public procurement standard bidding …...bidding documents (sbd) for the procurement of works...

412
Government of Jamaica PUBLIC PROCUREMENT STANDARD BIDDING DOCUMENT Annex W6 Procurement of Large Works National Competitive Bidding (NCB) April 2019

Upload: others

Post on 25-May-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Government of Jamaica

P U B L I C P R O C U R E M E N T

S T A N D A R D B I D D I N G D O C U M E N T

An n e x W 6

Procurement of Large Works

National Competitive Bidding

(NCB)

April 2019

Page 2: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Foreword This standard bidding document (SBD) for the “Procurement of Large Works” has been prepared by the Ministry of Finance (MOF). Its use is mandatory for the procurement of Large Works(No Restrictions). The application of this SBD means the procuring entity would have obtained the requisite approvals for the use of this procurement method. This SBD shall at all times be read in conjunction with the Public Procurement Act and Regulations. Further edits to ensure compliance with the Act may be required by the Procuring Entity. Those wishing to submit comments or questions on this document or to obtain additional information should contact:

Chief Public Procurement Policy Officer,

Office of Public Procurement Policy,

30 National Heroes Circle

Kingston 4

Jamaica [email protected]

Page 3: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

B I D D I N G D O C U M E N T S Issued on: ____________________

for

Procurement of THE RENOVATION AND EXPANSION OF PACKAGING FACILITY AT THE

SPRING GARDEN AGRO PARK PORTLAND

Ref No: MICAF/ACPBP/SEPT201910

Procuring Entity: Ministry of Industry,

Commerce, Agriculture & Fisheries/Agricultural Competitivenes

Programme Bridging Project

Page 4: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Abbreviations and Acronyms Act Public Procurement Act, 2015 BDS Bid Data Sheet Commission Public Procurement Commission DB Dispute Board e-GP electronic Government Procurement System GC General Conditions GoJ Government of Jamaica ITB Instructions to Bidders JV Joint Venture MOF Ministry of Finance NCB National Competitive Bidding Office Office of Public Procurement Policy PC Particular Conditions Regulations The Public Procurement Regulations SBD Standard Bidding Document TAJ Tax Administration of Jamaica TCL Tax Compliance Letter UNCITRAL United Nations Commission on International Trade Law

Page 5: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Table of Contents

PART 1 – Bidding Procedures ..............................................................................................2

Section I. Instructions to Bidders ............................................................................2

Section II. Bid Data Sheet .......................................................................................23

Section III. Evaluation and Qualification Criteria .............................................27

(Without Prequalification) ......................................................................................27

Section IV. Bidding Forms .......................................................................................39

PART 2 –Works Requirements .........................................................................................120

Section V. Works Requirements............................................................................121

PART 3 – Conditions of Contract and Contract Forms ..............................................221

Section VI General Conditions of Contract (GCC) .............................................222

Section VII. Particular Conditions of Contract (PCC) ......................................305

Section VIII. Annex to the Particular Conditions - Contract Forms ..............311

Page 6: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 7: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 1

Page 8: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

2 Section I Instructions to Bidders

PART 1 – BIDDING PROCEDURES

Page 9: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 1

Page 10: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

2 Section I Instructions to Bidders

Section I. Instructions to Bidders

Table of Clauses

A. General .............................................................................................. 4 1. Scope of Bid ........................................................................... 4 2. Source of Funds ....................................................................... 4 3. Corrupt Practices .................................. Error! Bookmark not defined. 4. Eligible deBidrs ....................................................................... 4 5. Eligible Materials, Equipment and Services ....................................... 7

B. Contents of Bidding Document ................................................................. 8 6. Sections of Bidding Document ...................................................... 8 7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ............... 8 8. Amendment of Bidding Document ................................................. 9

C. Preparation of Bids .............................................................................. 10 9. Cost of Bidding ....................................................................... 10 10. Language of Bid ...................................................................... 10 11. Documents Comprising the Bid .................................................... 10 12. Letter of Bid, and Schedules ....................................................... 11 13. Alternative Bids ...................................................................... 11 14. Bid Prices and Discounts ............................................................ 11 15. Currencies of Bid and Payment .................................................... 12 16. Documents Comprising the Technical Proposal ................................. 12 17. Documents Establishing the Qualifications of the Bidder...................... 12 18. Period of Validity of Bids ........................................................... 12 19. Bid Security .......................................................................... 13 20. Format and Signing of Bid .......................................................... 14

D. Submission and Opening of Bids .............................................................. 14 21. Sealing and Marking of Bids ........................................................ 14 22. Deadline for Submission of Bids ................................................... 15 23. Late Bids .............................................................................. 15 24. Withdrawal, Substitution, and Modification of Bids ............................ 15 25. Bid Opening .......................................................................... 16

E. Evaluation and Comparison of Bids ........................................................... 17 26. Confidentiality ....................................................................... 17 27. Clarification of Bids ................................................................. 17 28. Deviations, Reservations, and Omissions ........................................ 17 29. Determination of Responsiveness ................................................. 17 30. Nonmaterial Nonconformities ..................................................... 18 31. Correction of Arithmetical Errors ................................................. 18 32. Conversion to Single Currency ..................................................... 18 33. Evaluation of Bids ................................................................... 19 34. Comparison of Bids .................................................................. 19 35. Qualification of the Bidder ......................................................... 20 36. Procuring Entity’s Right to Accept Any Bid, and to Reject Any or All

Bids20

Page 11: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 3

F. Award of Contract ............................................................................... 21 37. Award Criteria ....................................................................... 21 38. Notification of Award ............................................................... 21 39. Signing of Contract .................................................................. 21 40. Performance Security ............................................................... 21

Page 12: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

4 Section I Instructions to Bidders

Section I. Instructions to Bidders

A. General 1. Scope of Bid

1.1 The Procuring Entity specified in the Bid Data Sheet (BDS), issues this Standard Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number of this National Competitive Bidding (NCB) procurement are specified in the BDS. The name, identification, and number of lots are provided in the BDS.

1.2 Throughout these bidding documents:

(a) the term “in writing” means a communication in hand or machine written and includes messages by facsimile, e-mail and other electronic forms of communications with proof of receipt;

(b) “Electronic communications” means the transfer of information using electronic or similar media and the recording of information using electronic media;

(c) if the context so requires, “singular” means “plural” and vice versa; and

(d) “day” means calendar day.

1.3 Bidding will be conducted either in hard copy or using the Government of Jamaica Electronic Procurement (GOJEP) System as specified in the BDS.

2. Source of Funds

2.1 The Procuring Entity has received public funds toward the cost of the project named in the BDS for the execution of this procurement.

3. Fraud, Corruption and Other Prohibited Practices

3.1 The Government of Jamaica requires that all parties involved in the procurement proceedings and execution of such contracts observe the highest standard of ethics.

3.2 For the purposes of this provision, offences of fraud and corruption are defined in Part VII of the Public Procurement Act, 2015 (Act) and any other Act relating to corrupt activities in Jamaica.

3.3 A person who commits an offence under the Act or any other Act relating to corrupt activities in Jamaica shall ---

(a) be liable for conviction under the provisions of the Act or any other Act relating to corrupt activities in Jamaica;

(b) have their bid rejected if it is determined that the bidder is not in compliance with the provisions of the Act, the regulations or any other Act relating to corrupt activities in Jamaica;

(c) risk other sanctions provided for in the Act or the regulations.

Page 13: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 5

4 Eligible bidders

4.1 In accordance with the Public Procurement Regulations, 2018, Section 17, bidders shall have to demonstrate that they have paid all taxes, duties, fees and other impositions as may be levied in Jamaica at the time of bid submission.

4.2 In accordance with the Public Procurement Regulations, 2018, Section 17, bidders shall have to demonstrate compliance with Section 15 of the Act at the time of bid submission.

4.3 Bidders shall provide such evidence of their continued eligibility as the procuring entity may reasonably request.

5 Disqualified Bidders

5.1 Failure to directly obtain the bidding documents from the procuring entity will result in disqualification from the procurement proceedings.

5.2 A bidder shall not have a conflict of interest. All bidders found to have a conflict of

interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the procuring entity to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under this bidding document; or that has been hired (or is proposed to be hired) by the procuring entity as Project Manager for the Contract.

5.3 A bidder that is ineligible in accordance with ITB Clause 3, at the date of contract award, shall be disqualified.

5.4 A Bidder falling in any of the disqualification grounds in sections 18 and 19 of The Public Procurement Regulations 2018 shall be disqualified.

6 Joint Venture

6.1 Bidders shall not submit more than one bid in this bidding process, except for alternative bids permitted under ITB Clause 14. This does not limit the participation of Subcontractors in more than one bid.

6.2 A bidder may be a firm that is a private entity or the combination of such entities in the form of a joint venture (JV) under an existing agreement or with the intent to enter into such an agreement supported by a letter of intent. In the case of a JV, all members shall be jointly and severally liable for the execution of the entire Contract in accordance with the Contract terms. The JV shall nominate a Representative who shall have the authority to conduct all business for and on behalf of any and all the members of the JV during the bidding process and, in the event the JV is awarded the Contract, during contract execution. Unless specified in the BDS, there is no limit on the number of members in a JV.

6.3 Except as provided in ITB Sub-Clauses 5.2 and 6.1, this bidding process is open to:

(a) if a pre-qualification process has been undertaken for the Contract(s) for which

6

Page 14: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

6 Section I Instructions to Bidders

these bidding documents have been issued, those firms - in case of JV with the same partner(s) and JV - that have been pre-qualified. The BDS specifies whether pre-qualified bidders may submit joint bids; or

(b) if a pre-qualification process has not been undertaken for the Contract(s) for which these bidding documents have been issued, then the provision of sub-clauses 5.3 and 47.1 apply.

7 Eligible goods and related services

7.1 The term “goods” means (a) things of every kind and description, whether tangible or intangible, including (i) commodities, agricultural crops, raw materials, products and equipment; (ii) matter in solid, liquid or gaseous form; and (b) services incidental to the supply of such things.

7.2 For the purpose of this Clause, origin means, but is not limited to, the country where the goods have been grown, mined, cultivated, produced, manufactured, processed or services provided; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

8. Eligible Bidders

8.1 A Bidder may be a firm that is a private entity or the combination of such entities in the form of a Joint Venture (JV) under an existing agreement or with the intent to enter into such an agreement supported by a letter of intent. In the case of a JV, all members shall be jointly and severally liable for the execution of the entire contract in accordance with the contract terms. The JV shall nominate a Representative who shall have the authority to conduct all business for, and on behalf of, any and all the members of the JV during the bidding process and, in the event the JV is awarded the contract, during contract execution. Unless specified in the BDS, there is no limit on the number of members in a JV.

8.2 A bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed Sub-Contractors or suppliers for any part of the contract including related services.

8.3 Except as provided in ITB Sub-Clauses 4.5 and 4.6, this bidding process is open to:

(a) if a pre-qualification process has been undertaken for the contract(s) for which these bidding documents have been issued, those firms - in case of JV with the same partner(s) and JV - that have been pre-qualified. The BDS specifies whether pre-qualified Bidders may submit joint bids; or

(b) if a pre-qualification process has not been undertaken for the contract(s) for which these bidding documents have been issued, then the provision of ITB Sub-Clauses 4.7 through 4.11 below apply.

8.4 A bidder shall not have a conflict of interest. All bidders found to have a conflict of interest shall be disqualified. bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if:

(a) they are, or have been associated in the past, with a firm or any of its affiliates which have been engaged by the Procuring Entity to provide consulting services for the preparation of the design, specifications, and other documents to be

Page 15: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 7

used for the procurement of works to be purchased under these bidding documents; or that has been hired (or is proposed to be hired) by the procuring entity as Engineer for the contract; (b) they have controlling partners in common; (c) they receive or have received any direct or indirect subsidy from any of them; (d)

they have the same legal representative for purposes of this bid; (e) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder, or influence the decisions of the Procuring Entity regarding this bidding process; (f) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one bid will result in the disqualification of all bids in which the party is involved, however, this does not limit the inclusion of the same Sub-Contractor in more than one bid.

8.5 Bidders shall not submit more than one bid in this bidding process, except for alternative bids permitted under ITB Clause 14. This does not limit the participation of Sub-Contractors in more than one bid.

8.6 A Bidder that is ineligible in accordance with ITB Clause 3, at the date of contract award, shall be disqualified.

8.7 In accordance with the Regulations, the Bidder and any named Sub-Contractors shall have to demonstrate that they have paid all taxes, duties, fees and other impositions as may be levied in Jamaica as part of their bid. Proof of tax compliance is a copy of the Tax Compliance letter (TCL).

8.8 Bidders must be registered with the Public Procurement Commission (Commission) (http://www.ocg.gov.jm) or as specified in the BDS.

8.9 Failure to directly purchase the bidding documents from the Procuring Entity will result in ineligibility of that Bidder from participating in the procurement process.

8.10 This bidding is open to all Bidders, unless otherwise stated in the BDS.

8.11 An eligible Bidder has the right to a reconsideration or review of an action or decision of the Procuring Entity in accordance with the reconsideration and review procedures described in the Public Procurement Manual.

9 Eligible Materials, Equipment, and Services

9.1 The materials, equipment and services to be supplied under the contract may have their origin in any country. At the Procuring Entity’s request, Bidders may be required to provide evidence of the origin of materials, equipment and services.

9.2 For the purpose of this Clause, origin means, but not limited to the country where the goods have been grown, mined, cultivated, produced, manufactured, processed or services provided; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

Page 16: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

8 Section I Instructions to Bidders

B. Contents of Bidding Document

10 Sections of Bidding Document

10.1 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB Clause 9.

PART 1 Bidding Procedures

Section I. Instructions to Bidders (ITB)

Section II. Bid Data Sheet (BDS)

Section III. Evaluation Criteria and Qualification Criteria

Section IV. Bidding Forms

PART 2 Works Requirements

Section V. Works Requirements

PART 3 Conditions of Contract and Contract Forms

Section VI. General Conditions of Contract (GCC)

Section VII. Particular Conditions of Contract (PCC)

Section VIII. Annex to the Particular Conditions - Contract Forms

10.2 The Invitation for Bids issued by the Procuring Entity is not part of the bidding document.

10.3 Unless obtained directly from the Procuring Entity, the Procuring Entity is not responsible for the completeness of the bidding documents and their addenda.

10.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding document. Failure to furnish all mandatory information or documentation required by the bidding documents may result in the rejection of the bid.

11 Clarification of Bidding Document

11.1 A prospective Bidder requiring any clarification of the bidding documents shall contact the Procuring Entity in writing at the Procuring Entity’s address specified in the BDS. The Procuring Entity will respond in writing to any request for clarification, provided that such request is received prior to the period specified in the BDS. In the case of electronic bidding, clarifications should be submitted through the GOJEP System. The Procuring Entity shall forward copies of its response to all those who have acquired the bidding documents directly from it, including a description of the inquiry but without identifying its source.

11.2 Should the Procuring Entity deem it necessary to amend the bidding documents as a result of a clarification or the pre-bid meeting, it shall do so following the procedure under ITB Clause 9.

11.3 If the clarification results in the ITB being materially inaccurate the procuring entity shall withdraw and reissue the ITB. Bidders who obtained these original documents will be permitted to participate without penalty.

12 Pre-bid Meeting and Site Visit

12.1 The Bidder may wish to visit and examine the site(s) of the project and obtain for itself, at its own responsibility and risk, all information that may be

Page 17: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 9

necessary for preparing the bid and entering into the contract. The costs of visiting the site(s) shall be at the Bidder’s own expense.

12.2 The Procuring Entity will arrange for the Bidder and any of its personnel or agents to gain access to the relevant site(s), provided that the Bidder gives the Procuring Entity adequate notice of a proposed visit of at least fourteen (14) days. Alternatively, the Procuring Entity may organize a site visit, if specified in the BDS, or visits concurrently with a pre-bid meeting, if one is required. Failure of a Bidder to attend a site visit will not be a cause for its disqualification.

12.3 No site visits shall be arranged or scheduled after the deadline for the submission of the bids and prior to the award of contract.

12.4 The Bidder and any of its personnel or agents will be granted permission by the Procuring Entity to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents will release and indemnify the Procuring Entity and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.

12.5 The Bidder’s designated representative is invited to attend a pre-bid meeting, if provided for in the BDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. Non-attendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

12.6 The Bidder is requested, as far as possible, to submit any questions in writing, to reach the Procuring Entity not later than the number of days before the pre-bid meeting, as indicated in the BDS.

12.7 Minutes of the pre-bid meeting, including the text of the questions raised, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have bought the bidding documents in accordance with ITB Sub-Clause 4.10.

13 Amendment of Bidding Document

13.1 At any time prior to the deadline for submission of bids, the Procuring Entity may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, amend the bidding documents. Later amendments on the same subject modify or replace earlier ones.

13.2 Amendments will be provided in the form of Addenda to the bidding documents, which will be sent in writing to all prospective Bidders that received the bidding documents from the Procuring Entity. Addenda will be binding on Bidders. Bidders are required to immediately acknowledge receipt of any such Addenda. It will be assumed by the Procuring Entity that the amendments contained in such Addenda will have been taken into account by the Bidder in its bid. In the case of electronic bidding any amendments to the bidding documents will be issued through the GOJEP System.

13.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Entity may, at its discretion, extend the deadline for the submission of bids, in which case, the Procuring Entity will notify all Bidders in writing of the extended deadline for the submission of bids, pursuant to ITB Sub-Clause 23.2. In the case of electronic

Page 18: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

10 Section I Instructions to Bidders

bidding, GOJEP will be used to facilitate extension of bid submission deadline

13.4 If the clarification results in the ITB being materially inaccurate the Procuring Entity shall withdraw and reissue the ITB. Bidders who obtained these original documents will be permitted to participate without penalty.

C. Preparation of Bids 14 Cost of Bidding

14.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Entity shall not be responsible or liable for those costs.

14.2 The Procuring Entity shall incur no liability by virtue of it exercising its power to cancel a procurement process in accordance with Sections 41 and 44 of the Act.

14.3 Notwithstanding, Sections 10.1 and 10.2, should the Procurement Review Board, following an application for reconsideration, decide that the actions of the Procuring Entity were not in compliance with the provisions of the Act or the regulations, the Procurement Review Board may require the payment of compensation for any reasonable costs incurred by the Bidder. Any payment shall be limited to the costs of the preparation of the bid or the costs relating to the application, or both.

15 Language of Bid

15.1 The bid, as well as, all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Entity, shall be written in the English language. Supporting documents and printed literature that are part of the bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English language, in which case, for purposes of interpretation of the bid, such translation shall govern.

16 Documents Comprising the Bid

16.1 The bid shall comprise the following:

(a) Letter of Bid;

(b) completed schedules as required, including priced Bill of Quantities, in accordance with ITB Clauses 13 and 15;

(c) Bid security, in accordance with ITB Clause 20;

(d) alternative bids, if permissible, in accordance with ITB Clause 14;

(e) written confirmation authorizing the signatory of the bid to commit the Bidder, in accordance with ITB Sub-Clause 21.2;

(f) documentary evidence in accordance with ITB Clause 18 establishing the Bidder’s qualifications to perform the contract if its bid is accepted;

(g) Technical Proposal in accordance with ITB Clause 17; and

(h) any other document required in the BDS.

16.2 In addition to the requirements under ITB Sub-Clause 12.1, bids submitted by a JV shall include a copy of the Joint Venture Agreement entered into by all

Page 19: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 11

partners. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed agreement.

17 Letter of Bid, and Schedules

17.1 The Letter of Bid and Schedules, including the Bill of Quantities, furnished in Section IV Bidding Forms, must be completed without any alterations, amendments or modifications to its format with the information requested.

18 Alternative Bids

18.1 Unless otherwise indicated in the BDS, alternative bids shall not be considered.

18.2 When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different times for completion.

18.3 When specified in the BDS, Bidders are permitted to submit alternative technical solutions for specified parts of the works, and such parts will be identified in the BDS, as will the method for their evaluating, as described in Section V, Works Requirements.

19 Bid Prices and Discounts

19.1 The prices and discounts quoted by the Bidder in the Letter of Bid and in the Bill of Quantities shall conform to the requirements specified below.

19.2 Items against which no rate or price is entered by the Bidder will not be paid for by the Procuring Entity when executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.

19.3 The price to be quoted in the Letter of Bid shall be the total price of the bid including all applicable taxes, and excluding any discounts offered.

19.4 The Bidder shall quote any unconditional discounts and indicate the method for their application in the Letter of Bid in accordance with ITB Sub-Clause 13.1.

19.5 Unless otherwise provided in the BDS and the contract, the rates and prices quoted by the Bidder are subject to adjustment during the performance of the contract in accordance with the provisions of the Conditions of contract. In such a case, the Bidder shall furnish the indices and weightings for the price adjustment formulae in the Schedule of Adjustment Data and the Procuring Entity may require the Bidder to justify its proposed indices and weightings. These adjustments shall not be considered in the evaluation of bids.

19.6 If so indicated in ITB Sub-Clause 1.1, bids are invited for individual contracts (lots) or for any combination of contracts (packages). Unless otherwise indicated in the BDS, prices quoted shall correspond to 100 % of the items specified for each lot and to 100% of the quantities specified for each item of a lot. Bidders wishing to offer any price reduction (discount) for the award of more than one contract shall specify the applicable price reduction in accordance with ITB Sub-Clause 13.1 provided the bids for all lots are submitted and opened at the same time.

19.7 All duties, taxes, and other levies payable by the Contractor under the contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total bid Price submitted by the Bidder.

Page 20: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

12 Section I Instructions to Bidders

20 Currencies of Bid and Payment

20.1 The currency(ies) of the bid and the currency(ies) of payments shall be the same. The Bidder shall quote in Jamaican Dollars the portion of the bid price that corresponds to expenditures incurred in Jamaica, unless otherwise specified in the BDS.

20.2 The Bidder may express the bid price for expenditure outside of Jamaica in any freely convertible currency. If the Bidder wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but shall use no more than three freely convertible international currencies in addition to Jamaican Dollars. Bidders may be required by the Procuring Entity to justify, to the Procuring Entity’s satisfaction, their local and foreign currency requirements, and to substantiate that the amounts included in the unit rates and prices and shown in the Summary of Payment Currency Schedule, in which case a detailed breakdown of the foreign currency requirements shall be provided by Bidders.

21 Documents Comprising the Technical Proposal

21.1 The Bidder shall furnish a Technical Proposal including a statement of work methods, equipment, personnel, schedule and any other information as stipulated in Section IV, in sufficient detail to demonstrate the adequacy of the Bidder’s proposal to meet the work requirements and the completion time.

22 Documents Establishing the Qualifications of the Bidder

22.1 The documentary evidence of the Bidder’s qualifications to perform the contract if its bid is accepted, shall establish to the Procuring Entity’s satisfaction:

(a) that it has the financial and technical capability necessary to perform the contract, meets the qualification criteria specified in the BDS, and has a successful performance history. If a pre-qualification process has been undertaken for the contract(s) for which these bidding documents have been issued, the Bidder shall, as part of its bid, update any information submitted with its application for pre-qualification. For the purposes of establishing a Bidder’s qualifications, and unless stated to the contrary in the BDS, the experience and or resources of any Sub-Contractor will not contribute to the Bidder’s qualifications; only those of a Joint Venture partner will be considered.

(b) that the Bidder meets each of the qualification criteria specified in Section III, Evaluation and Qualification Criteria.

23 Period of Validity of Bids

23.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Procuring Entity. A bid valid for a shorter period shall be rejected by the Procuring Entity as non-responsive.

23.2 In exceptional circumstances, prior to the expiration of the bid validity period,

the Procuring Entity may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB Clause 20, it shall also be extended. A Bidder may refuse the request without forfeiting its bid security A Bidder may refuse the request without forfeiting their bid security. A Bidder

Page 21: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 13

granting the request shall not be required or permitted to modify their bid.

24 Bid Security

24.1 The Bidder shall furnish as part of its bid a bid security, if required, as specified in the BDS.

24.2 The bid security shall be in the amount specified in the BDS and denominated in the currency of the bid, and shall:

(a) at the Bidder’s option, be in the form of either an irrevocable letter of credit, or a bank guarantee from a banking institution, or a bond issued by a Surety which is incorporated and domiciled in Jamaica, or a bid securing declaration, or a certified managers cheque, or an insurance certificate;

(b) be issued by a reputable financial institution selected by the Bidder and located in any eligible country. If the institution issuing the bid security is located outside Jamaica, it shall have a correspondent financial institution located in the Jamaica to make it enforceable;

(c) be in accordance with one of the forms of bid security included in Section IV, Bidding Forms;

(d) be payable promptly upon written demand by the Procuring Entity in case the conditions listed in ITB Sub-Clause 20.5 are invoked;

(e) be submitted in its original form with the bid (copies shall not be considered compliant with the requirement). In the case of the electronic submission of bids, an electronic copy of the bid security shall be sent and uploaded by the bidder, the original must be submitted to the address provided at ITB Sub-Clause 23.1 within 24 Hrs. of the bid submission deadline or as otherwise specified in the BDS.

(f) remain valid for a period of 28 days beyond the validity period of the bids, or 28 days beyond the extended validity period, if applicable in accordance with ITB Sub-Clause 19.2;

(g) be stamped by the Stamp Office of Jamaica, in keeping with the Stamp Duty Act, as proof of payment for the relevant Stamp Duty. The Stamp Duty Division within the Tax Administration of Jamaica (TAJ) issues a Vermillion seal on the bond and a validation barcode, which is placed on the reverse of the consideration (first) page.

24.3 If a bid security is required in accordance with ITB Sub-Clause 20.1, any bid not accompanied by a substantially responsive bid security in accordance with ITB Sub-Clause 20.1 and 20.2, shall be rejected by the Procuring Entity as non-responsive.

24.4 The bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the Performance Security, if required, and upon the Procuring Entity’s receipt of a signed contract agreement.

24.5 The bid security may be forfeited:

(a) if a Bidder withdraws or materially modifies its bid during the period of bid validity specified by the Bidder on the Bid Submission Form, except as provided in ITB Sub-Clause 19.2; or

(b) if a Bidder does not accept a correction of errors in accordance with ITB Clause 30.4; or

Page 22: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

14 Section I Instructions to Bidders

(c) if the successful Bidder fails to:

(i) sign the contract in accordance with ITB Clause 43, and

(ii) furnish a Performance Security in accordance with ITB Clause 44.

24.6 The bid security of a JV must be in the name of the JV that submits the bid. If the JV has not been legally constituted at the time of bidding, the bid security or the Bid Securing Declaration shall be in the names of all future partners as named in the letter of intent mentioned in Section IV “Bidding Forms,” Bidder Information Form Item 7.

25 Format and Signing of Bid

25.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB Clause 12 and clearly mark it “ORIGINAL”. In the case of electronic bidding the bid uploaded on the e-GP system shall be the “ORIGINAL”. Alternative bids, if permitted in accordance with ITB Clause 14, shall be clearly marked “ALTERNATIVE”. In addition, for hard copy bids, the Bidder shall submit copies of the bid, in the number specified in the BDS and clearly mark them “COPY”. In the event of any discrepancy between the original and the copies, the original shall prevail.

25.2 The original and all copies of the bid shall be typed, digitally entered or written in permanent ink and shall be signed and stamped by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a power of attorney and shall be attached to the bid.

25.3 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person signing the bid.

D. Submission and Opening of Bids

26 Sealing and Marking of Bids

26.1 Bids shall be submitted by hand in hard copy or electronically as specified in the BDS.

(a) Bidders submitting bids by mail or by hand shall enclose the original and each copy of the bid, including alternative bids, if permitted, in accordance with ITB Clause 14, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB Sub-Clauses 22.2, 22.3 and 22.4.

(b) Bidders submitting bids electronically shall follow the GOJEP procedures as described in the v System: Quick Guide for Suppliers.

26.2 For hard copy bids, the inner and outer envelopes shall:

(a) bear the name and address of the Bidder;

(b) be addressed to the Procuring Entity in accordance with ITB Sub-Clause 23.1;

(c) bear the specific identification of this bidding process indicated in the BDS Sub-Clause 1.1 and any additional identification marks as specified in the BDS; and

(d) bear a warning not to open before the time and date for bid opening, in

Page 23: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 15

accordance with ITB Sub-Clause 26.1.

26.3 If all envelopes are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid.

26.4 The proposals shall be deposited in the BID BOX provided in the address stated in ITB Sub-Clause 23.1.

27 Deadline for Submission of Bids

27.1 Bids must be received by the Procuring Entity at the address or through the GOJEP System, no later than the date and time indicated in the BDS.

27.2 The Procuring Entity may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB Clause 9, in which case all rights and obligations of the Procuring Entity and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

28 Late Bids

28.1 The Procuring Entity shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB Clause 23. All late bids shall be declared late and rejected. The Bidder will be notified and must collect their bid within 30 days. If the bid is not collected within this period it shall be destroyed.

28.2 In the case of electronic bidding Bidders will be unable to upload their bid once the bid submission deadline has passed.

28.3 Bidders are therefore urged to commence bid upload at least four (4) hours prior to the submission time. The Procuring Entity will not be held liable for bids not submitted on time due to late commencement of bid upload. At the FIRST SIGN of any technical difficulties, bidders must make contact with the Office of Public Procurement Policy: (876) 932-5220,932-5253,932-5246.

29 Withdrawal and Modification of Bids

29.1 A Bidder may withdraw or modify its bid after it has been submitted in accordance with ITB Clause 22 but only prior to the deadline for submission of bids.

29.2 In the case of hard copy bids Bidders must send a written notice, duly signed by an authorized representative, and shall include a copy of the authorization (the power of attorney), in accordance with ITB Sub-Clause 21.2, (except that no copies of the withdrawal notice are required). The modification of the bid must accompany the respective written notice. All notices must be:

a) submitted in accordance with ITB Clauses 21 and 22, and in addition, the respective envelopes shall be clearly marked “Withdrawal” or “Modification” and

b) received by the Procuring Entity prior to the deadline prescribed for submission of bids, in accordance with ITB Clause 23.

29.3 Bids requested to be withdrawn in accordance with ITB Sub-Clause 25.1 shall be returned unopened to the Bidders.

29.4 In the case of electronic bids, the submitted bid must be removed in accordance with the GOJEP System: Quick Guide for Suppliers and a new bid uploaded.

29.5 After the bid submission deadline, the withdrawal or modification of a bid will result in, forfeiture of any bid security and rejection of the bid.

Page 24: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

16 Section I Instructions to Bidders

30 Bid Opening

30.1 Bid Opening

(a) For hard copy bids the Procuring Entity shall conduct the bid opening in public at the address, date and time specified in the BDS and in accordance with ITB Sub-Clauses 26.2 to 26.6.

(b) For electronic bidding the GOJEP System shall prepare a bid opening report that shall include, as a minimum: the name of the Bidder; the Bid Price, per lot if applicable, and, if required, the presence or absence of a bid security. A copy of the report will be distributed to all Bidders who submitted a bid.

30.2 Envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. If the withdrawal envelope does not contain a copy of the “power of attorney” confirming the signature as a person duly authorized to sign on behalf of the Bidder, the corresponding bid will be opened. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening.

30.3 Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at bid opening. Only envelopes that are opened and read out at bid opening shall be considered further.

30.4 All other envelopes shall be opened one at a time, reading out: the name of the Bidder and whether there is a modification; the Bid Prices, including any discounts and alternative bids; the presence of a bid security, if required; and any other details as the Procuring Entity may consider appropriate. Only discounts and alternative bids read out at bid opening shall be considered for evaluation. Bids shall be rejected at the bid opening in accordance with ITB Sub-Clauses 24.1 and 25.3.

30.5 The Procuring Entity shall prepare a record of the bid opening that shall include, as a minimum:

i. the name of the Bidder and whether there is a withdrawal or modification;

ii. the Bid Price, per lot if applicable, including any discounts, and alternative bids if they were permitted;

iii. and the presence or absence of a bid security, if one was required.

iv. The Bidders’ representatives who are present shall be requested to sign the attendance sheet.

v. A copy of the record shall be distributed to all Bidders who submitted bids in time and posted online when electronic bidding is permitted.

Page 25: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 17

E. Evaluation and Comparison of Bids

31 Confidentiality

31.1 Information relating to the examination, evaluation, comparison and post-qualification of bids and recommendation of contract award shall not be disclosed to Bidders or any other persons not officially concerned with such process until publications of the contract award.

31.2 Any attempt by a Bidder or any person to influence the Procuring Entity in the examination, evaluation, comparison and post-qualification of the bids or contract award decisions, pursuant to Section 56 of the Act, shall result in the rejection of its bid.

31.3 Notwithstanding ITB Sub-Clause 27.2, from the time of bid opening to the time of contract award, if any Bidder wishes to contact the Procuring Entity on any matter related to the bidding process, it should do so in writing. In the case of electronic bidding clarifications must be submitted via GOJEP system.

32 Clarification of Bids

32.1 To assist in the examination, evaluation, and comparison of the bids, and qualification of the bids, the Procuring Entity may, at its discretion, ask any Bidder for a clarification of its bid. Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered. The Procuring Entity’s request for clarification and the response shall be in writing. In the case of electronic bidding this will be managed through the GOJEP System. No change in the prices or substance of the bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Procuring Entity in the evaluation of the bids, in accordance with ITB Clause 32.

32.2 If a Bidder does not provide clarifications of its bid by the date and time set in the Procuring Entity’s request for clarification, its bid shall be rejected.

33 Deviations, Reservations, and Omissions

33.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the bidding document;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the bidding document; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in the bidding document.

34 Determination of Responsiveness

34.1 The Procuring Entity’s determination of a bid’s responsiveness is to be based on the contents of the bid itself.

34.2 A substantially responsive bid is one that conforms to all the terms, conditions and specifications of the bidding documents without material deviation, reservation or omission.

34.3 A material deviation, reservation or omission is one that:

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

(b) limits in any substantial way, inconsistent with the bidding documents, the

Page 26: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

18 Section I Instructions to Bidders

Procuring Entity’s rights or the Bidder’s obligations under the contract; or

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

34.4 If a bid is not substantially responsive to the bidding documents, it shall be rejected by the Procuring Entity and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.

35 Nonmaterial Nonconformities

35.1 Provided that a bid is substantially responsive, the Procuring Entity may waive any non-conformities in the bid that do not constitute a material deviation, reservation or omission. Provided that a bid is substantially responsive, the Procuring Entity may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the price of the bid. Failure of the Bidder to comply with the request may result in the rejection of its bid. Provided that a bid is substantially responsive, the Procuring Entity shall rectify nonmaterial nonconformities related to the bid price. To this effect, the bid price shall be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. The adjustment shall be made using the method indicated in the BDS.

36 Correction of Arithmetical Errors

36.1 Provided that the bid is substantially responsive, the Procuring Entity shall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Procuring Entity there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

36.2 If the Bidder that submitted the lowest evaluated or most advantageous bid does not accept the correction of errors, its bid shall be rejected.

37 Conversion to Single Currency

37.1 For evaluation and comparison purposes, the Procuring Entity shall convert all bid prices expressed in amounts in various currencies into an amount in a single currency specified in the BDS, using the selling exchange rates established by the source and on the date specified in the BDS.

38 Special and Differential Treatment Measures

Special and Differential Treatment Measures shall not be a factor in bid

Page 27: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 19

evaluation, unless otherwise specified in the BDS

39 Sub-Contractors

39.1 Unless otherwise stated in the BDS, the Procuring Entity does not intend to execute any specific elements of the works by Sub-Contractors selected in advance by the Procuring Entity.

39.2 Bidders may propose subcontracting up to the percentage of total value of contracts or the volume of works as specified in the BDS. Sub-Contractors proposed by the Bidder shall be fully qualified for their parts of the works.

39. Special and Differential Treatment Measures

39.1 Special and Differential Treatment Measures shall not be a factor in bid evaluation, unless otherwise specified in the BDS.

40 Evaluation of Bids

40.1 The Procuring Entity shall use the criteria and methodologies listed in this Clause. No other evaluation criteria or methodologies shall be permitted.

40.2 To evaluate a bid, the Procuring Entity shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any, for contingencies in the Summary Bill of Quantities for admeasured contracts, but including Daywork items, where priced competitively;

(b) price adjustment for correction of arithmetic errors in accordance with ITB Clause 32.1;

(c) price adjustment due to discounts offered in accordance with ITB Clause 15.4;

(d) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITB Clause 33;

(e) adjustment for non-conformities in accordance with ITB Clause 35;

(f) the non-price evaluation factors indicated in Section III, Evaluation and Qualification Criteria.

40.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the contract, shall not be taken into account in bid evaluation.

40.4 If these bidding documents allow Bidders to quote separate prices for different lots (contracts), and the award to a single Bidder of multiple lots (contracts), the methodology to determine the lowest evaluated price of the lot (contract) combinations, including any discounts offered in the Letter of Bid, is specified in Section III, Evaluation and Qualification Criteria.

41 Comparison of Bids

41.1 The Procuring Entity shall compare all substantially responsive bids in accordance with ITB Clause 35 to determine the bid that has the lowest bid price or is the most advantageous.

42 Abnormally Low Bids

42.1 An Abnormally Low Bid is one where the bid price, in combination with other elements of the bid, appears so low that it raises material concerns as to the capability of the Bidder in regards to the Bidder’s ability to perform the contract

Page 28: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

20 Section I Instructions to Bidders

for the offered bid price. 42.2 In the event of identification of a potentially Abnormally Low Bid, the Procuring

Entity shall seek written clarifications from the Bidder, including detailed price analyses of its bid price in relation to the subject matter of the contract, scope, proposed methodology, schedule, allocation of risks and responsibilities and any other requirements of the bidding document.

42.3 After evaluation of the price analyses, in the event that the Procuring Entity determines that the Bidder has failed to demonstrate its capability to perform the bid for the offered bid price, the Procuring Entity shall reject the Bid.

43 Unbalanced or Front-Loaded Bids

43.1 If the bid that is evaluated as the lowest bid price or most advantageous is, in the Procuring Entity’s opinion, seriously unbalanced or front loaded, the Procuring Entity may require the Bidder to provide written clarifications. Clarifications may include detailed price analyses to demonstrate the consistency of the bid prices with the scope of works, proposed methodology, schedule and any other requirements of the bidding document.

43.2 After the evaluation of the information and detailed price analyses presented by the Bidder, the Procuring Entity may as appropriate:

(a) accept the bid; or

(b) require that the total amount of the Performance Security be increased at the expense of the Bidder to a level not exceeding 20 % of the contract Price; or

(c) reject the Bid.

44 Qualification of the Bidder

44.1 The Procuring Entity will determine at its own cost and to its satisfaction whether the Bidder (including JV Partners, and any Sub-Contractors for which ITB Sub-Clause 18.1 (a) permits that their qualifications count towards the required Bidder qualifications but other than Specialized Sub-Contractors if permitted in the bidding document)) that is selected as having submitted the lowest bid price or most advantageous bid is qualified to perform the contract satisfactorily, in accordance with ITB Clause 18.

44.2 Meeting the qualification criteria as specified in Section III shall be a prerequisite for award of the contract to the Bidder. Failure to meet the qualification criteria shall result in disqualification of the bid, in which event the Procuring Entity shall proceed to the next ranked bid to make a similar determination of that Bidder’s qualifications to perform satisfactorily. If the second ranked Bidder does not meet the qualification requirements, this bid too shall be disqualified and the qualifications of the next ranked Bidder shall be examined and so on in succession until the determination of the lowest bid price or most advantageous bid.

45 Procuring Entity’s Right to Accept Any Bid, and to Reject Any or All Bids

45.1 The Procuring Entity reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids without thereby incurring any liability to Bidders:

(a) at any time prior to the acceptance of the successful bid; or

(b) after the successful bid is accepted if:

(i) the Bidder presenting the successful bid is disqualified under the Act

Page 29: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section I Instructions to Bidders 21

or the Regulations;

(ii) the procurement is cancelled;

(iii) the Bidder presenting the successful bid is excluded on the grounds of an unfair competitive advantage or a conflict of interest that is likely to impair the integrity of those procurement proceedings;

(iv) the procurement, the bid or the Bidder contravenes or is otherwise not compliant with the provisions of Act or the Regulations.

F. Award of Contract

46 Award Criteria

46.1 The Procuring Entity shall award the contract to the Bidder whose bid has been determined to be the lowest priced or the most advantageous, as defined in ITB Sub-Clause 36.1.

47 Notification of Award and Standstill Period

47.1 Prior to the expiration of the period of bid validity, the Procuring Entity shall notify all Bidders, in writing, of the determination of the successful bid including all the information required by Section 44(2) of the Act.

47.2 The date of the notification under ITB Sub-Clause 42.1, establishes the commencement of the standstill period specified in the BDS. During this time Bidders may query, apply for reconsideration or otherwise challenge the decision of the Procuring Entity. This may include a request for debriefing seeking explanations for the grounds on which their bids were not selected.

48 Signing of Contract

48.1 On the expiry of the standstill period the Procuring Entity shall send the successful Bidder the Letter of Acceptance.

48.2 The successful Bidder shall return the signed contract within 28 days from the date of the Letter of Acceptance and shall sign, date, and return to the Procuring Entity the signed Contract Agreement and Performance Security, if required, pursuant to ITB Clause 44.

48.3 On receipt of the signed contract Agreement and Performance Security, if required, the Procuring Entity will immediately notify in writing all unsuccessful Bidders, of the final results of the bidding process. This notice will discharge their bid securities pursuant to ITB Sub-clause 20.4.

48.4 Following signature of the Contract Agreement, the Procuring Entity shall publish, in the manner prescribed by the Office, the results, identifying the name of the Contractor, the Contract Price and the Contract Number.

49 Performance Security

49.1 Within 28 days of receipt of the Letter of Acceptance the successful Bidder, if required, shall furnish the Performance Security in accordance with the GCC, using for that purpose the Performance Security form included in Section IX, Contract Forms.

49.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the

Page 30: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

22 Section I Instructions to Bidders

annulment of the award and forfeiture of the bid security. In that event the Procuring Entity may award the contract to the next ranked Bidder, whose bid is substantially responsive and is determined by the Procuring Entity to be the lowest priced or most advantageous bid.

50 Right to Reconsideration or Review

50.1 Subject to section 49 of the Public Procurement Act 2015 and in accordance with The Public Procurement (Reconsideration and Review) Regulations, 2018 an eligible bidder has the right to reconsideration or review of an action or decision of the procuring entity.

50.2 Notwithstanding ITB Sub-Clauses 10.1 and 10.2, should the Procurement Review

Board, following an application for reconsideration decide that the actions of the procuring entity were not in compliance with the provisions of the Act or the regulations, the Procurement Review Board may require the payment of compensation for any reasonable costs incurred by the bidder. Any payment shall be limited to the costs of the preparation of the bid or the costs relating to the application, or both.

Page 31: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section II Bid Data Sheet 23

Section II. Bid Data Sheet The following specific data for the works to be procured shall complement, supplement, or amend the provisions in the ITB. Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

A. Introduction

ITB 1.1 The Procuring Entity is: Ministry of Industry, Commerce, Agriculture & Fisheries/Agricultural Competitiveness Programme Bridging Project(ACPBP)

ITB 1.1 The name and identification number of the NCB are: MICAF/ACPBP/SEPT201910

The number, identification and names of the lots comprising this NCB are N/A

ITB 1.3 Bidding will be conducted in accordance with hard copy procedures

ITB 2.1 The name of the Project is: The Renovation and Expansion of Packaging Facility at the Spring Garden Agro Park, Portland

ITB 8.1 Maximum number of members in the JV shall be: Prerequsite Bidders N/A

ITB 6.3(a) Prequalified Bidders [may not] submit joint bids.&8.3

ITB 8.8 Bidders must be registered with the Commission under the following classification: Buliding Construction minimum Grade 2

For more information: http://www.ocg.gov.jm

ITB 8.10 This bid is open to firms reistered with the Notional Contracts Commission in the category of Building Construction with a minimum of Grade 2

B. Bidding Document

ITB 11.1 For Clarification of bid purposes only, the Procuring Entity’s address is:

Attention: Petronia Colley, Director Room 404

Address: Hope Gardens, Kingston 6

Floor: 4th Floor

City: Kingston

Country : Jamaica

Facsimile number: [insert fax number including country and city codes]

For electronic mail address [email protected]

Requests for clarification should be received by the Procuring Entity no later than: 10 days before the deadline for submission of bids stated at ITB 27.1

Page 32: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

24 Section II Bid Data Sheet

ITB 12.2 A site visit will be organized as part of the pre-bid meeting.

The site visit will take place at the following date, time and place:

Date: Friday, October 4, 2019

Time: 10:30 a.m.

Place: Spring Garden Agro Park , Packaging House, Portland

ITB 12.5 A pre-bid meeting shall take place.

[The pre-bid meeting shall take place at the following date, time and place:

Date: Friday, October 4, 2019

Time: 11:00 a.m

Place: Spring Garden Agro Park Packaging Faciliity , Portland

ITB 12.6 Any questions must be submitted five (5) days before the date of the pre-bid meeting.

C. Preparation of Bids

ITB 16.1 (h) The Bidder shall submit the following additional documents: 1. A valid Tax Compliance Certificate 2. Proof of National Contracts Commission (NCC) Registration

in the Categgory of Building Construction with a minimum grade 2

3. Bid Security in the amount of $700,000.00

ITB 18.1 Alternative bids shall not be considered.

ITB 18.2 Alternative times for completion are permitted.

If alternative times for completion are permitted, the evaluation method will be as specified in Section III, Evaluation and Qualification Criteria.

ITB 18.3 Alternative technical solutions shall be permitted for the following parts of the works: N/A.

If alternative technical solutions are permitted, the evaluation method will be as specified in Section III, Evaluation and Qualification Criteria.

ITB 19.5 Price adjustments shall Not be permitted

ITB 19.6 Prices quoted for each lot (contract) shall correspond at least to N/A percent of the items specified for each lot (contract).

Prices quoted for each item of a lot shall correspond at least to N/A percent of the quantities specified for this item of a lot.

ITB 20.1 The Bidder is required to quote in Jamaican dollars the portion of the bid price that corresponds to expenditures incurred in that currency. Bid is to be quoted entirely in JMD.

Page 33: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section II Bid Data Sheet 25

ITB 22.1(a) The Bidder shall submit, with its bid, the following documentary evidence to prove that it has the financial and technical and capability to perform the contract.

1. Cash Flow Statement for the plast three years 2. Proof of access to line of credit, real access or other financial

means of a minimum amount of JA$35 million.

The SubContractor(s) experience and/or resources will not contribute to the Bidder’s qualifications.

ITB 23.1 The bid validity period shall be 120 days.

ITB 24.1

The bid shall include a bid security (issued by a bank or Surety) included in Section IV Bidding Forms.]

ITB 24.2 The amount of the bid security shall be: J$700,000.00

ITB 24.2 (e) In addition to the original bid, the required number of copies is: 1

ITB 25.1 In addition to the ORIGINAL BID (clearly mark them as “ORIGINAL”), the Bidder shall submit one (1) copy and clearly mark them as “COPY”

D. Submission and Opening of Bids

ITB 26.1 Bids will be submitted in hard copy

ITB 26.2 The inner and outer envelopes shall bear the following additional identification marks: “The Renovation and Expansion of the Packaging Facility at Spring Garden Agro Park, Portland” MICAF/ACPBP/SEPT201910

ITB 27.1 For bid submission purposes, the Procuring Entity’s address is: Attention: Miss Petronia Colley, Director

Address: Hope Gardens, Kingston 6

Floor-Room number: 4th Floor, Room 404

City: Kingston

Jamaica

The deadline for the submission of bids is:

Date: Friday, October 18, 2019

Time: 10:00 a.m.

ITB 30.1(a) The bid opening shall take place at:

The Facilities and Property Management Conference Room, Ministry of Industry, Commerce, Agriculture & Fisheries

Street Address: Hope Garden, Kingston 6

City: Kingston

Jamaica

Date: Friday, October 18, 2019

Time: 10:15 a.m.

