 of Chapter 6 of CPWD Specifications Vol. 1).

4.12.2 Bonding Units

These shall be preferably precast R.C.C. units having cross-section as per Fig. No. 6.6 of Chapter 6 ofCPWD Specifications Vol. 1. Length of the Bonding units will be sum of thickness of both leaves pluswidth of cavity if the leaves are 75 mm or 115 mm. If the leaves are more than 115 mm thick, thenthe length of a unit will be 2 × 115 + width of cavity as shown in Fig. 6 Chapter 6 of CPWDSpecifications Vol. 1. Precast RCC units shall be provided with 2 no., 6 mm mild steel reinforcementbars tied with 2 no. 3 mm. dia. M.S. wire/hard drawn wire cross bars (As shown in Fig. 6 of Chapter 6of CPWD Specifications Vol. 1) placed in the centre of units.

Cement concrete used in the bonding units shall not be leaner than 1:3:6 (1 cement : 3 coarse sand :6 graded stone aggregate 20 mm nominal size).

Signature of Bidder WAPCOS LTD.-215-

TENDER NO: WAP/PMD/2017-18/20

4.12.3 Spacing

Metal ties/bonding units shall be spaced not more than 90 cm apart horizontally and 45 cm verticallyand staggered in each course. Additional ties shall be used near openings.

4.12.4 Restrictions

Cavity walls shall not normally be built more than 7.5 metres in height and 9 metres in length. Wherelarge lengths and heights are desired, the wall shall be divided into panels with strengtheningmeasures such as pillars etc. Cavity shall be covered at the top with at least two courses of masonryunit and/or a coping over it.

Adoption of cavity walls is not recommended when heavy concentrated load from beam etc. are tobe supported by walls.

4.12.5 Measurements and Rate

(a) Brick work in cavity walls shall be included and measured with general brick work. The width ofthe cavity shall not be measured. Skin of cavity wall, half brick thickness shall be measured as andpaid as described in para 4.4.8 and 4.7.

(b) The forming of the cavity shall be given in square metres stating the width of the cavity and shallinclude the metal ties/bonding unit specifying the numbers per square metre.

(c) Labour and material for closing cavities at the jambs, sills and heads of opening shall be asdescribed and measured separately in running metres.

(d) The item shall include use of device for keeping cavity clear and forming the requisite weep andvent holes and nothing extra on this account shall be payable.

4.13 BRICK EDGING

4.13.1 The edging shall be of bricks of class specified in the item. The specifications of bricks shall beas described in 4.3. Trenches of required depth and width shall first be made along the edge of theplinth protection to receive the bricks for edging. The bed of trenches shall be compacted to a firmand even surface. The brick shall be laid true to line in cement mortar 1:4 (1 cement: 4 fine sand)with length parallel and butting the plinth protection. The top face of the brick edging shall be in onelevel to conform to the finished level of the plinth protection adjacent to the edging. After theconcreting is done, no portion of the brick edging shall project above the adjacent concrete surface.Cement mortar shall conform to the specification described in chapter 3.0 of CPWD SpecificationsVol. 1.

Signature of Bidder WAPCOS LTD.-216-

TENDER NO: WAP/PMD/2017-18/20

CHAPTER 5: STEEL WORK

1. IS CODESQuality of steel shall confirm to the following specifications :-

(a) Mild steel (miscellaneous) - IS:432-1982 (Part-I)(b) M.S. reinforcement bars - IS:432-1982 (Part-II)(c) High strength deformed steel bars

for concrete reinforcement- IS:1786-1985

(d) Structural steel works - IS:226-1962(e) M.S. Tubes - IS:1161-1979

2. PROCUREMENTThe entire structural steel required for incorporation in the work shall be procured directly from themanufacturer from the list of approved makes and as specified in subsequent paras. The contractormust intimate in advance the Architect and Engineer-in-Charge in writing his intention to procuresteel from any of the manufacturers. As far possible the Contractor must make efforts to procuresteel from two or three manufacturers.

3. DOCUMENTATION3.1 The contractor shall produce original purchase vouchers from the manufacturer for thetotal quantity of steel supplied under each consignment to be incorporated in the work. TheEngineer-in-Charge along with relevant documents before acceptance shall inspect all theconsignments received at the work site. The original purchase vouchers and test certificates shall bedefaced by Engineer-in-Charge and kept on record in the office of the Engineer-in-Charge dulyauthenticated and with cross reference to the control number recorded in the steel acceptanceregister.

3.2 The Steel Acceptance Register shall be signed by the Architect, Engineer-in-Charge andContractor. The entire quantity of steel shall be suitably recorded in the Measurement Book “not tobe abstracted”, before incorporation in the work, and shall be signed by the Engineer-in-Charge andContractor.

4. TESTING OF STEEL4.1 The contractor shall submit the manufacturer’s test certificate in original along with testsheet giving the results of physical and chemical characteristics as applicable or authenticated copythereof, duly signed by the manufacturer with each consignment.

4.2 The Engineer-in-Charge shall record these details in Steel Acceptance Register as given inAnnexure after due verification and shall send a certified true copy of test sheet to the Engineer-in-Charge for record.

4.3 The Engineer-in-Charge shall also organize independent testing of random samples of eachlot of steel from accredited labs/reputed labs approved by the Engineer-in-Charge. Samples fromeach lot should be tested for quality and elongation. In case of failure on random sampling, the

Signature of Bidder WAPCOS LTD.-217-

TENDER NO: WAP/PMD/2017-18/20

complete lot shall be removed from the site by the Contractor. Any additional cost for testingremoval/replacement shall be borne by the Contractor.

4.4 Independent testing of reinforcement steel shall be ordered at the discretion of theEngineer-in-Charge at no extra cost.

4.5 Contractor shall provide the chemical solution at site for ring testing of TMT bars in respectof all the lots of TMT bars for all sections of steel. The record of testing shall be maintained inmaterial testing register duly signed by the Contractor and the Engineer-in-Charge.

4.6 In all cases, the contractor at his own cost, shall provide all facilities required for testing andcost of material consumed in tests and transportation charges shall be borne by the Contractor.

4.7 MINIMUM FREQUENCY TABLE

Srl. Nominal size of steel Frequencyi. Bars of size less than

10mm1 sample (3 specimen) for each test for every

25 tonne of steel or part thereofii. Bars size 10mm to

16mm1 sample (3 specimen) for each test for every

35 tonne of steel or part thereofiii. Bars size over 16mm 1 sample (3 specimen) for each test for every

45 tonne of steel or part thereofStructural Steel

iv. Tensile Test 1 Test for every 25 tonne of steel or part thereofv. Bend Test 1 Test for every 10 tonne of steel or part thereof

5. STEEL IN COILS ETC.5.1 Any bar of any dia for reinforcement may be procured in round bundles or coils and thecost of straightening the same shall be borne by the contractor.

5.2 When bars are procured in bundles, the length of each bundle shall be worked out on thebasis of unit weight predetermined by the Engineer-in-Charge by getting suitable length (not lessthan 3 metres) out of each consignment received, getting it straightened, length measured andweighed in presence of Contractor’s accredited representative. The said length and the weight shallbe recorded from which unit weight (weight per unit length) shall be calculated.

5.3 The length of bars worked out on the basis of unit weight determined as above shall formthe basis for the purpose of calculating quantity of steel used/to be used in work and makingpayment of materials lying at site. However if the unit weight works out more than the unit weightgiven in IS, then unit weight given in IS shall be followed for computing weight of steel for thepurpose of making payment of steel lying at site.

6. STORAGE6.1 Steel of different sizes shall be stacked separately. For each classification of steel, separateareas shall be earmarked. Steel shall be marked with distinct painting marks for easy identification.

Signature of Bidder WAPCOS LTD.-218-

TENDER NO: WAP/PMD/2017-18/20

6.2 All steel shall be so stored that it is always at least 15cm above the GL Steel shall be storedin a manner so as to prevent distortion and corrosion. Any section that has deteriorated andcorroded or if considered defective by the Engineer-in-Charge shall not be used in the works andshall be removed by the contractor without any extra cost.