Page 34: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

26 Section II Bid Data Sheet

E. Evaluation, and Comparison of Bids

ITB 35.1 The adjustment shall be based on the “average” price of the item or component as quoted in other substantially responsive bids. If the price of the item or component cannot be derived from the price of other substantially responsive bids, the Procuring Entity shall use its best estimate.

ITB 37.1

Bid prices expressed in different currencies shall be converted to: Jamaican Dollars (JMD)

The source of exchange rate shall be: Bank of Jamaica

The date for the exchange rate shall be Friday, October 18, 2019

ITB 38

ITB 39.1 At this time the Procuring Entity “does not intend” to execute certain specific parts of the works by Sub-Contractors selected in advance.

ITB 39.2 Contractor’s proposed subcontracting: Maximum percentage of sub- contracting permitted is:10% of the total contract

Bidders planning to sub-contract more than 10% of total volume of work shall specify, in the Letter of Bid, the activity (ies) or parts of the works to be subcontracted along with complete details of the Sub-Contractors and their qualification and experience.

ITB 47.2 The number of days for standstill shall be 5 days.

Page 35: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 27

Section III. Evaluation and Qualification Criteria

(Without Prequalification) This Section contains all the criteria that the Procuring Entity shall use to evaluate bids and qualify Bidders. In accordance with ITB Clauses 40 to 44, no other factors, methods or criteria shall be used. The Bidder shall provide all the information requested in the forms included in Section IV, Bidding Forms.

Contents

1. Alternative Bids (ITB Clause 18) - Not Applicable

2. Multiple Contracts (ITB Sub-Clause 40.4) - Not Applicable

3. Evaluation Criteria (ITB Clause 40)

4. Qualification Requirements (ITB Clause 44)

Page 36: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

28 Section III Evaluation and Qualification Criteria

1. Alternative Bids (ITB Clause 18)

An Alternative Bid if permitted under ITB Sub-Clause 18.1, will be evaluated as follows:

Not Applicable

“A Bidder may submit an alternative bid only with a bid for the base case. The Procuring Entity shall only consider the alternative bid as specified in the works requirements of Section V, Works Requirements offered by the Bidder whose bid for the base case was determined to be the lowest priced bid or the most advantageous bid.”

or

“A Bidder may submit an alternative bid with or without a bid for the base case. The Procuring Entity shall consider bids offered for alternatives as specified in the works requirements of Section V, Works Requirements. All bids received, for the base case, as well as alternative bids meeting the specified requirements, shall be evaluated on their own merits in accordance with the same procedures, as specified in the ITB Clause 40.”

Alternative Completion Times, if permitted under ITB Sub-Clause 18.2, will be evaluated as follows: …………………………………………………………………………..

Technical Alternatives for specified parts of works, if permitted under ITB Sub-Clause 18.3, will be evaluated as follows: …………………………………………………………………………………..

2. Multiple Contracts (ITB Sub-Clause 40.4) - Not Applicable

The Procuring Entity may award multiple contracts to the Bidder that offers the lowest priced or most advantageous combination of bids (one contract per bid) and meets the post-qualification criteria (this Section III, Sub-Section ITB Clause 44 Qualification Requirements)

The Procuring Entity shall:

(a) evaluate only lots or contracts that include at least the percentages of items per lot and quantity per item as specified in ITB Sub Clause 15.6.

(b) take into account:

(i) the lowest responsive bid for each lot; and

(ii) the price reduction per lot and the methodology for its application as offered by the Bidder in its bid.

3. Evaluation Criteria (ITB Sub-Clause 40)

In addition to the criteria listed in ITB Sub-Clause 40.2 (a) – (f) the following criteria

shall apply: - Not Applicable

(a) Assessment of adequacy of Technical Proposal with Requirements

________________________________________

(b) Specific additional Criteria - Not Applicable

Other specific additional criteria to be considered in the evaluation, and the evaluation method shall be detailed in BDS Sub-Clause 40.3(d). [If specific sustainable

Page 37: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 29

procurement technical requirements have been specified in Section V Works Requirements, either state that (i) those requirements will be evaluated on a pass/fail (compliance basis) or otherwise (ii) in addition to evaluating those requirements on a pass/fail (compliance basis), if applicable, specify the monetary adjustments to be applied to Bid Prices for comparison purposes on account of Bids that exceed the specified minimum sustainable procurement technical requirements.]

4. Qualification Requirements (ITB Clause 44)

After determining the lowest responsive bid in accordance with ITB Sub-Clause 34.1, the Procuring Entity shall carry out the qualification of the Bidder in accordance with ITB Clause 44, using only the requirements specified. Requirements not included in the text below shall not be used in the evaluation of the Bidder’s qualifications.

(a) Eligibility and Qualification Table

The Bidder shall meet the eligibility and qualification criteria and provide the required evidence stipulated in the table as follows;

i) Eligibility

Conflict of Interest

ii) Historical Contract Non-Performance

History of Non-Performing Contracts

Pending Litigation

iii) Financial Situation

Historical Financial Performance

Average Annual Construction Turnover

Financial Resources

Using forms in Section IV, Bidding Forms, the Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual mobilization payments to meet:

(i) the following cash-flow requirement: $35M

and

(ii) the overall cash flow requirements for this contract and its current works commitment.

The Bidder will also be required to furnish a valid Tax Compliance Certificate (TCC) or Tax Compliance Letter (TCL) as part of their bid.

iv) Experience

General Construction Experience

Specific Construction Experience

v) Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the following requirements:

Page 38: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

30 Section III Evaluation and Qualification Criteria

No. Position

Total Work Similar

Experience (years)

In Similar Works Experience

(years)

1 Site Supervisor 5 2

2

3

4

5

The Bidder shall provide details of the proposed personnel and their experience records in the relevant Information Forms included in Section IV, Bidding Forms.

vi) Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:

No. Equipment Type and Characteristics Minimum Number

required

1

2

3

4

5

The Bidder shall provide further details of proposed items of equipment using the relevant Form in Section IV, Bidding Forms.

(b) Specialized Sub-Contractors

If permitted under ITB Clause 34, only the specific experience of Sub-Contractors for specialized works permitted by the Procuring Entity will be considered. The general experience and financial resources of the Specialized Sub-Contractors shall not be added to those of the Bidder for purposes of qualification of the Bidder.

Page 39: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 31

Eligibility and Qualification Table

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture (existing or intended) Submission Requirements

All Members Combined

Each Member One Member

1. Eligibility

1.1 Nationality Nationality in accordance with ITB 4.2

Must meet requirement

Must meet requirement

Must meet requirement

N/A Forms ELI – 1.1 and 1.2, with attachments

1.2 Conflict of Interest

No conflicts of interest in accordance with ITB 4.4

Must meet requirement

Must meet requirement

Must meet requirement

N/A Letter of Bid

1.3 Law of Jamaica

Eligible in accordance with ITB 4.7

Must meet requirement

Must meet requirement

Must meet requirement

N/A

Forms ELI – 1.1 and 1.2, with attachments

1.4 Tax compliance

Compliance in accordance with ITB 4.8

Must meet requirement

Must meet requirement

Must meet requirement

N/A

Forms ELI – 1.1 and 1.2, with attachments

1.5 Registration with the Commission

Registered in accordance with ITB 4.9

Must meet requirement

Must meet requirement

Must meet requirement

N/A

Forms ELI – 1.1 and 1.2, with attachments

2. Historical contract Non-Performance

2.1 History of Non-Performing Contracts

Non-performance of a contract1 did not occur as a result of Contractor default since 1st January 2014

Must meet requirement

Must meet requirements

Must meet requirement2

N/A Form CON-2

1 Non performance, as decided by the Employer, shall include all contracts where (a) non performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non performance shall not include contracts where Employers decision was overruled by the dispute resolution mechanism. Non performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the bidder have been exhausted.

2 This requirement also applies to contracts executed by the bidder as JV member.

Page 40: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 32

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture (existing or intended) Submission Requirements

All Members Combined

Each Member One Member

2.2 Pending Litigation

Bidder’s financial position and prospective long-term profitability still sound according to criteria established in 3.1 below and assuming that all pending litigation will be resolved against the Bidder

Must meet requirement

N/A Must meet requirement

N/A Form CON – 2

2.3 Litigation History

No consistent history of court/arbitral award decisions against the Bidder3 since 1st January 2014

Must meet requirement

Must meet requirement

Must meet requirement

N/A Form CON – 2

3 The bidder shall provide accurate information on the related form about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five years.

A consistent history of awards against the bidder or any member of a joint venture may result in failure of the bid.

Page 41: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 33

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture (existing or intended) Submission Requirements

All Members Combined

Each Member One Member

3. Financial Situation and Performance

3.1 Financial Capabilities

(i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual mobilization payment) sufficient to meet the construction cash flow requirements estimated as JA $35M for the subject contract(s) net of the Bidder’s other commitments

(ii) The Bidders shall also demonstrate, to the satisfaction of the Procuring Entity, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.

(iii) The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Procuring Entity, for the

Must meet requirement

Must meet requirement

Must meet requirement

Must meet requirement

Must meet requirement

N/A

N/A

N/A

Must meet requirement

N/A

N/A

N/A

Form FIN – 3.1 with attachments FIN 3.3 and FIN 3.4

Page 42: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 34

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture (existing or intended) Submission Requirements

All Members Combined

Each Member One Member

last 3 years years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability.

3.2 Average Annual Construction

Turnover

Minimum average annual construction turnover of JA$150M calculated as total certified

payments received for contracts in progress and/or completed within the last 3 years, divided by 3 years

Must meet requirement

Must meet requirement

Must meet

N/A

N/A

of the requirement

Must meet

N/A

N/A

of the requirement

Form FIN – 3.2

4. Experience

4.1 (a)

General Construction Experience

Experience under construction contracts in the role of prime Contractor, JV member, sub-Contractor, or management Contractor for at least the last 3 years, starting 1st January 2019

Must meet requirement

N/A Must meet requirement

N/A Form EXP – 4.1

Page 43: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 35

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture (existing or intended) Submission Requirements

All Members Combined

Each Member One Member

4.2 (a)

Specific Construction & contract Management Experience

(i) A minimum number of 2 similar contracts specified below that have been satisfactorily and substantially4 completed as a prime Contractor, joint venture member5, management Contractor or sub-Contractor between 1st January 2014 and bid submission deadline:

(i) N contracts, each of minimum value V;

Or

The similarity of the contracts shall be based on the following:

Must meet requirement

Must meet requirement6

N/A

Must meet the following requirements for the key activities listed below N/A

corresponding minimum requirements to be met by one member otherwise state:”N/A”]

Form EXP 4.2(a)

4 Substantial completion shall be based on 80% or more works completed under the contract.

5 For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, shall be considered to meet this requirement.

6 In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In determining whether the JV meets the requirement of total number of contracts, only the number of contracts completed by all members each of value equal or more than the minimum value required shall be aggregated.

Page 44: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 36

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture (existing or intended) Submission Requirements

All Members Combined

Each Member One Member

4.2 (b)

Construction experience in key activities

For the above and any other contracts N/A as prime Contractor, joint venture member, or sub-Contractor between 1st January [insert year] and Application submission deadline, a minimum construction experience in the following key activities successfully completed7: [list key activities indicating volume, number or rate of production as applicable.

Under 4.2(a), specified requirements define similarity of contracts, whereas the key activities or production rates to be specified under 4.2 (b) define the required capability of the Applicant to execute the works. There shall not be any inconsistency or repetition of requirement between 4.2(a) and 4.2(b). For the rate of production, specify that the rate of production shall be on the basis of

Must meet requirements

[Specify activities that may be met through a specialized Sub-Contractor, if permitted in accordance with ITB 4.0]

Must meet requirements [Specify activities that may be met through a Specialized Sub-Contractor, if permitted in accordance with ITB 4.0]

N/A Must meet the following requirements for key activities listed below [if applicable, out of the key activities in the first column of this 4.2 b), list key activities (volume, number or rate of production as applicable) and the corresponding minimum requirements that have to be met by one member, otherwise this cell should state: “N/A”.]

Form EXP – 4.2 (b)

7 Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same time period.

Page 45: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section III Evaluation and Qualification Criteria 37

Eligibility and Qualification Criteria Compliance Requirements Documentation

No. Subject Requirement Single Entity Joint Venture (existing or intended) Submission Requirements

All Members Combined

Each Member One Member

either the average during the entire specified period OR the rate of annual production in any 12 month period in the specified period.]8

Note: [For Multiple lots (contracts) specify financial and experience criteria for each lot under Sub-Factors 3.1, 3.2, 4.2(a) and 4.2(b)]

8 The minimum experience requirement for multiple contracts will be the sum of the minimum requirements for respective individual contracts.

Page 46: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 47: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

39

Section IV Bidding Forms

Section IV. Bidding Forms

Table of Forms

Letter of Bid ..........................................................................................................................40

Appendix to Bid ....................................................................................................................42

Bill of Quantities ..................................................................................................................44

Technical Proposal ..............................................................................................................92

Personnel ...............................................................................................................................98

Bidders Qualification following Prequalification ............. Error! Bookmark not defined.

Bidders Qualification without Prequalification ..........................................................100

Form of Bid Security .........................................................................................................116

Bid Security (Bid Bond) ....................................................................................................118

Page 48: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 40

Letter of Bid

Date: Ref No.: Alternative No: [insert identification

no. if this a bid for an alternative] To: Ministry of Industry, Commerce, Agriculture and Fisheries We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Document, including

Addenda No __ ;

(b) We offer to execute in conformity with the bidding document the following works: ;

(c) We attach evidence of our fulfilment of the non-price criteria of award set out in Section III, Evaluation and Qualification Criteria;

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

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

Discounts. If our bid is accepted, the following discounts shall apply._______ [Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies or state none] ; Methodology of Application of the Discounts. The discounts shall be applied using the following method:__________ [Specify in detail the method that shall be used to apply the discounts or state not applicable];

(f) Our bid shall be valid for the period of time specified in ITB Sub-Clause 19.1 from the date fixed for the bid submission deadline in accordance with ITB Sub-Clause 23.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(g) If our bid is accepted, we commit to obtain a Performance Security in accordance

with ITB Clause 44 and GCC Clause Sub-Clause 4.2 for the due performance of the contract;

(h) We, including any Sub-Contractors or suppliers for any part of the contract, have or

will have nationalities from eligible countries, in accordance with ITB Sub-Clause 4.2; (i) We, including any Sub-Contractors or suppliers for any part of the contract, do not

have any conflict of interest in accordance with ITB Sub-Clause 4.5;

Page 49: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

41

Section IV Bidding Forms

(j) We are not participating, as a Bidder or as a Sub-Contractor, in more than one bid in this bidding process in accordance with ITB Sub-Clause 4.6, other than alternative bids submitted in accordance with ITB Clause 14;

(k) We, including any of our Sub-Contractors or suppliers for any part of the contract,

have not been declared ineligible in accordance with ITB Sub-Clause 4.7; (l) We hereby agree that in competing for (and, if the award is made to us, in executing)

the contract, we undertake to observe the laws against fraud and corruption, including bribery, in force in Jamaica;

(m) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the contract: [insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid and the amount and currency of each such commission]

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(n) We understand that this bid, together with your written acceptance thereof included

in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; and

(o) We understand that you are not bound to accept the lowest price or the most

advantageous bid or any other bid that you may receive. Furthermore, we understand that the Procuring Entity may cancel a procurement at any time prior to the acceptance of the successful bid or after the successful bid is accepted if

(i) the Bidder presenting the bid is disqualified under the Act or the regulations of the Public Procurement Act, 2015;

(ii) the procurement is cancelled;

(iii) the Bidder presenting the successful bid is excluded on the grounds of corruption, unfair competition and a conflict of interest; or

(iv) the procurement, the bid or the Bidder contravenes or is otherwise not compliant with the provisions of the Public Procurement Act, 2015.

Name In the capacity of _ Signed Duly authorized to sign the bid for and on behalf of Dated on ________________________________ day of ______________________, _____

Page 50: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 42

Appendix to Bid

Schedule of Adjustment Data

[In Tables A, B, and C, below, the Bidder shall (a) indicate its amount of local currency payment, (b) indicate its proposed source and base values of indices for the different foreign currency elements of cost, (c) derive its proposed weightings for local and foreign currency payment, and (d) list the exchange rates used in the currency conversion. In the case of very large and/or complex works contracts, it may be necessary to specify several families of price adjustment formulae corresponding to the different works involved.]

Table A. Local Currency

Index code*

Index description*

Source of index*

Base value and date*

Bidder’s related

currency amount

Bidder’s proposed weighting

Nonadjustable — — — A: *

B:

C:

D:

E:

Total 1.00 [* To be entered by the Procuring Entity]

Table B. Foreign Currency

State type: ....................... [If the Bidder wishes to quote in more than one foreign currency, this table should be repeated for each foreign currency.]

Index code

Index description

Source of index

Base value

and date

Bidder’s related source

currency in type/amount

Equivalent in FC1

Bidder’s proposed weighting

Nonadjustable — — — A: * B: C: D: E:

Total 1.00 [* To be entered by the Procuring Entity]

Page 51: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

43

Section IV Bidding Forms

Table C. Summary of Payment Currencies

For ………………………..[insert name of Section of the works]

[Separate tables may be required if the various sections of the works (or of the Bill of Quantities) will have substantially different foreign and local currency requirements. The Procuring Entity should insert the names of each Section of the works.]

Name of payment currency

A Amount of currency

B Rate of

exchange (local currency

per unit of foreign)

C Local currency

equivalent C = A x B

D Percentage of Net Bid Price

(NBP) 100xC

NBP

Local currency

1.00

Foreign currency #1

Foreign currency #2

Foreign currency #

Net Bid Price

100.00

Provisional sums expressed in local currency

[To be entered by the Procuring Entity]

[To be entered by the Procuring Entity]

BID PRICE

Page 52: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 44

Bill of Quantities

Page 53: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

45

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

WAREHOUSE

ROOF

The following structural steelwork should conform to BS 15 beam and all materials are to be provided by Contractor to allow for delivery to site, fabrication, and installation (include for hoisting in position to eave having both bolts and welded connection. Framing Fabrication, including painting to all metal surfaces with one (1) coat macropoxy epoxy and two coats gloss oil paint :

Purlins

1 150mm x 50mm "C" purlin secured to galvanised C purlin bolted to mild steel angle cleat (Provisional)

36 m

2 200mm x 130mm H-beam 6m long (as Rafter with plates welded to both ends and bolted to stanchion at one end and ridge at the other end (Provisional)

18 m

3

22 Gauge industrial 6 profile plain alusteel roof sheeting lapped on corrugation at sides and 150mm at top and bottom laid to slope and fixed through corrugation to metal purlins with approved screws with neoprone washers (both measured separately) as per manufacturer's specification (Provisional)

30

m2

4 Include a Provisional sum of $600,000.00 for repairs to roof members. To be used as instructed by Building Officer

sum $600,000.00

5 Include a Provisional sum of $400,000.00 for temporary removal and re-installation of camera and DVR system

$400,000.00

ROOF

Carried to WAREHOUSE SUMMARY on page 48

Page 54: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 46

Item Description Qty Unit Rate Amount

FINISHES

sum

6

To provide equipment and labour for wash-down of Warehouse walls and ceiling with power wash before painting. (Approximate Area 780 m2)

1.0

item

7 Include a Provisional sum of $50,000.00 for repairs to crack in existing concrete floor. To be used as instructed by Building Officer

sum

50,000.00

Painting

8 To provide labour and equipment to Spot Blast sections of corroded steel frame members, complete including supply and apply of one (1) coat macropoxy to affected areas (Provisional)

50.0 m2

Prepare surface and supply and apply two (2) coats gloss oil paint to the following existing steel framed members:

9 200mm x 130mm as stanchion (average length = 2.6m) 27.0 Nr

10 200mm x 130mm as beam (average length = 6.1m) 18.0 Nr

11 250mm x 130mm as beam (average length = 6.1m) 9.0 Nr

12 180mm x 130mm as beam (average length = 6.1m) 30.0 Nr

13 150mm wide as haunch at apex (average length = 2.5m) 10.0 Nr

14 370mm wide as haunch at eave (average length = 1.6m) 23.0 Nr

15 50mm x 150mm as C Channel (average length = 6.1m) 100.0 Nr

Mezzanine Floor

16 Prepare surface and supply and apply two (2) coats gloss oil paint to underside of mezzanine floor, comprising 50mm x 225mm floor board and 50mm x 200mm floor joist at 600mm crs.

150.0 m2

17 Prepare surface and supply and apply two (2) coats gloss oil paint to existing diamond mesh

100.0 m2

FINISHES

Carried to WAREHOUSE SUMMARY on page 46

Page 55: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

47

Section IV Bidding Forms

Item

Description

Qty

Unit

Rate

Amount

ELECTRICAL INSTALLATION

Note: The Contractor must visit the site in order to assess for himself the

existing conditions and extent of the work to be executed in order to

supplement, if necessary, the descriptions contained in this bill, as prices

inserted will be taken to include all items necessary to carry out and

complete all the works to the of the Building Administrator satisfaction and

in accordance with JS21 and all amendment made by the Government

Electrical Inspectorate (GEI). All connections should to be Electrically and

Mechanically Sound.

ALL ELECTRICAL ACTIVITES SHOULD INCLUDE ALL NECESSARY

CHASING OF WALLS, INSTALLATION OF CONDUITS,WIRING,

OCTAGONAL BOXES, JUNCTION BOXES, P.V.C WIRE, CONNECTORS

ETC. AND MAKING GOOD ALL WORK DISTURBED

18 Remove existing 4'-0" lamps secured to roof frame and place in storage on site

31 Nr.

19

20 Amp SP (1) way switch in ganged boxes complete with cover plate (Provisional)

12

Nr.

20

110V 3 pin duplex convenience outlet (Provisional)

5

Nr.

21 110 Double Tube Bug Proof Frosted LED Lights (4'-0", equivalent to 60Watt) secured to roof frame

35 Nr.

22 Include a provisional sum of $1,000,000.00 for other Electrical Works to be used as directed by Project Officer

1,000,000.00

ELECTRICAL INSTALLATION

Carried to WAREHOUSE SUMMARY on page 46

Page 56: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 48

Item Description Qty Unit Rate Amount

WAREHOUSE SUMMARY

A ROOF

B FINISHES

C ELECTRICAL INSTALLATION

WAREHOUSE

Carried to GRAND SUMMARY on Page 90

Page 57: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

49

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

OFFICE SPACE

Note: The Contractor must visit the site in order to assess for himself the

existing conditions and extent of the work to be executed in order to

supplement, if necessary, the descriptions contained in this bill, as prices

inserted will be taken to include all items necessary to carry out and

complete all the works to the of the Building Administrator.

DEMOLITION

Provide labour and equipment to demolish and cart away from site the following items:

1 Defective Solitex& plyboard ceiling, including 50mm x 100mm timber frame

60.0 m2

2

Hack up existing concrete floor to receive new tiles (Tiling measure separately) dispose of debris off site to dump

58.0

m2

3 Remove existing aluminum louvre windows, size 1.5m x 1.12m high, complete, including builders work to make good walls to receive new windows

3.0 no.

4 Ditto but size 0.79m x 1.12m high, complete, including builders work to make good walls to receive new windows

3.0 no.

5 Ditto but size 0.79m x 0.68m high, complete, including builders work to make good walls to receive new windows

2.0 no.

6 Remove existing wooden door, average size 0.87m x 2.05m high 7.0 no.

7

Carefully remove camera and DVR system and place in storage for re-use.

1.0

no.

8

Remove toilet and cart away from site

2.0

no.

9

Remove face basin and cart away from site

1.0

no.

10

Carefully remove window grill and place in storage for re-use. Average size 0.87m x 2.05m high (provisional)

7.0

no.

11

Carefully remove entrance grill and place in storage. Size 2.18m x 2.14m high

1.0

no.

DEMOLITION

Carried to Collection on page 48

Page 58: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 50

Item Description Qty Unit Rate Amount

DEMOLITION (Continue)

12 Cut masonry opening in existing block wall for new window ( Office #2). Size= 1.5m wide x 1.2m high

1.8 m2

13

Remove defective industrial zinc sheeting and cart away from site

38.0

m2

14

Remove 4'-0" double tube flourescent lights and cart away from site

6.0

Nr

Carried to Collection below

COLLECTION

From Page 5

From Page 6 (above)

DEMOLITION

Carried to OFFICE SPACE SUMMARY on page 59

Page 59: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

51

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

WALLING AND FRAME

Concrete Board

Supply and install 100mm thick wall partition framed with 50mm x 100mm metal stud framing and cladded with 12mm thick concrete board (both sides), including tape, plaster to joints and surecoat to surfaces to receive paint. Height = 2.34m:

15

Office 1

6.6

m2

16 Office 2 5.1 m2

17 Block out portion of existing window with 150mm block wall complete including 12mm thick rendering on both side (size =0.7m x 1.12m) Kitchenette

0.8 m2

WALLING AND FRAME

Carried to OFFICE SPACE SUMMARY on page 59

Page 60: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 52

Item Description Qty Unit Rate Amount

ROOF

18

22 Gauge industrial 6 profile plain alusteel roof sheeting lapped on corrugation at sides and 150mm at top and bottom laid to slope and fixed through corrugation to metal purlins with approved screws with neoprone washers (both measured separately) as per manufacturer's specification (Provisional)

38

m2

Ceiling

19 Supply and install 100mm Thick cement board as ceiling framed with 50mm x 100mm wooden stud framing and cladded with 12mm thick concrete board (one side), including tape, plaster to joints and surecoat to surfaces to receive paint.

60.0 m2

ROOF

Carried to OFFICE SPACE SUMMARY on page 59

Page 61: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

53

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE

Windows

Aluminum framed "grey tinted" glass sliding windows comprising: powder coated "Satin Nickel Finish" aluminum members, insect mesh, locks, fittings and accessories, 6mm thick laminated glass beaded in cushioning material fixed with glazing beads, 51mm x 102mm frames plugged and screwed into masonry openings, having junctions of frame and walls caulked with non-hardening mastic:

20

Opening size = 0.8m wide x 0.68m high

2

Nr.

21 Opening size = 0.8m wide x 1.12m high 4 Nr. 22 Opening size = 1.5m wide x 1.12m high 3 Nr.

Doors

Timber Doors

23 Supply and install hollow core door, opening size 830mm x 2050mm complete including, privacy locks, hinges, varnish and stain upon completion. (Restroom)

2.0 no

24

Ditto but opening size 900mm x 2050mm and 500mm x 650mm viewing panel with 6mm grey glass in timber frame (Offices)

3.0

no

PVC Coated Door

24 Supply and install 44mm thick metal raised panel door with six panels on both sides, complete including entrance door lock, door sweep and finished with three (3) coats oil paint. Opening Size = 900mm x 2100mm.(Records Storage, Cashier)

3 Nr.

Wrot wolmanised pitch pine in:

26 12mm x 38mm Door stop (provisional) 42 m

27 50mm x 100mm Frame (provisional) 42 m

Aluminum Glass Doors

Aluminum framed "grey tinted" glass doors composing powder coated "Satin Nickel Finish" aluminum members plugged and screwed into masonry openings. Complete including, locks, hinges ,100mm threshold, automatic closures and door sweep :

28 Double door, opening size 2180mm wide x 2407mm high with 300mm high transom and 2# fixed glass in aluminum frame on both sides as per drawing detail (Entrance Door).

1 no.

JOINERY AND HARDWARE

Carried to Collection on page 10

Page 62: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 54

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE continue

Cupboard

29 Supply and install base Cupboard from treated pinewood, complete including Corian solid counter top with 100mm flash back and 38mm bull nose secured to wall, single bowl sink and faucet, draws and cupboard as per drawing details.Size = 2.68m long x 0.6m wide x 0.9m high (Kitchenette)

2.68 m

30 Supply and install wall mounted overhead cupboard from treated pinewood as per Drawing detail (Kitchenette)

1.2 m

Carried to Collection below

COLLECTION

From Page 9

From Page 10 (above)

JOINERY AND HARDWARE

Carried to OFFICE SPACE SUMMARY on page 59

Page 63: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

55

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

FINISHES

FLOOR FINISHES

31 Supply and install Grade "A" 450mm x 450mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate.

58.00 m2

32

Extra over tiling for chrome tile strip at edge of all external doors

2.20

m

WALL FINISHES

Wall Tiles

33

Supply and install Grade "A" 200mm x 300mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate. (Tile height=1.5m)

Prime surface, then supply and apply three (3) coats "mixed" Berger emulsion paint or

13 m2

equally approved by Project Officer to the following surfaces:

34 Internal & External Concrete Surfaces 202.00 m2

35 Drywall surfaces

24.00 m2

36 Ceiling 58.00 m2

FINISHES

Carried to OFFICE SPACE SUMMARY on page 59

Page 64: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 56

Item Description Qty Unit Rate Amount

SANITARY FITTINGS

Supply and install the following sanitaryware (American Standard or other equal and approved) including assembling and making all joints and watertight connections to existing and new supply and waste pipes and making good in all trades

37

American Standard elongated "chair height" water closet complete with all fixtures and fittings

2.00

Nr.

38

White vitreous china pedestal lavatory basin complete with all fixtures and fittings including elbow operated water faucet

1.00

Nr.

39 Chromium plated toilet paper holder plugged and screwed to blockwall 2 Nr.

40 Hand Towel Dispenser 1 Nr.

41 Soap Dispenser 1 Nr.

42 Supply and install polish plate glass mirror Size 450mm x 450mm x 6mm thick screwed to 75mm wide pine wood frame, furniture finish as instructed by Building Officer.

1.00 Nr.

SANITARY FITTINGS

Carried to OFFICE SPACE SUMMARY on page 59

Page 65: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

57

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

ELECTRICAL INSTALLATION

Note: The Contractor must visit the site in order to assess for himself the

existing conditions and extent of the work to be executed in order to

supplement, if necessary, the descriptions contained in this bill, as prices

inserted will be taken to include all items necessary to carry out and

complete all the works to the of the Building Administrator satisfaction and

in accordance with JS21 and all amendment made by the Government

Electrical Inspectorate (GEI). All connections should to be Electrically and

Mechanically Sound.

ALL ELECTRICAL ACTIVITES SHOULD INCLUDE ALL NECESSARY

CHASING OF WALLS, INSTALLATION OF CONDUITS,WIRING,

OCTAGONAL BOXES, JUNCTION BOXES, P.V.C WIRE, CONNECTORS

ETC. AND MAKING GOOD ALL WORK DISTURBED

43 20 Amp SP (1) way switch in ganged boxes complete with cover plate 7 Nr.

44 110V 3 pin duplex convenience outlet 13 Nr.

45 110 Double Tube Bug Proof Frosted LED Lamps (2'-0", equivalent to 60Watt)

2 Nr.

46 110 Double Tube Bug Proof Frosted LED Lights (4'-0", equivalent to 60Watt)

10 Nr.

47 110v convenience Outlet GFCI plug 1 Nr.

Solar Hybrid AC Unit

48 Supply and install 12000BTU Solar Hybrid wall mounted / Ultra High Energy Saving and Efficiency AC units complete with all fixtures and fittings. Nominated Sub- Contractor CARISOL Tel: (1876) 632-1385 (Office)

2 Nr.

49

Include a provisional sum of $300,000.00 for other Electrical Works to be used as directed by Project Officer

$300,000.00

ELECTRICAL INSTALLATION

Carried to OFFICE SPACE SUMMARY on page 59

Page 66: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 58

Item Description Qty Unit Rate Amount

50

DRAINAGE

1

Nr.

Grease Trap size 813mm x 457mm x 483mm deep (externally) with 100mm diameter PVC 'P' trap having 125mm cast iron grating, 100mm thick concrete (1:3:6) bottom dished outlet, 100mm block wall all round, render all internal and exposed surfaces with cement and sand (1:3) mortar finished with a steel float, formed recess on top 750mm x 750mm light duty cast iron manhole frame and cover including all necessary excavations , disposal, formwork as per drawing detail

DRAINAGE

Carried to OFFICE SPACE SUMMARY on page 15

Page 67: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

59

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

OFFICE SPACE SUMMARY

A

DEMOLITION

B WALLING & FRAMING

C ROOF

D JOINERY AND HARDWARE

E FINISHES

F SANITARY FITTINGS

G ELECTRICAL INSTALLATION

H DRAINAGE

OFFICE SPACE

Carried to GRAND SUMMARY on Page 90

Page 68: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 60

Item Description Qty Unit Rate Amount

MALE CHANGING ROOM

DEMOLITION

Provide labour and equipment to demolish and cart away from site the following items:

1 Defective Solitex & plyboard ceiling, including 50mm x 100mm timber frame

29.0 m2

2 Hack up existing ceramic floor to receive new tiles (Tiling measure separately) dispose of debris off site to dump

29.0 m2

3

Hack up existing concrete floor to receive new tiles (Tiling measure separately) dispose of debris off site to dump

58.0

m2

4

Hack up existing wall to receive new tiles (Tiling measure separately) dispose of debris off site to dump

30.0

m2

5

Remove existing aluminum louver windows, size 3.0m x 1.12m high, complete, including builders work to make good walls to receive new windows

1.0

no.

6 Remove existing aluminum louver windows, size 1.5m x 1.12m high, complete, including builders work to make good walls to receive new windows

1.0 no.

7 Ditto but size 0.79m x 1.12m high 4.0 no.

8 Ditto but size 0.79m x 0.68m high 4.0 no.

9 Remove existing wooden door, average size 0.87m x 2.05m high 5.0 no.

10 Remove toilet and cart away from site 4.0 no.

11 Remove face basin and cart away from site 3.0 no.

12 Carefully remove window grill and place in storage for re-use. Average size 0.87m x 2.05m high (provisional)

6.0 no.

13 Cut masonry opening in existing block wall to create 2# access from Change Room to Restroom. Size = 1.5m wide x 2.1m high

6.3 m2

14 Remove defective industrial zinc sheeting and cart away from site 30.0 m2

15 Remove 4'-0" double tube flourescent lights and cart away from site 4.0 Nr

DEMOLITION

Carried to MALE CHANGE ROOM SUMMARY on page 23

Page 69: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

61

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

WALLING AND FRAME

16

Block out 2#door opening with 150mm block wall complete including 12mm thick rendering on both side (size =0.88m x 2.1m each)

3.7

m2

17 Block out 2#window opening with 150mm block wall complete including 12mm thick rendering on both side (size =0.77m x 1.12m each)

1.73 m2

WALLING AND FRAME

Carried to MALE CHANGE ROOM SUMMARY on page 23

Page 70: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 62

Item Description Qty Unit Rate Amount

ROOF

18

22 Gauge industrial 6 profile plain alusteel roof sheeting lapped on corrugation at sides and 150mm at top and bottom laid to slope and fixed through corrugation to metal purlins with approved screws with neoprone washers (both measured separately) as per manufacturer's specification (Provisional)

30

m2

Ceiling

19 Supply and install 100mm Thick cement board as ceiling framed with 50mm x 100mm wooden stud framing and cladded with 12mm thick concrete board (one side), including tape, plaster to joints and surecoat to surfaces to receive paint.

58.0 m2

ROOF

Carried to MALE CHANGE ROOM SUMMARY on page 23

Page 71: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

63

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE

Windows Aluminum framed "grey tinted" glass sliding windows comprising: powder

coated "Satin Nickel Finish" aluminum members, insect mesh, locks, fittings and accessories, 6mm thick laminated glass beaded in cushioning material fixed with glazing beads, 51mm x 102mm frames plugged and screwed into masonry openings, having junctions of frame and walls caulked with non-hardening mastic:

20

Size = 0.8m wide x 0.68m high

4

Nr.

21 Size = 0.8m wide x 1.12m high 2 Nr. 22 Size = 1.5m wide x 1.12m high 1 Nr. 23 Size = 3m wide x 1.12m high 1 Nr.

Doors

Timber Doors

24 Supply and install hollow core door, opening size 830mm x 2050mm complete including, privacy locks, hinges, varnish and stain upon completion (Bathtroom stall).

2.0 no

PVC Coated Door

25 Supply and install 44mm thick metal raised panel door with six panels on both sides, complete including entrance door lock, door sweep and finished with three (3) coats oil paint. Opening Size = 900mm x 2100mm (Entrance)

1 Nr.

Wrot wolmanised pitch pine in:

26 12mm x 38mm Door stop (provisional) 25 m

27 50mm x 100mm Frame (provisional) 25 m

Bench

28 Supply and install bench from treated pinewood and finished with Hi-Solid Catalzed Epoxy paint.as directed by Building Officer. Size= 400mm wide x 1800mm long x 900mm high from ground top of back rest. Back rest = 450mm high.

2 Nr.

29 Ditto, but without back rest 2 Nr.

Lockers

30 Supply and install single Tier aluminum locker with anti-rust coating, with 2# internal shelves located at top and bottom of locker. Size = 450mm wide x 450mm deep x 1800mm high. Nominated Subcontractor Corporate Interiors International. Telephone (876-630-1502)

18

Nr.

JOINERY AND HARDWARE

Carried to MALE CHANGE ROOM SUMMARY on page 23

Page 72: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 64

Item Description Qty Unit Rate Amount

FINISHES

FLOOR FINISHES

31 Supply and install Grade "A" 450mm x 450mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate.

58.00 m2

32

Extra over tiling for chrome tile strip at edge of all external doors

2.20

m

WALL FINISHES

Wall Tiles

33

Supply and install Grade "A" 250mm x 300mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate. (Tile height=1.5m). Shower

14 m2

34 Ditto but 1.2m high 34 m2

Painting

Prime surface, then supply and apply three (3) coats Berger emulsion paint or equally approved by Project Officer to the following surfaces:

35 Internal & External Concrete Surfaces 129.00 m2

36 Prime surface, then supply and apply two (2) coats Berger oil paint or equally approved by Project Officer to interior walls as skirting. height=1600mm ( Change Room)

37.00

m2

Sanitary Base Skirting

37 Supply and apply 1:3 (12mm thick) cement and sand mortar to form 75mm x 75mm fillets as sanitary skirting along block walls (Change Room)

19 m

FINISHES

Carried to MALE CHANGE ROOM SUMMARY on page 23

Page 73: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

65

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

SANITARY FITTINGS

Supply and install the following sanitaryware (American Standard or other equal and approved) including assembling and making all joints and watertight connections to existing and new supply and waste pipes and making good in all trades

38

Elite elongated "chair height" water closet complete with all fixtures and fittings

2.00

Nr.

39

Urinal with press button flushing system

2.00

Nr.

40

White vitreous china pedestal lavatory basin complete with all fixtures and fitting, including elbow operated faucet (Change Room)

1.00

Nr.

41 Chromium plated toilet paper holder plugged and screwed to blockwall 4 Nr.

42

Hand Towel Dispenser

1

Nr.

43

Soap Dispenser

1

Nr.

44 Chromium plated shower mixer complete with shower arm and rose 2 Nr.

45 25mm Diameter Chromium plated shower curtain rail 1200mm long plugged and screwed to rendered wall

2 Nr.

46 38mm Diameter chromium plated waste outlet in floor 4 Nr.

47 Supply and install polish plate glass mirror Size 450mm x 1500mm x 6mm thick screwed to 75mm wide pine wood frame, furniture finish as instructed by Building Officer ( 3# in Change Room, 1# in Restroom)

4.00 Nr.

48

Ditto but Size 600mm x 600mm ( Change Room )

1.00

Nr.

Concrete framed Counter

49 Supply and install concrete framed counter complete, including uprights from 100mm block wall, counter from 75mm thick concrete with double bowl sink, 100mm flash back and 38mm bull nose secured to wall, porcelain tiles on exposed uprights and exposed faces, doors, made from poplar timber as per Drawing detail . Size = 1.84m long x 0.6m wide x 0.9m high:

1 no.

SANITARY FITTINGS

Carried to MALE CHANGE ROOM SUMMARY on page 23

Page 74: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 66

Item Description Qty Unit Rate Amount

ELECTRICAL INSTALLATION

Note: The Contractor must visit the site in order to assess for himself the

existing conditions and extent of the work to be executed in order to

supplement, if necessary, the descriptions contained in this bill, as prices

inserted will be taken to include all items necessary to carry out and

complete all the works to the of the Building Administrator satisfaction and in

accordance with JS21 and all amendment made by the Government Electrical

Inspectorate (GEI). All connections should to be Electrically and

Mechanically Sound.

ALL ELECTRICAL ACTIVITES SHOULD INCLUDE ALL NECESSARY

CHASING OF WALLS, INSTALLATION OF CONDUITS,WIRING,

OCTAGONAL BOXES, JUNCTION BOXES, P.V.C WIRE, CONNECTORS

ETC. AND MAKING GOOD ALL WORK DISTURBED

50 20 Amp SP (1) way switch in ganged boxes complete with cover plate 2 Nr.

51 110V 3 pin duplex convenience outlet 6 Nr.

52 110 Double Tube Bug Proof Frosted LED Lights (4'-0", equivalent to 60Watt) 4 Nr.

53 Supply and install 4-blade wall mounted Industrial fan 2 Nr.

54 Include a provisional sum of $300,000.00 for other Electrical Works to be used as directed by Project Officer

$300,000.00

ELECTRICAL INSTALLATION

Carried to MALE CHANGE ROOM SUMMARY on page 23

Page 75: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

67

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

MALE CHANGE ROOM SUMMARY

A DEMOLITION

B WALLING & FRAMING

C ROOF

D JOINERY AND HARDWARE

E FINISHES

F SANITARY FITTINGS

G ELECTRICAL INSTALLATION

MALE CHANGE ROOM SUMMARY

Carried to GRAND SUMMARY on Page 90

Page 76: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 68

Item Description Qty Unit Rate Amount

CARETAKER QUARTERS/ FEMALE CHANGE ROOM

DEMOLITION

Provide labour and equipment to demolish and cart away from site the following items:

1 Defective Solitex& plyboard ceiling, including 50mm x 100mm timber frame 12.2 m2

2 Hack up existing concrete floor to receive new tiles (Tiling measure separately) dispose of debris off site to dump

54.0 m2

3

Hack up existing wall surface to receive new wall tiles

26.0

m2

4 Remove existing aluminum louver windows, size 3.0m x 1.12m high, complete, including builders work to make good walls to receive new windows

1.0 no.

5 Remove existing aluminum louver windows, size 0.77m x 1.12m high, complete, including builders work to make good walls to receive new windows

2.0 no.

6

Remove existing door complete, including builders work to make good walls to receive new door

1.0

no.

7 Demolish Breather Blocks complete, including builders work to make good walls to receive new windows.

5.3 m2

8 Cut masonary opening in existing block wall for to create 2# access from Bedroom to Kitchenette and Restroom. Size = 0.9m x 2.1m each

3.8 m2

9 Cut 2# masonary opening in existing block wall for new windows. Size = 1.2m x 1.2m each

2.9 m2

DEMOLITION

Carried to CARETAKER QUARTERS SUMMARY on page 32

Page 77: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

69

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

WALLING AND FRAME

10

Block out section of window opening with 150mm block wall complete, including 12mm thick cement and sand rendering on both sides (size = 1.86m x 1.12m)

2.08

m2

11

Block out section of decorative block with 150mm block wall complete, including 12mm thick cement and sand rendering on both sides

1.42

m2

Concrete Board

12 Supply and install 100mm Thick wall partition framed with 50mm x 100mm metal stud framing and cladded with 12mm thick concrete board (both sides), including tape, plaster to joints and surecoat to surfaces to receive paint. Height = 2.44m

27.0 m2

WALLING AND FRAME

Carried to CARETAKER QUARTERS SUMMARY on page 32

Page 78: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 70

Item Description Qty Unit Rate Amount

13

ROOF

54.0

m2

Ceiling

Supply and install 100mm Thick cement board as ceiling framed with 50mm x 100mm wooden stud framing and cladded with 12mm thick concrete board (one side), including tape, plaster to joints and surecoat to surfaces to receive paint.

ROOF

Carried to CARETAKER QUARTERS SUMMARY on page 32

Page 79: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

71

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE

Windows Aluminium framed "grey tinted" glass sliding windows comprising: powder

coated "Satin Nickel Finish" aluminium members, lnsect mesh, locks, fittings and accessories, 6mm thick laminated glass beaded in cushioning material fixed with glazing beads, 51mm x 102mm frames plugged and screwed into masonry openings, having junctions of frame and walls caulked with non-hardening mastic:

14

Size = 0.8m wide x 0.68m high

3

Nr.

15 Size = 0.8m wide x 1.12m high 1 Nr. 16 Size = 1.2m wide x 1.2m high 4 Nr.

Doors

Timber Doors

17 Supply and install hollow core door, opening size 900mm x 2100mm complete including, privacy locks, hinges, varnish and stain upon completion (Bedroom)

2.0 no

18

Ditto but opening size 850mm x 2100mm (Female restroom)

2.0

no

PVC Coated Door

19 Supply and install 44mm thick metal raised panel door with six panels on both sides, complete including entrance door lock, door sweep and finished with three (3) coats oil paint. Opening Size = 900mm x 2100mm.

5 Nr.

Wrot wolmanised pitch pine in:

20 12mm x 38mm Door stop (provisional) 25 m 21 50mm x 100mm Frame (provisional) 25 m

Cupboard

22 Supply and install base Cupboard from treated pinewood, complete including Corian solid counter top with 100mm flash back and 38mm bull nose secured to wall, single bowl sink and faucet, draws and cupboard as per drawing details.Size = 2.68m long x 0.6m wide x 0.9m high (Kitchenette)

2.68 m

23 Supply and install wall mounted overhead cupboard from treated pinewood as per Drawing detail (Kitchenette)

0.69 m

Lockers

24 Supply and install single Tier aluminum locker with anti-rust coating, with 2# internal shelves located at top and bottom of locker. Size = 450mm wide x 450mm deep x 1800mm high. Nominated Subcontractor Corporate Interiors International. Telephone (876-630-1502)

6

Nr.

Bench

25 Supply and install bench from treated pinewood and finished with Hi-Solid Catalyzed Epoxy paint.as directed by Building Officer. Size= 400mm wide x 1800mm long x 900mm high from ground top of back rest. Back rest = 450mm high.

2

Nr.

JOINERY AND HARDWARE

Carried to CARETAKER QUARTERS SUMMARY on page 32

Page 80: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 72

Item Description Qty Unit Rate Amount

FINISHES

FLOOR FINISHES

26 Supply and install Grade "A" 450mm x 450mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate.

54.00 m2

27

Extra over tiling for chrome tile strip at edge of all external doors

2.20

m

WALL FINISHES

Wall Tiles

28

Supply and install Grade "A" 250mm x 300mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate. (Tile height=1.5m). Shower

12 m2

29

Ditto but 1.2m high

14 m2

Prime surface, then supply and apply three (3) coats Berger emulsion paint or equally approved by Project Officer to the following surfaces:

30 Internal & External Concrete Surfaces 172.00 m2

31 Drywall Surfaces 54.00 m2

32 Ceiling 54.00 m2

FINISHES

Carried to CARETAKER QUARTERS SUMMARY on page 32

Page 81: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

73

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

SANITARY FITTINGS

Supply and install the following sanitaryware (American Standard or other equal and approved) including assembling and making all joints and watertight connections to existing and new supply and waste pipes and making good in all trades

33

American Standard Elite elongated "chair height" water closet complete with all fixtures and fittings

3.00

Nr.

34 White vitreous china pedestal lavatory basin complete with all fixtures and fitting, including elbow operated faucet (1#Change Room, 1# Caretaker Restroom)

2.00 Nr.

35 Chromium plated toilet paper holder plugged and screwed to blockwall 3 Nr.

36

Hand Towel Dispenser

2

Nr.

37

Soap Dispenser

2

Nr.

38 Chromium plated shower mixer complete with shower arm and rose 2 Nr.

39 25mm Diameter Chromium plated shower curtain rail 1200mm long plugged and screwed to rendered wall

2 Nr.

40 38mm Diameter chromium plated waste outlet in floor 2 Nr.

41 Supply and install polish plate glass mirror Size 450mm x 1500mm x 6mm thick screwed to 75mm wide pine wood frame, furniture finish as instructed by Building Officer ( 2# in Change Room, 1# in Restroom)

3.00 Nr.

42

Ditto but Size 600mm x 600mm ( Change Room )

1.00

Nr.

43 Ditto but Size 450mm x 450mm ( Caretaker Restroom ) 1.00 Nr.

Concrete framed Counter

44 Supply and install concrete framed counter complete, including uprights from 100mm block wall, counter from 75mm thick concrete with double bowl sink, 100mm flash back and 38mm bull nose secured to wall, porcelain tiles on exposed uprights and exposed faces, doors, made from poplar timber as per Drawing detail . Size = 1.84m long x 0.6m wide x 0.9m high:

1 no.

Shower

45 Shower tray size 850mm long x 850mm wide comprising 38mm thick (average ) dished to waste outlet and finished with a woodfloat including kerb 200mm high of 100mm thick hollow concrete block finished with cement and sand (1:3) rendering finished with a woodfloat (Tile and Shower arm measured seperately)

2 Nr.

SANITARY FITTINGS

Carried to CARETAKER QUARTERS SUMMARY on page 32

Page 82: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 30

Item Description Qty Unit Rate Amount

ELECTRICAL INSTALLATION

Note: The Contractor must visit the site in order to assess for himself the

existing conditions and extent of the work to be executed in order to

supplement, if necessary, the descriptions contained in this bill, as prices

inserted will be taken to include all items necessary to carry out and

complete all the works to the of the Building Administrator satisfaction and

in accordance with JS21 and all amendment made by the Government

Electrical Inspectorate (GEI). All connections should to be Electrically and

Mechanically Sound.

ALL ELECTRICAL ACTIVITES SHOULD INCLUDE ALL NECESSARY

CHASING OF WALLS, INSTALLATION OF CONDUITS,WIRING,

OCTAGONAL BOXES, JUNCTION BOXES, P.V.C WIRE, CONNECTORS

ETC. AND MAKING GOOD ALL WORK DISTURBED

46 20 Amp SP (1) way switch in ganged boxes complete with cover plate 4 Nr.

47 110V 3 pin duplex convenience outlet 7 Nr.

48 110V 3 pin GFCI 2 Nr.

49 110 Double Tube Bug Proof Frosted LED Lamps (2'-0", equivalent to 60Watt)

2 Nr.

50 110 Double Tube Bug Proof Frosted LED Lights (4'-0", equivalent to 60Watt)

3 Nr.

51 Supply and install 4-blade wall mounted Industrial fan 2 Nr.

Extractor Fan

52 Supply and install 300mm x 300mm extractor fan complete including electrics, fittings and piping (Chemical Storage).

1 Nr.

53

Include a provisional sum of $300,000.00 for other Electrical Works to be used as directed by Project Officer

$300,000.00

ELECTRICAL INSTALLATION

Carried to CARETAKER QUARTERS SUMMARY on page 32

Page 83: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

31

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

DRAINAGE

54 Trapped gully basin size 750mm x 750mm x 600mm deep (externally) with 100mm diameter PVC 'P' trap having 125mm cast iron iron grating, 100mm thick concrete (1:3:6) bottom dished outlet, 100mm block wall all round, render all internal and exposed surfaces with cement and sand (1:3) morar finished with a steel float,formed recess on top 750mm x 750mm light duty cast iron manhole frame and cover including all necessary excavations , dispoal, formwork as per drawing detail

2 Nr.

55

Manhole size 900mm x 900mm x 700mm deep externally consisting of 150mm thick concrete (2500 psi) base slab 150mm thick reinforced concrete (3000psi) cover slab 150mm thick rienforced concrete blockwalls sides with all cavities filled with concrete (2500psi) all internal surfaces rendered in cement and sand (1;3) mortar finished with a steel float, including steep benching to bottom and forming necessary channels and including holes for 100 mm diameter pipe making good and including all necessary earthworks, formwork, reinforcement etc. as per drawing detail

2

Nr.

56

Grease Trap size 813mm x 457mm x 483mm deep (externally) with 100mm diameter PVC 'P' trap having 125mm cast iron iron grating, 100mm thick concrete (1:3:6) bottom dished outlet, 100mm block wall all round, render all internal and exposed surfaces with cement and sand (1:3) morar finished with a steel float,formed recess on top 750mm x 750mm light duty cast iron manhole frame and cover including all necessary excavations , dispoal, formwork as per drawing detail

1

Nr.

57

Allow for cutting through existing concrete floor for 100mm diameter drain pipe (provisional)

2

m

58 Ditto 50mm diameter drain pipe (provisional) 12 m

59

Ditto 38mm diameter drain pipe (provisional)

12

m

60

Test the entire waste water drainage system and leave in proper working condition to the approval of the Project Officer

1.00

Item

DRAIAGE

Carried to CARETAKER QUARTERS SUMMARY on page 32

Page 84: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 32

Item Description Qty Unit Rate Amount

SUMMARY CARETAKER QUARTERS/ FEMALE CHANGE ROOM

A DEMOLITION

B WALLING & FRAMING

C ROOF

D JOINERY AND HARDWARE

E FINISHES

F SANITARY FITTINGS

G ELECTRICAL INSTALLATION

H DRAINAGE

CARETAKER QUARTERS/ FEMALE CHANGE ROOM

Carried to GRAND SUMMARY on Page 90

Page 85: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

33

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

CONTAINER STORAGE

SUBSTRUCTURE

1 Provide equipment and transportation to remove old 20ft. Container and cart away from site

1 item

2 Excavate over site average 150mm deep to remove vegetable soil and cart away from site. Size = 7.8m wide x 27.2m long

32.00 m3

3 Include a Provisional Sum of $100,000.00 for cutting of trees, de-rooting, and removal of other likes obstructions and transportation and dispose of all debris off site to dump

Sum $100,000.00

4 Set out Foundation as per drawing

sum

5 Excavate for 600mm wide x 2400mm long foundation trench, commencing at strip site level not exceeding 1.5m deep and get out. (3 containers, 2#in each)

7.80 m3

6

Backfill and ram selected material around foundation (3 containers)

5.7

m3

7 Filling to make up levels, 300mm thick marl spread, level and well compacted in 150mm layers to A.A.S.H.O density of 95%.

64 m3

Concrete (21MPa) in:

8 600mm wide x 250mm deep Strip Footing (3 containers, 2#in each) 2.2 m3

9 100mm thick Concrete pavement Size = 4.2m wide x 15.3m long 21.0 m3

Mild steel rod reinforcement

10 12mm Diameter in foundation footing ( 3#in each, 18#in total) 43 kg

11 10mm Diameter as links in foundation footing ( 8#in each, 48#in total)

24 kg

12

Layer of steel fabric mesh reinforcement (JRC Nr 125 weighing 2.06 kg per square metre or other equal and approved) embedded in concrete slab on and including chairs and including 150mm side and end laps (measured net - no allowance made for laps)

212

m2

SUBSTRUCTURE

Carried to CONTAINER STORAGE SUMMARY on Page 39

Page 86: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 34

Item Description Qty Unit Rate Amount

WALLING AND FRAME

Hollow precast concrete blocks (Class A) laid bedded and jointed in cement mortar (1:3) around reinforcement (measured separately) and filling alternate

13

cavities with concrete (17Mpa) in: 200mm Thick walling (3 containers, 2#in each)

20

m2

Reinforcement:

14 12mm Diameter mild steel rod reinforcement set vertically in cavities of block walls ( 6#in each, 36#in total)

60 kg

15 10mm Diameter ditto horizontally in joints of block walls ( 3#in each, 18#in total)

30 kg

Plyboard Partition

16 Supply and install 100mm thick partition framed with 50mm x 100mm wooden stud framing and cladded with 12mm thick ply board (both sides). ( 2#in each, 6#in total)

35.0 m2

Containers

17 To Supply used Grade B 20'-0" shipping container 3 Nr.

18 To provide equipment and transportation to deliver used Grade B 20'-0" shipping container to site

3 Nr.

19 To provide equipment and place Grade B 20'-0" shipping container on prepared foundation

3 Nr.

WALLING AND FRAME

Carried to CONTAINER STORAGE SUMMARY on Page 39

Page 87: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

35

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

ROOF

20 Supply and install 50mm x 100mm wide wolmanised pitch pine (w.p.p)

as wall plate fixed to 75mm x 75mm "L" angle. L angle measured separately

36

m

21 Supply and install 75mm x 75mm "L" angle with one end welded to container with 6mm thick fillet weld (all around) and the other end bolted to 50mm x 100mm wallplate.

12

m

22 Supply, cut and place into position 50mm x 150mm w.p.p as rafter @

700mm crs.

90

m

23 Supply, cut and place into position 25mm x 75mm w.p.p laths @

1000mm crs.

80

m

24 Supply and install m.s swisted hurricane straps to all rafter ends 60 Nr.

25

22 Gauge industrial 6 profile plain alusteel roof sheeting lapped on corrugation at sides and 150mm at top and bottom laid to slope and fixed through corrugation to lath with approved screws with neoprone washers (both measured separately) as per manufacturer's specification

60

m2

ROOF

Carried to CONTAINER STORAGE SUMMARY on Page 39

Page 88: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 36

Item Description Qty Unit

Rate Amount

JOINERY AND HARDWARE

26 Cut opening in container and provide and install 6mm thick fixed mild steel louvre using removed container sections, complete including 75mm x 75mm "L" angle as frame. Opening size = 600mm wide x 600mm high

9 Nr.

sum

27

Cut opening in container and use removed container shell and install door to opening size 900mm wide x 2100mm complete including 75mm x 75mm "L" angle as frame.

9

Nr.

28

Include a provisional sum of $250,000.00 for construction of shelves to be used as instructed by Building Officer

$250,000.00

JOINERY AND HARDWARE

Carried to CONTAINER STORAGE SUMMARY on Page 39

Page 89: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

37

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

FINISHES

Floor

29 To supply and fix into position linoleum to container floor 42.0 m2

Wall Finishes

30 Prepare surface of container by power washing and wire brushing and supply and apply corrosion protection "coal tar epoxy enamel" or equally approved to inside surface of container

118.0 m2

31 Ditto to outside of container 121.0 m2

32 Prime surface, then supply and apply three (3) coats Berger emulsion paint or equally approved by Project Officer to drywall partition

70.00 m2

FINISHES

Carried to CONTAINER STORAGE SUMMARY on Page 39

Page 90: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 38

Item Description Qty Unit Rate Amount

ELECTRICAL INSTALLATION

3

Nr.

33

Include a provisional sum of $200,000.00 for electrical fixtures. To be used as directed by Building Officer

$200,000.00

Extractor Fan

34 Supply and install 300mm x 300mm extractor fan complete including electrics, fittings and piping and angle iron frame

ELECTRICAL INSTALLATION

Carried to CONTAINER STORAGE SUMMARY on Page 39

Page 91: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

39

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

CONTAINER STORAGE

A

SUBSTRUCTURE

B WALLING & FRAMING

C ROOF

D JOINERY AND HARDWARE

E FINISHES

F ELECTRICAL INSTALLATION

CONTAINER STORAGE

Carried to GRAND SUMMARY on Page 90

Page 92: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 40

Item Description Qty Unit Rate Amount

CONTAINER CHANGING ROOMS

SUBSTRUCTURE

1 Excavate over site average 150mm deep to remove vegetable soil and cart away from site. Size = 4.2m wide x 15.3m long

9.64 m3

2 Include a Provisional Sum of $100,000.00 for cutting of trees, de-rooting, and removal of other likes obstructions and transportation and dispose of all debris off site to dump

Sum $100,000.00

3 Set out Foundation as per drawing

sum

4 Excavate for 600mm wide x 2400mm long foundation trench, commencing at strip site level not exceeding 1.5m deep and get out. (2 containers, 2#in each)

5.20 m3

5

Backfill and ram selected material around foundation (3 containers)

3.8

m3

Concrete (21MPa) in:

6 600mm wide x 250mm deep Strip Footing (2 containers, 2#in each) 1.4 m3

Mild steel rod reinforcement

7 12mm Diameter in foundation footing ( 3#in each, 12#in total) 29 kg

8 10mm Diameter as links in foundation footing ( 8#in each, 32#in total)

16 kg

SUBSTRUCTURE

Carried to CONTAINER CHANGING ROOMS SUMMARY on Page 48

Page 93: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

41

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

WALLING AND FRAME

Hollow precast concrete blocks (Class A) laid bedded and jointed in cement mortar (1:3) around reinforcement (measured separately) and filling alternate

9

cavities with concrete (17Mpa) in: 200mm Thick walling (2 containers, 2#in each)

13.00

m2

Reinforcement:

10 12mm Diameter mild steel rod reinforcement set vertically in cavities of block walls ( 6#in each, 24#in total)

40 kg

11 10mm Diameter ditto horizontally in joints of block walls ( 3#in each, 12#in total)

20 kg

Concrete Board Partition

12 Supply and install 100mm thick wall partition framed with 50mm x 100mm metal stud framing and cladded with 12mm thick concrete board (both sides), including tape, plaster to joints and surecoat to surfaces to receive paint.

24.0 m2

Containers

13 To Supply used Grade B 20'-0" shipping container 2 Nr.

14 To provide equipment and transportation to deliver used Grade B 20'-0" shipping container to site

2 Nr.

15 To provide equipment and place Grade B 20'-0" shipping container on prepared foundation

2 Nr.

WALLING AND FRAME

Carried to CONTAINER CHANGING ROOMS SUMMARY on Page 48

Page 94: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 42

Item Description Qty Unit Rate Amount

ROOF

16

Supply and install 50mm x 100mm wide wolmanised pitch pine (w.p.p) as wall plate fixed to 75mm x 75mm "L" angle. L angle measured separately

24

m

17 Supply and install 75mm x 75mm "L" angle with one end welded to container with 6mm thick fillet weld (all around) and the other end bolted to 50mm x 100mm wallplate.

8

m

18 Supply, cut and place into position 50mm x 150mm w.p.p as rafter @

700mm crs.

60

m

19 Supply, cut and place into position 25mm x 75mm w.p.p laths @

1000mm crs.

53

m

20

22 Guage industrial 6 profile plain alusteel roof sheeting lapped on corrugation at sides and 150mm at top and bottom laid to slope and fixed through corrugation to metal purlins with approved screws with neoprone washers (both measured separately) as per manufacturer's specification

40

m2

21 Supply and install m.s twisted hurricane straps to all rafter ends 40 Nr.

ROOF

Carried to CONTAINER CHANGING ROOMS SUMMARY on Page 48

Page 95: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

43

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE

Louvre Windows

22 Cut opening in container and provide and install 6mm thick fixed mild steel Louvre using removed container sections, complete including 75mm x 75mm "L" angle as frame. Opening size = 600mm wide x 600mm high (1# male, 1# female)

2 Nr.

Aluminum Windows

Aluminum framed "grey tinted" glass sliding windows comprising: powder coated "Satin Nickel Finish" aluminum members, insect mesh, locks, fittings and accessories, 6mm thick laminated glass beaded in cushioning material fixed with glazing beads, 51mm x 102mm frames plugged and screwed into masonry openings, having junctions of frame and walls caulked with non-hardening mastic, complete including cutting of container shell:

23

Size = 0.9m wide x 0.9m high (2# male, 2# female)

4

Nr.

24 Size = 0.6m wide x 1.12m high (1# male, 1# female) 2 Nr. 25 Size = 0.6m wide x 0.6m high (1# male, 1# female) 2 Nr.

PVC Coated Door

26 Cut opening in container and install 44mm thick metal raised panel door with six panels on both sides, complete including entrance door lock, door sweep and finished with three (3) coats oil paint. Opening Size = 900mm x 2100mm. (1# male, 1# female)

2 Nr.

Timber Doors

27 Supply and install hollow core door, opening size 900mm x 2100mm complete including, privacy locks, hinges, finished with three (3) coats oil paint upon completion. (1# male, 1# female)

2.0 no

28

Ditto but opening size 750mm x 2100mm (1# male, 1# female)

2.0

no

Lockers

29 Supply and install single Tier aluminum locker with anti-rust coating, with 2# internal shelves located at top and bottom of locker. Size = 450mm wide x 450mm deep x 1800mm high. Nominated Subcontractor Coporate Interiors International. Telephone (876-630-1502)

8

Nr.

Bench

30 Supply and install bench from treated pinewood and finished with Hi-Solid Catalzed Epoxy paint.as directed by Building Officer. Size= 400mm wide x 1800mm long x 900mm high from ground top of back rest. Back rest = 450mm high. (1# male, 1# female)

2

Nr.

JOINERY AND HARDWARE

Carried to CONTAINER CHANGING ROOMS SUMMARY on Page 48

Page 96: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 44

Item Description Qty Unit Rate Amount

FINISHES

Floor

31 To supply and fix into position linoleum to container floor 28.0 m2

Wall Finishes

32 Prepare surface of container by power washing and wire brushing and supply and apply corrosion protection "coal tar epoxy enamel" or equally approved to inside surface of container

79.0 m2

33 Ditto to outside of container 81.0 m2

34 Prime surface, then supply and apply three (3) coats Berger emulsion paint or equally approved by Project Officer to drywall partition

48.00

m2

FINISHES

Carried to CONTAINER CHANGING ROOMS SUMMARY \ on Page 48

Page 97: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

45

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

SANITARY FITTINGS

Supply and install the following sanitaryware (American Standard or other equal and approved) including assembling and making all joints and watertight connections to existing and new supply and waste pipes and making good in all trades

35

Elite elongated "chair height" water closet complete with all fixtures and fittings (1# male, 1# female)

2.00

Nr.

36

White vitreous china pedestal lavatory basin complete with all fixtures and fitting, including elbow operated faucet(1# male, 1# female)

2.00

Nr.

37

Urinal with press button flushing system

1.00

Nr.

38

Chromium plated toilet paper holder plugged and screwed to blockwall (1# male, 1# female)

2

Nr.

39 Hand Towel Dispenser (1# male, 1# female) 2 Nr.

40

Soap Dispenser (1# male, 1# female)

2

Nr.

41

Supply and install polish plate glass mirror Size 450mm x 450mm x 6mm thick screwed to 75mm wide pine wood frame, furniture finish as instructed by Building Officer. (1# male, 1# female)

2.00

Nr.

42

Supply and install polish plate glass mirror Size 450mm x 1500mm x 6mm thick screwed to 75mm wide pine wood frame, furniture finish as instructed by Building Officer. (2# male, 2# female)

4.00

Nr.

SANITARY FITTINGS

Carried to CONTAINER CHANGING ROOMS SUMMARY on Page 48

Page 98: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 46

Item Description Qty Unit Rate Amount

E.LECTRICAL INSTALLATION

Note: The Contractor must visit the site in order to assess for himself the

existing conditions and extent of the work to be executed in order to

supplement, if necessary, the descriptions contained in this bill, as prices

inserted will be taken to include all items necessary to carry out and

complete all the works to the of the Building Administrator satisfaction and

in accordance with JS21 and all amendment made by the Government

Electrical Inspectorate (GEI). All connections should to be Electrically and

Mechanically Sound.

ALL ELECTRICAL ACTIVITES SHOULD INCLUDE ALL NECESSARY

CHASING OF WALLS, INSTALLATION OF CONDUITS,WIRING,

OCTAGONAL BOXES, JUNCTION BOXES, P.V.C WIRE, CONNECTORS

ETC. AND MAKING GOOD ALL WORK DISTURBED

43 20 Amp SP (1) way switch in ganged boxes complete with cover plate 4 Nr.

44 110V 3 pin duplex convenience outlet 6 Nr.

45 110 Double Tube Bug Proof Frosted LED Lamps (2'-0", equivalent to 60Watt)

2 Nr.

46 110 Double Tube Bug Proof Frosted LED Lights (4'-0", equivalent to 60Watt)

2 Nr.

47 Supply and install 4-blade wall mounted Industrial fan (Changing Area) 2 Nr.

Extractor Fan

48 Supply and install 300mm x 300mm extractor fan complete including electrics, fittings and piping (Chemical Storage).

2 Nr.

49

Include a provisional sum of $400,000.00 for other Electrical Works to be used as directed by Project Officer

$400,000.00

E.LECTRICAL INSTALLATION

Carried to CONTAINER CHANGING ROOMS SUMMARY on Page 48

Page 99: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

47

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

DRAINAGE

50 Trapped gully basin size 750mm x 750mm x 600mm deep (externally) with 100mm diameter PVC 'P' trap having 125mm cast iron grating, 100mm thick concrete (1:3:6) bottom dished outlet, 100mm block wall all round, render all internal and exposed surfaces with cement and sand (1:3) mortar finished with a steel float, formed recess on top 750mm x 750mm light duty cast iron manhole frame and cover including all necessary excavations , disposal, formwork as per drawing detail

2 Nr.

51

Manhole size 900mm x 900mm x 700mm deep externally consisting of 150mm thick concrete (2500 psi) base slab 150mm thick reinforced concrete (3000psi) cover slab 150mm thick reinforced concrete blockwalls sides with all cavities filled with concrete (2500psi) all internal surfaces rendered in cement and sand (1;3) mortar finished with a steel float, including steep benching to bottom and forming necessary channels and including holes for 100 mm diameter pipe making good and including all necessary earthworks, formwork, reinforcement etc. as per drawing detail

3

Nr.

52

Supply and install 750 gallon Prime Grade Linear Polyetyylene Rhino Septic Tank or equally approved by Building Officer. Complete including connection to waste water pipes as per drawing detail

1

Nr.

53 Construct Reed Bed, complete including connection to and connection to septic tank and soakaway as per drawing detail as per drawing detail

31.5 m2

54

Test the entire waste water drainage system and leave in proper working condition to the approval of the Project Officer

Item

DRAINAGE

Carried to CONTAINER CHANGING ROOMS SUMMARY on Page 48

Page 100: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 48

Item Description Qty Unit Rate Amount

CONTAINER CHANGING ROOMS

A SUBSTRUCTURE

B WALLING & FRAMING

C ROOF

D JOINERY AND HARDWARE

E FINISHES

F SANITARY FITTINGS

G ELECTRICAL INSTALLATION

H DRAINAGE

CONTAINER CHANGING ROOMS

Carried to GRAND SUMMARY on Page 90

Page 101: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

49

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

SCALE HOUSE

DEMOLITION

1 Remove existing zinc sheeting and place in storage onsite. 13 m2

2

Remove defective C channel purlins and cart away from site. Size = 120 deep x 50mm wide

2

Nr.

3

Remove louver windows and place in storage onsite. Size = 0.77m wide x 0.85m high

3

Nr.

4 Power wash building to prepare surface for painting (interior and exterior)

item

5

Hack up existing concrete floor to receive new tiles (Tiling measure separately) dispose of debris off site to dump

8.0

m2

DEMOLITION

Carried to SCALE HOUSE SUMMARY on Page 54

Page 102: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 50

Item Description Qty Unit Rate Amount

ROOF

The following structural steelwork should conform to BS 15 beam and all materials are to be provided by Contractor to allow for delivery to site, fabrication, and installation (include for hoisting in position to eave having both bolts and welded connection. Framing Fabrication, including painting to all metal surfaces with one (1) coat macropoxy epoxy and two coats gloss oil paint:

6

120mm x 50mm "C" purlin purlin secured to 180mm deep x 130mm wide H beam (3 no. thus)

9

m

7 180mm deep x 130mm wide H beam 3 m

8

Supply, and 22 gauge aluminum roof sheeting with appropriate laps and sealing as manufactures instruction, secured to lathes with stainless steel screws and neoprone washers. Sheeting shall be secured through the crown of the corrugation and shall include timber fillets.

13.7

m2

ROOF

Carried to SCALE HOUSE SUMMARY on Page 54

Page 103: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

51

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE

Windows

Aluminum framed "grey tinted" glass sliding windows comprising: powder coated "Satin Nickel Finish" aluminum members, insect mesh, locks, fittings and accessories, 6mm thick laminated glass beaded in cushioning material fixed with glazing beads, 51mm x 102mm frames plugged and screwed into masonry openings, having junctions of frame and walls caulked with non-hardening mastic:

9

Size = 0.77m wide x 0.85m high

3

Nr.

Doors

10 Supply and install 44mm thick metal raised panel door with six panels on both sides, complete including entrance door lock, door sweep and finished with three (3) coats oil paint. Opening Size = 900mm x 2100mm.

1 Nr.

JOINERY AND HARDWARE

Carried to SCALE HOUSE SUMMARY on Page 54

Page 104: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 52

Item Description Qty Unit Rate Amount

FINISHES

Floor Finishes

11 Supply and install Grade "A" 450mm x 450mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate.

8.00 m2

Wall Finishes

12 Prime surface, then supply and apply three (3) coats Berger emulsion paint or equally approved by Project Officer:

60 m2

Roof

13 To provide labour and equipment to Spot Blast sections of corroded steel frame members, complete including supply and apply of one (1) coat macropoxy to affected areas (Provisional)

5.0

m2

Prepare surface and supply and apply two (2) coats gloss oil paint to the following existing steel framed members:

14 180mm x 130mm as beam (average length = 3.1m) 2.0 Nr

15 50mm x 150mm as C Channel (average length = 2.7m) 2.0 Nr

FINISHES

Carried to SCALE HOUSE SUMMARY on Page 54

Page 105: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

53

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

ELECTRICAL INSTALLATION

16

Include a provisional sum of $100,000.00 for electrical fixtures. To be used as directed by Building Officer

$100,000.00

ELECTRICAL INSTALLATION

Carried to SCALE HOUSE SUMMARY on Page 54

Page 106: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 54

Item Description Qty Unit Rate Amount

A

SCALE HOUSE SUMMARY

DEMOLITION

C

ROOF

D JOINERY AND HARDWARE

E FINISHES

F ELECTRICAL INSTALLATION

SCALE HOUSE

Carried to GRAND SUMMARY on Page 90

Page 107: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

55

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

PUMP HOUSE / STORAGE

DEMOLITION

1 Allow for removal of shrubs and other vegetative matter in the building

item

2

Power wash building to prepare surface for painting (interior and exterior)

item

3 Remove existing zinc sheeting and place in storage onsite. 4 sheets

4

Remove defective C channel purlins and cart away from site. Size = 120 deep x 50mm wide

2

Nr.

5

Remove two bay aluminum louver windows and place in storage onsite. Size = 1.53m wide x 1.12m high

3

Nr.

6

Remove two bay aluminum louver windows and place in storage onsite. Size = 0.77m wide x 1.12m high

2

Nr.

DEMOLITION

Carried to PUMP HOUSE / STORAGE SUMMARY on Page 60

Page 108: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 56

Item Description Qty Unit Rate Amount

ROOF

The following structural steelwork should conform to BS 15 beam and all materials are to be provided by Contractor to allow for delivery to site, fabrication, and installation (include for hoisting in position to eave having both bolts and welded connection. Framing Fabrication, including painting to all metal surfaces with one (1) coat macropoxy epoxy and two coats gloss oil paint :

7

120mm x 50mm "C" purlin (2 no. thus)

16

m

8 180mm deep x 130mm wide H beam (1 no. thus) 3 m

9

Supply, and 26 gauge aluminum roof sheeting with appropriate laps and sealing as manufactures instruction, secured to lathes with stainless steel screws and neoprone washers. Sheeting shall be secured through the crown of the corrugation and shall include timber fillets.

34

m2

ROOF

Carried to PUMP HOUSE / STORAGE SUMMARY on Page 60

Page 109: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

57

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE

Windows

10

Supply and install two bay aluminum louver windows and place in storage onsite. Size = 1.50m wide x 1.12m high

3

Nr.

11

Supply and install two bay aluminum louver windows and place in storage onsite. Size = 0.8m wide x 1.12m high

2

Nr.

PVC Coated Doors

12 Supply and install 44mm thick metal raised panel door with six panels on both sides, complete including entrance door lock, door sweep and finished with three (3) coats oil paint. Opening Size = 900mm x 2100mm.

3 Nr.

Metal Door

13 Supply and install double leaf metal door, complete with metal jamb, locks and three coats oil paint. Opening size 1600mm x 2100mm.

1 Nr.

JOINERY AND HARDWARE

Carried to PUMP HOUSE / STORAGE SUMMARY on Page 60

Page 110: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 58

Item Description Qty Unit Rate Amount

FINISHES

Floor Finishes

14 To supply and fix into position linoleum to concrete floor 11.4 m2

Wall Finishes

14 Prime surface, then supply and apply three (3) coats Berger emulsion paint or equally approved by Project Officer:

94 m2

16 Prime surface, then supply and apply three (3) coats Berger oil paint or equally approved by Project Officer: External Skirting, 300mm high

6.00

m2

Roof

17 To provide labour and equipment to Spot Blast sections of corroded steel frame members, complete including supply and apply of one (1) coat macropoxy to affected areas (Provisional)

5.0

m2

Prepare surface and supply and apply two (2) coats gloss oil paint to the following existing steel framed members:

18 180mm x 130mm as beam (average length = 3.1m) 2.0 Nr

19 50mm x 150mm as C Channel (average length = 7.3m) 3.0 Nr

FINISHES

Carried to PUMP HOUSE / STORAGE SUMMARY on Page 60

Page 111: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

59

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

ELECTRICAL INSTALLATION

20 Include a provisional sum of $100,000.00 for electrical fixtures. To be used as directed by Building Officer

$100,000.00

ELECTRICAL INSTALLATION

Carried to PUMP HOUSE / STORAGE SUMMARY on Page 60

Page 112: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 60

Item Description Qty Unit Rate Amount

A

PUMP HOUSE / STORAGE SUMMARY

DEMOLITION

C ROOF

D JOINERY AND HARDWARE

E FINISHES

F ELECTRICAL INSTALLATION

PUMP HOUSE / STORAGE SUMMARY

Carried to GRAND SUMMARY on Page 90

Page 113: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

61

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

STAFF HOSPITALITY & FARMERS MEETING AREA

SUBSTRUCTURE

1 Excavate over site average 150mm deep to remove vegetable soil and cart away from site

18.0 m3

2 Excavate for 300mm x 300mm concrete column pad size 900mm x 900mm not exceeding 1.5m deep commencing at strip site level (Nr 12)

7.3 m3

3

Excavate for 300mm x 250mm concrete tie beam commencing at strip site level.

7

m3

4

Excavate for 150mm wide foundation trenches not exceeding 1.5m deep, transport to on site soil heap. Starting at strip site level.

5.9

m3

5 Extra over excavations for excavating in and breaking up Rock (Provisional)

10 m3

6

Load surplus excavated material and cart away from the site not exceeding 200m

10.51

m3

7 Backfill and ram material arising from excavation around foundation 9.7 m3

8 Filling to make up levels, 400mm thick marl spread, level and well compacted in 150mm layers to A.A.S.H.O density of 95%.

40 m3

Termite treatment to be executed by an approved pest control company

9 Treat the surface of the ground under floor sides and bottom of pits and trenches with Termite Treatment to eradicate sub-terranean termites (5 year warranty to be provided).

104 m²

10 Ditto to building perimeter of building, 600mm girth 25 m²

Reinforced concrete (21MPa) in:

11 Strip Footing 3.0 m3

12 Concrete tie beam size 300mm x 250mm 2.4 m3

13 Column pad size 900mm x 900mm (Nr 12) 2.5 m3

14 100mm Thick floor slab surface wood float finished 10 m3

SUBSTRUCTURE

Carried to Collection on page 62

Page 114: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 62

Item Description Qty Unit Rate Amount

SUBSTRUCTURE continue

Mild steel rod reinforcement

15 12mm Diameter in column pad size 900mm x 900mm (Nr. 12 in each, Nr. 144 in total)

76 kg

16 12mm Diameter in 150mm wall footing 79 kg

17 12mm Diameter in Tie Beam (Nr. 4 in each ) 123 kg

18 10mm Diameter as links in 150mm wall footing (88 Nr. in total) 32 kg

19 10mm Diameter as links in Tie beam (105 Nr. in total) 75 kg

20 Layer of steel fabric mesh reinforcement (JRC Nr 125 weighing 2.06 kg per square metre or other equal and approved) embedded in concrete slab on and including chairs and including 150mm side and end laps (measured net - no allowance made for laps)

98 m2

Carried to Collection below

COLLECTION

From Page 61

From Page 62 (above)

SUBSTRUCTURE

Carried to STAFF HOSPITALITY SUMMARY on Page 72

Page 115: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

63

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

WALLING AND FRAME

Reinforced concrete (21MPa) in:

21 Column size 300mm x 300mm ( Ground Floor) 3.8 m3

22 Ditto First Floor 2.8 m3

23 Beams size 300mm wide x 450mm deep (Ground Floor) 8.6 m3

24 Ditto First Floor 8.6 m3

25 Lintel size 150mm wide x 200mm deep (Ground Floor & First Floor) 0.53 m3

26 First Floor slab, size 150mm thick 16.5 m3

Bar Reinforcement

12mm diameter bars in:

27 Block wall, Ground Floor (Nr. 66 in total) 246 kg

28 Ditto, First Floor (Nr. 66 in total) 168 kg

29 Column, Ground Floor (Nr. 4 in each, Nr 48 in total) 167 kg

30 Ditto, First Floor (Nr. 4 in each, Nr 48 in total) 136 kg

31 Beams, Ground Floor (Nr. 4 in each) 249 kg

32 Ditto to Beams First Floor 249 kg

33 Ditto to Lintel (Nr. 4 in each) 69 kg

34 Slab (First Floor) 2700 kg

10mm diameter bars laid horizatally in:

35 Block wall, Ground Floor (Nr. 6 in each) 108 kg

36 Ditto, First Floor (Nr. 66 in each) 90 kg

37 Slab (First Floor) 1600 kg

WALLING AND FRAME

Carried to Collection on page 64

Page 116: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 64

Item Description Qty Unit Rate Amount

WALLING AND FRAME continue

10mm diameter bars as links in:

38 Column, Ground Floor (Nr. 12 in each, Nr 144 in total) 113 kg

39 Ditto, First Floor (Nr. 9 in each, Nr 108 in total) 84 kg

40 Beams, Ground Floor (Nr. 212 in total) 185 kg

41 Ditto to Beams First Floor 185 kg

42 Ditto Lintels (59 no. in total) 23 kg

Wrot formwork to:

43 Sides of Column (Ground floor) 45 m2

44 Sides of Column (First floor) 38 m2

45 Sides and soffit of Beam (Ground floor) 76 m2

46 Sides and soffit of Beam (First floor) 76 m2

Block Wall

Hollow precast concrete blocks (Class A) laid bedded and jointed in cement mortar (1:3) around reinforcement (measured separately) and filling alternate

47

cavities with concrete (17Mpa) in: 150mm Thick walling to: Ground Floor

80

m2

48 First Floor 58 m2 Partition

100mm thick 12m thick concrete board partition consist of tracks and studs as

framing clad both side, tape and plaster to joint and leave smooth for painting, (include for sure coating walls); internal wall, to the following:

49

Ground Floor

9.5

50

First Floor

13.5

Carried to Collection below

COLLECTION

From Page 63 From Page 64

(above)

WALLING & FRAMING

Carried to STAFF HOSPITALITY SUMMARY on Page 72

Page 117: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

65

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

ROOF

FIRST FLOOR SLAB

Reinforced concrete (21Mpa) in:

51 150mm thick First Floor slab 17.5 m3

Mild steel rod reinforcement in 150mm First Floor slab

52 12mm Diameter to slab 2700 kg

53 10mm Diameter to slab 1600 kg

Formwork to:

54 Soffit of roof slab 117 m2 55 Edge of roof slab 44 m

ROOF SLAB

Reinforced concrete (21Mpa) in:

56 150mm thick Roof slab 17.5 m3

Mild steel rod reinforcement in 150mm Roof slab

57 12mm Diameter to slab 2700 kg

58 10mm Diameter to slab 1600 kg

Formwork to:

59 Soffit of roof slab 117 m2 60 Edge of roof slab 44 m

ROOF

Carried to STAFF HOSPITALITY SUMMARY on Page 72

Page 118: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 66

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE

WINDOWS

Aluminum framed "grey tinted" glass sliding windows comprising: powder coated "Satin Nickel Finish" aluminum members, insect mesh, locks, fittings and accessories, 6mm thick laminated glass beaded in cushioning material fixed with glazing beads, 51mm x 102mm frames plugged and screwed into masonry openings, having junctions of frame and walls caulked with non-hardening mastic:

61

Size = 0.6m wide x 0.6m high

3

Nr.

62

Size = 0.9m wide x 1.2m high

2

Nr.

63

Size = 1.2m wide x 1.2m high

8

Nr.

DOOR

64 Supply and install 44mm thick hollow core metal raised panel door with six panels on both sides, complete including hanging on 100mm stainless steel butt hinges, Cylindrical lockset (Deltana-Portland 6903-15 or other equal and approved) door lock and finished with three (3) coats oil paint. Size = 900mm x 2100mm

4 Nr.

65

Supply and install hollow core door, opening size 850mm x 2100mm complete including, privacy locks, hinges, varnish and stain upon completion.

3.0

no

Wrot wolmanised pitch pine in:

66 12mm x 38mm Door stop 36 m

67 50mm x 100mm Frame 36 m

68 Include a Provisional sum of $3,000,000.00 for awning and guard rails and stairs. To be used as directed by Building Officer

$3,000,000.00

JOINERY AND HARDWARE

Carried to STAFF HOSPITALITY SUMMARY on Page 72

Page 119: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

67

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

FINISHES

WALL FINISHES

12mm Thick cement and sand (1:3) rendering in two coats and finished with wood float finish to:

69 Block wall Surfaces (Ground Floor) 159 m2

70

Block wall Surfaces (First Floor)

116 m2

71

Soffit of slab (Ground Floor)

110 m2

72

Soffit of slab (First Floor)

116 m2

73

Sides of Lintels (Ground Floor and First Floor) 71 m2

74 Return or reveals exceeding 75mm and not exceeding 150mm wide including two arises.

60 m

Wall Tiles

Supply and install Grade "A" 200mm x 300mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate. (Tile height=1.2m)

75 Restroom/ Sickbay 7.6 m2

76 Restroom/ First Floor 15.5 m2

77 Extra over tiling for chrome tile strip on exposed edges 20 m

Prepare and apply paints one (1) coat prime and two (2) coats low emulsion paint;

78 Rendered wall surfaces (Ground Floor & First Floor) 276 m2

79 Column surfaces (Ground Floor & First Floor) 92 m2

80 Dry wall surfaces (Ground Floor & First Floor) 46 m2

FINISHES

Carried to Collection on page 68

Page 120: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 68

Item Description Qty Unit Rate Amount

FINISHES (continue)

FLOOR FINISHES

Supply and install Grade "A" 450mm x 450mm Ceramic Tile laid on (1:3) screed and including thinset mortar and grouted in matching cement around partitions Note: contractor must use a minimum PC of $400.00 PC sum per tile and include in rate:

81

Ground Floor

98.00

m2

82

First Floor

98.00

m2

CEILING FINISHES

83 Extra over formwork to concrete soffit for fair face finish surface to be left free of honeycombs waves and other defects (Ground Floor & First Floor)

227 m2

84

Prepare and apply two coats emulsion paint to soffit of slab (Ground Floor & First Floor)

227

m2

Carried to Collection below

COLLECTION

From Page 67

From Page 68

(above)

FINISHES

Carried to STAFF HOSPITALITY SUMMARY on Page 72

Page 121: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

69

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

SANITARY FITTINGS

Supply and install the following sanitaryware (American Standard or other equal and approved) including assembling and making all joints and watertight connections to existing and new supply and waste pipes and making good in all trades

85 American Standard Elite elongated "chair height" water closet, complete including all fixtures and fittings

3 Nr.

86 White vitreous china pedestal lavatory basin complete with all fixtures and fitting including elbow operated faucet

3 Nr.

Supply and install the following sanitary accessories including making good in all trades disturbed

87 Surface mounted chromium plated toilet roll holder 3 Nr.

88 Hand Towel Dispenser 3 Nr.

89 Soap Dispenser 3 Nr.

90 Supply and install polish plate glass mirror Size 450mm x 450mm x 6mm thick screwed to 75mm wide pine wood frame, furniture finish as instructed by Building Officer.

3.00 Nr.

SANITARY FITTINGS

Carried to STAFF HOSPITALITY SUMMARY on Page 72

Page 122: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 70

Item Description Qty Unit Rate Amount

ELECTRICAL INSTALLATION

Note: The Contractor must visit the site in order to assess for himself

the existing conditions and extent of the work to be executed in order

to supplement, if necessary, the descriptions contained in this bill, as

prices inserted will be taken to include all items necessary to carry

out and complete all the works to the of the Building Administrator

satisfaction and in according to the JS21 and all amendment made

by the Government Electrical Inspectorate (GEI) all connection

should to be Electrically and Mechanically Sound.

ALL ELECTRICAL ACTIVITES SHOULD INCLUDE ALL

NECESSARY CHASING OF WALLS, INSTALLATION OF

CONDUITS,WIRING, OCTAGONAL BOXES, JUNCTION BOXES,

P.V.C WIRE, CONNECTORS ETC. AND MAKING GOOD ALL WORK

DISTURBED. (Works to be

carried out by License Electrician )

91

20 Amp SP (1) way switch in ganged boxes complete with cover plate

16

Nr.

92

110V 3 pin duplex convenience outlet

20

Nr.

93 110V single tube frosted LED light (2'-0", eqivalent to 60WATT) 4 Nr.

94 110 Double Tube Bug Proof Frosted LED Lights (4'-0", equivalent to 60Watt)

13 Nr.

AC Unit

95 Supply and install 12000 BTU inverter air conditioning unit including all necessary electrical works, chasing of walls and making area good after connection. Units must have One (1) year warranty on all parts.

3 Nr.

Ceiling Fan

96 Supply and install 4 blade 110V Industrial Ceiling Fan. 8 Nr.

97

Include Provisional Sum of $1,000,000.00 for all other Electrical Installations as directed by project Manager

Sum

$1,000,000.00

ELECTRICAL INSTALLATION

Carried to STAFF HOSPITALITY SUMMARY on Page 72

Page 123: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

71

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

DRAINAGE

98 Excavate trench for 100mm diameter pvc pipe average 600mm deep to invert, (include for 100mm Diameter PVC DWV pipe laid and jointed in trench)

10 m

99

Approved granular surround to 100mm diameter pipe

10

m

100 Trapped gully basin size 750mm x 750mm x 600mm deep (externally) with 100mm diameter PVC 'P' trap having 125mm cast iron grating, 100mm thick concrete (1:3:6) bottom dished outlet, 100mm block wall all round, render all internal and exposed surfaces with cement and sand (1:3) mortar finished with a steel float, formed recess on top 750mm x 750mm light duty cast iron manhole frame and cover including all necessary excavations , disposal, formwork as per drawing detail

1 Nr.

101

Supply and install 500mm x 1050mm Grease Trap as per drawing details

1

Nr.

102

Manhole size 900mm x 900mm x 700mm deep externally consisting of 150mm thick concrete (2500 psi) base slab 150mm thick reinforced concrete (3000psi) cover slab 150mm thick reinforced concrete blockwalls sides with all cavities filled with concrete (2500psi) all internal surfaces rendered in cement and sand (1;3) mortar finished with a steel float, including steep benching to bottom and forming necessary channels and including holes for 100 mm diameter pipe making good and including all necessary earthworks, formwork, reinforcement etc. as per drawing detail

2

Nr.

103

Test the entire waste water drainage system and leave in proper working condition to the approval of the Project Officer

Item

DRAINAGE

Carried to STAFF HOSPITALITY SUMMARY on Page 72

Page 124: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 72

Item Description Qty Unit Rate Amount

STAFF HOSPITALITY & FARMERS MEETING AREA SUMMARY

A SUBSTRUCTURE

B WALLING & FRAMING

C ROOF

D JOINERY AND HARDWARE

E FINISHES

F SANITARY FITTINGS

G ELECTRICAL INSTALLATION

H DRAINAGE

STAFF HOSPITALITY & FARMERS MEETING AREA

Carried to GRAND SUMMARY on Page 90

Page 125: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

73

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

GUARD HOUSE

SUBSTRUCTURE

1 Excavate over site average 150mm deep to remove vegetable soil and cart away from site

1.8 m3

2 Excavate for for foundation trenches not exceeding 1.5m deep, transport to on site soil heap. Starting at strip site level.

4.1 m3

3 Extra over excavations for excavating in and breaking up Rock (Provisional)

3 m3

4

Load surplus excavated material and cart away from the site not exceeding 200m

1.3

m3

5 Backfill and ram material arising from excavation around foundation 1.8 m3

6 300mm Thick bed of marl spread levelled and well compacted under floor in 150mm layers.

8 m²

Termite treatment to be executed by an approved pest control company

7 Treat the surface of the ground under floor sides and bottom of pits and trenches with Termite Treatment to eradicate sub-terranean termites (5 year warranty to be provided).

26 m²

8 Ditto to building perimeter of building, 600mm girth 14 m²

Reinforced concrete (21MPa) in:

9 Strip Footing 1.4 m3

10 100mm Thick floor slab surface wood float finished 0.8 m3

Mild steel rod reinforcement

11 12mm Diameter in Footing 47 kg

12 10mm Diameter as links in Footing (42 no.) 16 kg

13 Layer of steel fabric mesh reinforcement (JRC Nr 125 weighing 2.06 kg per square metre or other equal and approved) embedded in concrete slab on and including chairs and including 150mm side and end laps (measured net - no allowance made for laps)

8 m2

SUBSTRUCTURE

Carried to GUARD HOUSE SUMMARY on Page 81

Page 126: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 74

Item Description Qty Unit Rate Amount

WALLING AND FRAME

Reinforced concrete (21MPa) in:

14 Stiffeners (4 no.) 0.9 m3

15 Beams and Lintels 0.7 m3

Bar Reinforcement

16 12mm Diameter in Stiffeners (4 no.) 98 kg

17 Ditto to Beams 49 kg

18

10mm Diameter as stirrups in Stiffeners (11 No. in each) 44 no. in total

32

kg

19 Ditto to Beams (42 No. in each) 22 kg

20 Ditto Lintels (14 no. in total) 6 kg

Wrot formwork to:

21 Sides of stiffener 12 m2

22 Sides and soffit of Beam 8 m2

Block Wall

23 Hollow precast concrete blocks (Class A) laid bedded and jointed in cement mortar (1:3) around reinforcement (measured separately) and filling alternate cavities with concrete (17Mpa) in: 150mm Thick walling

30 m2

Reinforcement:

24 12mm Diameter mild steel rod reinforcement set vertically in cavities of block walls. (27 no. in total)

96 kg

25 10mm Diameter ditto horizontally in joints of block walls (7 no. in total)

45 kg

Partition

26 100mm thick 12m thick concrete board partition consist of tracks and studs as framing clad both side, tape and plaster to joint and leave smooth for painting, (include for sure coating walls); internal wall

4 m²

WALLING & FRAMING

Carried to GUARD HOUSE SUMMARY on Page 81

Page 127: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

75

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

ROOF

Reinforced concrete (21Mpa) in:

27 150mm thick Roof slab 2.1 m3

Mild steel rod reinforcement in 150mm Roof slab

28 12mm Diameter to slab 142 kg

29 10mm Diameter to slab 40 kg

Formwork to:

30 Soffit of roof slab 12 m2

ROOF

Carried to GUARD HOUSE SUMMARY on Page 81

Page 128: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 76

Item Description Qty Unit Rate Amount

JOINERY AND HARDWARE

WINDOWS Aluminum framed "grey tinted" glass sliding windows comprising: powder

coated "Satin Nickel Finish" aluminum members, insect mesh, locks, fittings and accessories, 6mm thick laminated glass beaded in cushioning material fixed with glazing beads, 51mm x 102mm frames plugged and screwed into masonry openings, having junctions of frame and walls caulked with non-hardening mastic:

31

Size = 0.6m wide x 0.6m high

1

Nr.