6.3 It will be the responsibility of the contractor to make sure that all possible arrangementsare made for the safe custody of the steel. In case of any loss of steel, only the Contractor shall beresponsible and the loss shall be made good without any delay or claim what so ever.

7. SCHEDULING AND SUPPLY7.1 Schedule of supply of steel shall be finalized by contractor with Engineer-in-Charge andshall be incorporated in CPM chart so that supply of steel can be monitored, to avoid any delay incompletion of the work.

7.2 The complete requirement of steel of various sizes will be worked out before making anyRAR payment and procurement of steel by the Contractor shall be completed sufficiently in advanceof the date of completion, No extension of time shall be considered for the reason of non availabilityof any section of steel.

7.3 Assembly of reinforcement shall be as per clause 12 of IS 456-2000.

7.4 The steel procured at site will be recorded and documented in the steel supply acceptanceform.

8. BINDING WIREBinding wire shall be black annealed steel wire conforming to IS:280 and of minimum 18 gauge,except for galvanized reinforcement the wire shall be galvanized steel wire. Reinforcement crossingeach other shall be tied together at every intersection with two strands of annealed steel wire 0.9 to1.6mm thickness twisted tight to make the skelton of steel work rigid so that the reinforcement doesnot get displaced during deposition of concrete.

9. WELDINGElectrodes used for welding of steel bars shall be ordinary mild steel grade electrodes confirming toIS:814 and shall be of the best quality approved by the Architect and Engineer-in-Charge. Weldingshall be done by electric process with precautions for health and safety. The places to be weldedshall be cut angularly so that the welding material does not protrude and the members to be weldedjoin properly. The welds shall be ground clean to give a single piece appearance. The welds shall runaround the contact surfaces of two meeting sections. Throat thickness shall not be less than 4 mm.

10. FABRICATION10.1 Reinforcement steel shall be carefully and accurately cut, bent or formed to the dimensions andconfigurations as shown on the drawings and approved bar bending schedules.

Signature of Bidder WAPCOS LTD.-219-

TENDER NO: WAP/PMD/2017-18/20

10.2 All reinforcement shall be bent cold using appropriate pin sizes (bars maybe preheated only onapproval of the Architect and Engineer-in-Charge. Bars shall not be cooled by quenching. Bends andtolerances shall be in accordance with IS:2502.

10.3 It shall be ensured that the bars not bent or straightened in any manner that will injure thematerial. Any bars incorrectly bent shall be used only if means for straightening and re-bending besuch as not to affect adversely the material.

10.4 Reinforcement shall be fixed without forcing in the position shown on the drawings with atolerance of 5mm or 5% of the minimum dimension of cross section which ever be the greater andmaintained so that it is not displaced during concreting or other operations.

11. LAPPING11.1 As far as possible bars of maximum length available shall be used. All bars shall be in one lengthunless otherwise shown on the drawings or agreed with the Architect and Engineer-in-Charge.

11.2 Laps shown on the drawings or otherwise specified shall be based on the use of bars ofmaximum length by the contractor. Laps in reinforcement for columns, beams and slabs etc. shall beas stipulated in IS:456-2000 and in the structural drawings.

11.3 Not more than 1/3rd of the bars or as specified in the drawings shall be lapped at one section.Laps and crossing shall be tied with mild steel drawn wire of size not less than 0.9 mm dia.

11.4 Reinforcement bars shall be 8 mm dia M.S. round bars in half brick work only and shall bedeemed to be part of the lump sum. All reinforcement bars 8 mm and above shall be high strengthdeformed steel bars be Fe 500 for concrete reinforcement as per IS:1786-1985.

12. PLACEMENT12.1 All reinforcement shall be placed accurately and maintained in the position indicated on thedrawings. The contractor shall provide approved type of supports for maintaining the bars in positionand ensuring required spacing and correct cover of concrete to the reinforcement as called for in thedrawings. Pre- cast cement concrete blocks as approved, PVC chairs of required shape and size, MSor other approved chairs and spacer bars shall be used in order to ensure accurate positioning ofreinforcement. Pre-cast concrete blocks shall be cast well in advance and shall be at least equal inquality to the class of concrete specified in the work.

12.2 Should any difficulty arise during the placing of steel in obtaining the appropriate cover thecontractor shall immediately draw the attention of the Architect and Engineer-in-Charge to thedifficulty and shall carry out such corrective measures as per Architect and Engineer-in-Charge.

12.3 All intersections of the reinforcements shall be securely tied with two or more strands ofbinding wire twisted tight to make skeleton or net work rigid so that the reinforcement is notdisplaced during placing of concrete.

12.4 Tack welding of crossing bars shall be done as authorized or directed by the

Signature of Bidder WAPCOS LTD.-220-

TENDER NO: WAP/PMD/2017-18/20

Architect and Engineer-in-Charge. No extra amount shall be paid for tack welding.

12.5 The contractor shall take all reasonable precautions to ensure that when handling or erectingreinforcement no damage shall be done to finished concrete. Bars that are partially embedded inconcrete shall not be filed bend unless concurrence has been obtained from the Architect andEngineer-in-Charge.

12.6 Walkways and borrow runs for placing and compacting the concrete shall be independent ofthe reinforcement.

12.7 Loose binding wire and other extraneous matter shall be removed from inside the form workprior to concrete placing.

12.8 Without relieving the contractor of the responsibilities for the correctness thereof, thereinforcement shall be inspected and approved by the Architect and Engineer-in-Charge in writingbefore any concrete is placed and the contractor shall allow sufficient time for such inspection andany subsequent remedial action to be carried out.

12.9 No part of the reinforcement shall be used for conducting electrical currents.

13. CLEANING13.1 After placing, the reinforcement shall be maintained in a clean condition until the concrete isplaced. On no account the bars shall be oiled or painted or mould oil used on the form work beallowed to come in contact with the bars.

13.2 Before the concreting is commenced, the base shall be thoroughly cleaned with dry Gunny bagsif they are coated tightly with rust or other impurities.

14. MISSING DETAILSIn case of any reinforcement detail is missing i.e. neither shown on drawings nor specified in tenderdocument, the same shall be provided as per relevant details shown at another location or asminimum requirement as per relevant IS, CPWD specifications (latest with up to date amendments)to complete the work as per normal engineering practice.

Signature of Bidder WAPCOS LTD.-221-

TENDER NO: WAP/PMD/2017-18/20

CHAPTER 6: WATERPROOFING WORKS

1 WATER PROOFING1.1 GeneralIt is the intent of this specification to secure a completely water tight basement, toilets andterraces etc. guaranteed for at least 10 (Ten) years from the date of final completion. Theguarantee shall be executed & extended by the Contractor & not by the water proofing agency. Thecontractor shall provide all materials, labour, plant, equipment, incidentals and everything necessaryfor securing a fully waterproof job as called for above.

All water proofing work shall be carried out by specialists as approved by the Engineer-in-Charge.Installation and materials shall be as per best practices for obtaining water proof work and asrecommended by the manufacturer.

Water proofing work shall be commenced only after the surface is prepared, smooth rendered,cleaned free of dirt, dust and foreign matters, inspected and approved. Compressed air shall be usedfor effective cleaning of all surfaces. The vents and other projections through the roof shall be madeabsolutely secure before flashing.

1.2 Roof (Mud Phuska waterproofing and terracing)The procedure is to clean the RCC slab off dust and loose material. Spread hot bitumen at 1.70 kgbitumen per square metre.Immediately spread a layer of coarse sand over hot bitumen at 0.6 m3 of sand over 100 squaremetre. Paddled clay mixed with hay (bhusa) is laid in 10 cm thick layer giving a proper slope(1:40). This layer is thoroughly consolidated. Mud-phuska layer is plastered with mud-cow dungmortar (3:1). 35 mm thk Tile bricks are laid flat on plastered surface and joints are sealed andgrouted in 1:3 cement mortar and finished neat.