32

Size = 0.9m wide x 1.2m high

3

Nr.

DOOR

33 Supply and install 44mm thick hollow core metal raised panel door with six panels on both sides, complete including hanging on 100mm stainless steel butt hinges, Cylindrical lockset (Deltana-Portland 6903-15 or other equal and approved) door lock and finished with three (3) coats oil paint. Size = 900mm x 2100mm

1 Nr.

34

Supply and install hollow core door, opening size 750mm x 2040mm complete including, privacy locks, hinges, three (3) coats oil paint upon completion

1.0

no

Wrot wolmanised pitch pine in:

35 12mm x 38mm Door stop 10 m

36 50mm x 100mm Frame 10 m

JOINERY AND HARDWARE

Carried to GUARD HOUSE SUMMARY on Page 81

Page 129: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

77

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

FINISHES

WALL FINISHES

Hack or apply bonding agent, then supply and apply 12mm Thick cement and sand (1:3) rendering in two coats wood float finished on:

37 Concrete and block wall Surfaces 60 m2

38 Reveal soffit or Sill 150mm wide including arrises both sides 30 m

Wall tiles on and including specified and approved thinset mortar and grout.

39 200mm x 300mm Ceramic tile (height = 1.2m) 5 m2

40 Extra over tiling for chrome tile strip on exposed edges 6 m

Prepare and apply paints one (1) coat prime and two (2) coats low emulsion paint;

41 Rendered wall surfaces 60 m2

FLOOR FINISHES

Grade "A" Ceramic tiles as specified on and including thinset mortar and approved grouting to joints

42 450mm x 450mm Tile (PC.$400.00 ea) on floor slab 8 m2

STEPS

43

Reinforced concrete step consisting of 2No. 1200mm x 600mm/300mm treads and 150mm risers and sides of steps constructed in 150mm thick hollow concrete blockwall nominally reinforced, including all excavation and earthworks wall finishes etc.

1

Nr.

CEILING FINISHES

44 Extra over formwork to concrete soffit for fair face finish surface to be left free of honeycombs waves and other defects

12 m2

45 Prepare and apply two coats emulsion paint to soffit of Roof slab 12 m2

FINISHES

Carried to GUARD HOUSE SUMMARY on Page 81

Page 130: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 78

Item Description Qty Unit Rate Amount

SANITARY FITTINGS

Supply and install the following sanitaryware (American Standard or other equal and approved) including assembling and making all joints and watertight connections to existing and new supply and waste pipes and making good in all trades

46 American Standard Elite elongated "chair height" water closet, complete including all fixtures and fitting

1 Nr.

47 White vitreous china pedestal lavatory basin complete with all fixtures and fitting including elbow operated faucet

1 Nr.

Supply and install the following sanitary accessories including making good in all trades disturbed

48 Surface mounted chromium plated toilet roll holder 1 Nr.

49 Hand Towel Dispenser 1 Nr.

50 Soap Dispenser 1 Nr.

51

Supply and install polish plate glass mirror Size 450mm x 450mm x 6mm thick screwed to 75mm wide pine wood frame, furniture finish as instructed by Building Officer.

1.00

Nr.

SANITARY FITTINGS

Carried to GUARD HOUSE SUMMARY on Page 81

Page 131: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

79

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

ELECTRICAL INSTALLATION

Note: The Contractor must visit the site in order to assess for himself

the existing conditions and extent of the work to be executed in order

to supplement, if necessary, the descriptions contained in this bill, as

prices inserted will be taken to include all items necessary to carry

out and complete all the works to the of the Building Administrator

satisfaction and in according to the JS21 and all amendment made

by the Government Electrical Inspectorate (GEI) all connection

should to be Electrically and Mechanically Sound.

ALL ELECTRICAL ACTIVITES SHOULD INCLUDE ALL

NECESSARY CHASING OF WALLS, INSTALLATION OF

CONDUITS,WIRING, OCTAGONAL BOXES, JUNCTION BOXES,

P.V.C WIRE, CONNECTORS ETC. AND MAKING GOOD ALL WORK

DISTURBED. (Works to be

carried out by License Electrician )

52

20 Amp SP (1) way switch in ganged boxes complete with cover plate

2

Nr.

53

110V 3 pin duplex convenience outlet

4

Nr.

54 110V single tube frosted LED light (2'-0", eqivalent to 60WATT) 2 Nr.

55

Supply and install 4-blade wall mounted Industrial fan (Changing Area)

1

Nr.

56 Include Provisional Sum of $200,000.00 for all other Electrical Installations as directed by project Manager

Sum $200,000.00

ELECTRICAL INSTALLATION

Carried to GUARD HOUSE SUMMARY on Page 81

Page 132: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 80

Item Description Qty Unit Rate Amount

DRAINAGE

56 Excavate trench for 100mm diameter pvc pipe average 600mm deep to invert, (include for 100mm Diameter PVC DWV pipe laid and jointed in trench)

10 m

57

Approved granular surround to 100mm diameter pipe

10

m

58 Trapped gully basin size 1200mm x 750mm (externally) x 450mm deep to invert with 100mm diameter PVC 'P' trap having 125mm diameter cast iron grating, 150mm thick concrete block walls all around and in division wall, concrete (21Mpa) in 150mm thick bottom and 150mm x 150mm belt beam, all internal and exposed surfaces rendered with cement and sand (1:3) finished with a steel float, 50mm diameter interconnecting PVC pipe with fittings and building into division wall, light duty cast iron frames and covers and including all necessary excavation, disposal and formwork

1 Nr.

59

Manhole size 900mm x 900mm (externally) x 600mm deep to invert of 600mm thick reinforced concrete (21Mpa) base slab reinforced with 12mm diameter mild steel rods at 150mm centres both ways, 150mm x 200mm deep reinforced concrete (21Mpa) belt beam reinforced as specified, 150mm thick reinforced concrete block wall reinforced with 12mm diameter mild steel rods set vertically at 400mm centres, all internal and exposed surfaces rendered with cement mortar (1:3) steel float finished, concrete (17Mpa) benching to bottom to accommodate existing main drain pipe at inlet and outlet and new branch pipe 450mm x 450mm light duty cast iron manhole frame and cover and all necessary excavation, disposal, formwork and 50mm thick concrete (14Mpa) blinding

1

Nr.

60

Supply and install 300 gallon Prime Grade Linear Polyetyylene Rhino Septic Tank or equally approved by Building Officer. Complete including connection to waste water pipes as per drawing detail

1

Nr.

61

Construct Reed Bed, complete including connection to and connection to septic tank and soakaway as per drawing detail as per drawing detail

16.5

m2

62

Include Provisional sum of $250,000.00 for drainage works

Sum

$250,000.00

DRAINAGE

Carried to GUARD HOUSE SUMMARY on Page 81

Page 133: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

81

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

GUARD HOUSE SUMMARY

A

SUBSTRUCTURE

B WALLING & FRAMING

C ROOF

D JOINERY AND HARDWARE

E FINISHES

F SANITARY FITTINGS

G ELECTRICAL INSTALLATION

H DRAINAGE

GUARD HOUSE

Carried to GRAND SUMMARY on Page 90

Page 134: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 82

Item Description Qty Unit Rate Amount

EXTERNAL WORKS

PAVING OF YARDWAY

SITE CLEARANCE

Bushing & Trimming of Banks and Overhanging Trees

1 Cut away and remove from site all undergrowth, roots silt and debris from m² 1,589.0 roadway to be rehabilitated.

Cut Overhanging Trees

2 Cut back overhanging on both side to create a minimum overhead

clearance of 3.3 meter above finish road surface. item 1.0

3 To conduct general spraying of wasp, bugs, ants and other crawling insects where identified. (Approximate Area 115 m2)

item

1.0

SITE CLEARANCE

Carried to Paving of Yard way Collection on Page 85

Page 135: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

83

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

4

DRAINAGE

m

75.00

Clean Existing Paved Drain, and cart-away debris

DRAINAGE

Carried to Paving of Yard way Collection on Page 85

Page 136: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 84

Item Description Qty Unit Rate Amount

EARTHWORKS

Preparation of Formation

5 Including full compensation for scarifying, shaping, rolling, mixing of imported material required and for compaction as specified. m2 2,712.0

Borrow to Fill

6 Including full compensation for procuring, furnishing, placing

and compaction of all materials including transportation and for

completing, dust control, testing and maintaining the work as specified. m3 271.0

7 Fine Grade m2 2,712.0

EARTHWORKS

Carried to Paving of Yard way Collection on Page 85

Page 137: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

85

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

PAVEMENT

Base Material

8 100mm th. well crushed and graded limestone (Crush & Run) and well compacted as base material to roadway. m3 271.0

Prime Coat ( Base Protection )

9 Clean and water surface and apply MCO prime coat to surface of marl bed as specified including maintaining the primed surface as necessary. m2 2,712.0

Asphaltic Concrete Overlay (25mm) Thick m2

10 Provide materials, transport, labour and tools, spread with mechanical paver asphaltic concrete as directed. 2,712.00

Carried to Collection below

COLLECTION

SITE CLEARANCE from Page 82

DRAINAGE from

Page 83

EARTHWORKS from Page 84

PAVEMENT from Page 85 (above)

PAVING OF YARDWAY

Carried to EXTERNAL WORKS SUMMARY on Page 89

Page 138: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 86

Item Description Qty Unit Rate Amount

CHAIN LINK FENCE

1 Demolish existing 2.4m meter high chain link fence including 1# double leave gate and 1# single gate and place in storage onsite.

262 m

Fence Ironmongery

All materials used MUST be pvc coated and of the approved standard Terminal posts must be plant 610mm deep in concrete fence post must be planted 450mm deep in concrete 1:3:6 concrete mix.

2 Supply and install 2400mm (8'-0") high 9 gauge chain link fence (pvc coated),complete comprising 56mm x 56mm wired weaved chain links in diagonal pattern secured to 50mm diameter galvanized vertical fence post as intermediate post not exceeding 3000mm centres and top rail, complete including all caps ,bands, bolts and paddocks and fittings. Price include all necessary casting post, chain-link and excavating in earth or rock, casting pipes fence into and including (17.50 mpa) mass concrete base 450mm deep x 150mm wide walling with pointing to secure chain link fence are ground level.

262 m

3 To supply and install 46cm diameter razor ribbon cradled in 6 strand barb wire on y-arm, all atop of chain link fence.

262 m

4 Supply and install 10m wide x 2.4m high double-leaf security chain link gate, complete including 0.9m wide pedestrian gate inserted in gate. Gate should be fitted with tensioning bars for chain link fencing material both top and bottom

1 No.

5 Supply and install 4.2m wide x 2.4m high double-leaf security chain link gate, complete including 0.9m wide pedestrian gate inserted in gate. Gate should be fitted with tensioning bars for chain link fencing material both top and bottom

1 No.

CHAIN LINK FENCE

Carried to EXTERNAL WORKS SUMMARY on Page 89

Page 139: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

87

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

1

TILE FIELD

PS

1.0

$2,000,000.00 Allow a Provisional Sum of Two Million Dollars [$2,000,000.00], for the Rehabilitation of the existing "Tile Field" to be used as directed by building officer.

TILE FIELD

Carried to EXTERNAL WORKS SUMMARY on Page 89

Page 140: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 88

Item Description Qty Unit Rate Amount

WATER TANK

Painting

1 To provide labour and equipment to Spot Blast sections of corroded water tank, complete including supply and apply of one (1) coat macropoxy to affected areas (Provisional)

40.0

m2

2 Supply and apply two (2) coats Berger oil paint or equally approved by Project Officer to water tank, complete including access ladder and guard rail (diameter 3.6m, tank height = 6m)

1.00

Nr

WATER TANK

Carried to EXTERNAL WORKS SUMMARY on Page 89

Page 141: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

89

Section IV Bidding Forms

Item Description Qty Unit Rate Amount

EXTERNAL WORKS SUMMARY

A PAVING OF YARDWAY

B CHAIN LINK FENCE

C TILE FIELD

D WATER TANK

EXTERNAL WORKS

Carried to GRAND SUMMARY on page 90

Page 142: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 90

Item Description Qty Unit Rate Amount

GRAND SUMMARY

Contract Name: The Renovation and Expansion of

Packaging Facility at the Spring Garden Agro Park, Portland

Contract No.: Ref No: MICAF/ACPBP/SEPT201910

A PRELIMINARIES

B WAREHOUSE

C OFFICE SPACE

D MALE CHANGING ROOM

E CARETAKER QUARTERS/ FEMALE CHANGE ROOM

F CONTAINER STORAGE

G CONTAINER CHANGING ROOMS

H SCALE HOUSE

J PUMP HOUSE / STORAGE

K STAFF HOSPITALITY & FARMERS MEETING AREA

L GUARD HOUSE

M EXTERNAL WORKS

SUBTOTAL

CONTINGENCIES

$8,000,000.00

N Include the Provisional Sum of $8,000,000.00 for Contingencies to be used as directed by the Project Supervisor or to be deducted in whole or in part if not required.

GRAND TOTAL

Page 143: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

91

Section IV Bidding Forms

Page 144: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 92

Technical Proposal

- Site Organization - Method Statement

- Mobilization Schedule - Construction Schedule - Equipment

- Personnel

- Others

Page 145: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

93

Section IV Bidding Forms

Site Organization

Page 146: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 94

Method Statement

Page 147: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

95

Section IV Bidding Forms

Mobilization Schedule

Page 148: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 96

Construction Schedule

Page 149: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

97

Section IV Bidding Forms

Equipment

Form EQU The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section III, Evaluation and Qualification Criteria. A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder. Item of equipment

Equipment information

Name of manufacturer

Model and power rating

Capacity

Year of manufacture

Current status

Current location

Details of current commitments

Source Indicate source of the equipment Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Bidder. Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Page 150: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 98

Personnel

Form PER -1

Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified requirements stated in Section III. The data on their experience should be supplied using the Form below for each candidate.

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section III.

Page 151: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

99

Section IV Bidding Forms

Form PER-2

Resume of Proposed Personnel

Name of Bidder

Position

Personnel information

Name

Date of birth

Professional qualifications

Present employment

Name of Employer

Address of Employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present Procuring Entity

Summarize professional experience over the last [Procuring Entity to insert number of years up to a maximum of 20] years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management experience

Page 152: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 100

Bidders Qualification without Prequalification

To establish its qualifications to perform the contract in accordance with Section III, Evaluation and Qualification Criteria, the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder.

Page 153: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

101

Section IV Bidding Forms

Page 154: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 102

Form ELI -1.1

Bidder Information Form

Date: _________________ Ref No. and title: _________________

Page __________of _______________pages

Bidder's name

In case of Joint Venture (JV), name of each member:

Bidder's actual or intended country of registration:

[indicate country of Constitution]

Bidder's actual or intended year of incorporation:

Bidder's legal address [in country of registration]:

Bidder's authorized representative information

Name: _____________________________________

Address: ___________________________________

Telephone/Fax numbers: _______________________

E-mail address: ______________________________

1. Attached are copies of original documents of

Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of registration of the legal entity named above, in accordance with ITB Sub-Clause 4.4

In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB Sub-Clause 4.1

2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Page 155: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

103

Section IV Bidding Forms

Form ELI -1.2

Bidder's JV Information Form (to be completed for each member of Bidder’s JV)

Date: _______________ Ref No. and title: __________________

Page _______________ of ____________ pages

Bidder’s JV name:

JV member’s name:

JV member’s country of registration:

JV member’s year of constitution:

JV member’s legal address in country of constitution:

JV member’s authorized representative information

Name: ____________________________________

Address: __________________________________

Telephone/Fax numbers: _____________________

E-mail address: _____________________________

1. Attached are copies of original documents of

Articles of Incorporation (or equivalent documents of constitution or association), and/or registration documents of the legal entity named above, in accordance with ITB Sub-Clause 4.4.

2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Page 156: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 104

Form CON – 2

Historical Contract Non-Performance, Pending Litigation and Litigation History

Bidder’s Name: ________________ Date: ______________________

JV Member’s Name_________________________ Ref No. and title: ___________________________

Page _______________of ______________pages

Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria

Contract non-performance did not occur since 1st January [insert year] specified in Section III, Evaluation and Qualification Criteria.

Contract(s) not performed since 1st January [insert year] specified in Section III, Evaluation and Qualification Criteria

Year Non- performed portion of contract

Contract Identification

Total Contract Amount

(current value, currency,

exchange rate and JA$

equivalent)

[insert year]

[insert amount and percentage]

Contract Identification: [indicate complete contract name/ number, and any other identification]

Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]

Reason(s) for non-performance: [indicate main reason(s)]

[insert amount]

Pending Litigation, in accordance with Section III, Evaluation and Qualification Criteria

No pending litigation in accordance with Section III, Evaluation and Qualification Criteria

Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3

Year of dispute

Amount in dispute

(currency)

Contract Identification Total Contract Amount

(currency), USD

Equivalent (exchange

rate)

Contract Identification: _______ Name of Employer: ____________ Address of Employer: __________

Page 157: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

105

Section IV Bidding Forms

Matter in dispute: _____________ Party who initiated the dispute: __ Status of dispute: ___________

Contract Identification:

Name of Employer:

Address of Employer:

Matter in dispute:

Party who initiated the dispute:

Status of dispute:

Litigation History in accordance with Section III, Evaluation and Qualification Criteria

No Litigation History in accordance with Section III, Evaluation and Qualification

Litigation History in accordance with Section III, Evaluation and Qualification.

Year of award

Outcome as percentage of

Net Worth

Contract Identification Total Contract Amount

(currency), USD

Equivalent (exchange

rate) [insert year]

[insert percentage]

Contract Identification: [indicate complete contract name, number, and any other identification] Name of Employer: [insert full name] Address of Employer: [insert street/city/country] Matter in dispute: [indicate main issues in dispute] Party who initiated the dispute: [indicate “Employer” or “Contractor”] Reason(s) for Litigation and award decision [indicate main reason(s)]

[insert amount]

Page 158: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 106

Form FIN – 3.1:

Financial Situation and Performance

Bidder’s Name: ________________ Date: ______________________

JV Member’s Name_________________________ Ref No. and title: ___________________________

Page _______________of ______________pages

1. Financial data

Type of Financial information in

(currency)

Historic information for previous _________years, ______________

(amount in currency, currency, exchange rate*, JAD equivalent)

Year 1 Year 2 Year 3 Year4 Year 5

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Total Equity/Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Working Capital (WC)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Cash Flow Information

Cash Flow from Operating Activities

*Refer to ITB Clause 16 for the exchange rate

Page 159: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

107

Section IV Bidding Forms

2. Sources of Finance

Specify sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.

No.

Source of finance Amount (JA$ equivalent)

1

2

3

3. Financial documents

The Bidder and its parties shall provide copies of financial statements for ___________years pursuant Section III, Evaluation and Qualifications Criteria. The financial statements shall:

(a) reflect the financial situation of the Bidder or in case of JV member, and not an affiliated entity (such as parent company or group member).

(b) be independently audited or certified in accordance with local legislation.

(c) be complete, including all notes to the financial statements.

(d) correspond to accounting periods already completed and audited.

Attached are copies of financial statements9 for the ____________years required above; and complying with the requirements

9 If the most recent set of financial statements is for a period earlier than 12 months from the date of Bid, the reason for

this should be justified.

Page 160: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 108

Form FIN – 3.2:

Average Annual Construction Turnover

Bidder’s Name: ________________ Date: ______________________

JV Member’s Name_________________________ Ref No. and title: ___________________________

Page _______________of ______________pages

Annual turnover data (construction only)

Year Amount

Currency

Exchange rate USD equivalent

[indicate year]

[insert amount and indicate currency]

Average Annual Construction Turnover *

* See Section III, Evaluation and Qualification Criteria.

Page 161: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

109

Section IV Bidding Forms

Form FIN – 3.3:

Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as specified in Section III, Evaluation and Qualification Criteria

Financial Resources

No. Source of financing Amount (JA$ equivalent)

1

2

3

Page 162: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 110

Form FIN – 3.4:

Current Contract Commitments / Works in Progress

Bidders and each member to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

Current Contract Commitments

No.

Name of Contract Employer’s

Contact Address, Tel, Fax

Value of Outstanding

Work [Current JA$ Equivalent]

Estimated Completio

n Date

Average Monthly Invoicing Over Last Six Months [JA$/month)]

1

2

3

4

5

Page 163: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

111

Section IV Bidding Forms

Form EXP - 4.1

General Construction Experience

Bidder’s Name: ________________ Date: ______________________

JV Member’s Name_________________________ Ref No. and title: ___________________________

Page _______________of ______________pages

Starting

Year

Ending

Year

Contract Identification Role of

Bidder

Contract name: ____________________

Brief Description of the works performed by the

Bidder: _____________________________

Amount of contract: ___________________

Name of Employer: ____________________

Address: _____________________________

Contract name: _________________________

Brief Description of the works performed by the

Bidder: _____________________________

Amount of contract: ___________________

Name of Employer: ___________________

Address: _________________________

Contract name: ________________________

Brief Description of the works performed by the

Bidder: __________________________

Amount of contract: ___________________

Name of Employer: ___________________

Address: _________________________

Page 164: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 112

Form EXP - 4.2(a)

Specific Construction and Contract Management Experience

Bidder’s Name: ________________ Date: ______________________

JV Member’s Name_________________________ Ref No. and title: ___________________________

Page _______________of ______________pages

Similar Contract No.

Information

Contract Identification

Award date

Completion date

Role in Contract

Prime

Contractor

Member in JV

Management Contractor

Sub-Contracto

r

Total Contract Amount JA$

If member in a JV or sub-Contractor, specify participation in total Contract amount

Employer's Name:

Address:

Telephone/fax number

E-mail:

Page 165: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

113

Section IV Bidding Forms

Form EXP - 4.2(a) (cont.)

Specific Construction and Contract Management Experience (cont.)

Similar Contract No.

Information

Description of the similarity in accordance with Sub-Factor 4.2(a) of Section III:

1. Amount

2. Physical size of required works items

3. Complexity

4. Methods/Technology

5. Construction rate for key activities

6. Other Characteristics

Page 166: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 114

Form EXP - 4.2(b)

Construction Experience in Key Activities

Bidder's Name: ________________ Date: ___________________

Bidder's JV Member Name: __________________ Sub-Contractor's Name10 (as per ITB Clause 35): ________________

Ref No. and title: _____________________

Page __________________of ________________pages

All Sub-Contractors for key activities must complete the information in this form as per ITB Clause 35 and Section III, Evaluation and Qualification Criteria.

1. Key Activity No One: ________________________

Information

Contract Identification

Award date

Completion date

Role in Contract

Prime Contracto

r

Member in JV

Management Contractor

Sub-Contractor

Total Contract Amount JA$

Quantity (Volume, number or rate of production, as applicable) performed under the contract per year or part of the year

Total quantity in the contract

(i)

Percentage

participation

(ii)

Actual Quantity

Performed

(i) x (ii)

Year 1

Year 2

Year 3

Year 4

Employer’s Name:

Address:

Telephone/fax number

E-mail:

10 If applicable

Page 167: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

115

Section IV Bidding Forms

2. Activity No. Two 3. …………………

Information

Description of the key activities in accordance with Sub-Factor 4.2(b) of Section III:

Page 168: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 116

Form of Bid Security

(Bank Guarantee) [The Bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]

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

Beneficiary: ___________________ [Name and Address of Procuring Entity]

[Indicate here if this guarantee is for an alternative bid and, if so, identify the details of the alternative bid, if applicable.]

Date: __________________________

BID GUARANTEE No.: __________________________

We have been informed that [name of the Bidder or Joint Venture, showing also the names of all the members thereof] (hereinafter called "the Bidder") has submitted to you its bid dated (hereinafter called "the bid") for the execution of [name of contract] under National Competitive Bid No. [Ref number] (“the NCB”).

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

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

(a) has materially modified or withdrawn its bid during the period of bid validity specified by the Bidder in the Letter of Bid; or

(b) does not accept a correction of errors; or

(c) having been notified of the acceptance of its bid by the Procuring Entity during the period of bid validity, (i) fails or refuses to execute the contract Agreement or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the contract signed by the Bidder and the Performance Security issued to you upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder that the contract with the successful Bidder has been executed; or (ii) twenty-eight days after the expiration of the Bidder’s bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

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

_____________________________[signature(s)]

Page 169: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

117

Section IV Bidding Forms

Page 170: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section IV Bidding Forms 118

Bid Security (Bid Bond) [The Surety shall fill in this Bid Bond Form in accordance with the instructions indicated.] BOND NO. ______________________

BY THIS BOND [name of Bidder] as Principal (hereinafter called “the Principal”), and [name, legal title, and address of surety], authorized to transact business in Jamaica as Surety (hereinafter called “the Surety”), are held and firmly bound unto Ministry of Industry, Commerce, Agriculture & Fisheries as Obligee (hereinafter called “the Procuring Entity”) in the sum of [amount of Bond]11 [amount in words], for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents.

WHEREAS the Principal has submitted a written bid to the Procuring Entity dated the ___ day of ______, 20__, for the construction of [name of contract] (hereinafter called the “bid”).

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:

(a) materially modified or withdraws its bid during the period of bid validity specified in the Letter of Bid; or

(b) does not accept a correction of errors; or

(c) having been notified of the acceptance of its bid by the Procuring Entity during the period of bid validity or any extension provided by the Principal; (i) fails or refuses to execute the contract Form; or (ii) fails or refuses to furnish the Performance Security, if required, in accordance with the Instructions to Bidders of the Procuring Entity’s bidding document.

then the Surety undertakes to immediately pay to the Procuring Entity up to the above amount upon receipt of the Procuring Entity’s first written demand, without the Procuring Entity having to substantiate its demand, provided that in its demand the Procuring Entity shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred.

The Surety hereby agrees that its obligation will remain in full force and effect up to and including the date 28 days after the date of expiration of the bid validity as stated in the Invitation to Bid or extended by the Principal at any time prior to this date, notice of which extension(s) to the Surety being hereby waived.

IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be executed in their respective names this ____ day of ____________ 20__.

Principal: _______________________ Surety: _____________________________ Corporate Seal (where appropriate)

_______________________________ ____________________________________ (Signature) (Signature) (Printed name and title) (Printed name and title)

11 The amount of the Bond shall be denominated in the currency of Jamaica or the equivalent amount in a

freely convertible currency.

Page 171: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

119

Section IV Bidding Forms

Bid-Securing Declaration

[The Bidder shall fill in this Form in accordance with the instructions indicated.]

Date: [date (as day, month and year)]

Ref No.: [number of bidding process]

Alternative No.: [identification No if this is a bid for an alternative]

To: Ministry of Industry, Commerce, Agriculture & Fisheries

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with the Procuring Entity for the period of time of [number of months or years] starting on [date], if we are in breach of our obligation(s) under the bid conditions, because we:

(a) have withdrawn or materially modified our bid during the period of bid validity specified in the Letter of Bid; or

(b) have not accepted a correction of errors; or

(c) having been notified of the acceptance of our bid by the Procuring Entity during the period of bid validity, fail or refuse to execute the contract; or (ii) fail or refuse to furnish the Performance Security, if required, in accordance with the ITB.

We understand this Bid Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us advising the execution of the contract with of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our bid.

Signed: [signature of person whose name and capacity are shown] In the capacity of [legal capacity of person signing the Bid Securing Declaration]

Name: [complete name of person signing the Bid Securing Declaration]

Duly authorized to sign the bid for and on behalf of: [complete name of Bidder]

Dated [date of signing]

Corporate Seal (where appropriate)

[Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid.]

Page 172: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 120

PART 2 –WORKS REQUIREMENTS

Page 173: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 121

Section V. Works Requirements

Contents

Scope of Works ...................................................................................................................122

Specification .......................................................................................................................123

Drawings ...............................................................................................................................218

Supplementary Information ............................................................................................219

Page 174: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 122

Scope of Works [This section should include an outline of the works required and the objective to be achieved.]

Page 175: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 123

Specification

In drafting of the Specification, care must be taken to ensure that the requirements are not restrictive. Recognized international standards should be used as much as possible for the description of goods, materials and workmanship. Where other particular standards are specified, whether national standards or other standards, it should be stated that goods, materials and workmanship meeting other authoritative standards and which promise to ensure equal or higher quality than the standards specified, will also be acceptable. Where a brand name of a product is specified it should always be qualified with the terms “or equivalent”.

Any sustainable procurement technical requirements for the works shall be clearly specified. The requirements to be specified shall be specific enough to not demand evaluation based on rated criteria/merit point system. The sustainable procurement requirements shall be specified to enable evaluation of such a requirement on a pass/fail basis. To encourage Bidders’ innovation in addressing sustainable procurement requirements, as long as the bid evaluation criteria specify the mechanism for monetary adjustments for the purpose of bid comparisons, Bidders may be invited to offer works that exceeds the specified minimum sustainable procurement requirements.

Page 176: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 124

CONCRETE WORKS AND EARTHWORKS

I N D E X

1.0 EARTHWORKS

2.0 CONCRETING

3.0 WALLING AND MASONRY

4.0 ROOFING

5.0 CARPENTRY AND JOINERY

6.0 HARDWARE AND METALWORK

7.0 RENDERING, PAVING AND TILING

8.0 PLUMBING

9.0 GLAZING

10.0 PAINTING

11.0 ELECTRICAL INSTALLATIONS

12.0 MECHANICAL INSTALLATIONS

13.0 DRAINAGE

14.0 EXTERNAL WORKS

Page 177: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 125

1.0 EARTHWORKS

1.1 INSPECTION

The Contractor shall give reasonable notice to the Engineer whenever it is intended to cover any work or materials and in default of such notice shall, if required by the Architect, uncover such work or materials at his own expense.

1.2 EXCAVATION

The quantities of excavation, filling and ramming, wheeling, spreading and leveling surplus excavated material are calculated from the net measurements before excavating and the Contractor shall make allowances, in his rates for increases in bulk.

The rates for excavation shall include for excavating in whatever nature of ground may be found to exist, removing stones boulders, tree roots up 150mm (6”) diameter and any other obstructions encountered.

The rates for filling and ramming, for wheeling, spreading and leveling or grading and for disposal of surplus excavated materials shall include for any double handling required (See 1.06).

Whenever excavations are carried to greater depths than are shown on the drawings (including uneven bottoms or soft spots) they shall be filled to the proper level with broken stone or gravel for non-bearing lightweight structures or with concrete under load bearing footing carrying concentrated loads.

The rates for excavation shall include for ramming all bottoms before any concrete is placed. The bottom and sides of excavations for foundations including tie beams shall be carefully cut so that when foundation reinforcement is placed the correct concrete cover is allowed to the bars.

The sides of the excavation if necessary shall be timbered and shored in such a way as to be sufficient to secure them from falling in, and the timbers shall be maintained

Page 178: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 126

as long as necessary. Prices shall include for any necessary timbering and shoring of excavations.

1.3 REMOVAL OF ROCKS

Rock met with in the course of excavation must normally be moved be means of wedges and levers. If blasting is considered necessary by the Contractor, it must be done at his own responsibility, after taking all necessary precautions for the safety of persons and property.

1.4 EXCAVATIONS TO BE KEPT FREE FROM WATER

The whole of the excavations shall allow in his prices for providing all pumping, baling, temporary drains and cuts required for this purpose.

1.5 BACKFILLING AND FILLING TO LEVELS

In filling around foundations and to make up levels, approved material arising from the excavations may be used, (providing it is free from vegetable matter) and to the approval of the Engineer.

No backfilling shall be done until all formwork, bracing, etc., has been removed and the work inspected and approved by the Engineer. Material softer than the adjoining soil shall not be used for backfill. All backfill shall be applied in layers not exceeding six inches and properly tamped and compacted including watering.

1.6 SURPLUS EXCAVATED MATERIAL

All surplus excavated material is to be deposited, spread and levelled where directed or removed from the Site.

Page 179: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 127

The rates for removing surplus excavated material from the Site shall include for carting and depositing for a tip to be found by the Contractor, and for any fees and charges in connection therewith. (See also 1.02).

1.7 FILL

Rock chips removed during the excavation may be re-used as fill provided they form clean, sound and hard material of varying sizes capable of being compacted by rolling .

All fill brought to the Site must be clean, sharp, river sand or broken stone of varying dimensions.

All fill shall be placed in layers on greater than inches in depth.

1.8 APPROVAL OF EXCAVATIONS

The Contractor shall inform the Engineer when excavations are ready to receive concrete. No concrete shall be placed in foundations until the excavation has been inspected and approved by the Engineer.

1.9 HARDCORE

The hardcore is to be composed of approved hard bricks, old cement concrete hard tile stone, stone ballast or other hard substances of approved quality all to be broken to suitable sizes and well rammed and consolidated and where laid to receive concrete to be blinded with approved hard, clean, fine material, free from earth or vegetable matter.

Page 180: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 128

1.10 PRE-CONSTRUCTION SUBTERRANEAN TERMITE TREATMENT

The material to be applied is to contain 42.8% Chlorpyrifos and water at 1% finished emulsion i.e. 2 gallons concentrate to 98 gallons of water. Application to produce a vertical barrier should be at a rate 4 gallons per ten (10) linear feet (ft) per foot (ft) of depth (10) square feet (ft).

For hollow block foundations apply at a rate of two gallon of emulsion per ten (10) linear feet (ft).

The solution must be applied strictly on accordance with manufacturer’s instructions.

The solution must be evenly applied and all surfaces completely covered.

Application shall not be made when the surfaces, compacted hardcore, marl, gravel, etc. or earth is excessively wet nor shall it be applied immediately after heavy rain.

The Contractor will be required to provide a guarantee for a period of three (3) years with prompt retreatment within ten (10) days should there be signs of infestation after the building is constructed.

2.0 CONCRETING

2.1 CEMENT

The cement shall be “Carib’ or other approved, complying in every respect with B.S. 12. It shall be delivered in the sound original packages of the manufactures plainly branded and must be stored in water-tight sheds on a floor rise at least 150mm (6”) from the ground. Sufficient quantities must be stored to ensure continuous supplies and any cement damaged by water or found to be otherwise defective, must be removed from the site immediately. The cement shall be used as far as possible in the order in which it has been delivered. Any cement which arrives on the site hot from manufacturers shall not be used until one week has passed. Any packages in which there are hardened lumps or cakes of cement shall be rejected.

Page 181: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 129

2.2 SAND

The sand shall be clean, hard, sharp course grit pit sand of good strata and from approved suppliers, or sand derived from crushing suitable gravel or stone, and shall be free from coagulated lumps, soft or flaky particles, shale, crusher dust, silt alkali, loam organic matter or other deleterious substances. The grains shall be well graded in size and must pass through a screen with a mesh of 4.5mm2 (3/16 of an inch square) and not more than 10% shall pass through a No. 100 B.S. sieve. It shall be well graded between these limits and shall be well washed if required by the Engineer.

2.3 AGGREGATE

The graded course aggregate shall be screen pit ballast or crushed hard stone, clean durable, free from soft, porous, elongated or laminated pieces, crusher dust, alkali loam, organic matter or other deleterious substances. Aggregate for normal foundations paths, and steps shall be graded so as wholly to pass a 38mm (1½” gauge) mesh and be retained on a 10mm ( 3/8” gauge) mesh. Aggregate for reinforced concrete foundations, floors beams, columns, belts lintels, etc., shall be graded so as wholly to pass a 19mm (¾”) mesh, and be retain on 4.5mm (3/16” gauge) mesh.

If aggregate conforming too the foregoing specified grading is not reasonably obtainable the Contractor shall supply two or more classes of otherwise satisfactory aggregates but of different maximum size and these separate materials shall be mixed in proportions to be directed by the Engineer without any extra charge to the Contract.

2.4 WATER

Water shall be clean and free from oil, acid, alkali, earth, vegetable or organic matter or other deleterious substances in suspension or in solution in such amount as to impair. the strength or durability of the concrete mortar. Water shall be obtained from the public supply and no water taken from the spring, river, lake or similar sources or from excavations shall be used for any purpose on the Works unless approved by the Engineer.

Page 182: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 130

If instructed samples of water collected in an approved manner shall be submitted for the purpose of analysis or for making concrete tests. Test to be in accordance with B.S.3148: 1980.

2.5 REINFORCEMENT

The reinforcement shall be rolled steel bars, drawn wire or welded fabric as specified and shall comply with British Standard Specifications B.S.4449, B.S.4482 (1969) and B.S.4483. It shall be free from loose scale, loose rust, oil, grease or other harmful matter.

2.6 CONCRETE

The concrete shall be mixed in the following proportions:-

QUALITY “A” 1:1 1½:3 Nominal Mix

Cement 42.50 kg.

Dry Sand 0.040 cubic metres

Course Aggregate (graded 10mmaximum)

0.080 cubic metres

QUALITY “B” 1:2:4 Nominal Mix

Cement 42.50kg.

Dry Sand 0.060 cubic metres

Course Aggregate (graded 19 maximum)

0.120 cubic metres

Page 183: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 131

QUALITY “C” 1:3:6

Nominal Mix

Cement 42.50kg.

Dry sand 0.080 cubic metres

Course Aggregate (graded 38 mm maximum)

0.160 cubic metres

QUALITY “D” 1:4:8

Nominal Mix 8

Cement 42.50kg.

Dry Sand 0.110 cubic metres

Course Aggregate (graded 38mm maximum)

0.220 cubic metres

In addition, concrete Qualities “A”, “B” and “C” are to have the minimum crushing strengths hereinafter described.

In the foregoing table the aggregates are assumed to be measured dry, and if wet or damp at the time of mixing due allowance must be made for “bulking”.

CONCRETE MINIUM RESISTANCE

2.7 QUALITY CRUSHING (CUBE STRENGHT)

IN N/mm2 28 DAYS AFTER MIXING

Page 184: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 132

PRELIMINARY TEST

WORKS TEST

PRELIMINARY TEST

WORKS TEST

A 30 26 22 19

B 24 16 16 14

C 19 14 14 12

2.8 MIXING

The 94 lbs. (42.638kg) bag of cement shall be the basis of the batching and each batch shall contain a whole number of bags. The aggregates shall be measured for each batch in approved gauging boxes, properly constructed in timber to the necessary sizes and fitted with lifting handles.

The measurements of volume of aggregate shall be made in the proper gauge boxes and the concrete shall be mixed in an approved mechanical batch mixer. Mixing shall continue until there is a uniform distribution of the materials and the mass is uniform in consistency.

All materials and workmanship shall comply with the British Standard Code of Practice for Reinforced Concrete (B.S.8110) except that Clause 305 is amended as per Clause 4.4.2.3 of the National Code of Jamaica.

2.9 HANDLING

Concrete shall be handled from the place of mixing to the place of final deposit as rapidly as practicable by methods which will prevent segregation or loss of ingredients. It should be deposited as nearly as practicable in its final position to avoid rehandling or flowing.

2.10 PLACING

The concrete shall be placed before setting has commenced and must not be subsequently disturbed. Concrete shall be thoroughly compacted and worked around

Page 185: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 133

the reinforcement, around embedded fixtures, and into corners of the formwork Metal tampers of suitable approved types shall be used for tamping.

2.11 WATER CONTENT

The interval between adding the water to the concrete materials and completion of the concrete placing operations shall not exceed 25 minutes. The water content shall be the least amount which gives reasonable workability having regard to the method of compaction but shall never exceed 22.50 litres per 42.50 kg. of cement.

2.12 SLUMP TEST

Allow for carrying out slump tests whenever required. The slump shall not exceed 75mm in the case of un reinforced concrete, and 75mm in the case of vibrated reinforced concrete.

The method of test for consistency (slump test) shall be as follows. The test specimen shall be formed in a mould in the form of a frustum of a cone with internal dimensions as follows:

Bottom diameter 200 mm

Top diameter 100 mm

Height 300 mm

The bottom and the top shall be open, parallel to each other and it right angles to the axis of the cone. The mould shall be provided with suitable foot pieces and handles. The internal surface shall be smooth. Care shall be taken to ensure that a representative sample is taken. The internal surface of the mould shall be thoroughly clean, dry and free from set cement before commencing the test. The mould shall be placed on a smooth, flat, non-absorbent surface, and the operator shall hold the mould firmly in place while it is being filled by standing on the foot pieces. The mould shall be filled to about one-fourth of its height with concrete which shall then be tamped, using 25 strokes of a 16mm diameter steel rod, 600mm long, bullet

Page 186: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 134

pointed at the lower end. The filling shall be completed in successive layers similar to the first and the top struck off so that the mould is exactly filled. The mould shall then be removed by raising vertically, then be allowed to subside and the height of the specimen measured after coming to rest. The consistency shall be recorded in terms of inches of subsidence of the specimen during the test which is known as the slump. The test shall be made immediately after mixing and at the point where the concrete is being delivered for placing in the work.

2.13 READY-MIXED CONCRETE

At the Contractor’s option, ready-mixed concrete may be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein, and the requirements of J.S.133. The use of non-agitating equipment for transporting ready-mixed concrete will not be permitted. Combination truck and trailer equipment for transporting ready-mixed concrete will not be permitted. The quality and quality of materials used in ready-mixed concrete and in batched aggregate shall be subject to inspection at the batching plant.

2.14 TEST CUBES

Allow for providing test cubes as required. The work shall be carried out in sections as directed and six test cubes shall be cast from each section. Cubes shall be made whenever a changes is made whether in the cement aggregate, or in the consistence of the concrete.

Cubes shall be 150 x 150 x 150mm in six and shall remain in the steel mould for 24 hours, or as directed by the Architect, before being removed. They shall be marked, dated and immediately stored in damp sand unit dispatched for testing.

Cubes shall be dispatched in stout wooden boxes of damp sand to the testing laboratory as directed by the Architect. A record of all test cubes and slump tests shall be kept on the site and on completion the set of records shall be submitted to the Architect. Should the tests prove unsatisfactory, the concrete work shall be stopped and only continue when directed by the Architect. The concreting involved will be liable to rejection and, if so directed, it shall be cut out, re-executed or rectified at the

Page 187: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 135

Contractor’s expense.

2.15 VIBRATION

Mechanical vibrators shall be used only at the discretion of the Architect.

2.16 CURING

Concrete after placing shall be protected during the first stage hardening from harmful effects of drying winds, the sun’s rays rain or surface water. The concrete shall be covered with a layer of sacking canvas, hessian or suitable abosorbent material and kept constantly wet for the first ten days setting.

2.17 POURING

With concrete columns, pouring shall be proceeded with continuously until a point is reached just below the soffits of beams or haunches, and the concrete then left to settle for period of not less than 2 hours before depositing fresh concrete in beams girders or slab, supported by the columns.

Columns capitals, haunches and brackets and the whole of the floor system in the vicinity of the head column shall be cast in one operation.

Where laid in areas over 30 square metres, concrete ground floor slabs shall be laid in alternate bays not exceeding 30 square metres per bay. Formwork to the edges of bays shall be the full depth of the slabs.

2.18 CONSTRUCTION JOINTS

Page 188: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 136

When it is necessary to stop concreting, the concrete shall be finished off with square edges, and it shall be allow to slope away. Before depositing new concrete against that which has been set, the surface of the latter shall be cleaned and loose or porous concrete removed and cut back until a solid face is exposed. The surface of the concrete shall then be hosed down, grouted with cement mortar (1:2) and the new concrete thoroughly rammed against the face.

2.19 FIXING REINFORCEMENT

The Contractor shall be responsible for the accurate fixing of the reinforcement shown or specified, but shall not place any concrete until the reinforcement has been inspected in position and approved by the Architect. The Contractor shall deliver bar-bending schedules for the Architect’s approved before fixing.

All mail scale, loose or scaly rust, shall be thoroughly cleansed off the steel reinforcement with a stiff brush before the reinforcement is placed in position.

All reinforcing rods shall be rent to shape on the site of the Works. Bends and turn in rods up to 25mm diameter shall be made cold. bars exceeding this diameter may be heated to a dull red heat but not cooled by quenching. Bending shall be done with an evenly applied force. without jerk, in a bending machine of approved pattern. Any rod which shows sign of cracking at a bend must be rejected.

Reinforcement shall be bent to shape and place in strict accordance with the Drawings. Where rods cross, or come into contact, they shall be wired together with No. 14 S.W.G. iron wire with three turns before twisting and ends cut off 25mm from the twist with cutting pliers. Rods connected longitudinally shall have the ends bent over, the rods shall overlaps and shall be securely wired.

Ends of plain rods in tension shall be bent over a radius of four diameter or as otherwise shown or specified.

Reinforcement shall be properly braced, supported and held firmly in position, so that the placing and ramming of the concrete will cause no distortion or disturbance

Page 189: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 137

of the reinforcement. Any temporary supports shall be removed during concreting.

The ties, links, or stirrups connecting the bars shall be taut so that the bars are properly braced. The inside of their cured parts shall be in actual contact with the bars around which they are intended to fit.

Care shall be taken that the cover of concrete provide is as specified on the drawing, or if not so specified is not less than 25mm in the case of beams and columns and not less that ½” in the case of slabs and not less than 50mm in the case of foundations.

The rates for steel reinforcement shall include for cleaning as necessary, cutting to lengths, bending and hooked ends, placing in position, for distance pieces where necessary to ensure rigidity of the bars, and for tying together with No. 14 S. W. G. annealed soft iron wire so as to prevent displacement during concreting.

The prices for fabric reinforcement are to include for all cutting and notching and for laps.

2.20 FORMWORK

The formwork shall be so constructed as to remain sufficiently tight to prevent loss or liquid. All formwork shall be properly cleaned before re-use.

All vertical strutting shall be carried down to bear on such construction as is sufficiently strong to afford the required support without delay.

All rubbish, particularly chippings, shavings and sawdust shall be removed from the interior of the forms before the concrete is placed and suitable washout holes shall be provide to facilitate this.

No formwork is to be removed if in the opinion of the Architect the concrete has not hardened sufficiently. Approved by the Architect shall not relieve the Contractor of his liability for any damage or making good due to premature removal or collapse of form.

Page 190: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 138

The Contractor is responsible for the designs, supply, stability, striking and removal of formwork.

2.21 FORMWORK REINFORCEMENT

Timber shall be well seasoned, free from loose knots and for shuttering of exposed concrete faces, wrought on all faces (See also 2.21). Faces in contact with concrete shall be free adhering grout, projecting nails splits or other defects that will mar the concrete surface. Shuttering for foundations and other concealed work may be of undressed.

All joint excepts as herinbelow specified, shall be sufficiently tight to prevent leakage of cement grout and to avoid the formation of fins or other blemishes and all faulty joints shall be caulked. If timber boarding is to be continuously wet throughout the period of use the joints shall not be tight when the shuttering is first constructed. Where the appearance of the concrete face is important the position and direction of the joints shall be as directed.

Opening for inspection and for the escape of wash water etc. shall be formed in such a way that they can be conveniently closed before commencing to place the concrete.

Prices for formwork are to include with mould oil or other approved coating to prevent adherence of the concrete. such coating shall be insoluble in water. non-staining, and not injurious to the concrete, and shall not become flaky nor be removable by rain or wash water. Liquids that retard the setting of cement shall not be applied to the shuttering without the prior approval of the Architect. Mould reinforcement.

Formwork is measured to the actual surface in contact with the concrete, and prices are to include for all splayed and shot edges, notchings, allowance for overlaps and passings at angles, battens, and for nails. The rates foe formwork shall also include for all props, stays, struts, bolts, wedges and everything necessary to keep all firm and rigid and for all straight, raking and circular cutting and waste, and for fixing, easing, removing and thoroughly cleaning before re-use. The number of times the formwork may be reused shall be taken into account in pricing.