1. INJECTION GROUTING1. DESCRIPTION:1.1. GeneralFurnish all labor, equipment, and materials necessary and incidental thereto to perform all requiredoperations to eliminate the flow of water by pressure injection to fill cracks, voids, and joints inconcrete substrates.1.2. Definition of TermsRefusal when a crack or void area will accept no more grout under the prevailing

pumping conditions (for reasons other than the pumpability of the grout)Return time the time taken for a grout, under certain application conditions to

completely penetrate a crack, void, or network of cracks.Gel time the time required for the grout to cure following the reaction with the

acceleratorGel time or cure time can be affected by temperature and amount(percentage) of accelerator mixed in the component A.

Signature of Bidder WAPCOS LTD.-222-

TENDER NO: WAP/PMD/2017-18/20

1.3. INJECTION PROCESS:Fully examine the existing site conditions to ensure that all associated work can be performedwithout removing or relocating existing utilities, structures or structural members.1) Remove all standing water.2) Drill at a 45˚ degree angle where possible to intersect the wall/floor joint interface halfwaythrough the thickness of the substrate (e.g. 4” deep for 8” thick slab)3) Drilling depth should be half the thickness of the concrete member.4) Install mechanical injection ports and secure in place at a spacing of 6-12” inches apart (6” for hairline and 12” for wider cracks). Alternatepositioning from left side to right side as you move along the crack where possible.

Extremely wide cracks (if any exist) should be covered with a surface seal prior to injection in orderto contain the injection resin until cured. Under proper pumping conditions in active leak injection,the following signs should be observed in the order listed:

1.4. INJECTION PROCESS (Continued)(a) Water displaced from crack/joint by the resin(b) Water and resin mix (foamy) appearing at the crack/joint area(c) Pure resin from crack/joint

If the joint surface exhibits immediate free flow of resin while working the first packer, pause for afew minutes. In most cases the resin will react fast enough with the water and expand rapidly. Theresulting resin product will heal the joint and provide a surface seal to contain the material to follow.

The contractor is responsible for estimating what duration time is adequate for grouting the voidsand is responsible to prove that the void is full by attempting to inject each port to refusal.

Once the contractor is assured that the resin has reached the next injection packer or hassufficiently stopped the water as evidenced by the grout oozing out of the joint area, he should shutoff the resin flow and disconnect pump pressure line and proceed to the next packer.Follow the injection process for one to three packers, the contractor shall return to the first packerand attempt to re-inject it again. Some of the packers will take more grout, filling up more of thecrack/joint area and creating a higher density void filler and water stop.The contractor shall continue this procedure until refusal.

1.5.. MATERIALSA. Injection PortsProvide suitable injection ports (stainless steel/brass/zinc/plastic), buttonhead or zerk fittings,shaft and rubberized expandable grommet.

B. Grout Injection MaterialHydrophobic water cut-off grout based on MDI (methylene-diphenyl- isocyanate) polyurethane. (e.g.SealBoss 1510, 1570, 1572)Grout material is to be 100% solvent free and 100% solids.

Signature of Bidder WAPCOS LTD.-223-

TENDER NO: WAP/PMD/2017-18/20

Gel time of the product is adjustable by adding a certain percentage of accelerator per themanufacturer’s recommendations. Grout material shall not shrink or swell.Grout material shall cure to a semi-flexible foam structure which is not affected by water or dryness.

Grout material shall have the capacity to expand upon contact with water to a volume of30 to 40 times. The composition of the material is one that water is not a component of the curedfoam structure.

C. Pump EquipmentAll chemical grouting equipment shall be of a type, capacity, and mechanical condition suitable fordoing the work. The equipment shall be compatible with the chemicals to be handled and shall bemaintained in proper operating conditions at all times.

D. SUBMITTALS1) Submit all technical literature covering the chemical grout material including completemanufacturer’s specifications, recommendations and test data.2) Provide Material Safety Data Sheets on any chemical products utilized during the work of thissection.3) Injection port pattern and/or grouting method statement to Architect for approval prior tostarting grouting operations.4) Samples(a) Stainless steel, brass, zinc, or plastic button/zerk injection packers.

F. Quality Assurance1)Qualifications: Company specializing in structural repairs, crack injection and waterproofing ofcracks shall be trained by the waterproofing material’s manufacturer and certified in the applicationof the materials.

G. Delivery, Storage and Handling1) Deliver all materials in the manufacturer’s sealed original containers bearing the manufacturer’sname and product identification in a manner to prevent damage, breakage, water or moistureintrusion.

2) Store and handle all products of this section in strict accordance with the manufacturer’sinstructions and product safety regulations.

3) All equipment shall meet or exceed OSHA safety requirements and be of a size and nature whichdoes not conflict with safe accessibility to the site.

H. Project Conditions1)Do not execute the Work of this section unless the Site Engineer or Authorized Representative ispresent and has authorized the work to commence.2)Do not remove any utility equipment or piping in the area while executing the work.

Signature of Bidder WAPCOS LTD.-224-

TENDER NO: WAP/PMD/2017-18/20

I. Environmental Requirements1)Do not apply if the temperature is below 32°F or above 90°F unless the material manufacturer isconsulted for recommendations.

J. Owner’s Requirements1)Execute all work in accordance with all safety requirements, approved written procedures and withthe least amount of interference with the work of other trades as possible.2) Equipment should be confined to the delivery area and all components shall be in goodworking order as approved manufacturer for use with the specified materials.3) Immediately notify the Site Engineer/Owner’s representative in the event of any processinterruption or environmental concerns which could affect the service or application conditionsrelative to this work.

Protection, Cleaning and Safety1) Following a complete injection of all mechanical packers to refusal and where the visible leakagehas been completely eradicated, remove all injection packers. Remove cured material whereapplicable and fill injection hole with rapid cement.2) Clean all adjacent areas of excess material, powder, cement and/or droppings. Chemicals used forcleaning shall be non hazardous and non flammable such as the SealBoss R70 pump flush3) Process grout materials using appropriate protective gear including gloves, masks, or goggles, andappropriate clothing as described and in accordance with the manufacturer’s MSDS sheets.

Protection, Cleaning and Safety (Cont’d)1) Follow manufacturer’s recommendations for product safety and disposal of material.2) Comply with all OSHA regulations for drilling procedure using protective gear including highlightedvests, face shields, or goggles.

Q. Field Quality Control1) The Engineer shall inspect the surface and reject any port holes that are unacceptably filled or anysurface area which displays other defects related to the completion of this work.2) All work is to be done under the supervision of the jobsite supervisor or owner’s representative.

1.6 PLINTH PROTECTIONWherever specified/shown in drawings, PCC 1:3:6 (1 cement : 3 coarse sand : 6 graded stoneaggregate 12.5 mm nominal size). 50 mm thick 600 mm wide shall be laid in slope in alternativepanels over 75 mm thick, base of well rammed & consolidated dry brick ballast around the buildingsat ground floor except in portions covered by steps, ramps & platforms. Plinth protection shall be laidas shown in drawing. The PCC in plinth protection shall have 10 mm wide joints through depth ofconcrete along brick wall and at each turnings and across at every 2400 mm be filled with bitumen of85-25 grade.

Signature of Bidder WAPCOS LTD.-225-

TENDER NO: WAP/PMD/2017-18/20

CHAPTER 7: PLASTER & WALL FINISHES

7.1 GeneralThe work of cement plastering to be done under these specifications shall comprise of furnishing ofall material, labour, T&P and scaffolding etc., and preparing the surface as directed by the Engineer-In-Charge and carrying out all operations needed for the execution of this item of work.

7.2 MaterialsThe mortar shall consist of ordinary Portland cement conforming to IS: 269 (latest edition) and sandmixed by volume in proportion of 1:4. The sand shall be clean, fine, sharp siliceous silicon particlesfree from loam, clay, salts and organic matters and shall conform to the requirement of IS: 1542-1977. Water shall be clean, free from alkalies, oils, salts, acids and injurious amount of organicmatters. Potable water is generally considered suitable for this type of work (IS: 456-2000).

7.3 MixingThe cement and sand shall be separately measured in wooden boxes (prepared for the purpose) inproportions specified in the schedule of quantities and or in drawings. The cement and the sand shallthen be mixed dry thoroughly until the colour and the consistency of the mixture is uniform andshows complete mixing. The quantity of the water to be added shall be between 30-40 litres per bagof cement. Mortar once mixed shall be used preferably within 15 minutes but in no case later than30 minutes. No mortar which, has begun to cake or set shall be used. Such mortar shall beimmediately removed from the work site.

7.4 Surface PreparationThe masonry surface, which are to receive plaster shall be cleaned by removing loose particles, dust,adhering mortar, grease oil, efflorescence and other foreign matter. The joints in the masonry shallbe raked to a minimum depth of 12 mm for providing a key to the plaster. A wire brush may be usedwith advantages for this purpose. The surface then shall be sprinkled with water and dumped evenlybut not soaked, and kept as such for two days before plastering. Dry spots, if any, shall be moistenedagain to ensure a uniform bond.

7.5 PlasteringThe plaster over the masonry work shall be as specified in the schedule of quantities or as given onthe relevant drawings. To ensure even thickness and a true surface small patches of plastermeasuring 15 cm x 15 cms shall first be applied horizontally and vertically and or not more than 2meter interval over the entire surface to serve as gauges. The plaster shall then be applied inbetween the gauges slightly more than the specified thickness and shall then be brought to a trueand even surface by working a wooden straight edge reaching across the gauges.

Signature of Bidder WAPCOS LTD.-226-

TENDER NO: WAP/PMD/2017-18/20

7.6 FinishingFrequently as the work proceeds with a true straight edge not less than 2.5 meters long and a plumbbob. All horizontal lines and surfaces shall be tested with a spirit level and all joints and corners witha plumb bob. All corners, angles and junctions shall be truly vertical or horizontal as the case maybe and shall be carefully finished without rounding or chamfering. Whenever there is a break in thecontinuity, the two portions of the plaster shall be separated by a neat cut through the plaster at thejunction.In supporting the work at the end of the day, the plaster shall be left cut clean to line, bothhorizontally and vertically. When recommending the plaster, the edges of the oldwork shall bescrapped, cleaned and wetted with cement slurry before the plaster is applied to the adjacent areas,to enable the two to join together. Plastering work shall be closed at the end of the day on the bodyof the wall and not nearer than 15 cm to any corner. It shall not be closed on the body of suchfeatures as bends or corners. Horizontal joints shall not occur in parapet tops and coping as theseinvariably lead to leakage. No portion of the surface shall be left out initially to be patched up later.

7.7 CuringCuring shall be commenced as soon as the plaster has hardened sufficiently not to be damaged whenwatered. The plaster shall be kept wet for a period of atleast 7 days. During the period it shall besuitably protected from sun, rain and frost at the contractor‟s expense and by such means as theEngineer-In-Charge may approve. Ordinarily to protect the plaster from the sun, the entire surfaceshall be covered with wet gunny bags. The dates of plaster shall be legibly marked on the varioussections of the plastered surface so that curing for the specified period thereafter could be ensured.

7.8 Defective PlasterAny crack which appears in the plaster or any part which sounds solid, or is found to be soft orotherwise defective, shall be cut out in rectangular shape and replastered at the contractor’sexpense.

Signature of Bidder WAPCOS LTD.-227-

TENDER NO: WAP/PMD/2017-18/20

CHAPTER 8: PAINTING

The specification of painting works will be as specified per the “Detailed Specification of CiviLWorks. Following are the general guidelines to execute the work in proper manner

1. PAINTING WORK

1.1. PUTTY WORKFor new work the surface shall be thoroughly cleaned of dust, old white or colour wash bywashing and scrubbing. The surface shall then be allowed to dry for at least 48 hours. It shall then besand papered to give a smooth and even surface. 2 mm thick putty of approved make mixed withwater shall be applied on the entire surface including filling up the undulations and then sandpapering the same after it is dry.

1.2. LIME/WHITE WASHING(a) Lime/White wash shall be applied with brush, each coat consisting of vertical strokefrom top down wards followed by opposite stroke upwards over the first stroke and horizontalstroke from left to right followed by stroke from right to left. Each coat must be allowed to dry,before the next coat is applied. On completion, the surface when it becomes dry, shall present auniform white appearance. When dry, no coat of white wash shall show any patches, haircracks or strokes nor shall it come off when rubbed with hand. White wash shall be done in threecoats unless otherwise specified in the bill of quantities. Doors and windows, floors etc. must beprotected from white wash splashes. Any splashes and droppings shall be removed and cleanedimmediately.

(b) Preparation of Surface : Before the wash is laid, the surface shall be well cleanedand brushed. After cleaning the surface, all holes, cracks and patches shall be made good with putty.

(c) Slaking : Slaking of lime shall conform to IS: 1635. The lime shall be placed about 300 mmdeep in a drum with about 1200 mm deep with standing in the drum. Lime shall be added to thewater to the lime. The lime in water shall then be vigorously stirred. Lime shall be considered to becompletely slaked when the temperature of the lime and water shall cease to rise and any furtheraddition of water shall not produce any further chemical action or heat. Water shall then be allowedto stand on for 12 hours or more until the normal temperature is restored.

(d) Mixing : The slaked lime shall be dissolved in a tub with sufficient quantity of water andshall be well mixed to give a thin creamy consistency. It shall then be strained through a clean coarsecloth and gum dissolved in hot water shall be added to it at the rate of 2 Kg for each cum. oflime and ultra marine blue added to the mixture in small proportion just sufficient to give a verylight bluish tint.

1.3. EXTERNAL/INTERNAL TEXTURE PAINTThe Textured exterior/interior paint of approved brand and manufacture shall be brought to the site

of work by the Contractor in its original containers in sealed condition.

Signature of Bidder WAPCOS LTD.-228-

TENDER NO: WAP/PMD/2017-18/20

Preparation of Surface : The surface shall be thoroughly cleaned off all mortar dropping, dirt dust,algae, fungus or moth, grease and other foreign matter of brushing and washing, pitting in plastershall make good, surface imperfections such as cracks, holes etc. should be repaired using whitecement.Paint shall be applied with a brush/roller on the cleaned and smooth surface. Horizontal strokesshall be given, First and vertical strokes shall be applied immediately afterwards. This entireoperation will constitute one coat. The surface shall be finished as uniformly as possible leaving nobrush marks.Three coats of Polymer Based Texture paint shall be applied to give even shade on plaster ofexternal fascias of building, internal columns in stilts, internal cement plaster surfaces of balconies,parapets, soffits of chajjas & balconies, lintels, beams and all other specified locations. The shadeof paint shall be used as approved by Architect and as per colour scheme.

1.4. PAINTING/POLISHING TO WOODEN SURFACESAll door frame and door shutters & all the wooden surfaces to be painted with synthetic enamelpaint of colour to be approved by Engineer-in-Charge. All wooden surfaces which are in contact withcement & brickwork etc. are required to be given anti-termite treatment with ASCU/Borax BoricAcid chemical pressurized treatment for wood preservation and matched for colour and grain. Thesurface shall be cleaned. All unevenness shall be rubbed down smooth with sand paper and welldusted. Knots if visible shall be covered with a preparation of red lead and glue size laid on whilehot. Holes and indentations on the surface shall be stopped with glazier’s putty. The surface shallthen be given a coat of wood filler made by mixing whiting (ground chalk) in paint. The surface shallagain be rubbed down perfectly smooth with glass paper and wiped clean. Three coats of paint areto be applied to get the desired finish.

1.5. PAINTING TO STEEL SURFACESAll exposed steel surfaces shall be prepared, cleaned with sand paper to completely remove scalesand rusts and shall be painted with three coats of synthetic enamel paint to give an even shadeover one coat of steel primer. The shade of synthetic enamel paint shall be as approved byEngineer-in-Charge/ Architect.

1.6. PAINTING TO C.I. AND G.I. PIPESAll exposed C.I. and G.I. pipes shall be painted by applying three coats of synthetic enamel paintover one coat of red oxide. The shade and quality shall be approved by Engineer-in-Charge/Architect. Synthetic enamel paints and primer out of the approved manufacturers shallbe used.