Page 191: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 139

2.22 FAIR FACE

All exposed faces of insitu concrete shall be brought to a fair and even surface in the casings by working the concrete against the ceasing during pouring. Immediately after removal of the casings the concrete surfaces shall be trowelled over to remove any irregularities, air holes, etc., and shall be stooped with cement mortar (1:3) to the requirements of the Architect. The

face of the concrete shall be rubbed down with carborundum stone dipped in cement grout to a perfectly true, smooth and even surface, free from all board and marks, honeycombing, pitting, etc. Such works shall be commenced within one hour of removing the shutter and actively and rapidly performed until completed. the object being to complete the finish as soon as possible after the removal of the shuttering. The Contractor will be permitted to provided the smooth linings which will achieve the required finish without rubbing down. All rubbed work shall be lightly washed with plain cold water on the completion of the Contractor and not before at least four weeks after initial mixing.

The rates for fair face concrete shall include the use of wrot formwork and well working the concrete against the formwork whilst concreting and for rubbing down and stopping holes immediately the formwork has been removed so as to produce a smooth finish free from marks, voids and other imperfections.

2.23 SURFACES TO BE RENDERED

Concrete surfaces which are to be plastered, rendered or tiled shall be closely hacked to provide an adequate key or alternatively the surface of timber shuttering may be treated with “Redalon” or other approved retarder. The retarder shall be applied strictly.

2.24 PRE-CAST CONCRETE

Page 192: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 140

All units shall be poured in accurately made moulds using Concrete Quality “B” (fine aggregate). The concrete shall be vibrated fully into place in a manner which will yield a smooth, even surface.

Pre-cast concrete members will be inspected by the Architect while they are being cast. Lengths, width, thickness and squareness will be checked and a tolerance of plus or minus 3mm in dimensions only will allowed.

All surfaces must be free from voids, course aggregate, cracks, exposed reinforcement or other imperfections. No patching is to be done on any surface without permission from the Architect.

3.0 WALLING AND MASONARY

3.1 MATERIALS

For Cement, and sand water refer to 2.01, and 2.04.

3.2 HOLLOW CONCRETE BLOCKS

The hollow concrete blocks shall comply in all respects with J.S. and shall be Class A unless otherwise described.

3.3 MORTAR

The mortar used for block laying shall be cement and sand (1:4).

All mortar shall be properly mixed upon a clean platform and shall be used as mixed. No mortar which has been allowed to set shall be used in the work.

Page 193: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 141

3.4 LAYING

All blockwork shall be laid in strecher bond, bedded, jointed, flushed up in mortar and carried up regularly around the building. All blocks shall be thoroughly watered before laying.

All reinforcement cavities above ground and all cavities blow ground level shall be filled in solid with 1:3:6 concrete placed consolidated in sections not exceeding 1200mm in height.

All concrete block units shall be wet immediately before being laid and the effective shells and webs shall rest and align one over the other.

All work shall be frequently checked with levelling instruments, and all angles reveals, etc. strictly true, square and plumb.

Reinforcement steel shall be placed as shown on structural drawings. Where horizontal and vertical reinforcing bars cross they shall be wired as described in 2.19 here to before. The horizontal joints shall be filled with mortar to the full flushed extent of the bearing area of the units and the vertical joints shall be thoroughly flushed with mortar. Minimum splice of all reinforcing.

The rates for concrete blockwalling shall include for special size blocks and plumbing and bonding at all angles and intersections, cutting at all jambs and sills, cutting and fitting up top to concrete soffits, and for sealing tops and ends of wall to receive concrete or render.

Where block walls are described as being built fair and flush pointed, prices shall include for pointing as described on the Drawings or in the Bills of Quantities and in the case of window and door jambs, for standard or special sized blocks with fair ends.

Page 194: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 142

All courses shall be laid perfectly level with joints of equal thickness and all adjacent exposed faces laid flush with each other.

All courses shall be laid perfectly level with joints of equal thickness and all adjacent exposed faces laid flush with each other.

3.5 LINTOLS

All normal builder’s lintels shall be the same thickness as the wall and not less than 200mm deep with not less than 200mm bearings at each end and shall be reinforced with steel bars hooked at each and placed 25mm above their soffits as follow.

100mm Wide and under: 1No. 12mm diameter bar for clear spans up to 1200mm.

For lintels over 100mm wide and up to 200mm wide; 2 No. 12mm diameter bars for clear spans up to 1200mm; 2No. 16mm diameter bars or 3 No. 12mm diameter bars for clear spans up to 2100mm.

The Contractor shall refer to the drawings for reinforcement details of all other lintels.

3.6 ENDS

All free vertical ends of walls such as window and door jambs to opening shall be reinforcement with a rod of at least 10mm diameter placed not more than 100mm from the edge.

3.7 EXECUTION

Page 195: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 143

Erect all block walls and panels as shown on the Drawings and described herein, including all cutting of blocks to size for bonding, forming opening and plumbing all angels.

3.8 FAIR FACE

Fair faced block walls shall be built from approved quality selected block of uniform colour and textures to comply in all respects with J.S. 35 and shall be Class A unless otherwise described.

All courses shall be laid perfectly level with joints equal thickness and all adjacent exposed faces laid flush with each other. Properly calibrated courses rods or templates shall set up at the ends of every panel of walling to facilitate correct alignment of the block courses.

Unless otherwise described all pointing shall be carried out as the works proceeds shall be slightly recessed, and finished to give half round concave joints (bucket handle).

All excess mortar must be cleaned off before setting.

All external angles, reveals and jambs must be built perfectly square and vertical.

Specially manufactured blocks with fair ends shall be used in these locations. All sills must be built perfectly square and horizontal. Specially manufactured blocks with fan tops shall be used in these locations.

4.0 ROOFING

4.1 WORK BY OTHERS

Page 196: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 144

Head flashings at plumbing vent stacks through the roof will be furnished and installed by the plumber.

4.2 GENERAL

Thoroughly overhaul the roof on completion and leave it sound and watertight to be satisfaction of the Architect.

FELT ROOFING

4.3 BASE

No roofing felt is to be applied to dirty or defectives surfaces. prices shall include for any cleaning and making good necessary to the surface to be covered.

4.4 MATERIALS

(a) Bitumen - an approved coal or tar pitch

(b) Felt - waterproof, acid-proof, alkali-proof tarred wood or fiberglass complying in all respects with B.S.747 Class 1.

(c) Nails - Copper of galvanised mild steel wire nails to B.S.1202

Page 197: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 145

4.5 EXECUTION

The roofing shall be a 2 - or 3- layer built up saturated bituminous felt covering as stated in the Bills of Quantities laid on prepared surfaces.

The first or/and second layers of felt shall be in rolls 914mm wide weighing 0.62kg. per metre length and laid in the direction of the and bonded to the slab with hot bitumen at the rate of 1.50kg. per square metre. Roll to roll side end and end laps must be a minimum of 50mm and properly sealed.

The final layer of felt shall be standard grey or mineralised finish in rolls 914mm wide, weighing 1.86kg. per metre length and laid in hot bitumen at the rate of 1.50kg per square metres. The rolls must be laid in the direction of the fall with the joint staggered with those below.

Where the final layer of felt is standard grey finish, a top dressing of white limestone chippings to pass a 10mm mesh shall be rolled into a coat of bituminous compound to a thickness of 12mm.

All layers shall be dressed up at junctions with vertical surfaces and round ventilating and other pipes passing through the roof as shown on the Drawings in an approved manner. Finish at eaves shall consist of a welted bituminous felt drip or as detailed on the Drawing.

4.6 The rates for felt roofing shall include for all laps and for lying to requires falls cross-falls, currents or cambers .

ASPHALT

4.7 BASE

Page 198: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 146

No asphalt is to be applied to dirty or defectives surfaces. Prices for asphalting shall include for any cleaning and making good necessary to be surfaces covered.

4.8 MATERIAL

The asphalt for roofing shall be either limestone aggregate mastic asphalt to B.S.6925 (1985) or natural rock or asphalt mastic asphalt to B.S6577 (1985).

The isolating membrane, where required, shall be black sheathing felt on B.S.747 Class 4A.

The reflective shall be either white limestone chippings to pass a 10mm mesh or an approved aluminium reflective paint.

4.9 EXECUTION

The asphalt roofing shall be laid in accordance with the British Standard Code of Practice in the number of coats and to the minimum thickness as described in the Bill of Quantities or on the Drawings.

The isolating membrane shall be well lapped at all joints, and the joints in successive layers of asphalt shall be staggered with hose below. Where the surface of asphalt is to be covered with chippings these shall be lightly to the topcoat whilst still tackly. The chippings shall be finished at edges, along up stand , etc., in a neat straight line.

Asphalt roofing shall, unless permitted otherwise by the Architect, be executed by an approved Specialist, and in any case be guaranteed for a minimum period of five (5) years after the final completion of the contact

SINGLE ROOFING

Page 199: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 147

4.10 MATERIALS

Shingles - Canadian Red Cedar No. 1 perfections end grain sawn and cut from the block at right angles to annular rings with a nominal length of 16’ (406mm) and random widths.

Nails - Copper or galvanised mild and random widths.

Sheeting - Aluminium or galvanised steel not less than 26 gauge

4.11 EXECUTION

Shingles shall be laid to the gauge specified with 38mm medium side lap each shingle twice nailed to batters or sarking. Eaves and verges shall be formed with a double course breaking joint. Hips, valleys and ridges shall be formed with cut and mitred shingles covered with shingles and laid wit edges lapped alternately, unless otherwise noted. Abutments and top edges shall be provided with sheet flashings.

Page 200: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 148

5.0 CARPENTRY AND JOINERY

5.1 MATERIALS

All timber is to be the best quality obtainable and to the approved of the Architect. thoroughly seasoned, free from sapwood, large loose or dead knots, waney edges, shakes and all other defects,

Softwood shall, unless otherwise noted, be wolmanised pine of the best quality available and shall be selected as suitable for each particular purpose.

Hardwood shall be Honduras Mahogany unless otherwise stated.

Sawn timbers shall hold up to the full sizes specified or noted on the Drawings.

All Carpenter’s works is to be dressed where exposed and properly framed up and jointed.

All Joiner’s work is to be jointed, pinned and glued and is be to got out with all joints, and stored on Site for as long as possible before assembly and fixing.

5.2 WORKMANSHIP

All Joiner’s work is to be wrot finished with clean smooth surfaces, clean mirtes prepared in accordance with detailed Drawings and properly scribed and fixed to position in the building. The joinery is to be framed and put together as soon as possible after the commencement of the Contact, but not glued and wedged up until the joinery is prepared in readiness for immediate fixing. All framing is to be put together with well fittings mortice and tension joints wedged up solid. all mouldings are to properly mitred at angles. the glue is of the best and strongest quality and for external work shall be marine glue.

All screw and bolt heads or nuts are to countersunk, and exposed nail heads are to be

Page 201: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 149

driven home. All glued joints are to be cross or feather tongued.

The prices for all items of carpentry and jointery shall include for all notchings and halvings and for all necessary nails, screw, plugs, straps anchors other fastenings to adequately secure the work subject to the approval of the Architect. Fastenings in locations subject to wetting or high humidity shall be of an approved corrosion resisting material.

The rates for jointer’s work shall include for rounded arrises as required. The rates for softwood skirtings, stop, architraves, fillets and brearer not exceeding 150mm in sectional area shall include for mitres, fitted ends, housings, returned ends, notching and other sundry labours of a like nature.

Where wrot softwood is described as planted-in, nails are to be punched and the holes stopped.

5.3 SIZES

All timber sizes, except where otherwise described are before planning, 3mm will be allowed for each wrought surfaces from all specified thickness.

5.4 FRAMES

Window, transome and door frames are to made up in accordance with detail drawings.

They shall, unless otherwise shown, be fixed to jambs with hold fasts located within 150mm of head and foot and at .090mm maximum centres between.

Heads of frames exceeding 0.90mm in width shall in addition be screw fixed to plugs at 0.90mm maximum centres, and the rates for frames shall allow for this.

5.5 DOORS

Page 202: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 150

Flush doors unless otherwise detailed or described, shall comply with J.S.72 with four edges lipped and of internal or external quality according to location. They shall be finished on both sides with plywood of internal or external quality for painting or polishing as required and in accordance with the door schedule.

Doors shall be stored under protective cover away from dumped surfaces or locations.

Doors shall be fixed by experienced workman and shall be fitted and hung with a clearance of 3mm at the bottom and 1.5mm at the top and sides except where otherwise directed. Doors 45mm thick shall have the lock edged bevelled 3mm.

5.6 FITTINGS

Rates shall include for all framed bearers, scribing, fitting and screw fixing to walls (including rawl-plugged).

All wrot timber shall be rubbed down with three varying grades of sandpaper. all nail holes shall be stopped and the work left clean to receiving painting or polishing.

5.7 PREPARATION

The rates for all wood work to be painted shall include for priming before fixing in position.

Page 203: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 151

6.0 HARDWARE AND METALWORK

STRUCTURAL STEELWORK

N.B. The term “the Contractor” where used under this heading means the steelwork Contractor.

6.1 STANDARD OF MATERIALS AND WORKMANSHIP

The whole of the materials and whole workmanship to be employed on the Works shall be the best of their respective kinds obtainable locally unless otherwise specified. The terms ‘approved” or “selected” shall mean approved of or selected by the Engineer.

6.2 STANDARD SPECIFICATIONS

All structural steel shall be type A36 new, conforming to the least edition of the ASTM Standard Specifications or shall be mild steel conforming to BSS 4360 - latest edition.

High Strength both shall be to ASTM A325-61T and installed in accordance with “Specification for Structural Joints using ASTM A325-61T”.

Fabrication shall be carried out in accordance with the best engineering practice and shall comply with the latest relevant specifications of the AISC and with BSS 449 (1959).

All welding electrodes shall comply with BSS 639 (1952) and welding shall be carried out in accordance with B.S.5135.

Page 204: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 152

All the Standard Specifications mentioned in this specification shall be deemed to be part of it.

6.3 HANDLING AT SITE

The Contractor shall be responsible for handling, unloading, sorting and stacking of his materials on site. He shall not stack materials where they are likely to obstruct free access on the site or the work of others.

6.4 SUBSTITUTION OF MATERIALS

If materials specified on the drawings are not available, all alternative materials must be approved by the Engineer.

6.5 FABRICATION

Fabrication shall be carried out in accordance with the drawings and the specification listed above. In particular:

(a) BOLT HOLES

Provide bolt holes as may be required to secure window and /or door frames and any special bolt holes as shown on the drawings.

(b) SHOP CONNECTIONS

Shop connections shall be welded, unless shown otherwise, and in such a manner as to develop the full strength of the section. But welds will be subject to approval by the Engineer, who shall have the option to order at the Contractor’s expense, splice plates to be used in addition if he fells that there is some doubt about the adequacy of the butt we

(c) WELDING

Page 205: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 153

All welds shall be neat and uniform in size. All welds shall be left in their original condition after chipping for examination by the Engineer who shall have the option to order, at the Contractor’s expense the grinding down to uniform size of all rough or unsightly welds. All shop welds shall be chipped prior to priming.

6.6 PAINTING

All structural steel except holding down bolts and the contract surfaces of bearing plates shall be wire-brushed and painted with one coat of best quality Zing Chromate primer or approved equal.

Bolts, welding spots and all abrasions to shop coat shall be made good with the same primer as above, prior to final paint.

6.7 ERECTION

(a) Erection programme shall co-ordinate with that of the main and other contractors so as to expedite construction and prevent delay to other work.

(b) All erection shall be carried out in accordance with standard specification listed above.

(c) The method employed for erection shall be at the option of the Contractor provide that this should not interfere with or damage work by others and provide it is acceptable to the main contractor.

(d) It is the responsibility of the Contractor to ensure stability of the structure at all times during erection. He shall provide all temporary bracing and remove same off the site after completion.

(e) Main frame site connection shall be with high tensile bolts using bearing type connection, in accordance with the standard specifications listed above.

Page 206: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 154

The Contractor shall provide necessary impact wrenches, include air supply, etc. required to comply with the specification.

(f) All other connections shall be with black bolts unless shown otherwise.

(g) Drifting done during assembly or erection shall not distort the metal or enlarge the holes; drifting to enlarge holes will NOT be permitted. Holes that must be enlarged to admit bolts shall be brought to the attention of the Engineer, who may at his discretion, allow reaming. Poor matching of holes shall be cause for rejection of the member.

(h) All members shall be installed and maintained plumb and level and/or at the specified inclination. This shall be complied with as the erection progresses.

(i) The requirement for welding are as per shop welding - see 6.05 (c).

(j) No oxy-acetylene cutting or burning shall be done without the Engineer’s permission.

6.8 SHEETING

Aluminum sheeting shall comply with J.S.85

Fasteners to steelwork shall be stainless steel self-tapping screws with Neoprene washers fused to stainless steel washers. Side lap fasteners shall be stainless steel sheet metal screws.

Closure strip, sills flashing, corner sheets, etc., are all to be compatible with main sheeting.

Translucent sheeting shall be “Milite” or approved equal and shall be compatible with the main sheeting. It shall be installed in accordance with manufacturer’s

Page 207: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 155

recommendations.

The entire installation is to be complete and in accord with good engineering practice and strictly in compliance with B.S.C.P. 143 Part I and sheeting manufacturer’s recommendations and these specifications.

Top and bottom sheets are to maintain even horizontal lines. Closure strips shall be used at head and still of all sections and to close all openings.

The Contractor shall furnish and install with roof and siding all necessary flashings closure strips, fasteners, tape, mastic or other type of sealing accessories to make the installation completely shall provide everything necessary to ensure strict compliance with this clause as no relief from its provision is possible.

GENERAL METALWORK

6.9 RUST

All steel and ironwork shall have rust and scale removed by scraping and steel wire brushing immediately before painting, and all shop prefabricated work to be primed with one coat of approved anti-corrosive paint before fixing or delivery to Site.

6.10 DRAWINGS

The Contractor shall supply shop drawings of all fabricated metalwork items for the approval of the Architect.

6.11 WELDINGS

Page 208: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 156

All welding shall be neatly cleaned off, and units shall be prefabricated in the shop whenever possible. Only the minimum of site welding shall be employed. All screwed work shall have full internal and external threads and all holes shall have burrs cleaned off. Counter-sinkings, where required, must be concentric.

6.12 SCREWS

All screwed work shall project at least two threads through nuts and all bolts passing through timber shall have washers under heads or nuts bearing on timber. Splayed washers shall be fitted where necessary to give level bearing at sloped flanges, etc.

6.13 PRICES

The rates for all metalwork shall include for all fixing unless otherwise described at the rates for welding shall include for all labour, materials and appliance.

6.14 DELIVERY

The Contractor shall be responsible for the prompt ordering, clearing, receiving storage, etc., of all items. Upon receipt from the suppliers, all items shall be immediately checked for quantities and operation so that replacements may be obtained if necessary without causing delay.

6.15 HARDWARE

All hardware shall be clearly marked to indicate item and location and shall be carefully protected until completion of the Works. Finish items which can easily be removed, such as door knobs and pulls shall be removed and stored until painting work is completed. Other items shall be kept covered or protected in an approved manner. Any items which do not operate properly, or with damaged construction or finish, shall be replaced without additional charge.

Page 209: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 157

Keys shall be stamped with their corresponding lock numbers by the factory or supplier and shall be tagged for location immediately upon receipt from the supplier. They shall hen be immediately checked for operation and handed over to the Employer.

All operating hardware shall be lubricated and adjusted as required and left in perfect working order before handing over. Only powdered graphite or other approved lock lubricant shall be used in locks. Operating shall be smooth, easy and free of rattles squeaks and other unacceptable noises and defects.

Samples as required by the Architect, shall be submitted for approval and no furniture shall be fixed with screws of the same metal and finish as the fittings and the screw shall be provided by the supplier of the fittings.

The prices for fixing iron mongery are to include for all sinkings, notching morticing and other labour required to fit and fix the respective items in the best manner and the taking off for painting and subsequent re-fitting.

Schedules of door furniture to be supplied and fixed will be furnished by the Architect. Where items are not specifically noted by manufacturer’s name and catalogue number, samples are to be submitted to the Architect for approval at least two weeks before fixing is due to commence.

Door furniture for cupboards and fittings will be shown on detail drawings.

6.16 WINDOWS

The prices for fixing metal windows in masonry or timber framed openings shall include for sealing and pointing all round, external and internal with an approved non-hardening neutral coloured tropical mastic.

7.0 RENDERING, PAVING AND TILING

Page 210: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 158

7.1 MATERIALS

Sound shall be clean silica equal to the sample submitted to and approved by the Architect. It shall be protected from dirt or soil during storage and is to be free from salt, alkali, loam, clay and other deleterious matter, and entirely suitable for plaster work.

Cement shall be as described under 2.01. It must be protected from damp, and it must be suitably cured for plaster work.

7.2 APPLICATION

Rendering shall not be lees that 12mm finished thickness executed in two coats and finished with a wood float.

The first rendering coat shall be cement and sand 1:4, the sand passing a No. 16 gauge sieve.

The finishing rendering coat to exterior surfaces shall be cement and sand 1:4. the sand passing a No. 24 gauge sieve.

The finishing rendering coat to interior surfaces shall be cement and sand 1:4, the sand passing a No. 32 gauge sieve.

Particular care shall be taken to plumb all angles and to run all junctions between surfaces perfectly true, straight and square. Plastering mixes shall be used up within one hour of mixing with water and all remaining after this period shall be discarded.

7.3 PRICES

Page 211: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 159

The rates for rendering shall include for raking out joints of blockwalling or roughening concrete by an approved means to form a key, for working behind pipe and similar obstructions and for all temporary rules.

7.4 INTERNAL WALL TILING

All internal wall tiling shall be best quality glazed tiles. All external angels and exposed edges shall be made with round edge tiles. The tiling shall be fixed by an inorganic adhesive (“Richafix” or equal) used strictly in accordance with the manufacturer’s instruction. Alternatively, subject to the Architect’s approval, the tiling may be set in a cement and sand (1:3) bed properly keyed to the receiving surface.

7.5 CONCRETE FLOORS AND PLATFORMS

Where concrete floors and platforms are specified the surface of the slab while still green shall be sprinkled with a dry cement sand mix (1:3) and worked up with a steel trowel or wood float to an even and regular finish and to falls as noted on the Drawings.

The construction of the slab, if necessary for the future protection of the paving, shall wherever possible be delayed until such time as the heavy trades are off the site.

Where the topping coat of concrete floors is required to be hardened by the application of a hardening agent in accordance with the manufacturer’s instructions, the hardener shall be Lithurin Concrete Hardener as supplied by Mastermix Limited Kingston, unless otherwise specified or approved.

7.6 EXTERNAL PEBBLE DASH RENDERING

The external pebble dash rendering is to be in two coats to a minimum thickness of 16mm. The initial coat shall be a scratch coat of cement and sand (1:4) the sand passing a No. 16 gauge sieve. the finishing coat shall consist of limestone pebbles

Page 212: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 160

mixed with stone dust fines to provide a colour finish and texture to the approval of the Architect.

7.7 CONCRETE AND TERRAZZO FLOOR TILES

Concrete and terrazzo floor tiles shall comply with J.S. 50.

Terrazzo tiles shall be of the size and grade stated in the Bills of Quantities and of approved colour and pattern, bedded in cement mortar, ground in the colour as the of the tile and ground, neutralised, sealed and polished unless otherwise described.

Terrazzo floor tiles must not be laid until all trades other than decorators are not of the tiling area, and after laying, the floors shall be immediately protected with thin polythene or by some other approved method.

Floor tiles shall be set out with the centre line of the area concerned in both directions so that edge tiles shall be of equal width.

The rates for paving and skirting shall for all temporary rules.

7.8 BEDS AND SCREEDS

Cement screeds shall be composed of cement/sand (1:3) laid to the thickness required to achieve the falls shown on the Drawings. They shall at no point be less than 12mm thick unless otherwise specifically permitted.

Before laying screeds, the concrete surfaces shall be chipped if necessary to form a key and then thoroughly cleaned and well sprayed with water. A coat of cement slurry shall be applied to the surface of the slab as the work proceeds and the screed shall then be laid before setting of the slurry. The screed shall be kept wet for at least seven days after laying.

Page 213: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 161

7.9 MAKING GOOD

Protect rendering, screeding paving and tiling and make good damage during progress and on completion of other trades, including hacking off and replace all hollow or loose areas and leave all perfect and to the satisfaction of the Architect.

8.0 PLUMBING

8.1 REGULATIONS

The whole of the plumbing work shall be executed strictly in accordance with the regulations and bye-laws of the Public Health Authority and/or other competent Authority.

8.2 MATERIALS GENERALLY

Materials shall be of the best quality of their respective kinds in accordance with the Specification and Drawing supplied by the Architect.

The pipes are measured net as fixed, measured over all bends, tees etc., and the rates shall include for all short running lengths sockets, connectors and back nuts all cutting and waste, and making good around pipe supports. The rates for fittings are to include for all extra joints.

8.3 TUBING

Galvanised mild steel tubes be seamless and shall comply in all respects with B.S. 1387 of the qualities specified. Fitting shall be galvanised malleable iron to B.S. 1256. Joints shall be made with BSP taper threads of fine hemp and proprietary jointing compound.

Page 214: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 162

P.V.C. tubes and fittings shall comply with J.S. 39 equal and approved. Joints shall be made strictly in accordance with the manufacturer’s printed instructions.

8.4 SOIL AND VENTILATION PIPES

Ventilation pipes shall be cast iron galvanised steel or P.V.C. tube of the sizes noted on the Drawings. They shall terminate not less than 450mm above roof level and finish with a stout wire balloon well secured.

Cast iron soil and vent pipes and fittings are to comply with B.S. 416 “Medium Grade”. The pipes are to be fixed with cast iron holder bats built into the walls. The joints are to be made with a gasket of hemp or yarn or metallic lead properly cauless with caulking tools and made perfectly airtight. The rates shall include for all sheet lengths and extra cutting and waste and extra joints fittings.

8.5 WASTE PIPES

Pipes connecting waste fittings to main waste, soil or drain pipes or to trapped gully basins shall be galvanised steel or P.V.C. tubes of the size noted on the Drawing.

All junctions for waste services shall be made with swept fittings and every waste branch shall have adequate means of rodding.

All waste fittings are to be properly trapped with sealed traps of suitable types and sizes.

8.6 WORKMANSHIP

The work shall be executed by fully qualified tradesmen in accordance with the Drawings and authorized modifications thereto, to the satisfaction of and as directed by the Architect.

Page 215: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 163

All taps and valves shall be dismantled and greased before fixing.

The full bore of the pipe work shall be maintained throughout and all internal burrs shall be reamed out.

Vertical pipe work shall be installed perpendicularly.

Where surface mounted galvanised mild steel tube shall be required to be fixed clear of walls with malleable iron brackets of the built in holder bat type, maximum spacing shall be as follows:-

Diameter of Pipe Horizontal Pipe Vertical Pipe

Up to 19mm 1.80m 2.40m

20mm and over 2.40m 3.00m

N.B. : For installation procedures for P.V.C. pipe, see 8.12 hereafter

Page 216: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 164

8.7 SANITARY FITTINGS

All sanitary fittings, fixtures, stop valves, are to be carefully installed strictly in accordance with the manufacturer’s printed instructions and the Contractor will be responsible for obtaining accurate shop drawings setting out dimensions. Fittings and fixtures are to be installed with proper tools and to be left in perfect working order and free from all tool marks and other damage.

8.8 WATER SUPPLY

The supply pipes are to be set out to provide for the isolation of each fitting and for emptying down of the system.

Services shall be installed to ensure positive automatic clearance of air.

8.9 CHASING

Where pipes are described as in walls, floors, etc., prices of these pipes are to include cutting horizontal or vertical chases in hollow concrete block walling, concrete walls floors or ceilings, large enough to accommodate the full diameter of the pipe and socket and making good with cement mortar (1:3) flush with adjacent surfaces. All conduit and pipework to be fixed in chases shall be installed before the final rendering coat is applied.

All pipes whether soil, waste, ventilation or service are to be concealed in pipe ducts or in wall chases or ceiling or under unless otherwise particularly noted on Drawings.

Access panel shall be formed wherever necessary to give access to cleaning eyes and stopcocks.

8.10 TESTING

Page 217: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 165

The Contractor shall allow in his rates for supplying all necessary appliances and labour for testing the whole of the work at such time and as directed by the Architect.

Water services shall be tested under mains pressure or as otherwise directed.

Access plugs, caps and doors shall be removed, greased, refitted and made sound prior to the final testing.

8.11 PROTECTION

The whole of the work, materials and fittings shall be adequately protected against damage and deterioration, any such damage or deterioration shall be made good and the work handed over at completion in a sound and clean condition and in perfect working order.

8.12 INSTALLATION PROCEDURES FOR P.V.C. PIPE

Cut pipe square without ragged edges so that pipe ends seat squarely in the fitting socket. Insert pipe to the full depth of the socket.

Ensure all joining surfaces are free of dirt, grease and any foreign matter. The surest method is to wipe with a cloth damped with methyl ethyl ketone. For pipe of sizes above 50mm, the use of ‘MEK” is essential. Apply solvent cement with a natural 165ristle brush. Apply a light thin coat of solvent cement first to the fitting socket. Next apply a heavy coat of solvent cement to the pipe for a length equal to the socket depth. Immediately force the pipe and fittings together with a slight twisting motion, if possible, to ensure full engagement of the pipe into the fitting socket. Remove excess solvent cement from the exterior of the joint with a clean dry cloth. Reasonable handling of the assembly is permissible within two minutes after joining. Do not attempt to disturb the pipe-fitting joint after the cement has set; damage to the joint and loss of fit may result. Should any delay develop in assembly, apply an additional coat of cement immediately prior to joining.

Page 218: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 166

In assembling P.V.C. pipe and fittings, exercise care to establish proper grade and alignment before joining with solvent cement. Installation may not be satisfactory if pipe and fittings are subject to strain by forced positioning to obtain grade or alignment.

Except in the case of Schedule 80 and higher gauge pipe, P.V.C. pipe should not be threaded. Use adaptor fittings when transition from pipe to threaded construction is necessary. A wide range of fittings to adapt traditional pipe to P.V.C are readily available.

Normal construction site handling procedures can be followed. It is good to practice to store pipe and fittings under suitable cover prior to installation.

Make connections or transitions to bell-and spigot or other pipe and fittings with approved mechanical compression joints or caulked joints made in an approved manner. In caulking, pack the joint with oakum or hemp and fill with molten lead to a depth of not less than 25mm. Allow a period of 4 minutes for cooling, following which caulk the lead at the inside and outside edges of the joint.

8.13 The Specifications referred to herein with regard to plumbing pipe work and installation will apply equally to the pipe work and installation relating to the Air-Conditioning Services.

9.0 GLAZING

9.1 GLASS

The whole of the glass shall be the best of its respective kind, free from all speaks. waves, bubbles, scratches and other defects, and shall be of the respective weights or thickness and types indicated on the Glass Distribution Schedule below and on the Drawings.

Page 219: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 167

All broken or cracked panes shall be replaced at completion of the Works and the whole of the glazing left clean and perfect. Provide all necessary wash leather or velvet glazing strips.

9.2 GLASS DISTRIBUTION

All exterior and interior panes, except specifically noted otherwise on the Drawings shall have maximum allowable size per pane as follows:-

3mm float…………………2000 united millimetres

4mm float…………………2800 united millimetres

5mm float…………………3500 united millimetres

7/32”(5.5mm) float……… 4.50 square metres

9.3 PUTTY

Putty for use in glazing to woodwork shall be composed of best linseed oil and whiting and comply with B.S.

10.0 PAINTING

10.1 MATERIALS

All painting materials, varnishes and colours shall be approved by the Architect and shall be equal to the products of Berger Paints Jamaica Limited, 256 Spanish Town Road, Kingston 11, Jamaica or Sherwin Williams (W.I.) P.O. Box 35, Kingston 11,

Page 220: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 168

Whitemarl, Spanish Town, Jamaica. All paints and painting materials are to be strictly in accordance with the latest standard manufacturer’s specifications.

10.2 SAMPLE PANELS

0.60 x 0.60mm Sample boards showing the colours and tints of the various paints to be used shall be submitted to and approved by the Architect prior to painting.

10.3 PREPARATION

All surfaces are to be prepared with the correct knotting, primers, sealers and stopping as required by the manufacturer’s instructions for each type of paint and surface, and shall be applied accordingly.

All paints and varnishes shall be thoroughly mixed or stirred before use. They shall be so stored and sealed to minimise exposure to drying and exposure to dry and extremes of temperature.

All defective plaster and/or rendering shall be cut out and made good in approved fashion before painting. Slight cracks shall be made good with hard stopping.

All paint or varnish on woodwork shall be rubbed down with fine glass paper between each coat. Each coat shall be hard, dry and free from moisture or condensation before the next coat is applied.

All woodwork specified as painted is to be primed before being fixed in position. (See 5.07)

All knots are to receive two coats of knotting applied thinly and well brushed in. Loose knots shall be removed and the holes plugged with sound wood. Large knots shall be cut back and made good with hard stopping.

Page 221: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 169

In no case shall any paint or distemper be applied to concrete or rendered surfaces until such surfaces are completely dried out and clear of efflorescent tendencies.

No paint or distemper are not to be applied prematurely but only after all dirty trades haves left the work.

Last coats of paint or distemper are not to be applied until immediately before handing over the building.

The proctection of the finished work and touching up shall be the Contactor,s responsibility.

The term “Prepare” in these Bills of Quantities has meaning as follows:-

(i) If it refers to paint or varnish on wood it includes knotting, stopping and filling.

(ii) If it refers to paint on metal it includes cleaning with wire brushes.

10.4 WORKMEN

Only skilled workmen are to be employed. A properly qualified painting foreman is to be constantly on the job while the work is in progress.

10.5 FITTINGS

All removable metal fittings are to be removed before the preparatory processes are commenced and are to be re-fixed on completion.

Page 222: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 170

10.6 IRON AND STEEL WORK

All iron and steel work before painting is to be scraped and cleaned with wire brushes until all grease, scale, rust and loose substances are removed. Each coat is to be carefully and evenly applied until the previous coat is hard, dry and free from moisture.

10.7 PARTI-COLOURS

The Contractor is to allow in his rates for executing the whole of the foregoing work in parti-colours as many be directed by the Architect. the prices for painting in narrow widths shall include for cutting to line on all edges as required.

10.8 COVERING POWER

If any of the painted or decorated surfaces are inadequately covered after the specification number of coats, further coats must be added at the Contractor’s own expense to the entire satisfaction of the Engineer.

10.9 BACK PRIMING

All exterior trims shall be back primed before installation with approved exterior base coat, and all interior trims with approved enamel undercoat. tops bottoms and edges of door shall be finished the same as the balance of the door after they have been fitted by the Carpenter.

10.10 APPLICATION

Paintwork shall be executed in accordance with the colour schedule and, unless other

Page 223: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 171

specified, as follow.

EXTERNALLY

(a) RENDERED OR CONCRETE SURFACES -

Prepare and apply tow coats of emulsion paint.

(b) WOOD SURFACES - Knot, Prime, stop and fill as described, rub down and apply one under coat and required number of finishing coats of oil paint, or of best quality clear waterproof lacquer.

© METALWORK - prepare as described or touch up priming, apply, one coat of zinc chromate primer and two finishing coats of gloss enamel.

INTERNALLY

(a) RENDERED OR CONCRETE SURFACES -

prepare as described and apply one undercoat the same colour as finishing coat, and one finishing coat of emulsion paint.

(b) WOOD SURFACES - Knot, prime, stop and fill as described, rub down and apply undercoat and finishing coats of oil paint or lacquer as external.

(c) METAL WORK - Prepare as described and prime with zinc chromate primer and two coats of gloss enamel.

Page 224: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 172

10.11 COMPLETION

Allow for thorough cleaning of all floors, fittings, ect., cleaning all glass both sides touching up paintwork where necessary, clearing away all debris and rubbish and handing over the building in a satisfactory condition, to the approval of the Architect.

11.0 ELECTRICAL INSTALLATIONS

11.1 GOVERNMENT REGISTRATION

Any Sub-Contractor employed to undertake the electrical installations shall be registered with the National Contracts Commission at a sufficient grade to allow him to undertake the works described herein.

11.2 REGULATIONS AND STANDARDS:

Where reference is made to “N.E.M.A Standards” it shall be understood that this reference is to the “Approved Standards” published by the National Electrial Manufacturers Association, Main Office - 155 East 44th Street, New York 10017.

Where reference is made to “A.S.A. Standards” it shall be understood that this reference is to the Standards published by the American Standards Associates, Main Office - 10 East 40th Street, New York.

“C.S.A. Standards” refer to Standards published by the Canadian Standards Association, Main Office 170 Rexdale Boulevard, Rexdale 603, Ontario, Canada.

Page 225: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 173

The I.E.E. Regulations shall mean the current edition of the “Rules and Regulations for the Electrical, Equipment of Building” with any amendment sheets or interpretation notes as published by the institution of Electrical Engineers, United Kingdom.

Reference may be made to the National Fire Code as published by the National Fire Protection Association (NFPA), 60 Battery march Street, Boston 10, Massachusetts.

In addition, reference may be made to “B.S.”, “A.S.H.R.A.E.”, “A.R.I.” and “A.S.M.E.” specification. These shall mean British Standard, American Society of Heating, Refrigeration and Air Conditioning Engineers, American Refrigeration Institute and American Society of Mechanical Engineers specification respectively.

The Works shall be in accordance with the requirements of standards as applicable above, and to local Regulations, Codes and Standard where they exist. In the event of degrees of stringency with respect to various standards applicable to any one item, the most stringent shall apply.

11.3 TECHNICAL DEFINITIONS

Specific items of terminology, as used herein, shall have the following meanings:

“PIPING” Pipe, fittings, flanges, valves, controls hangers traps, drains insulation, vents and items customarily required in connection with the transfer of fluids.

“CONCEALED” Embedded in masonry or other construction, installed, behind wall furring, within double partitions or hung ceiling, in crawl spaces, in shafts.

Page 226: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 174

“EXPOSED” Not concealed

“BY OTHER TRADES” By persons or parties responsible for work at the project other than the party or parties who have been duly awarded the contract for the work of this Trade. In the event that this document is used to acquire work as part of a general construction contract the words “By Other Trades” shall mean by persons or parties who are not anticipated to be the Sub-Contractor. In this context the words “By Others Trades” shall not be interpreted to mean not include in the overall contract.

11.4 INTERPRETATION OF DRAWINGS AND SPECIFICATIONS

As used in the drawings and specification, certain non-technical words shall be understood to have specific meanings as follow:

“FURNISH” Purchase and deliver to the project site complete with every necessary appurtenance and support.

“INSTALL” Unload at the delivery point at the site and perform every operation necessary to establish secure mounting and correct operation at the proper location in the project.

“PROVIDE” Furnish and install.

Except where modified by a specific notation to the contrary, it shall be understood that the indication and/or description of any item, in the drawings or specifications or both, carries with it the instruction is explicitly stated as part of the indication or description.

It shall be understood that the specifications and drawings are complementary and

Page 227: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 175

are to be taken together for complete interpretation of the work. Exceptions are that notes on the drawings, which refer to an individual element of work, take precedence over the specifications where they conflict with same.

No exclusions form, or limitations in the language used in the drawings or specifications shall be interpreted as meaning that the appurtenances or accessories necessary to complete any required system or item of equipment are to be omitted.

The drawings of necessity utilize symbols and schematic diagrams to indicate various items of work. Neither of these have any dimensional significance nor do they delineate every item required for the intended installations. The work shall be install in accordance with the diagrammatic intent expressed on the electrical and mechanical drawings and in conformity with the dimensions indicated on final architectural and structural drawings and on equipment shop drawings.

No interpretation shall be made from the limitations of symbols and diagrams that any elements necessary for complete work are excluded. Certain details appear on the drawings which are specific with regard to the dimensioning and positioning of the work. These details are intended only for the purpose of establishing general feasibility. They do not obviate field co-ordination for the indicated work.

Information add to the general construction shall be derived from structural and architectural drawings and specifications only.

The use of words in the singular shall not be considered as limiting where other indications denote that reference is to more than one item.

11.5 MATERIALS

The Sub-Contractors shall include for the supply, testing, delivery and installation of all materials necessary to complete the Works as specified and scheduled,

Page 228: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 176

notwithstanding that such materials may or may not specified in details.

Materials generally shall be specified but where difficulties of supply occur, reasonable alternatives are submitted to the Architects and /or Engineers for their written approval before substitution.

Such samples, after being approval, will be retained as standard reference until completion of the Sub-Contract and all materials supplied which are not in accordance with the approved samples will be rejected.

All materials shall comply with appropriate B.S., C.B.A., Specifications where such specifications exist and shall be suitable for the climate of Jamaica. Where materials are specified but qualified to indicate that alternatives may be considered by means of the phase “or equal” and “approved” it shall be understood that the decision of the Architect and/or Engineers as to equality of price, quality and performance shall be final and likewise demonstration of price, quality and performance equality shall not automatically result in approval.

In the event of alternatives being accepted, price adjustments shall be made on the basis of net trade costs and “on costs” shall also be adjusted with reference to this same basis.

The Architect and /or Engineers also reserve the right to call for samples of specified materials. Materials used in the shall be of quality equal to that of the samples approved by the Architects and /or Engineers.

11.6 BRAND NAMES

Where specific items of equipment are specified by manufacturer, brand name, or type, catalogue number, and not qualified by the phase “or equal” the intent is that such items shall be furnished as specified unless changed by mutual agreement.

Where the designation is qualified by the phase “or equal” or “or approved equal” alternative brands may be offered for acceptance provide these represent items of equivalent price, quality and performance. The Architects and/or Engineers reserve, as before, the right to determine equality.

Page 229: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 177

11.7 PROPRIETARY GOODS AND PROCESS

Where proprietary goods, materials or processes are specified to be used, such goods materials or processes shall be used, fixed or carried out in strict accordance with the instructions of the suppliers thereof, and such instructions or directions shall be treated as if they formed part of this Specification.

11.8 SETTING OUT

The positions of electrical points, air conditioning diffusers, grilles and controls and equipment items generally indicated on the drawings are approximate only. The expect positions shall be confirmed on site by the Sub-Contractor before installation.

Unless otherwise detailed, wiring, conduit and duct runs are diagrammatical only. The exact routes shall be agreed with the Architect and/or Engineer on site.

Rates must include

11. 9 BUILDER’S WORK

Builder’s Work in connection with the installations means cutting or forming all holes, chases, recesses in walls, floors ceilings, etc., and for conduits, cables, switches, pipes, duts, guides, etc.

Rates shall include for drilling and dumping of holes for all plugs fixing bolt alike and for fixing and locating equipment conduit, piping, trunking, ducting, guides, etc.

Trenching and backfilling shall be measured separately.

Page 230: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 178

11.10 “AS INSTALLED” DRAWINGS

The Contractor shall deliver to the Architects and/or Engineers, within three months of completion of the Works, and as a precedent to the final payment being made to the Contractor, record drawings and diagrams showing the detailed arrangement of the installations, together with necessary schedules giving information useful for maintenance purposes.

The method of preparation of “as installed” drawings shall be as follows:

The Engineers will provide the Contractor with two sets prints of the working drawings. The Contractor shall record on those drawings as the work progresses, all plumbing, heating and ventilation, electrical and site utilities changes, revisions and additions to the work. For services laid underground or covered up, the Contractor shall record the exact route, depths of laying, elevations and all other pertinent data. particular record should be made or work which has been installed in an approved manner other than that show or specified in the Contract Document.

The sets of marked-up record prints shall form basis for the preparation of reproducible tracings by the Contractor as the Architects or Engineers shall direct.

The Contractor shall also deliver to the Architects and/or Engineers two (2) complete sets of manufacturer’s catalogues, installation and maintenance instructions, and any other similar data including photographic cuts, diagrams, valve charts, replacement parts information and the like, in respect of all major items of equipment.

11.11 PERMITS AND INSPECTION CERTIFICATES

All required permits and inspection certificates shall be obtained and paid for by the Contractor. Such permits and inspection certificates shall be made available at the

Page 231: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 179

completion of the Works.

11.12 SHOP DRAWINGS AND OTHER INFORMATION REQUIRED

Prior to purchasing any equipment or materials, a list of their manufacturers shall be submitted for approval. As soon as possible after the reward of the Contractor, the Contractor shall submit to the Architects and/or Engineers detailed, dimensioned and field installation drawings as required for a complete explanation and description of all items of equipment. No equipment shall be ordered or scheduled for production until such shop drawings and other information have been approved by the Architects and/or Engineers.

The procedure to be observed for the submission of shop drawings is as follows:

The Contractor shall submit two (2) prints of shop drawings to the Architects and/or Engineers for comment correction, after which the Contractor shall submit not less than four (4) sets of corrected shop drawing prints to the Architects and/or Engineers. This same procedure shall be observed if subsequent shop drawing revisions are made.

The minimum allowance scales for shop drawings shall be 1:50 generally and 1:20 for complicated arrangements.

Documents submitted for approval shall:-

a. include information pertaining to appurtenances and accessories;

b. be submitted as a package where they pertain to related items;

c. be properly marked with both service or function identification and external connection identification where they consist of standard factory assembly or field installation drawings.

Documents will not be accepted for approval unless they comply in all respects with the general requirements above and with further specific requirements in the

Page 232: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 180

Technical Specifications

11.13 LOCATIONS

Locations indicated for all outlets, panel board , control apparatus, appliance etc. are approximate only. This Contractor must obtain exact locations from the Architect/Engineer before installing his work.

11.14 EARTHING SYSTEM

All metal enclosures and non-current-carrying metal work shall be effectively bonded together and earthed on a common system shall extend to all equipment, plant and devices installed under this contract.

The earthing system shall installed in accordance with the requirement of J.S.21:1992, to the satisfaction of the Government Electrical Inspectorate and the Architect Engineer.

11.15 TESTS AND TEST CERTIFICATES

1. TESTS

After the wiring systems are completed they shall be tested for satisfactory operation, proper control and earthing and conformity with the specifications.

In addition, the following tests shall be carried out on completion of the work, or at any time as requested by the Engineer and a record made of the results:

Page 233: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 181

a. Insulation and Earth loop Resistance test of the general medium voltage installation in accordance with the J$21:1992 Regulations.

b. Functional tests on all plant and equipment to prove correct operation and the ability to withstand operating conditions.

c. Functional checks of instruments relays and overload devices for correct and effective operation.

d. On H.T. equipment, high voltage D.C. pressure test, of values and duration as defined in B.A.480 (cables) B.S.171 (Transformers) and B.S.195 (Switch gear).

e. On H.T. switch gear, Primary Current Injection tests to check the calibration of instrument and prove the setting of protective devices.

f. Insulation test between phases, and phases to earth of all H.T. equipment, the test being made with a 2000 volt insulation tester.

g. Resistance of Earth Electrode System when its installation forms part of this sub-contract.

11.16 11. TEST CERTIFICATES

The Contractor shall submit to the Architect/Engineer two copies of test certificates showing the results of the above tests.

Manufacturer’s test certificates relating to H.T. Switchgear, Transformers, Motors and any special apparatus, shall be submitted to the Engineer for formal approval.

Page 234: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 182

Page 235: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 183

11.17 TELEPHONE SYSTEM

a. The Contractor shall furnish and install empty conduits and wall outlets as indicated on the drawings and in conformity with telephone Company requirements.

b. All empty conduits for telephone cables shall be furnished with No.14 AWG draw-wire to facilitate installation of cables by the Telephone Company.

c. Outlet boxes and plates in masonry partitions shall be as specified for switches, except that plates shall have bushed hole openings for telephone.

11.18 DISTRIBUTION AND POWER PANELS

The Contractor shall furnish and install circuit breaker and panel boards at the locations shown on the plans. Each panel shall be distinctly numbered and a directory frame with indestructible cover shall be provided.

Panel boards shall be NEMA standard, dead front type fitted with locks and duplicate keys, as manufactured by Westinghouse, General Electric or approved equal.

11.19 LABELLING OF DISTRIBUTION BOARDS AND SWITCHGEAR

Distribution Boards shall have engraved lables conforming to the description given on the distribution boards schedules, and Switchgear shall be labelled showing the services fed from them. The inscription shall be wire 3/16 inch high letters or black ‘Traffolyte’ sheet or equal and shall be fixed to the lids of apparatus by screws or rivets.