1 . 7 . ALUMINUM PAINT :All rolling shutters shall be painted by applying three coats ofaluminum paint over one coat of

red oxide primer jointed with white cement paste mixed with pigment of matching shade to matchthe shade of tiles complete for finished item of work.

Signature of Bidder WAPCOS LTD.-229-

TENDER NO: WAP/PMD/2017-18/20

SECTION VIII

GEO-TECHNICAL REPORTS AND TOPOGRAPHICAL SURVEY

TENDER DRAWINGS OF THE PROJECT

Signature of Bidder WAPCOS LTD.-230-

AREA STATEMENT

TOPOGRAPHICAL SURVEY OF LAND ATPROJECT:

SPORT AUTHORITY OF INDIA, JNANABHARATHI NAGARABHAVI

BANGALORE INDIA

LEGEND

ARCHITECTURAL DRAWING

4/79 VIPUL KHAND,GOMTI NAGAR, LUCKNOWPH. 0522-2395236 , 0522-2300952 (O),0522-4043652(fax)

ARCHITECT, ENGINEERS, INTERIOR,LANDSCAPE, STRUCTURAL DESIGNER.

CELL: 91-8009902918, 8009902919

MRIDUANJALI

regd. off

regional off.C-1,SECTOR -20, NOIDA.

ARCHITECTS & ENGINEERS PVT. LTD.

PH. 0120-4323064(O) , 0120-4233030(fax)

[email protected]: 91-8800294475, 8800294481

SPORTS AUTHORITY OF INDIAPREMISES,BANGALORE

PR

OD

UC

ED

B

Y A

N A

UT

OD

ES

K E

DU

CA

TIO

NA

L P

RO

DU

CT

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCTP

RO

DU

CE

D B

Y A

N A

UT

OD

ES

K E

DU

CA

TIO

NA

L P

RO

DU

CT

PRODUCED BY AN AUTODESK EDUCATIONAL PRODUCT

Signature of Bidder WAPCOS LTD.-231-

DUCT 1250 MM

WIDE

LOBBY

10190X2000

CONDITIONING HALL

24920X12850

ROLLING

SHUTTER

STORE-1

4700X5490

STORE

4700X5650

A'

LOBBY

5260X6220

W

W1 W1 W1 W1 W1 W1 W1 W1 W1 W1

W1

W2

W

W1

W1

W1 W1 W1 W1 W1 W1

W

GL

W1 W1

D2

D2

D3

A

R

O

A

D

3500 MM WIDE

1:12 SLOPE

RAMP

DOWN

B

WIDTH-1500

TRADE-300

RISER-150

UP

WAITING

AREA

5260X4430

A

A'

B B'

D1

D1

D1

LIFT1800X1900

(8 PERSONS)

CELLAR PLAN

4

750

7

LEGENDS:

DOOR WINDOW SCHEDULE

S.NO. TYPE REMARKSWIDTH CILL LINTEL SIZE

1

3

- 2100 750x2100

6

8

2

5

-1000

9

D 2000 2550 2000X25501950X25501950

900D1 2550D2 2550 900X2550D3 2550 1000X2550

D4W 2450 900 2550 1650X1650

W1 1500 900 2550 1650X1650W3 1200 900 2550

10

V 600 1550 2550 1000X900GL 4420 2550 1650X1650

1650X1650

30011 RS 3600 3000- 3605X3000

AREA 540 SQM

Signature of Bidder WAPCOS LTD.-232-

DUCT 1250 MM

WIDE

ROOM-1

4700X3870

PHYSIO/MASSAGE

7460X4100

PHYSIO/MASSAGE

7460X4100

DISCUSSION ROOM

7460X8750

CHANGE

ROOM

1200X1500

CHANGE

ROOM

1200X1500

UNISEX CHANGE

ROOM

4700X5490

DISCUSSION ROOM

7460X8750

SLIDING AND

FOLDING PARTITION

TOILET

1200X1500

DISABLED

PERSON

TOILET

1500X1500

ROOM-2

4700X3870

1550 MM WIDE PASSAGE

CH

AN

GE

RO

OM

12

00

X1

50

0

CH

AN

GE

RO

OM

12

00

X1

50

0

1550 MM WIDE PASSAGE

WAITING

AREA

5260X4430

SLIDING AND

FOLDING PARTITION

RECEPTION &

ENTRANCE LOBBY

5260X6220

UP

D

W

W1 W1 W1 W1 W1 W1 W1 W1 W1 W1

W1

V

W2

W3

W

W1 W1 W1 W1 W1 W1 W1 W1

W

W3

W3

D2

D2

D4 D4

D3

D4

UP

WIDTH-1500

TRADE-300

RISER-150

D2

D3D3

W3

W3

W3W3W3

D3

LOBBY

10190X2000

D1

LIFT1800X1900

(8 PERSONS)

D2

TO

IL

ET

12

00

X1

50

0

DIS

AB

LE

D

PE

RS

ON

TO

IL

ET

15

00

X1

50

0

D3

D2

W1W1

D4

D4D4

D4

4

750

7

LEGENDS:

DOOR WINDOW SCHEDULE

S.NO. TYPE REMARKSWIDTH CILL LINTEL SIZE

1

3

- 2100 750x2100

6

8

2

5

-1000

9

D 2000 2550 2000X25501950X25501950

900D1 2550D2 2550 900X2550

D3 2550 1000X2550

D4W 2450 900 2550 1650X1650

W1 1500 900 2550 1650X1650W3 1200 900 2550

10

V 600 1550 2550 1000X900GL 4420 2550 1650X1650

1650X1650

30011 RS 3600 3000- 3605X3000

GROUND FLOOR PLAN

A'

A

A'

B B'

A

B

LOW HEIGHT WALL

2250MM

TENDER DRAWING

DWG. No.

DRAWING TITLE

PROJECT TITLE

SHOULD BE FOLLOWED

2.ONLY FIGURED DIMENSIONS

1.ALL DIMENSIONS ARE IN MM.

SPORTS AUTHORITY OF INDIA

PREMISES,BANGALORE

CHANGE ROOMS

AR-CR-02

AREA 540 SQM

Signature of Bidder WAPCOS LTD.-233-

DUCT 1250 MM

WIDE

YOGA HALL

24920X12850

LOBBY

5260X6220

W

W1 W1 W1 W1 W1 W1 W1 W1 W1 W1

W1

W2

W

W1 W1 W1 W1 W1 W1 W1 W1

W

W3 W3

GL

WIDTH-1500

TRADE-300

RISER-150

UP

WAITING

AREA

5260X4430

LIFT1800X1900

(8 PERSONS)

W1

D2

TOILET

1500X1500

D4

D4

W1

TOILET

1500X1500

D1

D1

FIRST FLOOR PLAN

A'

A

A'

B B'

A

B

LOW HEIGHT WALL

2250MM

AREA 540 SQM

TENDER DRAWING

DWG. No.

DRAWING TITLE

PROJECT TITLE

SHOULD BE FOLLOWED

2.ONLY FIGURED DIMENSIONS

1.ALL DIMENSIONS ARE IN MM.

SPORTS AUTHORITY OF INDIA

PREMISES,BANGALORE

CHANGE ROOMS

AR-CR-03

Signature of Bidder WAPCOS LTD.-234-

TENDER DRAWING

IMPLEMENTING AGENCY

CHECKED BY

DRAWN BY

SCALE

DATE

DWG. No.

DRAWING TITLE

PROJECT TITLE

SHOULD BE FOLLOWED

2.ONLY FIGURED DIMENSIONS

1.ALL DIMENSIONS ARE IN MM.

N.T.S.

AR. FARJANA

AR. ROHIT

SPORTS AUTHORITY OF INDIA

PREMISES,BANGALORE

SEPT.2017

AR-CR-05

SECTION

LOBBY

LOBBY

F F F

F

LOBBY

PHYSIO/MASSAGE

DISCUSSION ROOM

SLIDING AND

FOLDING PARTITION

YOGA HALL

STONE PITCHING

Signature of Bidder WAPCOS LTD.-235-

TENDER DRAWING

IMPLEMENTING AGENCY

CHECKED BY

DRAWN BY

SCALE

DATE

DWG. No.

DRAWING TITLE

PROJECT TITLE

SHOULD BE FOLLOWED

2.ONLY FIGURED DIMENSIONS

1.ALL DIMENSIONS ARE IN MM.

N.T.S.

AR. FARJANA

AR. ROHIT

SPORTS AUTHORITY OF INDIA

PREMISES,BANGALORE

SEPT.2017

AR-CR-04

CHANGE ROOMS

FIXEDFIXED

FIXEDFIXEDFIXED

FIXEDFIXED

Signature of Bidder WAPCOS LTD.-236-

FIXED FIXED

FIXED FIXED

FIXED FIXED

FIXED FIXED FIXED

FIXED FIXED FIXED

FIXED FIXED FIXED

FIXEDFIXEDFIXEDFIXEDFIXEDFIXED

FIXED FIXED FIXED FIXED FIXED FIXED

FIXEDFIXEDFIXEDFIXEDFIXEDFIXEDFIXEDFIXED

A-SIDE ELEVATION

3600

3600

3600

±00 MM LVL.

±00MM LVL.

±00 LVL±00 MM LVL.

±00 MM LVL.

±00 MM LVL.

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL

±00 LVL+600 LVL +600 LVL +600 LVL +600 LVL +600 LVL +600 LVL +600 LVL +600 LVL

+600 LVL

+600 LVL

3600

3600

3600

4350

300

RAMP

1050

PARAPET

WALL

FIXED FIXED

FIXED FIXED

TENDER DRAWING

IMPLEMENTING AGENCY

CHECKED BY

DRAWN BY

SCALE

DATE

DWG. No.

DRAWING TITLE

PROJECT TITLE

SHOULD BE FOLLOWED

2.ONLY FIGURED DIMENSIONS

1.ALL DIMENSIONS ARE IN MM.

N.T.S.

AR. FARJANA

AR. ROHIT

SPORTS AUTHORITY OF INDIA

PREMISES,BANGALORE

SEPT.2017

AR-CR-04

CHANGE ROOMS

Signature of Bidder WAPCOS LTD.-237-

TENDER DRAWING

IMPLEMENTING AGENCY

CHECKED BY

DRAWN BY

SCALE

DATE

DWG. No.

DRAWING TITLE

PROJECT TITLE

SHOULD BE FOLLOWED

2.ONLY FIGURED DIMENSIONS

1.ALL DIMENSIONS ARE IN MM.

N.T.S.

AR. FARJANA

AR. ROHIT

SPORTS AUTHORITY OF INDIA

PREMISES,BANGALORE

SEPT.2017

AR-CR-05

CHANGE ROOMS

F

3600

3600

3600

750

PARAPET

WALL

Signature of Bidder WAPCOS LTD.-238-

REPORTON

GEOTECHNICAL INVESTIGATION FOR THE PROPOSED CONSTRUCTION OF ACHANGING ROOM AT SPORT AUTHORITY OF INDIA, BANGALORE, KARNATAKA

SPORTS AUTHORITY OF INDIABangaloreKarnataka

Signature of Bidder WAPCOS LTD.-239-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

CONTENTS

1. INTRODUCTION..............................................................................................................................................3

2. OBJECTS AND SCOPE OF GEOTECHNICAL INVESTIGATION ...............................................................3

3. METHODOLOGIES AND INVESTIGATION....................................................................................................4

3.1. SAMPLING .......................................................................................................................................................4

3.2. STANDARD PENETRATION TESTS. ............................................................................................................4

3.3. GROUND WATER LEVEL ..............................................................................................................................4

4. EXPERIMENTAL RESULTS AND DISCUSSIONS. ........................................................................................5

5. RECOMMENDATIONS ........................................................................................................................................5

TABLE -1 .....................................................................................................................................................................6

TABLE -2 .....................................................................................................................................................................6

TABLE -3 .....................................................................................................................................................................7

BOREHOLE 1 .............................................................................................................................................................8

BOREHOLE 2 .............................................................................................................................................................9

APPENDIX – I ...........................................................................................................................................................12

FIGURES

FIGURE 1: POSITION OF BOREHOLES................................................................................................................10

FIGURE 2: DETAILS OF STONE SOLING .............................................................................................................11

Signature of Bidder WAPCOS LTD.-240-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

REPORTON

GEOTECHNICAL INVESTIGATION FOR THE PROPOSED CONSTRUCTION OF ACHANGING ROOM AT SPORT AUTHORITY OF INDIA, BANGALORE, KARNATAKA

1. INTRODUCTIONIt has been proposed to construct a structure at Sports Authority of India, Bangalore, Karnataka.

The approximate area for the proposed structure in the site is 1000 sq.m. In this regard a

request has been made to carry out soil investigation on August 20, 2017 by M/s Mriduanjali

Architects & Engineers Pvt. Ltd., to give the safe bearing capacity and necessary

recommendations to design the foundations. The field test is carried on September 5, 2017. The

ground level is almost to the road level

Accordingly, a detailed soil exploration programme compromising of field and laboratory tests

along with recommendations for the design of foundation is presented in this report. Two

boreholes were driven using manual angering method. These boreholes were driven up to a

depth of 5.0m below the existing ground level.

2. OBJECTS AND SCOPE OF GEOTECHNICAL INVESTIGATION

The object of soil exploration program is to evaluate the physical and engineering properties of

the subsoil. So that suitable and economic foundation system can be designed in order to fulfill

the above objectives, the following scope of work was proposed.

To identify the soil stratification in various locations up to a specified depth.

To conduct standard penetration tests (SPT) at regular intervals

To extract undisturbed samples

To collect the disturbed samples

To record the standing ground water level

To conduct laboratory tests mentioned below on disturbed and undisturbed soil

samples.

Liquid limits and plastic limits

Direct shear tests/Triaxial shear test

Grain size analysis

Natural water content and in-situ density

Signature of Bidder WAPCOS LTD.-241-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

Optimum moisture content and maximum dry density

Check for free swelling

3. METHODOLOGIES AND INVESTIGATION

3.1. SAMPLING

Continuous sampling/standard penetration tests have been carried out alternatively in

the borehole at regular intervals to obtain maximum data. Undisturbed samples are

collected in an open-end tube sampler. From the SPT locations disturbed samples have

been collected using spilt spoon sampler. However the total number of UDS collected

during the investigation was much less than envisaged earlier considering the natural of

soil met in all the boreholes.

3.2. STANDARD PENETRATION TESTS.

Standard penetration test (SPT) was carried out at different depths in all the boreholes &

the ‘N’ values were recorded. The SPT was carried out according to 1S 2131-1981 SPT

(Standard penetration test, Re affirmed in1992). The number of blows required to drive a

50mm diameter split spoon sampler for a depth of 30cm using a 65 kg hammer for a

drop of 75cm is recorded as ‘N’ value. The results of all the penetration tests performed

in each of the bore holes are shown in their respective Bore logs. The test is

discontinued if,

i) 50 blows are required for 300mm penetration

ii) 20 successive blows produce no advance

And the N – value is recorded as “REFUSAL”.

3.3. GROUND WATER LEVEL.

The ground water table was not encountered in any of the boreholes at the time of

investigation. The water table may occur at a greater depth.

3.4. SUB-SOIL

The sub soil consists of brownish clayey sand with traces of gravel upto a depth of

1.50m to 2.00m underlaid by brown to white sandy silt with traces of gravel up to a depth

of investigation i.e., up to the depth of 4m and further.

Signature of Bidder WAPCOS LTD.-242-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

4. EXPERIMENTAL RESULTS AND DISCUSSIONS.The natural moisture content was varying from 2% to 3%. The dry density was varying from 16

kN/m3 to 18kN/m3. The liquid limit and plastic limit values are generally indicated that the soil is

medium compressible and the cohesion and angle of friction are also presented in the table 3.

5. RECOMMENDATIONS

The following are the recommendations

The bearing pressure of soil is presented in table-3

The ground shall be inspected for any loose pockets if any and the same shall be

replaced with lean concrete.

All columns are to be connected by a rigid plinth beam.

All footings are placed on the same reduced level.