The circuits fed from the distribution boards shall be marked on a card fixed to the inside of the lid. This card must indicate clearly outlets fed from each distribution

Page 236: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 184

way and the size of the fuse or circuit breaker rating. The information must either be typed or printed on the cards or presented in a similar manner.

11.20 POWER WIRING

The Contractor shall install all equipment, wiring etc. and make all connections required for the proper control and operation of all motors. This Contractors shall install all wiring for ventilation blowers, water pumps and automatic controls where applicable. (see respective Contractor).

All electrical apparatus or wiring not specifically included in other contracts shall be provided by this Contractor. All motor starters provided by this Contractor shall equipped with suitable thermal overload protection devices.

The Contractor shall clean, distribute install and connect all lighting fixtures and provide all lamps. Recessed fixtures shall be connected with PVC insulated wire to the octagonal ox an PVC insulated multicore cable from box to lighting fixture where necessary, mentioned.

11.21 LIGHTING FIXTURES

All Fluorescent lighting fixtures are to be white in colour unless otherwise specified.

If possible Gear Trays for Troffer Lighting Fixtures are to be located on the inner sides of the Troffer as opposed to the centre.

All Diffusers should be of high quality prismatic type. Diffuses for all Troffer Lighting Fixtures are to be fitted into a self supporting tray capable of fastening of fastening to the troffer by way of a Clip.

All Lighting Fixtures fitted with starting gears are to be fitted with high power factor ballasts and all components must be rated at 50 Hertz.

Page 237: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 185

The choice of fluorescent tubes should be of the tropical daylight type throughout to provide uniformity.

11.22 SLEEVES, CHASES AND CUTTING

The work of this Contractor shall include furnishing and setting of all sleeves or forms as may be necessary for conduit an equipment supplied under this Contract. Cutting and patching of masonry will done under another Contract, provided that furbishing of materials and undertaking the work required under this Contract are accomplished in ample time and in proper sequence to avoid unnecessary cutting.

This Contract shall check the locations of all boxes left in the foundation walls for pipes sleeves to ensure conformity with the drawings and specifications. After the installation of all pipe sleeves in boxed openings, they shall be grouted and concrete the full depth of the foundation walls. This Contractor shall provided the General Contractor with information on boxes and sleeves as required.

11.23 WIRING DEVICES

Wiring shall be as indicated on the plans. This Contractor shall check and ensure that all wiring devices are in perfect condition after installation and that they operate satisfactorily under working condition.

11.24 UNDERWRITER’S LISTING

All equipment shall be listed by U.L. Inc. Each item of equipment shall have a label showing its U.L. approval for the purpose which it serves.

11.25 LIGHTING FIXTURES

Page 238: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 186

Lighting fixtures to be provided under this contract and those to be furnished by others are indicated on the plans.

11.26 INDEXING

The face of all main switches, motor disconnect panels and control equipment shall be stenciled to clearly indicate the function and/or index number of the device. All panel boards shall be equipped with typewritten directories indicating function and control of each circuit breaker.

11.27 CONDUITS

a. Wiring for all systems, circuits and feeders shall be in an approved standard weight rigid conduit unless otherwise shown or specified.

b. Conduits shall be 20mm minimum diameter unless otherwise indicated on drawings or specified.

c. Standard manufactured elbows shall be used for all conduits 32mm diameter or larger.

d. The ends of all conduits shall be carefully reamed out free form burrs before installation. All joints shall be tightly constructed using PVC cement. Joints in all conduits concealed in slabs, floors, shall be securely tied to reinforcement steel at a maximum spacing of 24 inches and 3 inches on either side of every joint.

e. The ends of each conduits shall be provided with PVC end and lock nut wherever it enter a junction box, cabinet, etc. Care shall be taken to see that all light and power conduit runs have a permanent and continuous ground return back to the ground connection point. Conduits used on systems which are entirely insulated from the light and power distribution system shall be

Page 239: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 187

electrically continuous and grounded in an approved manner.

f. In finished spaces, conduits shall be installed concealed in ceilings, wall or partitions of the buildings. Where concealed conduits are installed sufficient space must be left over conduit and couplings for the application of finished floors, wall and ceilings, The Contractor shall examine the architectural drawings, and the necessary, confer with the Architect to determine the type of construction in which concealed conduits will be run and the space available for such conduit.

g. Conduits shall be run exposed only in unfinished spaces and mechanical equipment rooms, or with the express permission of the Architect. Where exposed conduits are installed, they shall be run parallel to the building walls or partitions, using approved conduit fittings. Exposed conduits shall be securely supported with galvanised iron pipe straps, angle iron frame racks or other approved means as required for clearance of other pipe or ductwork. Wood hangers and perforated sheet metal hanger strap will not be permitted. Spacing of conduit supports shall be within the limit of code requirements.

h. Conduits crossing building expansion joints shall be furnished with approved expansion fittings, and provided with approved flexible grounding bonds by-passing the fittings.

j. No more than four right angle bends shall be permitted in the run of conduits between any two terminations or pull boxes.

k. During the installation of conduits, all unfinished runs and also terminations in pull boxes, etc. shall be capped in a manner approved by the Engineers. Caps in cabinets shall be left in place until the building is ready for installation of conductors.

i. Conduits may be PVC metal as a available. Where metal conduit is used, conduit embedded in the building construction shall be of the hot-dipped galvanised type while the sheradized or electro galvanized type shall be used for all exposed conduit runs concealed in furred spaces and in hung ceilings.

Page 240: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 188

m. The use of flexible conduit, electric metallic tubing armoured cable is specifically included expect as follows:-

i) Final conduit connections to motors shall be made with 500mm of flexible conduit.

ii) Final connections to recessed fixtures shall be made with not more than 1830mm of flexible conduit.

11.28 WIRE AND CABLE

All wires and cables shall be installed throughout the entire project as shown on the plans and as hereinafter specified. Conductors shall be either of soft copper, properly refined and tinned having a minimum conductivity of 98%, or of aluminum, as available or as particularly specified. All wire and cable insulation shall meet the standards of the Underwriters’ Laboratories for the types and services unless otherwise noted. Wires and cable shall bear all tagging or markings showing type, voltage, manufacturer, etc., as required for compliance with code requirements. All wiring shall be continuous within conduit runs. Splices will be permitted only at outlets and junction boxes.

Joints must be mechanically and electrically secure and then soldered, after which they shall be taped with rubber friction tape in a manner making their insulation equal to that of the conductors. No wires shall be installed in conduits until plaster is dry and conduits are free of moisture. The only permissible wire pulling lubricant is powdered soapstone. Sufficient slack shall be left on all runs of wire and cable to permit the proper connection of fixtures, devices equipment etc.

Feeders and motor power circuit wiring shall be PVCSWAPVC or XLPE cable.

11.29 JUNCTION AND PULLBOXES

Page 241: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 189

a. Where indicated in the plans and specifications, or where necessary for compliance with code requirements for cable installation, this Contractor shall install junction and pullboxes of the proper size. However, it is expected that the loop-in method of wiring shall be employed throughout the installation where multiple electrical points are connected to one (1) circuit.

The use of junction boxes will be permitted only in exceptional circumstances.

b. Junction and pull boxes shall be manufactured from galvanised cold heavy gauge sheet steel and shall be furnished with flat screw cover.

c. Where boxes are set flush in walls and ceiling, cover screws shall be flat-head type properly countersunk. Covers shall be arranged to completely cover openings in the building finish.

d. Where suitable, standard outlets boxes may be used as junction and pull boxes.

e. If required by the building construction, this Contractor shall finish the junction and pull boxes in special sizes and shapes determined from field measurements, as required to make a neat workmanlike installation.

11.30 OUTLET BOXES

a. Furnish and install outlet boxes at all locations requiring same, where shown on the drawings, and as hereinafter specified. All fixtures studs shall be securely fastened in an approved manner.

All sheet steel boxes shall be provided with suitable knockouts. Cast boxes shall be properly drilled and tapped.

There shall be no more holes in any outlets box than required for the conduits entering same. Depth of all boxes shall be as to allow for easy wire pulling and proper installation of wiring deices. Where shown on the plans, switches shall be

Page 242: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 190

gauge together only in the combinations indicated. Outlets for duplex receptacles shall be arranged for horizontal mounting of the receptacles.

b. Outlet box type shall be as follows:-

i. For recessed ceiling fixtures 102mm square sheet to ceiling suspension members in a approved manner not more than one foot from fixtures opening.

ii. For surfaces mounted ceiling fixtures (concealed conduit) 102mm steel metal octagonal with extension ring of a depth suitable to the construction and furnished with top cover having 10mm fixture stud.

iii. For ceiling and wall bracket outlets on exposed conduits in dry locations 102mm octagonal sheet box with 10mm fixtures stud.

iv. For surfaces mounted ceiling fixtures (hung ceiling) 102mm octagonal sheet steel hung in ceiling in an approved manner.

11.31 ELECTRICITY SUPPLY

Supply characteristics for the L.T. service shall be as existing and as follows:-

1. 110/220 volts, 4 - wire, 3 - phase 50 Hertz.

The Contractor shall be responsible for ensuring that all the necessary tests on cables have been satisfactorily carried out and that the system is properly connected to the main panel.

11.32 SUB-CIRCUITS

In general, sub-circuits for lighting shall be run out using PVC covered wires of specified sizes drawn through rigid conduits buried in concrete.

Page 243: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 191

STANDBY GENERATOR

11.34 ENGINE

The engine shall be direct injection diesel engine driven generation set arranged for automatic starting and stopping in the event of main’s failure operation.

The Engine shall be equipped with the following:

electronic governor

fuel injection equipment with fuel lift pump

fuel and lubricating oil filters

dry type air cleaner

24/12 volt electric starting with charge alternator

engine drive tropical radiator with pusher type fan, water circulating pump and thermostat and all necessary pipe work.

The engine shall also meet or exceed the following:

12.0 MECHANICAL INSTALLATIONS

12.1 GOVERNMENT REGISTRATION

Any Sub-Contractor employed to undertake the mechanical installation shall be registered with the National Contracts Commission at a sufficient grade to allow him to undertake the works described herein.

12.02 REGULATIONS AND STANDARDS:

Where reference is made to “N.E.M.A Standards” it shall be understood that this

Page 244: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 192

reference is to the “Approved Standards” published by the National Electrical Manufacturers Association, Main Office - 155 East 44th Street, New York 10017.

Where reference is made to “A.S.A Standards” it shall be understood that this reference is to the “Approved Standards” published by the American Standards Association, Main Office - 10 East 40th Street, New York.

“C.S.A. Standards” refer to Standards published by the Canadian Standards Association, Main Office 170 Rexdale Boulevard, Rexdale 603, Ontario, Canada.

The I.E.E. Regulations shall mean the current edition of the “Rules and Regulations for the Electrical, Equipment of Building” with only amendment sheets or interpretation notes as published by the institution of Electrical Engineers, United Kingdom.

Reference may be made to the National Fire Code as published by the National Fire Protection Association (NFPA), 60 Batterymarch Street, Boston 10, Massachusetts.

In addition, reference may be made to “B.S.”, “A.S.H.R.A.E.”, “A.R.I.” and “A.S.M.E.” specification. These shall mean British Standard, American Society of Heating, Refrigeration and Air Conditioning Engineers, American Refrigeration Institute and American Society of Mechanical Engineers specification respectively.

The Works shall be in accordance with the requirements of standards as applicable above, and to Local Regulations, Codes and Standards where they exist. In the event of degrees of stringency with respect to various standards applicable to any one item, the most stringent shall apply.

12.3 TECHNICAL DEFINITIONS

Specific items of terminology, used herein, shall have the following meanings:

Page 245: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 193

“PIPING” Pipe, fittings, flanges, valves, controls, hangers, trap, drains insulation, vents and items customarily required in connection with the transfer of fluids.

“CONCEALED” Embedded in masonry or other construction, installed, behind wall furring, within double partitions, or hung ceilings, in crawl spaces, in shafts.

“EXPOSED” Not concealed.

“BY OTHER TRADES”

By persons or parties responsible for work at the project other than the party or parties who have been duly awarded the contract for the work of this Trade. In the event that this document is used to acquire work as part of a Trade. In the event that this document is used to acquire work as part of a general Construction contract the words “By Others Trades” shall mean by persons or parties who are not anticipated to be the Sub-Contractor for this trade working together with the general Contractor. In this context the words “By Other Trades’ shall not be interpected to mean not include in the overall contract.

12.4 INTERPRETATION OF DRAWINGS AND SPECIFICATIONS

As used in the drawings and specification, certain non-technical words shall be understood to have specific meanings as follow:

“FURNISH” Purchase and deliver to the project site complete with every necessary appurtenance and support.

“INSTALL” Unload at the deliver point at the site and perform every operation necessary to establish secure mounting and correct operation at the proper location in the project.

Page 246: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 194

“PROVIDE” Furnish and install.

Except where modified by a specific notation to the contrary, it shall be understood that the indication and /or description of any item, in the drawings or specifications or both, carries with in the instruction to furnish and install the item, regardless of whether or not this instruction is explicitly stated as part indication or description.

It shall be understood that the specifications and drawings are complementary and are to be taken together for complete interpretation of the work. Exceptions are that notes on the drawings, which refer to an individual element of work. Take precedence over the specifications where they conflict with same.

Not exclusions form, or limitations in the language used in the drawings or specifications shall be interpreted as meaning that the appurtenances or accessories necessary to complete any required system or item of equipment are to be omitted.

The drawings of necessity utilize symbols and shematic diagrams to indicate various items of work. Neither of these have any dimensional significance nor do they delineate every item required for the intended installations The work shall be installed in accordance with the diagrammatic intent expressed on the electrical and mechanical drawings, and in conformity with the dimensions indicated on final architectural and structural drawings and on equipment shop drawings.

No interpretation shall be made from the limitations of symbols and diagrams that any elements necessary for complete work are excluded Certain details appear on the drawings which are specific with regard to the dimensioning and positioning of the work. These details are intended only for the purpose of establishing general feasibility. They do not obviate field co-ordination for the indicated work.

Information add to the general construction shall be derived from structural and architectural drawings and specifications only.

The use of words in the singular shall not be considered as limiting where other indications denote the reference is to more than one item.

Page 247: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 195

12.5 MATERIALS

The Sub-Contractors shall include for the supply, testing, delivery and installation of all materials necessary to complete the Works as specified and scheduled, notwithstanding that such materials may or may not specified in detail.

Materials generally shall be specified but where difficulties of supply, occur reasonable alternatives are submitted to the Architects and/or Engineers for their written approval before substitution.

Such samples, after being approved, will be retained as standard reference until completion of the Sub-Contract and all materials supplied which are not in accordance with the approved samples will be rejected.

All materials shall comply with appropriate B.S.,C.B.A., or A.S.A., Specifications where such specifications exist and shall be suitable for the climate of Jamaica. Where materials are specified but qualified to indicate that alternatives may be considered by means of the phase “or equal” and “approved” it shall be understood that the decision of the Architects and/or Engineers as to equality of price, quality and performance shall be final and likewise demonstration of price, quality and performance equality shall not automatically result in approval.

In the event of alternatives being accepted, price adjustments shall be made on the basis of net trade costs and “on costs” shall also be adjusted with reference to his same basis.

The Architects and/or Engineers also reserve the right to call for samples of specified materials. Materials used in the work shall be of quality equal to that of the samples approved by the Architects and/or Engineers.

12.6 BRAND NAMES

Page 248: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 196

Where specific items of equipment are specified by manufacturer, brand name, or type, or catalogue number, not qualified by the phase “or equal” that intent is that such items shall be furnished as specified unless changed by mutual agreement.

Where the designation is qualified by the phase “or equal” or approved equal” alternative brands may be offered for acceptance provided theses represent items of equivalent price, quality and performance. the Architects and/or Engineers reserve, as before the right to determine equality.

12.7 PROPRIETARY GOODS AND PROCESS

When proprietary goods, materials or processes are specified to used, such goods materials or processes shall be used, fixed or carries out in strict accordance with the instructions of the suppliers thereof, and such instructions or directions shall be treated as if they formed part of this Specification.

12.8 SETTING OUT

The positions of electrical points, air conditioning diffusers, grilles and controls and equipment items generally indicated on the drawings are approximate only. The exact positions shall be confirmed on site by the Sub-Contractor before installation.

Unless otherwise detailed, wiring, conduit and duct runs are diagrammed only. The exact routes shall be agreed with the Architect and/or Engineer on site.

Rates must include

Page 249: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 197

12.9 BUILDER’S WORK

Builder’s Work in connection with the installations means cutting or forming all holes, chases recesses in walls, floors, ceiling, etc., and for conduits, cables, switches, pipes ducts, guides etc.

Rates shall include for drilling and dumping of holes for all plugs fixing bolt alike and for fixing and locating equipment conduit, piping trunking, ducting, guides etc.

Trenching and backfilling shall be measured separately

12.10 AS INSTALLED DRAWINGS

The Contractor shall deliver to the Architects and/or Engineers, within three months of completion of the Works, and as a precedent to the final payment being made to the Contractor, record drawings and diagrams showing the detailed arrangement of the installations, together with necessary schedules giving information useful for maintenance purposes.

The method of preparation of “as installed” drawings shall be as follows

The method of preparation of “as installed” drawings shall be as follows

The Engineers will provide the Contractor with two sets of prints of the working drawing. the Contractor shall record on those drawings as the work progresses all plumbing, heating and ventilation, electrical and site utilities changes, revisions and additions to the work. For services laid underground or covered up, the Contractor shall record should be made of work which has been installed in an approved manner other than show or specified in the Contract Document.

The sets of marked-up record prints shall form the basis for the preparation of

Page 250: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 198

reproducible tracings by the Contractor as the Architects or Engineers shall direct.

The Contractor shall also deliver to the Architects and/or Engineers two (2) complete sets of manufacturer’s catalogues, installation and maintenance instructions, and any other similar data including photographic cuts, diagrams, valve charts, replacement parts information and the like, in respect of all major items of equipment.

12.11 PERMITS AND INSPECTION CERTIFICATES

All required permits and inspection certificates shall be obtained and paid for by the Contractor. Such permits and inspection certificates shall be made available at the completion of the Works.

12.12 SHOP DRAWING AND OTHER INFORMATION REQUIRED

Prior to purchasing any equipment or materials, a list of their manufacturers shall be submitted for approval. As soon as possible after the award of the Contractor, the Contractor shall submit to the Architects and/or Engineers detailed, dimensioned shop drawings together with catalogue information, factory assembly drawings and field installation drawings as required for a complete explanation and description of all items of equipment. No equipment shall be ordered or scheduled for production until such shop drawing and other information have been approved by the Architects and/or Engineers.

The procedure to be observed for the submission of shop drawing is as follows:

The Contractor shall submit (2) prints of shop drawing to the Architects and/or Engineer for comment correction, after which the Contractor shall submit not less than four (4) sets of corrected shop drawing prints to the Architects and or Engineers. This same procedure shall be observed if subsequent shop drawing revisions are made.

Page 251: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 199

The minimum allowance scales for shop drawings shall be 1:50 generally and 1:20 for complicated arrangements.

Documents submitted for approval shall:-

a. Include information pertaining to appurtenances and accessories;

b. be submitted as a package where they pertain to related items;

c. be properly marked with both service or function identification and external connection identification where they consist of standard factory assembly or field installation drawings.

12.13 SCOPE OF WORKS

The Works shall include the followings:-

a. The complete provision of all plant and accessories necessary for the production of conditioned air to be distributed as shown on drawing.

b. Provide all air handling equipment (air handling and fan coil units) all complete with motors, pulleys and drive assemblies and other accessories necessary for satisfactory operation under the specified condition.

c. Provide all ductwork for air distribution throughout the various areas within the building. All ductwork shall be of a sheet metal with internal and external insulation as specified.

Page 252: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 200

d. Provide all ductwork for ventilation and exhaust systems where down on drawings.

e. Diffusers, grilles registers, dampers, and locking quadrant all form a part of ductwork systems. These shall be provide complete with all accessories necessary for field adjustments.

f. Provide all ventilation and exhaust fans where shown on drawings. Ventilation systems shall include any hoods over specialized heat producing devices.

g. Provide controls (temperature, humidity and pressure) to all devices in the system. It is intention to these specifications that the air conditioning system shall be self balancing and operate in a semi-automatic mode.

12.14 INSTALLATION

All equipment and materials shall be installed in the locations shown and such work shall be consistent with the best established practice in the trade.

Manufacturer’s recommendations shall be observed in all cases where these may apply.

Locations shown drawings for the installation of equipment are approximate only. Exact locations shall be verified with the Architect/Engineer.

In cases where work has to be done by others to facilitate installation of materials and equipment (e.g. cutting of holes in walls, placing plinths or supports) under this contract, this Contractor shall mark such locations in good time in order not to delay or cause damage to the work of others.

The installation shall include all materials, fitments (e.g. nuts, bolts, washers, shim gaskets, filters, etc.) not specifically identified on drawing but necessary for the proper functioning of the various systems.

Page 253: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 201

12.15 COMPLETENESS

In addition, the scope of this contract includes all work usual or necessary to this Trade, whether or not specifically called for herein, on the plans or specifications.

All materials shall be in strict accordance with standards laid down by A.S.H.R.A.E. and A.R.I. while being fully adaptable to local conditions.

12.16 SYSTEMS DESCRIPTION

The system provides for the use of air-cooled central split systems and mini-split systems.

12.17 AIR DISTRIBUTION

Air Handling Units are employed to serve where the quality of the air discharged in the space achieve the highest standard filtration at acceptable static pressure levels.

Air handling units are employed for the service of spaces provided with re-circulated air systems. These units shall be of the free standing or hung types as indicated.

All system have been designed on the basis of constant air volume/variable temperature principle. Temperature control shall be achieved through control of two-stage room thermostats.

All air distribution ductwork shall be of sheet metal and insulated internally or externally as specified.

Grilles, registers and diffusers all form part of the ductwork system and shall be provide in the form and manner satisfactory to the Engineer. All registers and diffusers shall be fitted with adjustable dampers. Ventilation (exhaust) fans shall

Page 254: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 202

have free-acting (gravity) dampers.

12.18 EQUIPMENT AND MATERIALS

All equipment and materials required for installation under these specifications shall be new and without blemish or defect.

All equipment shall bear labels attesting to Underwriters Laboratories approval where subject to Underwriters Laboratories label service.

It is the intention of these specifications that wherever a manufacturer of a product is specified, and the terms “the other approved” or “or approved equal” or “equal” are used, the substituted item must conform in all respects to the specified item.

Perform as delineated in schedules and in the specifications shall be interpreted as minimum performance. ( In some cases equipment may be oversized to allow for pick-up loads which cannot be delineated under the minimum meets the performance) Consideration will not be given to claims that the substituted items meets the performance requirements with lesser construction (such as lesser heat exchange surface, etc.).

All equipment of one type (such as fan, pump, coil, etc.) shall be the product of one manufacturer.

Substituted equipment, where permitted and approved must conform to space requirements. Any substituted equipment that cannot meet space requirements, whether approved or not, shall be replaced at the Contractor’s expense.

Any modifications to related systems as a result of substitution shall be made a the Contractor’s expense.

Note that approval of shop drawings, or other information submitted in accordance with the requirements hereinafter specified, does not assure that the Engineer, Architect, or any other Owner’s Representative, attest to the dimensional accuracy or dimensional suitability of the materials or equipment involved or the mechanical

Page 255: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 203

performance of the equipment. Approval of shop drawings does not invalidate the plans and specifications if in conflict, unless approval given on the Engineer’s letterhead.

12.19 CONDENSING UNIT

The condensing unit shall be factory assembled complete with compressors, condenser, fans piping, controls and wiring all ready for field installation.

Construction shall be of heavy gauge galvanized steel members to which galvanized steel casings having baked enamel finish are fixed. Compressor section to have hinged access panels.

Unit construction shall be designed to conform to A.N.S.I. B9.I Safety Code, N.E.C. and A.S.M.E. applicable codes.

The condenser shall be of the air-cooled type with integral sub-cooler constructed of seamless copper tubing having aluminium fins mechanically bounded thereto. Coils shall be free of leaks when operating using refrigerant R-22 having been pressure tested at 450 p.s.i.g. (3103 kpa).

The condenser fans shall be direct driven propeller type discharging air vertically.

The fans shall have

1. permanently lubricated bearings

2. corrosion resistance shaft

3. PVC coated steel wire safety guard.

Fan wheels shall be statically and dynamically balanced and vibration noise and

Page 256: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 204

energy losses under working conditions shall be negligible. Motors driving condenser fans shall be of the totally enclosed type, fully tropicalised and suitable for operation on the rated power supply (2240/110 V, 3 phase 50 hertz).

Diagnostic display shall be included to monitor all probable defects (or malfunctions) of the system.

Operating power supply to the condensing units 220/140 volts, 3 phase, 50 hertz, 4 wire. Circuits breakers and other power control devices shall have thermal of magnetic over load protection.

Recommended manufacture shall be of Carrier, York, Trane of approved equal.

12.20 AIR HANDLING UNITS

Air handling units shall be of the built-up type having galvanized steel frame and casing, forward curved centrifugal fan, cooling coil, high efficiency filter and prefilter if indicated on drawing.

Unit performance shall be certified in accordance with A.R.I. standard.

Cooling coils shall be of hard-drawn copper tubing having aluminium fin plates mechanically bonded to them. Coils shall be fitted with pressure type bass distributors with solder type connections. Headers shall be fitted with drain and vent connections. Coils shall be tested at a pressure of not less than 300 psi (2067 kpa).

Insulation of coil sections, fan and accessory sections shall be not less than 5/8inch. (41.28mm) thick foams with plastic coated aluminium foil vapour harrier permanently secured to be ceasing by weather proof adhesive and mechanical fasteners where necessary.

Condensate drain pans shall be of the double wall construction having threaded drain connections at both ends. The drain pan shall not have less than 5/8inch (41.28mm)

Page 257: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 205

thick foam insulation on both sides with plastic coated aluminium foil vapour barrier on the wet surface.

Fan section shall be constructed of galvanized steel and have provisions for integral mounting of fan and motor assemblies. Fan scroll, wheel, shaft and bearings shall be mounted on a structural steel frame rigidly secured to the channel base. The unit shall have a single fan wheel with forward curved galvanized steel blades, single scroll with double inlet.

Fan wheel and shaft shall be statically and dynamically balanced in order that the unit may operate at design conditions free of vibration.

Fan bearings shall be self-aligning pillow block regreaseable ball type, selected for an average life of 200,000 hours at design operating conditions as per ANSI code B3.15.

Fan drive shall have provision for adjustment of pulleys and belts to vary fan speed through the full range of the unit specification.

Fan discharge dampers - where indicated on drawings, fan discharge dampers shall be fitted to vary air conditions (hot and cold deck dampers 90 degrees to each other) at constant volume. Dampers shall be of the opposed action blades type, foamed at the edges with neoprene gasketed strips and mechanically secured to steel rods, rotating in nylon bushings and mounted on rigid flanged galvanized steel frame.

Filter section shall be constructed to accommodate high efficiency filters and shall have hinged access (for replacement of filters) which shall be air tight when closed.

12.21 FAN COIL UNITS

Basically, fan coil units shall be of similar material construction as air handling units.

Page 258: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 206

Units shall be designed to have vertical or horizontal discharge and draw-thru fan operation depending on mounting of unit.

All necessary accessories such as fan motor and control package, sub-base, drive assembly and variable drive pulleys shall be provided.

Rubber-in-shear vibration isolators shall be provided for all air handling equipment.

12.22 SHEET METAL DUCTWORK

All ductwork, flues, register boxes, air chambers dampers, grilles and diffusers and all auxiliary equipment or work of any kind necessary to made the various air conditioning and ventilation systems in the complex complete and ready for operation shall be furnished and installed.

All ductwork indicated on drawing is schematic, therefore, changes in duct size and/or location (which do not significantly affect design) shall be made where necessary to conform with space conditions, without additional cost to the Owner.

Dimensions indicated on drawing are the clear internal dimensions.

All ductwork shall be substantially built with approved joints and seams smooth on the inside and a neat finish on the outside. Duct joints shall be as air tight as possible with laps in the direction of air flow and no flanged projecting in the air stream.

Ductwork construction shall conform with the following schedule:

GREATEST DUCT

U.S. STANDARD

LONGITUDINAL SEAM

TRANSVERSE SEAM

Page 259: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 207

DIMENSION GAUGE

305m (12”) or less 26 Pittsburgh or Acme Lock

Drive Slip or

Pocket Lock

330m (13”) thru’

457mm (18”) 24 Pittsburgh or Acme Lock

Drive Slip or

Pocket Lock

483m (19”) thru

762mm (30”) 24 Pittsburgh or Acme Lock

Hemmed “S” Slip or Pocket Lock

787mm (31”) thru’

1,067mm (42”) 22 Pittsburgh or Acme Lock

Slip or 38m

32mm”Bar

Pocket Lock

For 22g ductwork, if transverse joints are located on 2.4m (8 ft.) centres reinforced with 25mm x 25mm x 3m angles on 1.2m O.C. fastened to duct on 203mm centres. All ducts 457mm thru’ 1372mm shall be cross broken.

Changes in shape and dimension shall conform with the following:

For increase in cross sectional area the shape of the transformation shall not exceed 25mm in 178mm.

Page 260: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 208

For reductions in area the slope may be 25mm in 102mm but 25mm in 178mm is preferred.

Changes in direction shall conform with the following:

For increases in cross sectional area the shape of the transformation shall not exceed 25mm in 178mm.

For reductions in areas the slope may be 25mm in 102mm but 25mm in 179mm is preferred.

Changes in direction shall conform with the following:

Unvaned elbow with throat radius not less than one half the width of the duct.

Square elbows with double thickness duct turning vanes (Tuttle and Bailey or approved).

All ductwork, unless otherwise noted, shall be hung using 25mm x 3mm galvanized iron bands.

Ductwork with cross sectional areas under 1sq.M shall be hung on 2.4m centres.

Ductwork with cross sectional areas over 1sq.M shall be hung on 1.2m centres.

With the width of the duct exceeds 0.6M the hanger shall be bent under bottom of duct and fastened to the bottom as well to the sides.

Page 261: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 209

Where ducts are stacked they shall be independently supported.

Hangers for other ceiling mounted devices (such as lighting fixtures) shall not cause holes to be punched in the ductwork.

All accessories such as dampers, registers, grilles diffusers, access doors etc. as indicated on drawings shall be finished.

All branch ducts shall be fitted with splitter dampers having approved locking quadrants.

12.23 INSULATION OF DUCTWORK

All low pressure ductwork connected in air conditioning systems shall be insulated using 1 inch (25mm) thick 6 lb/ft.3 (96 kg/m³) density fiber glass having a maximum K-factor of 0.29 at 75 degrees f. (23.89 degrees C) mean temperature, with reinforced foil faced flame resistant kraft vapour barrier.

Insulation shall be adhered to the external duct surface with Insul-Coustic Sure-Stil FR. 215 or approved equal adhesive. In all cases blanket shall be cut back from facing materials 2 in. (50.8mm) to provide sealing lap at all joints and these laps adhered with approved adhesive.

Internal insulation on ductwork shall be permitted only for duct sections close to the air handling unit where excessive condensation could result.

Refrigerant piping shall be insulated using rigid foam insulation having Flex 11 heavy duty weather proofing jacket.

Page 262: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 210

Insulation shall be adhered to pipe using an approved adhesive, application being made to the dry pipe surface. Insulation shall be cut back at joints to provide 3inch (75mm) lap of the weather proof jacket over the adjacent insulating material. Faces of insulation at joints shall be daubled with the adhesive and every joint made waterproof.

The completed pipe insulation shall be finally painted (generously) with Berger 404 paint to match existing surrounding.

12.24 TESTING AND ADJUSTING

The capacities of equipment specified in general, exceed the performance requirements specified in the schedules on drawings. After the entire installation has been completed, make all required adjustments to balancing valves, air vents, automatic controls, circulators, dampers, grilles, registers, diffusers, fans, refrigerating equipment, etc., until all performance requirements have been met.

All tests shall be conducted in accordance with applicable codes of A.S.H.R.A.E. and A.S.M.E., etc.,

All instruments, gauge, meters, etc., shall have metric. scales.

12.25 PROTECTION DEVICES

All compressors shall be adequately protected from overload, over and under voltage and in the cash of three phase equipment added phase loss protection.

12.26 WORKMANSHIP

The installations shall be carried out in a neat and workmanlike manner and to the satisfaction of the Architect and Engineer.

Page 263: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 211

All mechanical work shall conform to the least edition of the relevant standards as published by A.S.H.R.A.E., A.S.M.E., B.S. and Jamaica Bureau of Standards and shall be inspected by the Engineer prior to acceptance.

12.27 WARRANTIES

Any fault developing on the installation during a period of six months after “handing over” shall be rectified at the expense of this Contractor, if this fault is due to poor workmanship or defective materials.

All equipment shall have at least a one (1) year warranty.

13.0 DRAINAGE

13.1 BYE-LAWS

The Contractor shall conform with the regulations and bye-laws of the Public Health Authority and other competent authority.

13.2 MATERIALS

Sand, aggregates, cement and steel shall be described under 2.00 “Concreting ”.

Concrete blocks and mortar shall be described under 3.00 “Walling and Masonry”

P.V.C. pipes and fittings shall be obtained from an approved manufacturer.

Glazedware pipes and fittings shall be obtained from an approved manufacturer and shall comply with B.S.539 and B.S.65.

Page 264: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 212

13.3 LAYING

The drains shall be laid to suit the general progress of the building work and at such time and in such a manner as to be adequately protected against damage and deterioration. The whole of the work shall be handed over in a sound and clean condition on completion of the contract.

All drains and pipes shall be kept clear of obstructions during the process of laying and maintained until completely clear of obstructions and handed over in a clean condition.

The holes previously left below collars for jointing purposes shall be carefully filled in.

The excavation for drains shall be made to true and even falls and the bottoms shall be trimmed to the correct level and well rammed. The prices for excavation shall including for grading and ramming.

Suitable handholes shall be provided at all joints to allow access for jointing.

The widths of trenches at the bottoms shall allow for not less than a 150mm clearance between the outside of the pipe and the face of trench of timbering the same.

14.0 EXTERNAL WORKS

Page 265: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 213

Wherever soft places in excavated surfaces are encountered the Contractor shall excavate the soil to a hard foundation and fill up with concrete or other suitable approved material before any drains are laid. Any trenches excavated in error to a greater depth than is required, shall be filled up to the required level with concrete 1:3:6 at the Contrctor’s expense. Trenches shall be left open until all drains, manholes, etc., have been tested and approved.

Backfilling to trenches shall consist of fine screened excavated material along the sides of the pipes and at least 300mm over the pipe. This filling should not be tamped. The remainder of the trench shall be filled and hand tamped and consolidated in layers not exceeding 150mm thick.

14.1 GENERALLY

The specifications for other sections apply equally to work in this section.

The Contractor should note that trees not removed are to be properly from damage in a manner approved by the Architect.

The site shall be graded or filled to bring the subgraded to the levels shown on the drawings. Any fill materials shall be taken from the excavations or imported to the site from a source obtained by the Contractor.

The quantities for excavating or filling are arrived at from the net measurements before excavating and the Contractor shall allow in his prices for increase in bulk and for any bouble handling required.

14.2 EARTH FILLING

Filled areas shall be made and built up to the levels, dimensions and shapes as shown on the drawing or as may be subsequently directed by the Architect, and in general to the underside of the general marl, hardcore, vegetable soil or base specified.

Page 266: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 214

Before any filling is started the ground on which fill is to be placed shall be stripped of all grass and topsoil and all roots, vegetable matter and other unsuitable substance removed. No material shall be place in any portion of the fill areas until the foundation for each section has been approved by the Architect and the suitability of each part of the foundation for placing filling materials for use in filled areas construction will be determined by the Engineer.

No bush roots sod or other perishable unsuitable material shall be placed in fill areas.

Each load of the fill material placed shall be placed in the location designated by the Architect.

The Contractor shall maintain filled areas in an approved manner including maintaining surfaces free of weed (and other vegetation if applicable) until final completion and acceptance of all work under the contract.

The rates for filling are to include preparing the foundations, placing, supplementary wetting of the fill if necessary and any additional work required on the fill to accomplish uniform moisture application, compacting where compaction is required, preparing bonding surfaces, and all other operations required to secure adequate bond between material to be placed.

All earth fill taken from excavations has been measured as being taken to a spoil heap.

Each layer of fill material shall be compacted by a minimum of 8 passes of an approved roller which shall be the minimum compacting effort to be performed by the Contractor. During compaction, the placement moisture content and dry density of the earth fill shall be maintained within the control limits specified below.

To determine that the moisture content and dry density requirements of the compacted earth fill are being met, field and laboratory tests shall be made at frequent intervals on samples taken at locations determined by the Architect.

Page 267: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 215

Materials not meeting the specified moisture content and dry density requirements by the test, shall be reworked until approved results are obtained. Reworking may include removal, rehandling, reconditioning, rerolling, or combinations of these procedures. The contractor shall be entitled to no additional allowance above tendered rates by reason of any work required to achieve the placement of moisture content and density specified.

The standard optimum moisture content is defined as, “that moisture content which will result in a maximum dry unit weight of the soil when subjected to the “Modified Proctor Compaction Test”. The maximum dry weight, in pounds per cubic foot, obtained by the above procedure is the Proctor maximum dry density.

The moisture content of the earth fill material prior to and during compaction shall be distributed uniformly throughout each layer of the material.

Material represented by samples tested having a placement moisture content more that 10 percent dry of the standard optimum condition, or more that 10 percent wet of the standard optimum condition will be rejected and shall be removed or reworked until the moisture content is between these limits.

Placed material represented by samples having a dry density will be rejected, such rejected material shall be rolled until a satisfactory dry density is obtained.

The distribution and graduation of the materials throughout the earth fill shall be such that the fills will be free from lenses, pockets, streaks, or layers of material differing substantially in texture, graduation, or moisture from the surrounding material. Operations shall be such that the material, when compacted and stability blended sufficiently to ensure the best practicable degree of compaction and stability. Successive loads of material shall be dumped on the earth fill so as to produce the best practicable distribution of the material subject too the approved of the Architect.

The material shall be placed in the earth fill in continuous, approximately horizontal

Page 268: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 216

layers not more than 150mm inches in thickness after being compacted. If, in the opinion of the Architect the surface of the prepared foundation on the compacted surface of any layer of earth fill is too dry or smooth to bond properly with the layer of material to be placed thereon, it shall be moisture and/or worked with harrow, scarified, or other suitable equipment, in an approved manner to a sufficient depth to provide a satisfactory bonding surface to reduce the moisture content to the required amount; and then it shall be re-compacted before the next succeeding layer of earth fill material is placed.

Approved vibratory tamping rollers shall be use for compacting the fill.

When each layer of material has been conditioned to have the specified moisture, it shall be compacted by passing the roller over it a minimum of 8 times, and when compacted density shall be essentially uniform throughout the layer. If the uncompacted earth fill material is too wet proper compaction, the earth fill material shall be worked with harrow, scarifier , or suitable equipment to reduce the moisture content to the amount specified; shall be allowed to dry until such time as the material contains only the specified moisture content; or the material shall be removed from the embankment. Compacted earth material having a moisture content or dry density that do not meet the criteria specified in above shall reworked and rerolled, as directed by the contracting authority, to obtain the specified moisture content and dry density of embankment in place.

14.3 MARL

Good quality granular type limestone gravel sand mixture, known locally as marl of approved quality and conforming to an approved grading curve, shall be spread on the previously prepared sub-grade and compacted in maximum thickness of 150mm by means of a 10 tone roller. If the moisture content is not sufficient to maintain satisfactory compaction or to prevent segregation, water shall be added as directed by the Architect.

The finished surface shall be smooth and even and shall be to the levels shown on the drawings with a tolerance of +/-12mm on a 4 metre straight edge placed in may position or direction on the surface and the whole of the base be left to the satisfaction of the Architect.

Page 269: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 217

14.4 “BARBER-GREENE”

The surfacing shall be approved bituminous concrete pavement known locally as “Barber-Greene” and rolled and consolidated with a 10 tone roller.

14.5 UNDERGROUND WATER SUPPLIES

The contractor shall conform to the regulations and bye-laws of the Public Health Authority and/or other competent Authority.

Materials and workmanship shall be of he best quality and executed in accordance with the Specifications and drawings as supplied by the Architect and to his approval and satisfaction.

Re-filling the trench after laying and joining the pipes shall be carried out with soft soil well rammed each side of the pipe, no large stones shall be refilled into the trench until the top surface of the pipe is covered to a depth of at least one foot with ordinary soil.

Where trenches are to be cut through rock, all projections shall be removed from the bottom of the trench, after which it shall be re-filled to a depth of a least three inches with any available soft soil and small rock chippings, lightly rammed to form a level bed. Joint holes shall be provided to allow the pipes to bed evenly along their entire length.

After the pipes have been laid and testes, and the joints protected as indicated before, the trench shall be re-filled with all available soft and small chippings well rammed on each side of the pipe. No large rocks shall be placed in the trench until the pipes are covered to a depth of a least one foot with soil and chippings At completion all water mains shall be chlorinated as directed by the Local Water Authority.

Page 270: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 218

DRAWINGS

LIST OF DRAWINGS As part of the Technical Requirements the following Drawings are provided:

Item Drawing Title Sheet No. A

Existing Site Plan

01

B

Proposed Site Plan

02

C

Existing Wharehouse Drawings

03 - 06

D

Proposed Wharehouse Drawings

07 - 08

E

Office Space

09

F

Male Change Room

10

G

Caretaker Quarters/Female Change Room

11 - 12

H

Container Storage

13

I

Container Change Room

14 - 15

J

Scale House and Pump House

16

K

Staff Hospitality & Farmers Meeting Area

17 - 26

L

Guard House

27 - 28

Page 271: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section V Works Requirements 219

Supplementary Information

Page 272: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 273: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 221

PART 3 – CONDITIONS OF CONTRACT

AND CONTRACT FORMS

Page 274: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 222

Section VI General Conditions of Contract (GCC)

1. General Provisions .................................................................................................228

1.1 Definitions ....................................................................................................228

1.2 Interpretation ..............................................................................................232

1.3 Communications ..........................................................................................232

1.4 Law and Language .......................................................................................233

1.5 Priority of Documents ................................................................................233

1.6 Contract Agreement ...................................................................................233

1.7 Assignment ...................................................................................................233

1.8 Care and Supply of Documents .................................................................233

1.9 Delayed Drawings or Instructions .............................................................234

1.10 Procuring Entity’s Use of Contractor’s Documents ...............................234

1.11 Contractor’s Use of Procuring Entity’s Documents ...............................235

1.12 Confidential Details ....................................................................................235

1.13 Compliance with Laws ................................................................................235

1.14 Joint and Several Liability .........................................................................235

1.15 Inspections and Audit .................................................................................236

2. The Procuring Entity .............................................................................................236

2.1 Right of Access to the Site ........................................................................236

2.2 Permits, Licences or Approvals ................................................................236

2.3 Procuring Entity’s Personnel .....................................................................237

2.4 Procuring Entity’s Financial Arrangements ............................................237

2.5 Procuring Entity’s Claims ...........................................................................237

3. The Engineer ...........................................................................................................238

3.1 Engineer’s Duties and Authority ...............................................................238

3.2 Delegation by the Engineer .......................................................................239

3.3 Instructions of the Engineer ......................................................................239

3.4 Replacement of the Engineer ...................................................................240

3.5 Determinations ............................................................................................240

4. The Contractor .......................................................................................................240

4.1 Contractor’s General Obligations .............................................................240

4.2 Performance Security .................................................................................241

4.3 Contractor’s Representative .....................................................................241

4.4 Sub-Contractors ...........................................................................................242

4.5 Assignment of Benefit of Subcontract .....................................................243

4.6 Co-operation ................................................................................................243

4.7 Setting Out ...................................................................................................243

4.8 Safety Procedures .......................................................................................244

4.9 Quality Assurance ........................................................................................244

4.10 Site Data .......................................................................................................244

4.11 Sufficiency of the Accepted Contract Amount ......................................245

4.12 Unforeseeable Physical Conditions ..........................................................245

4.13 Rights of Way and Facilities ......................................................................246

4.14 Avoidance of Interference .........................................................................246

Page 275: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 223

4.15 Access Route ................................................................................................246

4.16 Transport of Goods .....................................................................................246

4.18 Protection of the Environment .................................................................247

4.19 Electricity, Water and Gas ........................................................................247

4.23 Contractor’s Operations on Site ...............................................................249

4.24 Fossils ............................................................................................................249

5. Nominated Sub-Contractors ................................................................................249

5.1 Definition of “nominated SubContractor” ..............................................250

5.2 Objection to Nomination ...........................................................................250

5.4 Evidence of Payments ................................................................................250

6. Staff and Labour .....................................................................................................251

6.1 Engagement of Staff and Labour ..............................................................251

6.2 Rates of Wages and Conditions of Labour ..............................................251

6.3 Persons in the Service of Procuring Entity .............................................251

6.4 Labour Laws .................................................................................................251

6.5 Working Hours ..............................................................................................251

6.6 Facilities for Staff and Labour ..................................................................251

6.7 Health and Safety .......................................................................................252

6.8 Contractor’s Superintendence ..................................................................252

6.9 Contractor’s Personnel ...............................................................................252

6.10 Records of Contractor’s Personnel and Equipment ..............................252

6.11 Disorderly Conduct ......................................................................................253

6.12 Foreign Personnel........................................................................................253

6.13 Supply of Foodstuffs ...................................................................................253

6.14 Supply of Water ...........................................................................................253

6.15 Measures against Insect and Pest Nuisance ............................................253

6.16 Alcoholic Liquor or Drugs ...........................................................................253

6.17 Arms and Ammunition ................................................................................253

6.18 Festivals and Religious Customs ...............................................................253

6.19 Funeral Arrangements ................................................................................254

6.20 Prohibition of Forced or Compulsory Labour .........................................254

6.21 Prohibition of Harmful Child Labour ........................................................254

6.22 Employment Records of Workers .............................................................254

7 Plant, Materials and Workmanship ...........................................................................254

7.1 Manner of Execution ...................................................................................254

7.2 Samples .........................................................................................................254

7.3 Inspection .....................................................................................................254

7.4 Testing ..........................................................................................................255

7.5 Rejection ......................................................................................................256

7.6 Remedial Work.............................................................................................256

7.7 Ownership of Plant and Materials ............................................................256

7.8 Royalties .......................................................................................................257

8. Commencement, Delays and Suspension .........................................................257

8.1 Commencement of Works ..........................................................................257

8.2 Time for Completion ..................................................................................257

8.3 Programme ...................................................................................................257

Page 276: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 224

8.4 Extension of Time for Completion ...........................................................258

8.5 Delays Caused by Authorities ....................................................................258

8.6 Rate of Progress ..........................................................................................259

8.7 Delay Damages .............................................................................................259

8.8 Suspension of Work .....................................................................................259

8.9 Consequences of Suspension .....................................................................259

8.10 Payment for Plant and Materials in Event of Suspension .....................260

8.11 Prolonged Suspension .................................................................................260

8.12 Resumption of Work ...................................................................................260

9. Tests on Completion .............................................................................................260

9.1 Contractor’s Obligations ............................................................................260

9.2 Delayed Tests ...............................................................................................260

9.3 Retesting .......................................................................................................261

9.4 Failure to Pass Tests on Completion ........................................................261

10. Procuring Entity’s Taking Over ..........................................................................261

10.1 Taking Over of the Works and Sections...................................................261

10.2 Taking Over of Parts of the Works ...........................................................262

10.3 Interference with Tests on Completion ..................................................263

11. Defects Liability .....................................................................................................263

11.1 Completion of Outstanding Work and Remedying Defects ..................263

11.2 Cost of Remedying Defects........................................................................263

11.3 Extension of Defects Notification Period ................................................264

11.4 Failure to Remedy Defects ........................................................................264

11.5 Removal of Defective Work .......................................................................264

11.6 Further Tests ................................................................................................265

11.7 Right of Access ............................................................................................265

11.8 Contractor to Search ..................................................................................265

11.9 Performance Certificate ............................................................................265

11.10 Unfulfilled Obligations ...............................................................................265

11.11 Clearance of Site .........................................................................................265

12. Measurement and Evaluation..............................................................................266

12.1 Works to be Measured ................................................................................266

12.2 Method of Measurement ............................................................................266

12.3 Evaluation .....................................................................................................266

12.4 Omissions ......................................................................................................267

13. Variations and Adjustments ................................................................................268

13.1 Right to Vary ................................................................................................268

13.2 Value Engineering .......................................................................................268

13.3 Variation Procedure ....................................................................................269

13.4 Payment in Applicable Currencies ...........................................................269

13.5 Provisional Sums ..........................................................................................269

13.6 Daywork ........................................................................................................270

13.7 Adjustments for Changes in Legislation ..................................................270

13.8 Adjustments for Changes in Cost .............................................................271

Page 277: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 225

14. Contract Price and Payment ...............................................................................272

14.1 The Contract Price ......................................................................................272

14.2 Mobilization Payment .................................................................................272

14.3 Application for Interim Payment Certificates ........................................273

14.4 Schedule of Payments ................................................................................274

14.5 Plant and Materials intended for the Works ..........................................274

14.6 Issue of Interim Payment Certificates .....................................................275

14.7 Payment ........................................................................................................276

14.8 Delayed Payment ........................................................................................276

14.9 Payment of Retention Money ....................................................................276

14.10 Statement at Completion ..........................................................................277

14.11 Application for Final Payment Certificate ..............................................278

14.12 Discharge 278

14.13 Issue of Final Payment Certificate ...........................................................278

14.14 Cessation of Procuring Entity’s Liability .................................................279

14.15 Currencies of Payment ...............................................................................279

15. Termination by Procuring Entity .......................................................................280

15.1 Notice to Correct ........................................................................................280

15.2 Termination by Procuring Entity ..............................................................280

15.3 Valuation at Date of Termination ............................................................281

15.4 Payment after Termination .......................................................................281

15.5 Procuring Entity’s Entitlement to Termination for Convenience .......281

15.6 Corrupt or Fraudulent Practices ...............................................................281

16. Suspension and Termination by Contractor ....................................................282

16.1 Contractor’s Entitlement to Suspend Work ............................................282

16.2 Termination by Contractor ........................................................................283

16.3 Cessation of Work and Removal of Contractor’s Equipment...............283

16.4 Payment on Termination ...........................................................................284

17. Risk and Responsibility .........................................................................................284

17.1 Indemnities ...................................................................................................284

17.2 Contractor’s Care of the Works ................................................................284

17.3 Procuring Entity’s Risks ..............................................................................285

17.4 Consequences of Procuring Entity’s Risks ...............................................285

17.5 Intellectual and Industrial Property Rights ............................................286

17.6 Limitation of Liability .................................................................................286

17.7 Use of Procuring Entity’s Accomodation/Facilities ..............................287

18. Insurance .................................................................................................................287

18.1 General Requirements for Insurances .....................................................287

18.2 Insurance for Works and Contractor’s Equipment ................................288

18.3 Insurance against Injury to Persons and Damage to Property ............289

18.4 Insurance for Contractor’s Personnel ......................................................290

19. Force Majeure ........................................................................................................290

19.1 Definition of Force Majeure ......................................................................290

19.3 Duty to Minimise Delay...............................................................................291

19.4 Consequences of Force Majeure ...............................................................291

Page 278: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 226

19.5 Force Majeure Affecting Sub-contractor ................................................291

19.6 Optional Termination, Payment and Release ........................................291

19.7 Release from Performance ........................................................................292

20. Claims, Disputes and Arbitration .......................................................................292

20.1 Contractor’s Claims ....................................................................................292

20.2 Appointment of the Dispute Board ..........................................................294

20.3 Failure to Agree on the Composition of the Dispute Board .................294

20.4 Obtaining Dispute Board’s Decision .........................................................295

20.5 Amicable Settlement ..................................................................................296

20.6 Arbitration ....................................................................................................296

20.7 Failure to Comply with Dispute Board’s Decision .................................296

20.8 Expiry of Dispute Board’s Appointment ..................................................296

Page 279: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 227

Section VI. General Conditions of Contract (GCC)

[Name of Procuring Entity]

[Name of contract]

Page 280: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 228

General Conditions of Contract

1. General Provisions

1.1 Definitions

In the Conditions of Contract (“these Conditions”), which include Particular Conditions, Parts A and B, and these General Conditions, the following words and expressions shall have the meanings stated. Words indicating persons or parties include corporations and other legal entities, except where the context requires otherwise.

1.1.1 The Contract

1.1.1.1 “Contract” means the Contract Agreement, the Letter of Acceptance, the Letter of Tender, these Conditions, the Specification, the Drawings, the Schedules, and the further documents (if any) which are listed in the contract Agreement or in the Letter of Acceptance.

1.1.1.2 “Contract Agreement” means the contract agreement (if any) referred to in Sub-Clause 1.6 [contract Agreement].

1.1.1.3 “Letter of Acceptance” means the letter of formal acceptance, signed by the Procuring Entity, of the Letter of Tender, including any annexed memoranda comprising agreements between and signed by both Parties. If there is no such letter of acceptance, the expression “Letter of Acceptance” means the Contract Agreement and the date of issuing or receiving the Letter of Acceptance means the date of signing the contract Agreement.

1.1.1.4 “Letter of Tender” means the document entitled letter of tender or letter of bid, which was completed by the Contractor and includes the signed bid to the Procuring Entity for the works.

1.1.1.5 “Specification” means the document entitled specification, as included in the contract, and any additions and modifications to the specification in accordance with the contract. Such document specifies the works.

1.1.1.6 “Drawings” means the drawings of the works, as included in the contract, and any additional and modified drawings issued by (or on behalf of) the Procuring Entity in accordance with the contract.

1.1.1.7 “Schedules” means the document(s) entitled schedules, completed by the Contractor and submitted with the Letter of Tender, as included in the contract. Such document may include the Bill of Quantities, data, lists, and schedules of rates and/or prices.

1.1.1.8 “Tender” means the Letter of Tender and all other documents which the Contractor submitted with the Letter of Tender, as included in the contract.

1.1.1.9 “Bill of Quantities” and “Daywork Schedule” and “Schedule of Payment Currencies” mean the documents so named (if any) which are comprised in the Schedules.

1.1.1.10 “Contract Data” means the pages completed by the Procuring Entity entitled contract data which constitute Part A of the Particular Conditions.

1.1.2 Parties and Persons

1.1.2.1 “Party” means the Procuring Entity or the Contractor, as the context

Page 281: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 229

requires.

1.1.2.2 “Procuring Entity” means the person named as employer in the Contract Data and the legal successors in title to this person.

1.1.2.3 “Contractor” means the person(s) named as Contractor in the Letter of Tender accepted by the Procuring Entity and the legal successors in title to this person(s).

1.1.2.4 “Engineer” means the person appointed by the Procuring Entity to act as the Engineer for the purposes of the contract and named in the Contract Data, or other person appointed from time to time by the Procuring Entity and notified to the Contractor under Sub-Clause 3.4 [Replacement of the Engineer].

1.1.2.5 “Contractor’s Representative” means the person named by the Contractor in the contract or appointed from time to time by the Contractor under Sub-Clause 4.3 [Contractor’s Representative], who acts on behalf of the Contractor.

1.1.2.6 “Procuring Entity’s Personnel” means the Engineer, the assistants referred to in Sub-Clause 3.2 [Delegation by the Engineer] and all other staff, labour and other employees of the Engineer and of the Procuring Entity; and any other personnel notified to the Contractor, by the Procuring Entity or the Engineer, as Procuring Entity’s Personnel.

1.1.2.7 “Contractor’s Personnel” means the Contractor’s Representative and all personnel whom the Contractor utilises on Site, who may include the staff, labour and other employees of the Contractor and of each Sub-Contractor; and any other personnel assisting the Contractor in the execution of the works.

1.1.2.8 “Sub-Contractor” means any person named in the contract as a sub-Contractor, or any person appointed as a sub-Contractor, for a part of the works; and the legal successors in title to each of these persons.

1.1.2.9 “DB” means the person or three persons appointed under Sub-Clause 20.2 [Appointment of the Dispute Board] or Sub-Clause 20.3 [Failure to Agree on the Composition of the Dispute Board]

1.1.2.10 “Procurement Review Board” or “Review Board” means the body established in accordance with Section 50 of the Act.

1.1.2.11 “GoJ” means the Government of Jamaica.

1.1.3 Dates, Tests, Periods and Completion

1.1.3.1 “Base Date” means the date 28 days prior to the latest date for submission and Completion of the Tender.

1.1.3.2 “Commencement Date” means the date notified under Sub-Clause 8.1 [Commencement of Works].

1.1.3.3 “Time for Completion” means the time for completing the works or a Section (as the case may be) under Sub-Clause 8.2 [Time for Completion], as stated in the Contract Data (with any extension under Sub-Clause 8.4 [Extension of Time for Completion]), calculated from the Commencement Date.

1.1.3.4 “Tests on Completion” means the tests which are specified in the contract or agreed by both Parties or instructed as a Variation, and which are carried out under Clause 9 [Tests on Completion] before the works or a

Page 282: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 230

Section (as the case may be) are taken over by the Procuring Entity.

1.1.3.5 “Taking-Over Certificate” means a certificate issued under Clause 10 [Procuring Entity’s Taking Over].

1.1.3.6 “Tests after Completion” means the tests (if any) which are specified in the contract and which are carried out in accordance with the Specification after the works or a Section (as the case may be) are taken over by the Procuring Entity.

1.1.3.7 “Defects Notification Period” means the period for notifying defects in the works or a Section (as the case may be) under Sub-Clause 11.1 [Completion of Outstanding Work and Remedying Defects], as stated in the Contract Data (with any extension under Sub-Clause 11.3 [Extension of Defects Notification Period]), calculated from the date on which the works or Section is completed as certified under Sub-Clause 10.1 [Taking Over of the works and Sections].

1.1.3.8 “Performance Certificate” means the certificate issued under Sub-Clause 11.9 [Performance Certificate].

1.1.3.9 “day” means a calendar day and “year” means 365 days.

1.1.4 Money and Payments

1.1.4.1 “Accepted Contract Amount” means the amount accepted in the Letter of Acceptance for the execution and completion of the works and the remedying of any defects.

1.1.4.2 “Contract Price” means the price defined in Sub-Clause 14.1 [The Contract Price], and includes adjustments in accordance with the contract.

1.1.4.3 “Cost” means all expenditure reasonably incurred (or to be incurred) by the Contractor, whether on or off the Site, including overhead and similar charges, but does not include profit.

1.1.4.4 “Final Payment Certificate” means the payment certificate issued under Sub-Clause 14.13 [Issue of Final Payment Certificate].

1.1.4.5 “Final Statement” means the statement defined in Sub-Clause 14.11 [Application for Final Payment Certificate].

1.1.4.6 “Foreign Currency” means a currency in which part (or all) of the Contract Price is payable, but not the Local Currency.

1.1.4.7 “Interim Payment Certificate” means a payment certificate issued under Clause 14 [Contract Price and Payment], other than the Final Payment Certificate.

1.1.4.8 “Local Currency” means the currency of the Country.

1.1.4.9 “Payment Certificate” means a payment certificate issued under Clause 14 [Contract Price and Payment].

1.1.4.10 “Provisional Sum” means a sum (if any) which is specified in the contract as a provisional sum, for the execution of any part of the works or for the supply of Plant, Materials or services under Sub-Clause 13.5 [Provisional Sums].

1.1.4.11 “Retention Money” means the accumulated retention moneys which the Procuring Entity retains under Sub-Clause 14.3 [Application for Interim Payment Certificates] and pays under Sub-Clause 14.9 [Payment of Retention Money].

Page 283: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 231

1.1.4.12 “Statement” means a statement submitted by the Contractor as part of an application, under Clause 14 [Contract Price and Payment], for a payment certificate.

1.1.5 Works and Goods

1.1.5.1 “Contractor’s Equipment” means all apparatus, machinery, vehicles and other things required for the execution and completion of the works and the remedying of any defects. However, Contractor’s Equipment excludes Temporary works, Procuring Entity’s Equipment (if any), Plant, Materials and any other things intended to form or forming part of the Permanent works.

1.1.5.2 “Goods” means things of every kind and description, whether tangible or intangible, including commodities, agricultural crops, raw materials, products and equipment; matter in solid, liquid or gaseous form; and services incidental to the supply of such things that the Contractor is required to supply to the Procuring Entity under the contract. It shall mean Contractor’s Equipment, Materials, Plant and Temporary works, or any of them as appropriate.

1.1.5.3 “Materials” means things of all kinds (other than Plant) intended to form or forming part of the Permanent works, including the supply-only materials (if any) to be supplied by the Contractor under the contract.

1.1.5.4 “Permanent Works” means the permanent works to be executed by the Contractor under the contract.

1.1.5.5 “Plant” means the apparatus, machinery and vehicles intended to form or forming part of the Permanent Works, including vehicles purchased for the Contracting Agency and relating to the construction or operation of the works.

1.1.5.6 “Section” means a part of the works specified in the Contract Data as a Section (if any).

1.1.5.7 “Temporary works” means all temporary works of every kind (other than Contractor’s Equipment) required on Site for the execution and completion of the Permanent Works and the remedying of any defects.

1.1.5.8 “Works” mean the Permanent Works and the Temporary Works, or either of them as appropriate.

1.1.6 Other Definitions

1.1.6.1 “Contractor’s Documents” means the calculations, computer programs and other software, drawings, manuals, models and other documents of a technical nature (if any) supplied by the Contractor under the Contract.

1.1.6.2 “Country” means the country in which the Site (or most of it) is located, where the Permanent Works are to be executed.

1.1.6.3 “Procuring Entity’s Equipment” means the apparatus, machinery and vehicles (if any) made available by the Procuring Entity for the use of the Contractor in the execution of the works, as stated in the Specification; but does not include Plant which has not been taken over by the Procuring Entity.

1.1.6.4 “Force Majeure” is defined in Clause 19 [Force Majeure].

1.1.6.5 “Laws” means all national (or state) legislation, statutes, ordinances and other laws, and regulations and by-laws of any legally constituted public

Page 284: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 232

authority.

1.1.6.6 “Performance Security” means the security (or securities, if any) under Sub-Clause 4.2 [Performance Security].

1.1.6.7 “Site” means the places where the Permanent works are to be executed and to which Plant and Materials are to be delivered, and any other places as may be specified in the Contract as forming part of the Site.

1.1.6.8 “Unforeseeable” means not reasonably foreseeable and against which adequate preventive precautions could not reasonably be taken by an experienced Contractor by the date for submission of the Tender.

1.1.6.9 “Variation” means any change to the works, which is instructed or approved as a variation under Clause 13 [Variations and Adjustments].

1.2 Interpretation

In the Contract, except where the context requires otherwise:

(a) words indicating one gender include all genders;

(b) words indicating the singular also include the plural and words indicating the plural also include the singular;

(c) provisions including the word “agree,” “agreed” or “agreement” require the agreement to be recorded in writing;

(d) “written” or “in writing” means a communication in hand or machine written type and includes messages by facsimile, e-mail and other electronic forms of communications with proof of receipt. “Electronic communications” means the transfer of information using electronic or similar media and the recording of information using electronic media; and

(e) the word “tender” is synonymous with “bid”, and “tenderer” with “bidder” and the words “tender documents” with “bidding documents”.

The marginal words and other headings shall not be taken into consideration in the interpretation of these Conditions.

In these Conditions, provisions including the expression "Cost plus profit" require this profit to be one-twentieth (5%) of this Cost unless otherwise indicated in the Contract Data.

1.3 Communications

Wherever these Conditions provide for the giving or issuing of approvals, certificates, consents, determinations, notices, requests and discharges, these communications shall be:

(a) in writing and delivered by hand (against receipt), sent by mail or courier, or transmitted using any of the agreed systems of electronic transmission as stated in the Contract Data; and

(b) delivered, sent or transmitted to the address for the recipient’s communications as stated in the Contract Data. However:

(i) if the recipient gives notice of another address, communications shall thereafter be delivered accordingly; and

(ii) if the recipient has not stated otherwise when requesting an approval or consent, it may be sent to the address from which the request was issued.

Approvals, certificates, consents and determinations shall not be unreasonably

Page 285: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 233

withheld or delayed. When a certificate is issued to a Party, the certifier shall send a copy to the other Party. When a notice is issued to a Party, by the other Party or the Engineer, a copy shall be sent to the Engineer or the other Party, as the case may be.

1.4 Law and Language

The Contract shall be governed by the law of the country or other jurisdiction stated in the Contract Data.

The ruling language of the contract shall be that stated in the Contract Data.

The language for communications shall be that stated in the Contract Data. If no language is stated there, the language for communications shall be the ruling language of the Contract.

1.5 Priority of Documents

The documents forming the contract are to be taken as mutually explanatory of one another. For the purposes of interpretation, the priority of the documents shall be in accordance with the following sequence:

(a) the Contract Agreement (if any),

(b) the Letter of Acceptance,

(c) the Letter of Tender,

(d) the Particular Conditions – Part A,

(e) the Particular Conditions – Part B

(f) these General Conditions

(g) the Specification,

(h) the Drawings, and

(i) the Schedules and any other documents forming part of the Contract.

If an ambiguity or discrepancy is found in the documents, the Engineer shall issue any necessary clarification or instruction.

1.6 Contract Agreement

The Parties shall enter into a Contract Agreement within 28 days after the Contractor receives the Letter of Acceptance, unless they agree otherwise. The contract Agreement shall be based upon the form annexed to the Particular Conditions. The costs of stamp duties and similar charges (if any) imposed by law in connection with entry into the Contract Agreement shall be borne by the Procuring Entity.

1.7 Assignment

Neither Party shall assign the whole or any part of the Contract or any benefit or interest in or under the Contract. However, either Party:

(a) may assign the whole or any part with the prior agreement of the other Party, at the sole discretion of such other Party, and

(b) may, as security in favour of a bank or financial institution, assign its right to any moneys due, or to become due, under the contract.

1.8 Care and Supply of Documents

The Specification and Drawings shall be in the custody and care of the Procuring Entity. Unless otherwise stated in the Contract, two copies of the Contract and of

Page 286: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 234

each subsequent Drawing shall be supplied to the Contractor, who may make or request further copies at the cost of the Contractor.

Each of the Contractor’s Documents shall be in the custody and care of the Contractor, unless and until taken over by the Procuring Entity. Unless otherwise stated in the Contract, the Contractor shall supply to the Engineer six copies of each of the Contractor’s Documents.

The Contractor shall keep, on the Site, a copy of the Contract, publications named in the Specification, the Contractor’s Documents (if any), the Drawings and Variations and other communications given under the Contract. The Procuring Entity’s Personnel shall have the right of access to all these documents at all reasonable times.

If a Party becomes aware of an error or defect in a document which was prepared for use in executing the works, the Party shall promptly give notice to the other Party of such error or defect.

1.9 Delayed Drawings or Instructions

Th Contractor shall give notice to the Engineer whenever the works are likely to be delayed or disrupted if any necessary drawing or instruction is not issued to the Contractor within a particular time, which shall be reasonable. The notice shall include details of the necessary drawing or instruction, details of why and by when it should be issued, and details of the nature and amount of the delay or disruption likely to be suffered if it is late.

If the Contractor suffers delay and/or incurs Cost as a result of a failure of the Engineer to issue the notified drawing or instruction within a time which is reasonable and is specified in the notice with supporting details, the Contractor shall give a further notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost plus profit, which shall be included in the Contract Price.

After receiving this further notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

However, if and to the extent that the Engineer’s failure was caused by any error or delay by the Contractor, including an error in, or delay in the submission of, any of the Contractor’s Documents, the Contractor shall not be entitled to such extension of time, Cost or profit

1.10 Procuring Entity’s Use of Contractor’s Documents

As between the Parties, the Contractor shall retain the copyright and other intellectual property rights in the Contractor’s Documents and other design documents made by (or on behalf of) the Contractor.

The Contractor shall be deemed (by signing the Contract) to give to the Procuring Entity a non-terminable transferable non-exclusive royalty-free licence to copy, use and communicate the Contractor’s Documents, including making and using modifications of them. This licence shall:

(a) apply throughout the actual or intended working life (whichever is longer) of the relevant parts of the works,

(b) entitle any person in proper possession of the relevant part of the works to

Page 287: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 235

copy, use and communicate the Contractor’s Documents for the purposes of completing, operating, maintaining, altering, adjusting, repairing and demolishing the works, and

(c) in the case of Contractor’s Documents which are in the form of computer programs and other software, permit their use on any computer on the Site and other places as envisaged by the contract, including replacements of any computers supplied by the Contractor.

The Contractor’s Documents and other design documents made by (or on behalf of) the Contractor shall not, without the Contractor’s consent, be used, copied or communicated to a third party by (or on behalf of) the Procuring Entity for purposes other than those permitted under this Sub-Clause.

1.11 Contractor’s Use of Procuring Entity’s Documents

As between the Parties, the Procuring Entity shall retain the copyright and other intellectual property rights in the Specification, the Drawings and other documents made by (or on behalf of) the Procuring Entity. The Contractor may, at his cost, copy, use, and obtain communication of these documents for the purposes of the Contract. They shall not, without the Procuring Entity’s consent, be copied, used or communicated to a third party by the Contractor, except as necessary for the purposes of the Contract.

1.12 Confidential Details

The Contractor and the Procuring Entity shall disclose all such confidential and other information as the Engineer may reasonably require in order to verify the Contractor’s compliance with the Contract and allow its proper implementation.

Each of them shall treat the details of the Contract as private and confidential, except to the extent necessary to carry out the Contractor’s obligations under the Contract or to comply with applicable Laws. Each of them shall not publish or disclose any particulars of the works prepared by the other Party without the previous agreement of the other Party, however, the Contractor shall be permitted to disclose any publicly available information, or information otherwise required to establish his qualifications to compete for other projects.

1.13 Compliance with Laws

The Contractor shall, in performing the Contract, comply with applicable Laws. Unless otherwise stated in the Particular Conditions:

(a) the Procuring Entity shall have obtained (or shall obtain) the planning, zoning or similar permission for the Permanent works, and any other permissions described in the Specification as having been (or being) obtained by the Procuring Entity; and the Procuring Entity shall indemnify and hold the Contractor harmless against and from the consequences of any failure to do so; and

(b) the Contractor shall give all notices, pay all taxes, duties and fees, and obtain all permits, licences and approvals, as required by the Laws in relation to the execution and completion of the works and the remedying of any defects; and the Contractor shall indemnify and hold the Procuring Entity harmless against and from the consequences of any failure to do so.

1.14 Joint and Several Liability

If the Contractor constitutes (under applicable Laws) a joint venture or other unincorporated grouping of two or more persons:

(a) these persons shall be deemed to be jointly and severally liable to the

Page 288: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 236

Procuring Entity for the performance of the contract;

(b) these persons shall notify the Procuring Entity of their leader who shall have authority to bind the Contractor and each of these persons; and

(c) the Contractor shall not alter its composition or legal status without the prior consent of the Procuring Entity.

1.15 Inspections and Audit

The Contractor shall permit the Procuring Entity and/or persons appointed by the Procuring Entity to inspect the Site and/or the Contractor’s accounts and records relating to the performance of the Contract and to have such accounts and records audited by auditors appointed by the Government of Jamaica (GoJ) if required by the GoJ.

2. The Procuring Entity

2.1 Right of Access to the Site

The Procuring Entity shall give the Contractor right of access to and possession of, all parts of the Site within the time (or times) stated in the contract Data. The right and possession may not be exclusive to the Contractor. If, under the contract, the Procuring Entity is required to give (to the Contractor) possession of any foundation, structure, plant or means of access, the Procuring Entity shall do so in the time and manner stated in the Specification. However, the Procuring Entity may withhold any such right or possession until the Performance Security has been received.

If no such time is stated in the Contract Data, the Procuring Entity shall give the Contractor right of access to, and possession of, the Site within such times as may be required to enable the Contractor to proceed in accordance with the programme submitted under Sub-Clause 8.3 [Programme].

If the Contractor suffers delay and/or incurs Cost as a result of a failure by the Procuring Entity to give any such right or possession within such time, the Contractor shall give notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost plus profit, which shall be included in the Contract Price.

After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

However, if and to the extent that the Procuring Entity’s failure was caused by any error or delay by the Contractor, including an error in, or delay in the submission of, any of the Contractor’s Documents, the Contractor shall not be entitled to such extension of time, Cost or profit.

2.2 Permits, Licences or Approvals

The Procuring Entity shall (where he is in a position to do so) provide reasonable assistance to the Contractor at the request of the Contractor, to obtain properly:

(a) copies of the Laws of the Country which are relevant to the Contract but are not readily available, and

(b) any permits, licences or approvals required by the Laws of the Country:

Page 289: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 237

(i) which the Contractor is required to obtain under Sub-Clause 1.13 [Compliance with Laws],

(ii) for the delivery of Goods, including clearance through customs, and

(iii) for the export of Contractor’s Equipment when it is removed from the Site.

2.3 Procuring Entity’s Personnel

The Procuring Entity shall be responsible for ensuring that the Procuring Entity’s Personnel and the Procuring Entity’s other Contractors on the Site:

(a) co-operate with the Contractor’s efforts under Sub-Clause 4.6 [Co-operation], and

(b) take actions similar to those which the Contractor is required to take under sub-paragraphs (a), (b) and (c) of Sub-Clause 4.8 [Safety Procedures] and under Sub-Clause 4.18 [Protection of the Environment].

2.4 Procuring Entity’s Financial Arrangements

The Procuring Entity shall submit, within 28 days after receiving any request from the Contractor, reasonable evidence that financial arrangements have been made and are being maintained which will enable the Procuring Entity to pay the Contract Price (as estimated at that time) in accordance with Clause 14 [Contract Price and Payment]. Before the Procuring Entity makes any material change to his financial arrangements, the Procuring Entity shall give notice to the Contractor with detailed particulars.

2.5 Procuring Entity’s Claims

If the Procuring Entity considers himself to be entitled to any payment under any Clause of these Conditions or otherwise in connection with the contract, and/or to any extension of the Defects Notification Period, the Procuring Entity or the Engineer shall give notice and particulars to the Contractor. However, notice is not required for payments due under Sub-Clause 4.19 [Electricity, Water and Gas], under Sub-Clause 4.20 [Procuring Entity’s Equipment and Free-Issue Material], or for other services requested by the Contractor.

The notice shall be given as soon as practicable after the Procuring Entity became aware, or should have become aware, of the event or circumstances giving rise to the claim. A notice relating to any extension of the Defects Notification Period shall be given before the expiry of such period.

The particulars shall specify the Clause or other basis of the claim, and shall include substantiation of the amount and/or extension to which the Procuring Entity considers himself to be entitled in connection with the Contract. The Engineer shall then proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine (i) the amount (if any) which the Procuring Entity is entitled to be paid by the Contractor, and/or (ii) the extension (if any) of the Defects Notification Period in accordance with Sub-Clause 11.3 [Extension of Defects Notification Period].

This amount may be included as a deduction in the Contract Price and Payment Certificates. The Procuring Entity shall only be entitled to set off against or make any deduction from an amount certified in a Payment Certificate, or to otherwise claim against the Contractor, in accordance with this Sub-Clause.

Page 290: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 238

3. The Engineer

3.1 Engineer’s Duties and Authority

The Procuring Entity shall appoint the Engineer who shall carry out the duties assigned to him in the Contract. The Engineer’s staff shall include suitably qualified engineers and other professionals who are competent to carry out these duties.

The Engineer shall have no authority to amend the contract.

The Engineer may exercise the authority attributable to the Engineer as specified in or necessarily to be implied from the Contract. If the Engineer is required to obtain the approval of the Procuring Entity before exercising a specified authority, the requirements shall be as stated in the Particular Conditions of Contract. The Procuring Entity shall promptly inform the Contractor of any change to the authority attributed to the Engineer.

However, whenever the Engineer exercises a specified authority for which the Procuring Entity’s approval is required, then (for the purposes of the Contract) the Procuring Entity shall be deemed to have given approval.

Except as otherwise stated in these Conditions:

(a) whenever carrying out duties or exercising authority, specified in or implied by the Contract, the Engineer shall be deemed to act for the Procuring Entity;

(b) the Engineer has no authority to relieve either Party of any duties, obligations or responsibilities under the Contract; and

(c) any approval, check, certificate, consent, examination, inspection, instruction, notice, proposal, request, test, or similar act by the Engineer (including absence of disapproval) shall not relieve the Contractor from any responsibility he has under the Contract, including responsibility for errors, omissions, discrepancies and non-compliances.

The following provisions shall apply:

The Engineer shall obtain the specific approval of the Procuring Entity before taking action under the-following Sub-Clauses of these Conditions:

(a) Sub-Clause 4.12: Agreeing or determining an extension of time and/or additional cost.

(b) Sub-Clause 13.1: Instructing a Variation, except;

(i) in an emergency situation as determined by the Engineer, or

(ii) if such a Variation would increase the Accepted Contract Amount by less than the percentage specified in the Contract Data.

(c) Sub-Clause 13.3: Approving a proposal for Variation submitted by the Contractor in accordance with Sub Clause 13.1 or 13.2.

(d) Sub-Clause 13.4: Specifying the amount payable in each of the applicable currencies

(e) Notwithstanding the obligation, as set out above, to obtain approval, if, in the opinion of the Engineer, an emergency occurs affecting the safety of life or of the works or of adjoining property, he may, without relieving the Contractor of any of his duties and responsibility under the Contract, instruct the Contractor to execute all such work or to do all such things as may, in the opinion of the Engineer, be necessary to abate or reduce the risk. The

Page 291: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 239

Contractor shall forthwith comply, despite the absence of approval of the Procuring Entity, with any such instruction of the Engineer. The Engineer shall determine an addition to the Contract Price, in respect of such instruction, in accordance with Clause 13 and shall notify the Contractor accordingly, with a copy to the Procuring Entity.

3.2 Delegation by the Engineer

The Engineer may from time to time assign duties and delegate authority to assistants, and may also revoke such assignment or delegation. These assistants may include a resident engineer, and/or independent inspectors appointed to inspect and/or test items of Plant and/or Materials. The assignment, delegation or revocation shall be in writing and shall not take effect until copies have been received by both Parties.

However, unless otherwise agreed by both Parties, the Engineer shall not delegate the authority to determine any matter in accordance with Sub-Clause 3.5 [Determinations].

Assistants shall be suitably qualified persons, who are competent to carry out these duties and exercise this authority, and who are fluent in the language for communications defined in Sub-Clause 1.4 [Law and Language].

Each assistant, to whom duties have been assigned or authority has been delegated, shall only be authorised to issue instructions to the Contractor to the extent defined by the delegation. Any approval, check, certificate, consent, examination, inspection, instruction, notice, proposal, request, test, or similar act by an assistant, in accordance with the delegation, shall have the same effect as though the act had been an act of the Engineer. However:

(a) any failure to disapprove any work, Plant or Materials shall not constitute approval, and shall therefore not prejudice the right of the Engineer to reject the work, Plant or Materials;

(b) if the Contractor questions any determination or instruction of an assistant, the Contractor may refer the matter to the Engineer, who shall promptly confirm, reverse or vary the determination or instruction.

3.3 Instructions of the Engineer

The Engineer may issue to the Contractor (at any time) instructions and additional or modified Drawings which may be necessary for the execution of the works and the remedying of any defects, all in accordance with the Contract. The Contractor shall only take instructions from the Engineer, or from an assistant to whom the appropriate authority has been delegated under this Clause. If an instruction constitutes a Variation, Clause 13 [Variations and Adjustments] shall apply.

The Contractor shall comply with the instructions given by the Engineer or delegated assistant, on any matter related to the Contract. Whenever practicable, their instructions shall be given in writing. If the Engineer or a delegated assistant:

(a) gives an oral instruction,

(b) receives a written confirmation of the instruction, from (or on behalf of) the Contractor, within two working days after giving the instruction, and

(c) does not reply by issuing a written rejection and/or instruction within two working days after receiving the confirmation,

then the confirmation shall constitute the written instruction of the Engineer or delegated assistant (as the case may be).

Page 292: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 240

3.4 Replacement of the Engineer

Notwithstanding Sub-Clause 3.1, if the Procuring Entity intends to replace the Engineer, the Procuring Entity shall, not less than 21 days before the intended date of replacement, give notice to the Contractor of the name, address and relevant experience of the intended replacement Engineer. If the Contractor considers the intended replacement Engineer to be unsuitable, he has the right to raise reasonable objection against him by notice to the Procuring Entity, with supporting particulars, and the Procuring Entity shall give full and fair consideration to this objection.

3.5 Determinations

Whenever these Conditions provide that the Engineer shall proceed in accordance with this Sub-Clause 3.5 to agree or determine any matter, the Engineer shall consult with each Party to reach agreement. If agreement is not achieved, the Engineer shall make a fair determination in accordance with the contract, taking due regard of all relevant circumstances.

The Engineer shall give notice to both Parties of each agreement or determination, with supporting particulars. Each Party shall give effect to each agreement or determination unless and until revised under Clause 20 [Claims, Disputes and Arbitration].

4. The Contractor

4.1 Contractor’s General Obligations

The Contractor shall design (to the extent specified in the contract), execute and complete the works in accordance with the contract and with the Engineer’s instructions, and shall remedy any defects in the works.

The Contractor shall provide the Plant and Contractor’s Documents specified in the contract, and all Contractor’s Personnel, Goods, consumables and other things and services, whether of a temporary or permanent nature, required in and for this design, execution, completion and remedying of defects.

All equipment, material, and services to be incorporated in or required for the works shall have their origin in any eligible source country.

The Contractor shall be responsible for the adequacy, stability and safety of all Site operations and of all methods of construction. Except to the extent specified in the contract, the Contractor (i) shall be responsible for all Contractor’s Documents, Temporary works, and such design of each item of Plant and Materials as is required for the item to be in accordance with the contract, and (ii) shall not otherwise be responsible for the design or specification of the Permanent works.

The Contractor shall, whenever required by the Engineer, submit details of the arrangements and methods which the Contractor proposes to adopt for the execution of the works. No significant alteration to these arrangements and methods shall be made without this having previously been notified to the Engineer.

If the contract specifies that the Contractor shall design any part of the Permanent works, then unless otherwise stated in the Particular Conditions of Contracts:

(a) the Contractor shall submit to the Engineer the Contractor’s Documents for this part in accordance with the procedures specified in the contract;

(b) these Contractor’s Documents shall be in accordance with the Specification

Page 293: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 241

and Drawings, shall be written in the language for communications defined in Sub-Clause 1.4 [Law and Language], and shall include additional information required by the Engineer to add to the Drawings for co-ordination of each Party’s designs;

(c) the Contractor shall be responsible for this part and it shall, when the works are completed, be fit for such purposes for which the part is intended as are specified in the contract; and

(d) prior to the commencement of the Tests on Completion, the Contractor shall submit to the Engineer the “as-built” documents and operation and maintenance manuals in accordance with the Specification and in sufficient detail for the Procuring Entity to operate, maintain, dismantle, reassemble, adjust and repair this part of the works. Such part shall not be considered to be completed for the purposes of taking-over under Sub-Clause 10.1 [Taking Over of the works and Sections] until these documents and manuals have been submitted to the Engineer.

4.2 Performance Security

The Contractor shall obtain (at his cost) a Performance Security for proper performance, in the form, amount and currencies stated in the Contract Data. If an amount is not stated in the Contract Data, this Sub-Clause shall not apply.

The Contractor shall deliver the Performance Security to the Procuring Entity within 28 days after receiving the Letter of Acceptance, and shall send a copy to the Engineer. The Performance Security shall be issued by an entity and from within a country (or other jurisdiction) approved by the Procuring Entity, and shall be in the form annexed to the Particular Conditions of Contracts or in another form approved by the Procuring Entity.

The Contractor shall ensure that the Performance Security is valid and enforceable until the Contractor has executed and completed the works and remedied any defects. If the terms of the Performance Security specify its expiry date, and the Contractor has not become entitled to receive the Performance Certificate by the date 28 days prior to the expiry date, the Contractor shall extend the validity of the Performance Security until the works have been completed and any defects have been remedied.

The Procuring Entity shall not make a claim under the Performance Security, except for amounts to which the Procuring Entity is entitled under the Contract. The Procuring Entity shall indemnify and hold the Contractor harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from a claim under the Performance Security to the extent to which the Procuring Entity was not entitled to make the claim.

The Procuring Entity shall return the Performance Security to the Contractor within 21 days after receiving a copy of the Performance Certificate.

Without limitation to the provisions of the rest of this Sub-Clause, whenever the Engineer determines an addition or a reduction to the Contract Price as a result of a change in cost and/or legislation or as a result of a Variation amounting to more than 25 percent of the portion of the Contract Price payable in a specific currency, the Contractor shall at the Engineer's request promptly increase, or may decrease, as the case may be, the value of the Performance Security in that currency by an equal percentage.

4.3 Contractor’s Representative

The Contractor shall appoint the Contractor’s Representative and shall give him all

Page 294: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 242

authority necessary to act on the Contractor’s behalf under the contract.

Unless the Contractor’s Representative is named in the contract, the Contractor shall, prior to the Commencement Date, submit to the Engineer for consent the name and particulars of the person the Contractor proposes to appoint as Contractor’s Representative. If consent is withheld or subsequently revoked or if the appointed person fails to act as Contractor’s Representative, the Contractor shall similarly submit the name and particulars of another suitable person for such appointment.

The Contractor shall not, without the prior consent of the Engineer, revoke the appointment of the Contractor’s Representative or appoint a replacement.

The whole time of the Contractor’s Representative shall be given to directing the Contractor’s performance of the contract. If the Contractor’s Representative is to be temporarily absent from the Site during the execution of the works, a suitable replacement person shall be appointed, subject to the Engineer’s prior consent, and the Engineer shall be notified accordingly.

The Contractor’s Representative shall, on behalf of the Contractor, receive instructions under Sub-Clause 3.3 [Instructions of the Engineer].

The Contractor’s Representative may delegate any powers, functions and authority to any competent person, and may at any time revoke the delegation. Any delegation or revocation shall not take effect until the Engineer has received prior notice signed by the Contractor’s Representative, naming the person and specifying the powers, functions and authority being delegated or revoked.

The Contractor’s Representative shall be fluent in the language for communications defined in Sub-Clause 1.4 [Law and Language]. If the Contractor’s Representative’s delegates are not fluent in the said language, the Contractor shall make competent interpreters available during all working hours in a number deemed sufficient by the Engineer.

4.4 Sub-Contractors

The Contractor shall not subcontract the whole of the works.

The Contractor shall be responsible for the acts or defaults of any SubContractor, his agents or employees, as if they were the acts or defaults of the Contractor. Unless otherwise stated in the Particular Conditions:

(a) the Contractor shall not be required to obtain consent to suppliers solely of Materials, or to a subcontract for which the SubContractor is named in the contract;

(b) the prior consent of the Engineer shall be obtained to other proposed Sub-Contractors;

(c) the Contractor shall give the Engineer not less than 28 days’ notice of the intended date of the commencement of each Sub-Contractor’s work, and of the commencement of such work on the Site; and

(d) each subcontract shall include provisions which would entitle the Procuring Entity to require the subcontract to be assigned to the Procuring Entity under Sub-Clause 4.5 [Assignment of Benefit of Subcontract] (if or when applicable) or in the event of termination under Sub-Clause 15.2 [Termination by Procuring Entity].

The Contractor shall ensure that the requirements imposed on the Contractor by Sub-Clause 1.12 [Confidential Details] apply equally to each SubContractor.

Page 295: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 243

Where practicable, the Contractor shall give fair and reasonable opportunity for Contractors from the Country to be appointed as Sub-Contractors.

4.5 Assignment of Benefit of Subcontract

If a Sub-Contractor’s obligations extend beyond the expiry date of the relevant Defects Notification Period and the Engineer, prior to this date, instructs the Contractor to assign the benefit of such obligations to the Procuring Entity, then the Contractor shall do so. Unless otherwise stated in the assignment, the Contractor shall have no liability to the Procuring Entity for the work carried out by the Sub-Contractor after the assignment takes effect.

4.6 Co-operation

The Contractor shall, as specified in the contract or as instructed by the Engineer, allow appropriate opportunities for carrying out work to:

(a) the Procuring Entity’s Personnel,

(b) any other Contractors employed by the Procuring Entity, and

(c) the personnel of any legally constituted public authorities,

who may be employed in the execution on or near the Site of any work not included in the contract.

Any such instruction shall constitute a Variation if and to the extent that it causes the Contractor to incur Unforeseeable Cost. Services for these personnel and other Contractors may include the use of Contractor’s Equipment, Temporary works or access arrangements which are the responsibility of the Contractor.

If, under the contract, the Procuring Entity is required to give to the Contractor possession of any foundation, structure, plant or means of access in accordance with Contractor’s Documents, the Contractor shall submit such documents to the Engineer in the time and manner stated in the Specification.

4.7 Setting Out

The Contractor shall set out the works in relation to original points, lines and levels of reference specified in the contract or notified by the Engineer. The Contractor shall be responsible for the correct positioning of all parts of the works, and shall rectify any error in the positions, levels, dimensions or alignment of the works.

The Procuring Entity shall be responsible for any errors in these specified or notified items of reference, but the Contractor shall use reasonable efforts to verify their accuracy before they are used.

If the Contractor suffers delay and/or incurs Cost from executing work which was necessitated by an error in these items of reference, and an experienced Contractor could not reasonably have discovered such error and avoided this delay and/or Cost, the Contractor shall give notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost plus profit, which shall be included in the contract Price.

After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine (i) whether and (if so) to what extent the error could not reasonably have been discovered, and (ii) the matters described in sub-paragraphs (a) and (b) above related to this extent.

Page 296: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 244

4.8 Safety Procedures

The Contractor shall:

(a) comply with all applicable safety regulations,

(b) take care for the safety of all persons entitled to be on the Site,

(c) use reasonable efforts to keep the Site and works clear of unnecessary obstruction so as to avoid danger to these persons,

(d) provide fencing, lighting, guarding and watching of the works until completion and taking over under Clause 10 [Procuring Entity’s Taking Over], and

(e) provide any Temporary works (including roadways, footways, guards and fences) which may be necessary, because of the execution of the works, for the use and protection of the public and of owners and occupiers of adjacent land.

4.9 Quality Assurance

The Contractor shall institute a quality assurance system to demonstrate compliance with the requirements of the contract. The system shall be in accordance with the details stated in the contract. The Engineer shall be entitled to audit any aspect of the system.

Details of all procedures and compliance documents shall be submitted to the Engineer for information before each design and execution stage is commenced. When any document of a technical nature is issued to the Engineer, evidence of the prior approval by the Contractor himself shall be apparent on the document itself.

Compliance with the quality assurance system shall not relieve the Contractor of any of his duties, obligations or responsibilities under the contract.

4.10 Site Data

The Procuring Entity shall have made available to the Contractor for his information, prior to the Base Date, all relevant data in the Procuring Entity’s possession on sub-surface and hydrological conditions at the Site, including environmental aspects. The Procuring Entity shall similarly make available to the Contractor all such data which come into the Procuring Entity’s possession after the Base Date. The Contractor shall be responsible for interpreting all such data.

To the extent which was practicable (taking account of cost and time), the Contractor shall be deemed to have obtained all necessary information as to risks, contingencies and other circumstances which may influence or affect the Tender or works. To the same extent, the Contractor shall be deemed to have inspected and examined the Site, its surroundings, the above data and other available information, and to have been satisfied before submitting the Tender as to all relevant matters, including (without limitation):

(a) the form and nature of the Site, including sub-surface conditions,

(b) the hydrological and climatic conditions,

(c) the extent and nature of the work and Goods necessary for the execution and completion of the works and the remedying of any defects,

(d) the Laws, procedures and labour practices of the Country, and

(e) the Contractor’s requirements for access, accommodation, facilities,

Page 297: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 245

personnel, power, transport, water and other services.

4.11 Sufficiency of the Accepted Contract Amount

The Contractor shall be deemed to:

(a) have satisfied himself as to the correctness and sufficiency of the Accepted Contract Amount, and

(b) have based the Accepted Contract Amount on the data, interpretations, necessary information, inspections, examinations and satisfaction as to all relevant matters referred to in Sub-Clause 4.10 [Site Data].

Unless otherwise stated in the contract, the Accepted Contract Amount covers all the Contractor’s obligations under the contract (including those under Provisional Sums, if any) and all things necessary for the proper execution and completion of the works and the remedying of any defects.

4.12 Unforeseeable Physical Conditions

In this Sub-Clause, “physical conditions” means natural physical conditions and man-made and other physical obstructions and pollutants, which the Contractor encounters at the Site when executing the works, including sub-surface and hydrological conditions but excluding climatic conditions.

If the Contractor encounters adverse physical conditions which he considers to have been Unforeseeable, the Contractor shall give notice to the Engineer as soon as practicable.

This notice shall describe the physical conditions, so that they can be inspected by the Engineer, and shall set out the reasons why the Contractor considers them to be Unforeseeable. The Contractor shall continue executing the works, using such proper and reasonable measures as are appropriate for the physical conditions, and shall comply with any instructions which the Engineer may give. If an instruction constitutes a Variation, Clause 13 [Variations and Adjustments] shall apply.

If and to the extent that the Contractor encounters physical conditions which are Unforeseeable, gives such a notice, and suffers delay and/or incurs Cost due to these conditions, the Contractor shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost, which shall be included in the Contract Price.

After receiving such notice and inspecting and/or investigating these physical conditions, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine (i) whether and (if so) to what extent these physical conditions were Unforeseeable, and (ii) the matters described in sub-paragraphs (a) and (b) above related to this extent.

However, before additional Cost is finally agreed or determined under sub-paragraph (ii), the Engineer may also review whether other physical conditions in similar parts of the works (if any) were more favourable than could reasonably have been foreseen when the Contractor submitted the Tender. If and to the extent that these more favourable conditions were encountered, the Engineer may proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine the reductions in Cost which were due to these conditions, which may be included (as deductions) in the Contract Price and Payment Certificates. However, the net

Page 298: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 246

effect of all adjustments under sub-paragraph (b) and all these reductions, for all the physical conditions encountered in similar parts of the works, shall not result in a net reduction in the Contract Price.

The Engineer may take account of any evidence of the physical conditions foreseen by the contractor when submitting the Tender, which may be made available by the contractor, but shall not be bound by any such evidence.

4.13 Rights of Way and Facilities

The Contractor shall bear all costs and charges for special and/or temporary rights-of-way which he may require, including those for access to the Site. The Contractor shall also obtain, at his risk and cost, any additional facilities outside the Site which he may require for the purposes of the works.

4.14 Avoidance of Interference

The Contractor shall not interfere unnecessarily or improperly with:

(a) the convenience of the public, or

(b) the access to and use and occupation of all roads and footpaths, irrespective of whether they are public or in the possession of the Procuring Entity or of others.

The Contractor shall indemnify and hold the Procuring Entity harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from any such unnecessary or improper interference.

4.15 Access Route

The Contractor shall be deemed to have been satisfied as to the suitability and availability of access routes to the Site. The Contractor shall use reasonable efforts to prevent any road or bridge from being damaged by the Contractor’s traffic or by the Contractor’s Personnel. These efforts shall include the proper use of appropriate vehicles and routes.