Signature of Bidder WAPCOS LTD.-243-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

TABLE -1INDEX PROPERTIES OF SOIL

No., Depth Dry density Moisturecontent

Grain size analysis

Gravel Sand Silt andclay

m kN/cu.m % % % %BH-1 2.00 17.11 2.11 3.30 40.15 56.55

BH-2 3.00 17.85 2.30 2.50 40.85 56.65

TABLE -2INDEX PROPERTIES AND SHEAR SRENGTH PROPERTIES OF THE SOIL

No., Depth ATTERBERG’S LIMITS SHEAR STRENGTHPARAMETER

SoilClassification

m LiquidLimit

PlasticLimit

PlasticityIndex

Cohesionc

% % % kN/m2 DegreeBH-1 2.50 30.75 NP 08 32 MI

BH-2 3.00 29.78 NP 08 32 MI

Note:All depths are measured with respect to excavated levelShear parameters are evaluated from direct shear test,

Signature of Bidder WAPCOS LTD.-244-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

TABLE -3SAFE BEARING PRESSURE

LOCATION WIDTH/ DIAMETER OFTHE FOOTING

SAFE BEARING PRESSURE

BH-1 to BH-2NOT LESS THAN 1m for

shallow foundations

260kN/m2 for 25mm settlement andfor a factor of safety 2.5 against

shear failure from a depth 3.00m fromthe existing ground level

Note:1. Foundations are to be designed for equal settlements.

2. The foundation should be placed at a depth of 3.00m from the existing ground level

3. If any changes in the soil strata inform to architect or geotechnical engineer

4. The following table shows the bearing capacity at different depths.

Width

Depth (m)

Not less than 1m Not less than 2m

25mmsettlement

40mmsettlement

25mmsettlement

40mmsettlement

3.00 260 310 270 320

4.00 270 320 270 320

Signature of Bidder WAPCOS LTD.-245-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

BOREHOLE 1Date of testing: Sept 5, 2017 Weather : Cloudy/rainy daySite : Bangalore university, Bangalore Method/type of Boring : Manual/helical

Bore-hole Diameter: 150mm Site no:

Depth

in m

Legend Description Measured SPT

Values

Variation

of SPT

Remarks

Brownish clayey sand

with traces of gravel

0.5

1.0

Red to brown sandy clay

with trace sof gravel

Brown to white sandy silt

(weathered rock)

1.5 14/18/22=40

2.0 UDS

2.5

3.0 32/39/40=79

3.5

4.0 40/40=40/100 Rebound

4.5

5.0

5.5

6.0

Note :

1. UDS: Undistrubed soil sample; 2. DS : Distrubed soil sample

3.GWT: Ground water table 4. Due to dryness in the sample the SPT values aree too high

Signature of Bidder WAPCOS LTD.-246-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

BOREHOLE 2Date of testing: Sept 5, 2017 Weather : Cloudy/rainy daySite : Bangalore university, Bangalore Method/type of Boring : Manual/helical

Bore-hole Diameter: 150mm Site no:

Depth

in m

Legend Description Measured SPT

Values

Variation

of SPT

Remarks

Brownish clayey sand

with traces of gravel

0.5

1.0

1.5 16/19/20=39

2.0

Brown to white sandy silt

2.5 20/25/27=52

3.0 UDS

3.5

4.0 35/40/42=82

4.5

5.0 40/45=45/120 rebound

5.5

6.0

Note :

1. UDS: Undistrubed soil sample; 2. DS : Distrubed soil sample

3.GWT: Ground water table 4. Due to dryness in the sample the SPT values aree too high

Signature of Bidder WAPCOS LTD.-247-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

32m

7m

BH-1

7.20m BH-2

12m

Gate

ROAD

Figure 1: POSITION OF BOREHOLES.Note: This figure is not to the scale

Signature of Bidder WAPCOS LTD.-248-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

Existing Level

3.00m

RCC pedestal

R.C.C foundation

` P.C.C Of 6”/4” thick as per design

5” Stone soling/sand bed below PCC

Figure 2: DETAILS OF STONE SOLING

Signature of Bidder WAPCOS LTD.-249-

-------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------

APPENDIX – IThe safe bearing pressure is evaluated from general shear failure

B = 1m, = 17kN/cu.m, c= 6kN/m2, = 32

Depth D = 3.00m (d =2.5m)

The bearing capacity factors are

Nc = 35.49, Nq = 23.18, N = 30.21

The bearing capacity is calculated, without considering the correction to water table

As per Terzaghi’s Bearing capacity factors:

qult = c Nc + q (Nq-1)Rw1 + 0.5 B N Rw2

= 1373.85 kN/sq.m

5.2175.2

85.1373 D

FS

qq ult

safe = 592.04 kN/m2

Corrected N-values at 3.0m is 60

fwult DRB

BNq

2

2

3.033.34

= 702.12 kN/m2

Hence the safe bearing pressure at 3.00m depth from the existing ground level isrestricted to 260 kN/m2 for 25mm settlement.

Signature of Bidder WAPCOS LTD.-250-

TENDER NO: WAP/PMD/2017-18/20

A-71, 7th Floor, Himalaya House,23, Kasturba Gandhi Marg,

New Delhi-110001

TENDER DOCUMENT FOR

CONSTRUCTION OF MODERN CHANGE ROOM COMPLEX WITHPROVISION OF YOGA, COMBAT SPORTS AND FITNESS CENTER AT NSSC

BANGALORE

WAP/PMD/2017-18/20Date: 11-10-2017

Volume-IIIFINANCIAL PROPOSAL

Signature of Bidder WAPCOS LTD.-251-

TENDER NO: WAP/PMD/2017-18/20

TABLE OF CONTENT

TECHNICAL BIDVOLUME - I

SECTION PARTICULARNOTICE INVITING TENDER

SECTION I INSTRUCTIONS TO BIDDERSECTION II SELECTION AND QUALIFYING CRITERIASECTION III GENERAL CONDITIONS OF CONTRACTSECTION IV SPECIAL CONDITIONS OF CONTRACTSECTION V ANNEXURES

ANNEXURE - I : FORMAT FOR GUARANTEE BONDS / AFFIDAVIT FOR WORKANNEXURE - II : FORMAT FOR GUARANTEE BOND FOR WATER PROOFING TREATMENTANNEXURE - III : FORMAT FOR PERFORMANCE SECURITYANNEXURE - IV : FORMAT FOR ADVANCE PAYMENT BANK GUARANTEEANNEXURE - V : SAFETY CODESANNEXURE - VI : MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY

ARRANGEMENTSSECTION VI FORMS

LETTER OF TRANSMITTALFORM A : FINANCIAL INFORMATIONFORM B : STRUCTURE & ORGANISATIONFORM C : NO CONVICTION CERTIFICATEFORM D : UNDERSTANDING THE PROJECT SITEFORM E : NO DEVIATION CERTIFICATEFORM F : INTEGRITY PACTFORM G :FORMAT FOR LITIGATION HISTORY, LIQUIDATED DAMAGES, DISQUALIFICATIONFORM H : DECLARATION FOR PROPRIETORSHIP

VOLUME – IISECTION VII SCOPE OF WORK

SECTION VIII GEO-TECHNICAL REPORTS AND TOPOGRAPHICAL SURVEYTENDER DRAWINGS OF THE PROJECT

FINANCIAL BIDVOLUME - III

SECTION IX FINANCIAL PROPOSALLETTER OF TRANSMITALSUMMARY OF COSTPAYMENT TERMS

Signature of Bidder WAPCOS LTD.-252-

TENDER NO: WAP/PMD/2017-18/20

Volume-III

Section-IX

FINANCIAL PROPOSAL

Letter of Transmittal for Financial Bid Summary of Cost Payment Terms

Signature of Bidder WAPCOS LTD.-253-

TENDER NO: WAP/PMD/2017-18/20

Letter of Transmittal for Financial Bid

(On Original Letter Head of Bidder)Dated:

To,Chief Engineer,WAPCOS Limited,A-71, 7th Floor, Himalaya House, 23,K G Marg, New Delhi – 110 001

Sub: Financial Bid for the work ----- (Name of Work /Project)

Dear Sir,

With reference to your NIT document dated ………….., I/we, having examined the BiddingDocuments and understood their contents, hereby submit my/our Bid for the aforesaid Project.The Bid is unconditional and unqualified.1. I / We acknowledge that the WAPCOS will be relying on the information provided in the BID

and the documents accompanying the BID for selection of the Contractor for the aforesaidProject, and we certify that all information provided in the Bid are true and correct; nothinghas been omitted which renders such information misleading; and all documentsaccompanying the BID are true copies of their respective originals.

2. The BID Price has been quoted by me / us after taking into consideration all the terms andconditions stated in the NIT, draft Agreement, our own estimates of costs and after acareful assessment of the site and all own the conditions that may affect the project costand implementation of the project.

3. I/ We acknowledge the right of the Authority to reject our BID without assigning any reasonor otherwise and hereby waive, to the fullest extent permitted by applicable law, our rightto challenge the same on any account whatsoever.

4. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into aAgreement in accordance with the draft that has been provided to me/us prior to the BIDDue Date. We agree not to seek any changes in the aforesaid draft and agree to abide bythe same.

5. I / We shall keep this offer valid as period specified in the NIT.6. I / We hereby submit our BID and offer a BID Price of Rs. .............................excluding GST

(Rs.......................................................................................................... in words) forundertaking the aforesaid Project in accordance with the Bidding Documents and theAgreement.

Yours faithfully,

Date: (Signature, name and designationof the Authorized signatory)

Place: Name and seal of Bidder

Signature of Bidder WAPCOS LTD.-254-

TENDER NO: WAP/PMD/2017-18/20

Summary of Cost

ParticularTotal Quoted Cost in Figure

(Excluding GST)(Rs.)

Construction of Modern ChangeRoom Complex With Provisionof Yoga, Combat Sports andFitness Center at NSSCBangalore

Total amount in words:

Note:-

The quoted cost filled in Summary of Cost, by bidders, should include allassociated costs with the project including any out of pocket / mobilizationexpenses/ Custom duty (if any) , TDS, taxes (except GST) if any applicable as perGovt. terms, shall be paid by the Contractor. The Goods and Services Tax (GST)shall be paid extra over quoted cost.

It is mandatory to bidders to deposit GST within time limit framed by Govt. ofIndia, if applicable. The Goods and Services Tax (GST), shall be reimbursed to theAgency only after uploading of bills by Contractor on GST Portal “ to avail Inputbenefit of GST

The company shall be performing all its duties of deduction TDS and otherdeduction on payment made to the contractor as per applicable legislation inforce on the date of submission of bid or to be newly / amended introducedduring the execution of the Contract.

The tenderer shall quote rates up to zero decimal and as well as in words. In caseof any discrepancy rate quoted in words shall prevail.

The payment will be made in percentage as per the schedule of stage wisepayment

Signature of Bidder WAPCOS LTD.-255-

TENDER NO: WAP/PMD/2017-18/20

PAYMENT TERMS

The Stage wise Payments shall be made in Percentage of the Total Agreed Cost of works as agreed by thebidder/ contractor. The “STAGE OF CONSTRUCTION” for each component shall be as per the details below.The Payment will be made after completion of particular “STAGE OF CONSTRUCTION” in all respect asper the detail in Section of Scope of Work in compliance of all the conditions mentioned in theTender Document.

It is mandatory that contractor shall submit stage wise bills along with the Test Reports of thematerials (from Govt. Approved Laboratory and in situ test in presence of Engineer In charge)used in the works and the photographs of the complete stage of construction as well asperiodically photographs taken during execution. The photographs shall be taken from theDigital camera showing the date and time on the photograph, nothing extra shall be payable tothe agency on this account. The frequency of Test of materials will be as per the standard normsand conditions in tender document.

The works mentioned in column no. 2 of Stage of Construction, are milestone for progress ofwork and payment purpose only. The main scope of work for each component shall begoverned as detailed in “SECTION:- SCOPE OF WORK” of the tender document and finalpayment shall be made accordingly to the Contractor.

If any works mentioned in column no. 2 of Stage of Construction do not execute or is executedpartially due to any reason, then the payment will be deducted on pro-rata basis over %mentioned and in column no.3 for particular stage of construction.

The final 100% payment, depicts the total cost of work as per the scope of work and incompliance with all conditions mentioned in tender document.

S.No. Stage of Construction % of TotalCost

%Cumulative

Cost1 2 3 4

1On completion of additional excavation below existingGround level to construct Cellar floor (conditional hall)as per the scope of work

3 3

2 on completion of excavation of Foundation of cellarfloor and PCC work as per the Scope of work 1 4

3On completion of RCC works up to plinth beam ofcellar floor including foundation column, plinth beam,as per the scope of work

6 10

4On completion of RCC and allied works includingworks of columns, beams, beams, slabs upto level ofGround floor as per the scope of work

8 18

Signature of Bidder WAPCOS LTD.-256-

TENDER NO: WAP/PMD/2017-18/20

S.No. Stage of Construction % of TotalCost

%Cumulative

Cost1 2 3 4

5 On casting of columns above Ground floor and uptobeams soffit of first floor 4 22

6 On casting of ground floor slab with beams and alliedworks 5 27

7 On casting of columns above ground floor slab Leveland upto beams soffit of roof slab 4 31

8 On casting of roof slab with beams, mumty, parapetwalls and allied works 6 36

9On completion brick work of cellar floor with provisionof lintel etc.and providing and fixing door & windowframes

3 39

10On completion brick work of ground floor along withprovision of lintel etc. and providing and fixing door &window frames

3 42

11On completion brick work of first floor along withprovision of lintel etc. and providing and fixing door &window frames

3 45

12 On completion of internal and external plastering ofcellar floor 2 47

13 On completion of internal and external plastering ofground floor 2 49

14 On completion of internal and external plastering offirst floor 2 51

15 On providing and fixing of wall conducting & MS boxfixing in position of all floors for electrical works 3 54

16 On providing and laying of pipes for internal/externalsanitary, Waste water etc. in position of all floors 3 57

17On completion of flooring in rooms, staircasecorridors, toilets, common area and wall tiles etc. incellar floor

3 60

18On completion of flooring in rooms, staircasecorridors, toilets, common area and wall tiles etc. inground floor

3 63

19On completion of flooring in rooms, staircasecorridors, toilets, common area and wall tiles etc. infirst floor

3 66

20 On fixing railing in staircases, balcony, corridors etc. 1 67

21Complete Electrical including wiring, switching,distribution board, panels etc. upto main distributionboard of the building

4 72

Signature of Bidder WAPCOS LTD.-257-

TENDER NO: WAP/PMD/2017-18/20

S.No. Stage of Construction % of TotalCost

%Cumulative

Cost1 2 3 4

22 On providing and fixing door, window shutters,ventilators, hardware fixtures & fittings, etc. 5 77

23

On completion of Overhead tanks to meet the waterdemand of the building and fire-fighting as per thestandard norms including all plumbing works withprovision of pumps, pipelines, fittings, electric panelsand connection with existing water supply system

3 80

24Terrace water proofing & allied works i.e. bitumenpainting, brick coba, making khurras, concrete gola &testing thereof

1 81

25 External finishing work of the building 3 84

26

on completion of Ramp (finished top surface byChequered tiles) with required gradient with propercompaction to join existing road with Cellar ofproposed building

3 87

27on completion of 30cm thick Stone pitching withprovision of weep holes for retaining exposed soilafter excavation of earth for foundation of cellar floor.

1 88

28on completion of Pathways of paver blocks to connectmain entrance of proposed building with existingroad and minor required horticulture works

0.5 88.5

29Final coat of internal/external painting, polishing oneach required surface , testing / commissioning ofservices prior to handing over

3.5 92

30Final fixing of all complete sanitary fitting, lighting,fans, final fixtures,other fittings etc. as detailed inscope of work prior to handing over

2 94

31Handing over of the building with full satisfaction ofEngineer in-charge and submission of completioncertificate, provided by the Engineer-in-charge

6 100

GRAND TOTAL 100

Signature of Bidder WAPCOS LTD.-258-


Recommended