Except as otherwise stated in these Conditions:

(a) the Contractor shall (as between the Parties) be responsible for any maintenance which may be required for his use of access routes;

(b) the Contractor shall provide all necessary signs or directions along access routes, and shall obtain any permission which may be required from the relevant authorities for his use of routes, signs and directions;

(c) the Procuring Entity shall not be responsible for any claims which may arise from the use or otherwise of any access route;

(d) the Procuring Entity does not guarantee the suitability or availability of particular access routes; and

(e) Costs due to non-suitability or non-availability, for the use required by the Contractor, of access routes shall be borne by the Contractor.

4.16 Transport of Goods

Unless otherwise stated in the Particular Conditions:

(a) the Contractor shall give the Engineer not less than 21 days’ notice of the date on which any Plant or a major item of other Goods will be delivered to the Site;

Page 299: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 247

(b) the Contractor shall be responsible for packing, loading, transporting, receiving, unloading, storing and protecting all Goods and other things required for the works; and

(c) the Contractor shall indemnify and hold the Procuring Entity harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from the transport of Goods, and shall negotiate and pay all claims arising from their transport.

4.17 Contractor’s Equipment

The Contractor shall be responsible for all Contractor’s Equipment. When brought on to the Site, Contractor’s Equipment shall be deemed to be exclusively intended for the execution of the works. The Contractor shall not remove from the Site any major items of Contractor’s Equipment without the consent of the Engineer. However, consent shall not be required for vehicles transporting Goods or Contractor’s Personnel off Site.

4.18 Protection of the Environment

The Contractor shall take all reasonable steps to protect the environment (both on and off the Site) and to limit damage and nuisance to people and property resulting from pollution, noise and other results of his operations.

The Contractor shall ensure that emissions, surface discharges and effluent from the Contractor’s activities shall not exceed the values stated in the Specification or prescribed by applicable Laws.

4.19 Electricity, Water and Gas

The Contractor shall, except as stated below, be responsible for the provision of all power, water and other services he may require.

The Contractor shall be entitled to use for the purposes of the works such supplies of electricity, water, gas and other services as may be available on the Site and of which details and prices are given in the Specification. The Contractor shall, at his risk and cost, provide any apparatus necessary for his use of these services and for measuring the quantities consumed.

The quantities consumed and the amounts due (at these prices) for such services shall be agreed or determined by the Engineer in accordance with Sub-Clause 2.5 [Procuring Entity’s Claims] and Sub-Clause 3.5 [Determinations]. The Contractor shall pay these amounts to the Procuring Entity.

4.20 Procuring Entity’s Equipment and Free-Issue Material

The Procuring Entity shall make the Procuring Entity’s Equipment (if any) available for the use of the Contractor in the execution of the works in accordance with the details, arrangements and prices stated in the Specification. Unless otherwise stated in the Specification:

(a) the Procuring Entity shall be responsible for the Procuring Entity’s Equipment, except that

(b) the Contractor shall be responsible for each item of Procuring Entity’s Equipment whilst any of the Contractor’s Personnel is operating it, driving it, directing it or in possession or control of it.

The appropriate quantities and the amounts due (at such stated prices) for the use of Procuring Entity’s Equipment shall be agreed or determined by the Engineer in

Page 300: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 248

accordance with Sub-Clause 2.5 [Procuring Entity’s Claims] and Sub-Clause 3.5 [Determinations]. The Contractor shall pay these amounts to the Procuring Entity.

The Procuring Entity shall supply, free of charge, the “free-issue materials” (if any) in accordance with the details stated in the Specification. The Procuring Entity shall, at his risk and cost, provide these materials at the time and place specified in the contract. The Contractor shall then visually inspect them, and shall promptly give notice to the Engineer of any shortage, defect or default in these materials. Unless otherwise agreed by both Parties, the Procuring Entity shall immediately rectify the notified shortage, defect or default.

After this visual inspection, the free-issue materials shall come under the care, custody and control of the Contractor. The Contractor’s obligations of inspection, care, custody and control shall not relieve the Procuring Entity of liability for any shortage, defect or default not apparent from a visual inspection.

4.21 Progress Reports

Unless otherwise stated in the Particular Conditions, monthly progress reports shall be prepared by the Contractor and submitted to the Engineer in six (6) copies. The first report shall cover the period up to the end of the first calendar month following the Commencement Date. Reports shall be submitted monthly thereafter, each within seven (7) days after the last day of the period to which it relates.

Reporting shall continue until the Contractor has completed all work which is known to be outstanding at the completion date stated in the Taking-Over Certificate for the works.

Each report shall include:

(a) charts and detailed descriptions of progress, including each stage of design (if any), Contractor’s Documents, procurement, manufacture, delivery to Site, construction, erection and testing; and including these stages for work by each nominated SubContractor (as defined in Clause 5 [Nominated Contractor Sub-Contractors]),

(b) photographs showing the status of manufacture and of progress on the Site;

(c) for the manufacture of each main item of Plant and Materials, the name of the manufacturer, manufacture location, percentage progress, and the actual or expected dates of:

(i) commencement of manufacture,

(ii) Contractor’s inspections,

(iii) tests, and

(iv) shipment and arrival at the Site;

(d) the details described in Sub-Clause 6.10 [Records of Contractor’s Personnel and Equipment];

(e) copies of quality assurance documents, test results and certificates of Materials;

(f) list of notices given under Sub-Clause 2.5 [Procuring Entity’s Claims] and notices given under Sub-Clause 20.1 [Contractor’s Claims];

(g) safety statistics, including details of any hazardous incidents and activities relating to environmental aspects and public relations; and

Page 301: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 249

(h) comparisons of actual and planned progress, with details of any events or circumstances which may jeopardise the completion in accordance with the contract, and the measures being (or to be) adopted to overcome delays.

4.22 Security of the Site

Unless otherwise stated in the Particular Conditions:

(a) the Contractor shall be responsible for keeping unauthorised persons off the Site, and

(b) authorised persons shall be limited to the Contractor’s Personnel and the Procuring Entity’s Personnel; and to any other personnel notified to the Contractor, by the Procuring Entity or the Engineer, as authorised personnel of the Procuring Entity’s other Contractors on the Site.

4.23 Contractor’s Operations on Site

The Contractor shall confine his operations to the Site, and to any additional areas which may be obtained by the Contractor and agreed by the Engineer as working areas. The Contractor shall take all necessary precautions to keep Contractor’s Equipment and Contractor’s Personnel within the Site and these additional areas, and to keep them off adjacent land.

During the execution of the works, the Contractor shall keep the Site free from all unnecessary obstruction, and shall store or dispose of any Contractor’s Equipment or surplus materials. The Contractor shall clear away and remove from the Site any wreckage, rubbish and Temporary works which are no longer required.

Upon the issue of a Taking-Over Certificate, the Contractor shall clear away and remove, from that part of the Site and works to which the Taking-Over Certificate refers, all Contractor’s Equipment, surplus material, wreckage, rubbish and Temporary works. The Contractor shall leave that part of the Site and the works in a clean and safe condition. However, the Contractor may retain on Site, during the Defects Notification Period, such Goods as are required for the Contractor to fulfil obligations under the contract.

4.24 Fossils

All fossils, coins, articles of value or antiquity, and structures and other remains or items of geological or archaeological interest found on the Site shall be placed under the care and authority of the Procuring Entity. The Contractor shall take reasonable precautions to prevent Contractor’s Personnel or other persons from removing or damaging any of these findings.

The Contractor shall, upon discovery of any such finding, promptly give notice to the Engineer, who shall issue instructions for dealing with it. If the Contractor suffers delay and/or incurs Cost from complying with the instructions, the Contractor shall give a further notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost, which shall be included in the contract Price.

After receiving this further notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

5. Nominated Sub-Contractors

Page 302: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 250

5.1 Definition of “nominated SubContractor”

In the contract, “nominated Sub-Contractor” means a Sub-Contractor:

(a) who is stated in the contract as being a nominated Sub-contractor, or

(b) whom the Engineer, under Clause 13 [Variations and Adjustments], instructs the Contractor to employ as a Sub-contractor.

5.2 Objection to Nomination

The Contractor shall not be under any obligation to employ a nominated Sub-contractor against whom the Contractor raises reasonable objection by notice to the Engineer as soon as practicable, with supporting particulars. An objection shall be deemed reasonable if it arises from (among other things) any of the following matters, unless the Procuring Entity agrees to indemnify the Contractor against and from the consequences of the matter:

(a) there are reasons to believe that the Sub-contractor does not have sufficient competence, resources or financial strength;

(b) the subcontract does not specify that the nominated Sub-contractor shall indemnify the Contractor against and from any negligence or misuse of Goods by the nominated Sub-contractor, his agents and employees; or

(c) the subcontract does not specify that, for the subcontracted work (including design, if any), the nominated Sub-contractor shall:

(i) undertake to the Contractor such obligations and liabilities as will enable the Contractor to discharge his obligations and liabilities under the contract, and

(ii) indemnify the Contractor against and from all obligations and liabilities arising under or in connection with the contract and from the consequences of any failure by the Sub-contractor to perform these obligations or to fulfil these liabilities.

5.3 Payments to nominated Sub-contractor The Contractor shall pay to the nominated Sub-contractor the amounts which the Engineer certifies to be due in accordance with the subcontract. These amounts plus other charges shall be included in the Contract Price in accordance with sub-paragraph (b) of Sub-Clause 13.5 [Provisional Sums], except as stated in Sub-Clause 5.4 [Evidence of Payments].

5.4 Evidence of Payments

Before issuing a Payment Certificate which includes an amount payable to a nominated Sub-contractor, the Engineer may request the Contractor to supply reasonable evidence that the nominated Sub-contractor has received all amounts due in accordance with previous Payment Certificates, less applicable deductions for retention or otherwise. Unless the Contractor:

(a) submits this reasonable evidence to the Engineer, or

(b) (i) satisfies the Engineer in writing that the Contractor is reasonably entitled to withhold or refuse to pay these amounts, and

(ii) submits to the Engineer reasonable evidence that the nominated Sub-contractor has been notified of the Contractor’s entitlement,

then the Procuring Entity may (at his sole discretion) pay, direct to the nominated Sub-contractor, part or all of such amounts previously certified (less applicable deductions) as are due to the nominated Sub-contractor and for which the Contractor has failed to submit the evidence described in sub-paragraphs (a) or (b)

Page 303: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 251

above. The Contractor shall then repay, to the Procuring Entity, the amount which the nominated Sub-contractor was directly paid by the Procuring Entity.

6. Staff and Labour

6.1 Engagement of Staff and Labour

Except as otherwise stated in the Specification, the Contractor shall make arrangements for the engagement of all staff and labour, local or otherwise, and for their payment, housing, feeding and transport.

The Contractor is encouraged, to the extent practicable and reasonable, to employ staff and labor with appropriate qualifications and experience from sources within the Country.

6.2 Rates of Wages and Conditions of Labour

The Contractor shall pay rates of wages, and observe conditions of labour, which are not lower than those established for the trade or industry where the work is carried out. If no established rates or conditions are applicable, the Contractor shall pay rates of wages and observe conditions which are not lower than the general level of wages and conditions observed locally by employers whose trade or industry is similar to that of the Contractor.

The Contractor shall inform the Contractor’s Personnel about their liability to pay personal income taxes in the Country in respect of such of their salaries, wages, allowances, and any benefits as are subject to taxes under the Laws of the Country for the time being in force, and the Contractor shall perform such duties in regard to such deductions thereof as may be imposed on him by such Laws.

6.3 Persons in the Service of Procuring Entity

The Contractor shall not recruit, or attempt to recruit, staff and labour from amongst the Procuring Entity’s Personnel.

6.4 Labour Laws

The Contractor shall comply with all the relevant labour Laws applicable to the Contractor’s Personnel, including Laws relating to their employment, health, safety, welfare, immigration and emigration, and shall allow them all their legal rights.

The Contractor shall require his employees to obey all applicable Laws, including those concerning safety at work.

6.5 Working Hours

No work shall be carried out on the Site on locally recognised days of rest, or outside the normal working hours stated in the contract Data, unless:

(a) otherwise stated in the contract,

(b) the Engineer gives consent, or

(c) the work is unavoidable, or necessary for the protection of life or property or for the safety of the works, in which case the Contractor shall immediately advise the Engineer.

6.6 Facilities for Staff and Labour

Except as otherwise stated in the Specification, the Contractor shall provide and maintain all necessary accommodation and welfare facilities for the Contractor’s Personnel. The Contractor shall also provide facilities for the Procuring Entity’s

Page 304: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 252

Personnel as stated in the Specification.

The Contractor shall not permit any of the Contractor’s Personnel to maintain any temporary or permanent living quarters within the structures forming part of the Permanent works.

6.7 Health and Safety

The Contractor shall at all times take all reasonable precautions to maintain the health and safety of the Contractor’s Personnel. In collaboration with local health authorities, the Contractor shall ensure that medical staff, first aid facilities, sick bay and ambulance service are available at all times at the Site and at any accommodation for Contractor’s and Procuring Entity’s Personnel, and that suitable arrangements are made for all necessary welfare and hygiene requirements and for the prevention of epidemics.

The Contractor shall appoint an accident prevention officer at the Site, responsible for maintaining safety and protection against accidents. This person shall be qualified for this responsibility, and shall have the authority to issue instructions and take protective measures to prevent accidents. Throughout the execution of the works, the Contractor shall provide whatever is required by this person to exercise this responsibility and authority.

The Contractor shall send, to the Engineer, details of any accident as soon as practicable after its occurrence. The Contractor shall maintain records and make reports concerning health, safety and welfare of persons, and damage to property, as the Engineer may reasonably require.

6.8 Contractor’s Superintendence

Throughout the execution of the works, and as long thereafter as is necessary to fulfil the Contractor’s obligations, the Contractor shall provide all necessary superintendence to plan, arrange, direct, manage, inspect and test the work.

Superintendence shall be given by a sufficient number of persons having adequate knowledge of the language for communications (defined in Sub-Clause 1.4 [Law and Language]) and of the operations to be carried out (including the methods and techniques required, the hazards likely to be encountered and methods of preventing accidents), for the satisfactory and safe execution of the works.

6.9 Contractor’s Personnel

The Contractor’s Personnel shall be appropriately qualified, skilled and experienced in their respective trades or occupations. The Engineer may require the Contractor to remove (or cause to be removed) any person employed on the Site or works, including the Contractor’s Representative if applicable, who:

(a) persists in any misconduct or lack of care,

(b) carries out duties incompetently or negligently,

(c) fails to conform with any provisions of the contract, or

(d) persists in any conduct which is prejudicial to safety, health, or the protection of the environment.

If appropriate, the Contractor shall then appoint (or cause to be appointed) a suitable replacement person.

6.10 Records of Contractor’s Personnel and Equipment

The Contractor shall submit, to the Engineer, details showing the number of each class of Contractor’s Personnel and of each type of Contractor’s Equipment on the

Page 305: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 253

Site. Details shall be submitted each calendar month, in a form approved by the Engineer, until the Contractor has completed all work which is known to be outstanding at the completion date stated in the Taking-Over Certificate for the works.

6.11 Disorderly Conduct

The Contractor shall at all times take all reasonable precautions to prevent any unlawful, riotous or disorderly conduct by or amongst the Contractor’s Personnel, and to preserve peace and protection of persons and property on and near the Site.

6.12 Foreign Personnel

The Contractor may bring in to the country any foreign personnel who are necessary for the execution of the works to the extent allowed by the applicable Laws. The Contractor shall ensure that these personnel are provided with the required residence visas and work permits. The Procuring Entity will, if requested by the Contractor, use his best endeavours in a timely and expeditious manner to assist the Contractor in obtaining any local, state, national, or government permission required for bringing in the Contractor’s personnel.

The Contractor shall be responsible for the return of these personnel to the place where they were recruited or to their domicile. In the event of the death in the Country of any of these personnel or members of their families, the Contractor shall similarly be responsible for making the appropriate arrangements for their return or burial.

6.13 Supply of Foodstuffs

The Contractor shall arrange for the provision of a sufficient supply of suitable food as may be stated in the Specification at reasonable prices for the Contractor’s Personnel for the purposes of or in connection with the contract.

6.14 Supply of Water

The Contractor shall, having regard to local conditions, provide on the Site an adequate supply of drinking and other water for the use of the Contractor’s Personnel.

6.15 Measures against Insect and Pest Nuisance

The Contractor shall at all times take the necessary precautions to protect the Contractor’s Personnel employed on the Site from insect and pest nuisance, and to reduce their danger to health. The Contractor shall comply with all the regulations of the local health authorities, including use of appropriate insecticide.

6.16 Alcoholic Liquor or Drugs

The Contractor shall not, otherwise than in accordance with the Laws of the Country, import, sell, give. barter or otherwise dispose of any alcoholic liquor or drugs, or permit or allow importation, sale, gift. barter or disposal thereto by Contractor's Personnel.

6.17 Arms and Ammunition

The Contractor shall not give, barter, or otherwise dispose of, to any person, any arms or ammunition of any kind, or allow Contractor's Personnel to do so.

6.18 Festivals and Religious Customs

The Contractor shall respect the Country's recognized festivals, days of rest and religious or other customs.

Page 306: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 254

6.19 Funeral Arrangements

The Contractor shall be responsible, to the extent required by local regulations, for making any funeral arrangements for any of his local employees who may die while engaged upon the works.

6.20 Prohibition of Forced or Compulsory Labour

The Contractor shall not employ "forced or compulsory labour" in any form. "Forced or compulsory labour" consists of all work or service, not voluntarily performed, that is extracted from an individual under threat of force or penalty.

6.21 Prohibition of Harmful Child Labour

The Contractor shall not employ any child to perform any work that is economically exploitative, or is likely to be hazardous to, or to interfere with, the child's education, or to be harmful to the child's health or physical, mental, spiritual, moral, or social development.

6.22 Employment Records of Workers

The Contractor shall keep complete and accurate records of the employment of labour at the Site. The records shall include the names, ages, genders, hours worked and wages paid to all workers. These records shall be summarized on a monthly basis and shall be available for inspection by the Engineer during normal working hours. These records shall be included in the details to be submitted by the Contractor under Sub-Clause 6.10 [Records of Contractor’s Personnel and Equipment].

7 Plant, Materials and Workmanship

7.1 Manner of Execution

The Contractor shall carry out the manufacture of Plant, the production and manufacture of Materials, and all other execution of the works:

(a) in the manner (if any) specified in the contract,

(b) in a proper workmanlike and careful manner, in accordance with recognised good practice, and

(c) with properly equipped facilities and non-hazardous Materials, except as otherwise specified in the contract.

7.2 Samples

The Contractor shall submit the following samples of Materials, and relevant information, to the Engineer for consent prior to using the Materials in or for the works:

(a) manufacturer’s standard samples of Materials and samples specified in the contract, all at the Contractor’s cost, and

(b) additional samples instructed by the Engineer as a Variation.

Each sample shall be labelled as to origin and intended use in the works.

7.3 Inspection

The Procuring Entity’s Personnel shall at all reasonable times:

(a) have full access to all parts of the Site and to all places from which natural

Page 307: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 255

Materials are being obtained, and

(b) during production, manufacture and construction (at the Site and elsewhere), be entitled to examine, inspect, measure and test the materials and workmanship, and to check the progress of manufacture of Plant and production and manufacture of Materials.

The Contractor shall give the Procuring Entity’s Personnel full opportunity to carry out these activities, including providing access, facilities, permissions and safety equipment. No such activity shall relieve the Contractor from any obligation or responsibility.

The Contractor shall give notice to the Engineer whenever any work is ready and before it is covered up, put out of sight, or packaged for storage or transport. The Engineer shall then either carry out the examination, inspection, measurement or testing without unreasonable delay, or promptly give notice to the Contractor that the Engineer does not require to do so. If the Contractor fails to give the notice, he shall, if and when required by the Engineer, uncover the work and thereafter reinstate and make good, all at the Contractor’s cost.

7.4 Testing

This Sub-Clause shall apply to all tests specified in the contract, other than the Tests after Completion (if any).

The Contractor shall provide all apparatus, assistance, documents and other information, electricity, equipment, fuel, consumables, instruments, labour, materials, and suitably qualified and experienced staff, as are necessary to carry out the specified tests efficiently. The Contractor shall agree, with the Engineer, the time and place for the specified testing of any Plant, Materials and other parts of the works.

The Engineer may, under Clause 13 [Variations and Adjustments], vary the location or details of specified tests, or instruct the Contractor to carry out additional tests. If these varied or additional tests show that the tested Plant, Materials or workmanship is not in accordance with the contract, the cost of carrying out this Variation shall be borne by the Contractor, notwithstanding other provisions of the contract.

The Engineer shall give the Contractor not less than 24 hours’ notice of the Engineer’s intention to attend the tests. If the Engineer does not attend at the time and place agreed, the Contractor may proceed with the tests, unless otherwise instructed by the Engineer, and the tests shall then be deemed to have been made in the Engineer’s presence.

If the Contractor suffers delay and/or incurs Cost from complying with these instructions or as a result of a delay for which the Procuring Entity is responsible, the Contractor shall give notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost plus profit, which shall be included in the Contract Price.

Page 308: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 256

After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

The Contractor shall promptly forward to the Engineer duly certified reports of the tests. When the specified tests have been passed, the Engineer shall endorse the Contractor’s test certificate, or issue a certificate to him, to that effect. If the Engineer has not attended the tests, he shall be deemed to have accepted the readings as accurate.

7.5 Rejection

If, as a result of an examination, inspection, measurement or testing, any Plant, Materials or workmanship is found to be defective or otherwise not in accordance with the contract, the Engineer may reject the Plant, Materials or workmanship by giving notice to the Contractor, with reasons. The Contractor shall then promptly make good the defect and ensure that the rejected item complies with the contract.

If the Engineer requires this Plant, Materials or workmanship to be retested, the tests shall be repeated under the same terms and conditions. If the rejection and retesting cause the Procuring Entity to incur additional costs, the Contractor shall subject to Sub-Clause 2.5 [Procuring Entity’s Claims] pay these costs to the Procuring Entity.

7.6 Remedial Work

Notwithstanding any previous test or certification, the Engineer may instruct the Contractor to:

(a) remove from the Site and replace any Plant or Materials which is not in accordance with the contract,

(b) remove and re-execute any other work which is not in accordance with the contract, and

(c) execute any work which is urgently required for the safety of the works, whether because of an accident, unforeseeable event or otherwise.

The Contractor shall comply with the instruction within a reasonable time, which shall be the time (if any) specified in the instruction, or immediately if urgency is specified under sub-paragraph (c).

If the Contractor fails to comply with the instruction, the Procuring Entity shall be entitled to employ and pay other persons to carry out the work. Except to the extent that the Contractor would have been entitled to payment for the work, the Contractor shall subject to Sub-Clause 2.5 [Procuring Entity’s Claims] pay to the Procuring Entity all costs arising from this failure.

7.7 Ownership of Plant and Materials

Each item of Plant and Materials shall, to the extent consistent with the Laws of the Country, become the property of the Procuring Entity at whichever is the earlier of the following times, free from liens and other encumbrances:

(a) when it is delivered to the Site;

(b) when the Contractor is entitled to payment of the value of the Plant and Materials under Sub-Clause 8.10 [Payment for Plant and Materials in Event of Suspension].

Page 309: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 257

7.8 Royalties

Unless otherwise stated in the Specification, the Contractor shall pay all royalties, rents and other payments for:

(a) natural Materials obtained from outside the Site, and

(b) the disposal of material from demolitions and excavations and of other surplus material (whether natural or man-made), except to the extent that disposal areas within the Site are specified in the contract.

8. Commencement, Delays and Suspension

8.1 Commencement of Works

The Engineer shall give the Contractor not less than 7 days’ notice of the Commencement Date. Unless otherwise stated in the Particular Conditions, the Commencement Date shall be within 42 days after the Contractor receives the Letter of Acceptance.

The Contractor shall commence the execution of the works as soon as is reasonably practicable after the Commencement Date, and shall then proceed with the works with due expedition and without delay.

8.2 Time for Completion

The Contractor shall complete the whole of the works, and each Section (if any), within the Time for Completion for the works or Section (as the case may be), including:

(a) achieving the passing of the Tests on Completion, and

(b) completing all work which is stated in the contract as being required for the works or Section to be considered to be completed for the purposes of taking-over under Sub-Clause 10.1 [Taking Over of the works and Sections].

8.3 Programme

The Contractor shall submit a detailed time programme to the Engineer within 28 days after receiving the notice under Sub-Clause 8.1 [Commencement of works]. The Contractor shall also submit a revised programme whenever the previous programme is inconsistent with actual progress or with the Contractor’s obligations. Each programme shall include:

(a) the order in which the Contractor intends to carry out the works, including the anticipated timing of each stage of design (if any), Contractor’s Documents, procurement, manufacture of Plant, delivery to Site, construction, erection and testing,

(b) each of these stages for work by each nominated Sub-contractor (as defined in Clause 5 [Nominated Sub-contractor]),

(c) the sequence and timing of inspections and tests specified in the contract, and

(d) a supporting report which includes:

(i) a general description of the methods which the Contractor intends to adopt, and of the major stages, in the execution of the works, and

Page 310: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 258

(ii) details showing the Contractor’s reasonable estimate of the number of each class of Contractor’s Personnel and of each type of Contractor’s Equipment, required on the Site for each major stage.

Unless the Engineer, within 21 days after receiving a programme, gives notice to the Contractor stating the extent to which it does not comply with the contract, the Contractor shall proceed in accordance with the programme, subject to his other obligations under the contract. The Procuring Entity’s Personnel shall be entitled to rely upon the programme when planning their activities.

The Contractor shall promptly give notice to the Engineer of specific probable future events or circumstances which may adversely affect the work, increase the Contract Price or delay the execution of the works. The Engineer may require the Contractor to submit an estimate of the anticipated effect of the future event or circumstances, and/or a proposal under Sub-Clause 13.3 [Variation Procedure].

If, at any time, the Engineer gives notice to the Contractor that a programme fails (to the extent stated) to comply with the contract or to be consistent with actual progress and the Contractor’s stated intentions, the Contractor shall submit a revised programme to the Engineer in accordance with this Sub-Clause.

8.4 Extension of Time for Completion

The Contractor shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to an extension of the Time for Completion if and to the extent that completion for the purposes of Sub-Clause 10.1 [Taking-Over of the works and Sections] is or will be delayed by any of the following causes:

(a) a Variation (unless an adjustment to the Time for Completion has been agreed under Sub-Clause 13.3 [Variation Procedure]) or other substantial change in the quantity of an item of work included in the contract,

(b) a cause of delay giving an entitlement to extension of time under a Sub-Clause of these Conditions,

(c) exceptionally adverse climatic conditions,

(d) Unforeseeable shortages in the availability of personnel or Goods caused by epidemic or governmental actions, or

(e) any delay, impediment or prevention caused by or attributable to the Procuring Entity, the Procuring Entity’s Personnel, or the Procuring Entity’s other Contractors.

If the Contractor considers himself to be entitled to an extension of the Time for Completion, the Contractor shall give notice to the Engineer in accordance with Sub-Clause 20.1 [Contractor’s Claims]. When determining each extension of time under Sub-Clause 20.1, the Engineer shall review previous determinations and may increase, but shall not decrease, the total extension of time.

8.5 Delays Caused by Authorities

If the following conditions apply, namely:

(a) the Contractor has diligently followed the procedures laid down by the relevant legally constituted public authorities in the Country,

(b) these authorities delay or disrupt the Contractor’s work, and

(c) the delay or disruption was Unforeseeable,

then this delay or disruption will be considered as a cause of delay under sub-

Page 311: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 259

paragraph (b) of Sub-Clause 8.4 [Extension of Time for Completion].

8.6 Rate of Progress

If, at any time:

(a) actual progress is too slow to complete within the Time for Completion, and/or

(b) progress has fallen (or will fall) behind the current programme under Sub-Clause 8.3 [Programme],

other than as a result of a cause listed in Sub-Clause 8.4 [Extension of Time for Completion], then the Engineer may instruct the Contractor to submit, under Sub-Clause 8.3 [Programme], a revised programme and supporting report describing the revised methods which the Contractor proposes to adopt in order to expedite progress and complete within the Time for Completion.

Unless the Engineer notifies otherwise, the Contractor shall adopt these revised methods, which may require increases in the working hours and/or in the numbers of Contractor’s Personnel and/or Goods, at the risk and cost of the Contractor. If these revised methods cause the Procuring Entity to incur additional costs, the Contractor shall subject to Sub-Clause 2.5 [Procuring Entity’s Claims] pay these costs to the Procuring Entity, in addition to delay damages (if any) under Sub-Clause 8.7 below.

8.7 Delay Damages

If the Contractor fails to comply with Sub-Clause 8.2 [Time for Completion], the Contractor shall subject to Sub-Clause 2.5 [Procuring Entity’s Claims] pay delay damages to the Procuring Entity for this default. These delay damages shall be the sum stated in the Contract Data, which shall be paid for every day which shall elapse between the relevant Time for Completion and the date stated in the Taking-Over Certificate. However, the total amount due under this Sub-Clause shall not exceed the maximum amount of delay damages (if any) stated in the Contract Data.

These delay damages shall be the only damages due from the Contractor for such default, other than in the event of termination under Sub-Clause 15.2 [Termination by Procuring Entity] prior to completion of the works. These damages shall not relieve the Contractor from his obligation to complete the works, or from any other duties, obligations or responsibilities which he may have under the contract.

8.8 Suspension of Work

The Engineer may at any time instruct the Contractor to suspend progress of part or all of the works. During such suspension, the Contractor shall protect, store and secure such part or the works against any deterioration, loss or damage.

The Engineer may also notify the cause for the suspension. If and to the extent that the cause is notified and is the responsibility of the Contractor, the following Sub-Clauses 8.9, 8.10 and 8.11 shall not apply.

8.9 Consequences of Suspension

If the Contractor suffers delay and/or incurs Cost from complying with the Engineer’s instructions under Sub-Clause 8.8 [Suspension of Work] and/or from resuming the work, the Contractor shall give notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed,

Page 312: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 260

under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost, which shall be included in the Contract Price.

After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

The Contractor shall not be entitled to an extension of time for, or to payment of the Cost incurred in, making good the consequences of the Contractor’s faulty design, workmanship or materials, or of the Contractor’s failure to protect, store or secure in accordance with Sub-Clause 8.8 [Suspension of Work].

8.10 Payment for Plant and Materials in Event of Suspension

The Contractor shall be entitled to payment of the value (as at the date of suspension) of Plant and/or Materials which have not been delivered to Site, if:

(a) the work on Plant or delivery of Plant and/or Materials has been suspended for more than 28 days, and

(b) the Contractor has marked the Plant and/or Materials as the Procuring Entity’s property in accordance with the Engineer’s instructions.

8.11 Prolonged Suspension

If the suspension under Sub-Clause 8.8 [Suspension of Work] has continued for more than 84 days, the Contractor may request the Engineer’s permission to proceed. If the Engineer does not give permission within 28 days after being requested to do so, the Contractor may, by giving notice to the Engineer, treat the suspension as an omission under Clause 13 [Variations and Adjustments] of the affected part of the works. If the suspension affects the whole of the works, the Contractor may give notice of termination under Sub-Clause 16.2 [Termination by Contractor].

8.12 Resumption of Work

After the permission or instruction to proceed is given, the Contractor and the Engineer shall jointly examine the works and the Plant and Materials affected by the suspension. The Contractor shall make good any deterioration or defect in or loss of the works or Plant or Materials, which has occurred during the suspension.

9. Tests on Completion

9.1 Contractor’s Obligations

The Contractor shall carry out the Tests on Completion in accordance with this Clause and Sub-Clause 7.4 [Testing], after providing the documents in accordance with sub-paragraph (d) of Sub-Clause 4.1 [Contractor’s General Obligations].

The Contractor shall give to the Engineer not less than 21 days’ notice of the date after which the Contractor will be ready to carry out each of the Tests on Completion. Unless otherwise agreed, Tests on Completion shall be carried out within 14 days after this date, on such day or days as the Engineer shall instruct.

In considering the results of the Tests on Completion, the Engineer shall make allowances for the effect of any use of the works by the Procuring Entity on the performance or other characteristics of the works. As soon as the works, or a Section, have passed any Tests on Completion, the Contractor shall submit a certified report of the results of these Tests to the Engineer.

9.2 Delayed Tests

If the Tests on Completion are being unduly delayed by the Procuring Entity, Sub-Clause 7.4 [Testing] (fifth paragraph) and/or Sub-Clause 10.3 [Interference with

Page 313: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 261

Tests on Completion] shall be applicable.

If the Tests on Completion are being unduly delayed by the Contractor, the Engineer may by notice require the Contractor to carry out the Tests within 21 days after receiving the notice. The Contractor shall carry out the Tests on such day or days within that period as the Contractor may fix and of which he shall give notice to the Engineer.

If the Contractor fails to carry out the Tests on Completion within the period of 21 days, the Procuring Entity’s Personnel may proceed with the Tests at the risk and cost of the Contractor. The Tests on Completion shall then be deemed to have been carried out in the presence of the Contractor and the results of the Tests shall be accepted as accurate.

9.3 Retesting

If the works, or a Section, fail to pass the Tests on Completion, Sub-Clause 7.5 [Rejection] shall apply, and the Engineer or the Contractor may require the failed Tests, and Tests on Completion on any related work, to be repeated under the same terms and conditions.

9.4 Failure to Pass Tests on Completion

If the works, or a Section, fail to pass the Tests on Completion repeated under Sub-Clause 9.3 [Retesting], the Engineer shall be entitled to:

(a) order further repetition of Tests on Completion under Sub-Clause 9.3;

(b) if the failure deprives the Procuring Entity of substantially the whole benefit of the works or Section, reject the works or Section (as the case may be), in which event the Procuring Entity shall have the same remedies as are provided in sub-paragraph (c) of Sub-Clause 11.4 [Failure to Remedy Defects]; or

(c) issue a Taking-Over Certificate, if the Procuring Entity so requests.

In the event of sub-paragraph (c), the Contractor shall proceed in accordance with all other obligations under the contract, and the contract Price shall be reduced by such amount as shall be appropriate to cover the reduced value to the Procuring Entity as a result of this failure. Unless the relevant reduction for this failure is stated (or its method of calculation is defined) in the contract, the Procuring Entity may require the reduction to be (i) agreed by both Parties (in full satisfaction of this failure only) and paid before this Taking-Over Certificate is issued, or (ii) determined and paid under Sub-Clause 2.5 [Procuring Entity’s Claims] and Sub-Clause 3.5 [Determinations].

10. Procuring Entity’s Taking Over

10.1 Taking Over of the Works and Sections

Except as stated in Sub-Clause 9.4 [Failure to Pass Tests on Completion], the works shall be taken over by the Procuring Entity when (i) the works have been completed in accordance with the contract, including the matters described in Sub-Clause 8.2 [Time for Completion] and except as allowed in sub-paragraph (a) below, and (ii) a Taking-Over Certificate for the works has been issued, or is deemed to have been issued in accordance with this Sub-Clause.

The Contractor may apply by notice to the Engineer for a Taking-Over Certificate not earlier than 14 days before the works will, in the Contractor’s opinion, be complete and ready for taking over. If the works are divided into Sections, the

Page 314: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 262

Contractor may similarly apply for a Taking-Over Certificate for each Section.

The Engineer shall, within 28 days after receiving the Contractor’s application:

(a) issue the Taking-Over Certificate to the Contractor, stating the date on which the works or Section were completed in accordance with the contract, except for any minor outstanding work and defects which will not substantially affect the use of the works or Section for their intended purpose (either until or whilst this work is completed and these defects are remedied); or

(b) reject the application, giving reasons and specifying the work required to be done by the Contractor to enable the Taking-Over Certificate to be issued. The Contractor shall then complete this work before issuing a further notice under this Sub-Clause.

If the Engineer fails either to issue the Taking-Over Certificate or to reject the Contractor’s application within the period of 28 days, and if the works or Section (as the case may be) are substantially in accordance with the contract, the Taking-Over Certificate shall be deemed to have been issued on the last day of that period.

10.2 Taking Over of Parts of the Works

The Engineer may, at the sole discretion of the Procuring Entity, issue a Taking-Over Certificate for any part of the Permanent works.

The Procuring Entity shall not use any part of the works (other than as a temporary measure which is either specified in the contract or agreed by both Parties) unless and until the Engineer has issued a Taking-Over Certificate for this part. However, if the Procuring Entity does use any part of the works before the Taking-Over Certificate is issued:

(a) the part which is used shall be deemed to have been taken over as from the date on which it is used,

(b) the Contractor shall cease to be liable for the care of such part as from this date, when responsibility shall pass to the Procuring Entity, and

(c) if requested by the Contractor, the Engineer shall issue a Taking-Over Certificate for this part.

After the Engineer has issued a Taking-Over Certificate for a part of the works, the Contractor shall be given the earliest opportunity to take such steps as may be necessary to carry out any outstanding Tests on Completion. The Contractor shall carry out these Tests on Completion as soon as practicable before the expiry date of the relevant Defects Notification Period.

If the Contractor incurs Cost as a result of the Procuring Entity taking over and/or using a part of the works, other than such use as is specified in the contract or agreed by the Contractor, the Contractor shall (i) give notice to the Engineer and (ii) be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to payment of any such Cost plus profit, which shall be included in the Contract Price. After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine this Cost and profit.

If a Taking-Over Certificate has been issued for a part of the works (other than a Section), the delay damages thereafter for completion of the remainder of the works shall be reduced. Similarly, the delay damages for the remainder of the Section (if any) in which this part is included shall also be reduced. For any period of delay after the date stated in this Taking-Over Certificate, the proportional reduction in these delay damages shall be calculated as the proportion which the

Page 315: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 263

value of the part so certified bears to the value of the works or Section (as the case may be) as a whole. The Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these proportions. The provisions of this paragraph shall only apply to the daily rate of delay damages under Sub-Clause 8.7 [Delay Damages], and shall not affect the maximum amount of these damages.

10.3 Interference with Tests on Completion

If the Contractor is prevented, for more than 14 days, from carrying out the Tests on Completion by a cause for which the Procuring Entity is responsible, the Procuring Entity shall be deemed to have taken over the works or Section (as the case may be) on the date when the Tests on Completion would otherwise have been completed.

The Engineer shall then issue a Taking-Over Certificate accordingly, and the Contractor shall carry out the Tests on Completion as soon as practicable, before the expiry date of the Defects Notification Period. The Engineer shall require the Tests on Completion to be carried out by giving 14 days’ notice and in accordance with the relevant provisions of the contract.

If the Contractor suffers delay and/or incurs Cost as a result of this delay in carrying out the Tests on Completion, the Contractor shall give notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost plus profit, which shall be included in the Contract Price.

After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

10.4 Surfaces Requiring Reinstatement

Except as otherwise stated in a Taking-Over Certificate, a certificate for a Section or part of the works shall not be deemed to certify completion of any ground or other surfaces requiring reinstatement.

11. Defects Liability

11.1 Completion of Outstanding Work and Remedying Defects

In order that the works and Contractor’s Documents, and each Section, shall be in the condition required by the contract (fair wear and tear excepted) by the expiry date of the relevant Defects Notification Period or as soon as practicable thereafter, the Contractor shall:

(a) complete any work which is outstanding on the date stated in a Taking-Over Certificate, within such reasonable time as is instructed by the Engineer, and

(b) execute all work required to remedy defects or damage, as may be notified by (or on behalf of) the Procuring Entity on or before the expiry date of the Defects Notification Period for the works or Section (as the case may be).

If a defect appears or damage occurs, the Contractor shall be notified accordingly, by (or on behalf of) the Procuring Entity.

11.2 Cost of Remedying Defects

All work referred to in sub-paragraph (b) of Sub-Clause 11.1 [Completion of Outstanding Work and Remedying Defects] shall be executed at the risk and cost of

Page 316: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 264

the Contractor, if and to the extent that the work is attributable to:

(a) any design for which the Contractor is responsible,

(b) Plant, Materials or workmanship not being in accordance with the contract, or

(c) failure by the Contractor to comply with any other obligation.

If and to the extent that such work is attributable to any other cause, the Contractor shall be notified promptly by (or on behalf of) the Procuring Entity, and Sub-Clause 13.3 [Variation Procedure] shall apply.

11.3 Extension of Defects Notification Period

The Procuring Entity shall be entitled subject to Sub-Clause 2.5 [Procuring Entity’s Claims] to an extension of the Defects Notification Period for the works or a Section if and to the extent that the works, Section or a major item of Plant (as the case may be, and after taking over) cannot be used for the purposes for which they are intended by reason of a defect or damage. However, a Defects Notification Period shall not be extended by more than two years.

If delivery and/or erection of Plant and/or Materials was suspended under Sub-Clause 8.8 [Suspension of Work] or Sub-Clause 16.1 [Contractor’s Entitlement to Suspend Work], the Contractor’s obligations under this Clause shall not apply to any defects or damage occurring more than two years after the Defects Notification Period for the Plant and/or Materials would otherwise have expired.

11.4 Failure to Remedy Defects

If the Contractor fails to remedy any defect or damage within a reasonable time, a date may be fixed by (or on behalf of) the Procuring Entity, on or by which the defect or damage is to be remedied. The Contractor shall be given reasonable notice of this date.

If the Contractor fails to remedy the defect or damage by this notified date and this remedial work was to be executed at the cost of the Contractor under Sub-Clause 11.2 [Cost of Remedying Defects], the Procuring Entity may (at his option):

(a) Carry out the work himself or by others, in a reasonable manner and at the Contractor’s cost, but the Contractor shall have no responsibility for this work; and the Contractor shall subject to Sub-Clause 2.5 [Procuring Entity’s Claims] pay to the Procuring Entity the costs reasonably incurred by the Procuring Entity in remedying the defect or damage;

(b) require the Engineer to agree or determine a reasonable reduction in the Contract Price in accordance with Sub-Clause 3.5 [Determinations]; or

(c) if the defect or damage deprives the Procuring Entity of substantially the whole benefit of the works or any major part of the works, terminate the contract as a whole, or in respect of such major part which cannot be put to the intended use. Without prejudice to any other rights, under the contract or otherwise, the Procuring Entity shall then be entitled to recover all sums paid for the works or for such part (as the case may be), plus financing costs and the cost of dismantling the same, clearing the Site and returning Plant and Materials to the Contractor.

11.5 Removal of Defective Work

If the defect or damage cannot be remedied expeditiously on the Site and the Procuring Entity gives consent, the Contractor may remove from the Site for the purposes of repair such items of Plant as are defective or damaged. This consent may require the Contractor to increase the amount of the Performance Security by

Page 317: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 265

the full replacement cost of these items, or to provide other appropriate security.

11.6 Further Tests

If the work of remedying of any defect or damage may affect the performance of the works, the Engineer may require the repetition of any of the tests described in the contract. The requirement shall be made by notice within 28 days after the defect or damage is remedied.

These tests shall be carried out in accordance with the terms applicable to the previous tests, except that they shall be carried out at the risk and cost of the Party liable, under Sub-Clause 11.2 [Cost of Remedying Defects], for the cost of the remedial work.

11.7 Right of Access

Until the Performance Certificate has been issued, the Contractor shall have such right of access to the works as is reasonably required in order to comply with this Clause, except as may be inconsistent with the Procuring Entity’s reasonable security restrictions.

11.8 Contractor to Search

The Contractor shall, if required by the Engineer, search for the cause of any defect, under the direction of the Engineer. Unless the defect is to be remedied at the cost of the Contractor under Sub-Clause 11.2 [Cost of Remedying Defects], the Cost of the search plus profit shall be agreed or determined by the Engineer in accordance with Sub-Clause 3.5 [Determinations] and shall be included in the Contract Price.

11.9 Performance Certificate

Performance of the Contractor’s obligations shall not be considered to have been completed until the Engineer has issued the Performance Certificate to the Contractor, stating the date on which the Contractor completed his obligations under the contract.

The Engineer shall issue the Performance Certificate within 28 days after the latest of the expiry dates of the Defects Notification Periods, or as soon thereafter as the Contractor has supplied all the Contractor’s Documents and completed and tested all the works, including remedying any defects. A copy of the Performance Certificate shall be issued to the Procuring Entity.

Only the Performance Certificate shall be deemed to constitute acceptance of the works.

11.10 Unfulfilled Obligations

After the Performance Certificate has been issued, each Party shall remain liable for the fulfilment of any obligation which remains unperformed at that time. For the purposes of determining the nature and extent of unperformed obligations, the contract shall be deemed to remain in force.

11.11 Clearance of Site

Upon receiving the Performance Certificate, the Contractor shall remove any remaining Contractor’s Equipment, surplus material, wreckage, rubbish and Temporary works from the Site.

If all these items have not been removed within 28 days after the Procuring Entity receives a copy of the Performance Certificate, the Procuring Entity may sell or

Page 318: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 266

otherwise dispose of any remaining items. The Procuring Entity shall be entitled to be paid the costs incurred in connection with, or attributable to, such sale or disposal and restoring the Site.

Any balance of the moneys from the sale shall be paid to the Contractor. If these moneys are less than the Procuring Entity’s costs, the Contractor shall pay the outstanding balance to the Procuring Entity.

12. Measurement and Evaluation

12.1 Works to be Measured

The works shall be measured, and valued for payment, in accordance with this Clause. The Contractor shall show in each application under Sub-Clauses 14.3 [Application for Interim Payment Certificates], 14.10 [Statement on Completion] and 14.11 [Application for Final Payment Certificate] the quantities and other particulars detailing the amounts which he considers to be entitled under the contract.

Whenever the Engineer requires any part of the works to be measured, reasonable notice shall be given to the Contractor’s Representative, who shall:

(a) promptly either attend or send another qualified representative to assist the Engineer in making the measurement, and

(b) supply any particulars requested by the Engineer.

If the Contractor fails to attend or send a representative, the measurement made by (or on behalf of) the Engineer shall be accepted as accurate.

Except as otherwise stated in the contract, wherever any Permanent works are to be measured from records, these shall be prepared by the Engineer. The Contractor shall, as and when requested, attend to examine and agree the records with the Engineer, and shall sign the same when agreed. If the Contractor does not attend, the records shall be accepted as accurate.

If the Contractor examines and disagrees the records, and/or does not sign them as agreed, then the Contractor shall give notice to the Engineer of the respects in which the records are asserted to be inaccurate. After receiving this notice, the Engineer shall review the records and either confirm or vary them. If the Contractor does not so give notice to the Engineer within 14 days after being requested to examine the records, they shall be accepted as accurate.

12.2 Method of Measurement

Except as otherwise stated in the contract and notwithstanding local practice:

a) measurement shall be made of the net actual quantity of each item of the Permanent works, and

b) the method of measurement shall be in accordance with the Bill of Quantities or other applicable Schedules.

12.3 Evaluation

Except as otherwise stated in the contract, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine the Contract Price by evaluating each item of work, applying the measurement agreed or determined in accordance with the above Sub-Clauses 12.1 and 12.2 and the appropriate rate or price for the item.

For each item of work, the appropriate rate or price for the item shall be the rate

Page 319: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 267

or price specified for such item in the contract or, if there is no such item, specified for similar work.

Any item of work included in the Bill of Quantities for which no rate or price was specified shall be considered as included in other rates and prices in the Bill of Quantities and will not be paid for separately.

However, a new rate or price shall be appropriate for an item of work if:

(a) (i) the measured quantity of the item is changed by more than 25% from the quantity of this item in the Bill of Quantities or other Schedule,

(ii) this change in quantity multiplied by such specified rate for this item exceeds 0.25% of the Accepted Contract Amount,

(iii) this change in quantity directly changes the Cost per unit quantity of this item by more than 1%, and

(iv) this item is not specified in the contract as a “fixed rate item”;

or

(b) (i) the work is instructed under Clause 13 [Variations and Adjustments],

(ii) no rate or price is specified in the contract for this item, and

(iii) no specified rate or price is appropriate because the item of work is not of similar character, or is not executed under similar conditions, as any item in the contract.

Each new rate or price shall be derived from any relevant rates or prices in the contract, with reasonable adjustments to take account of the matters described in sub-paragraph (a) and/or (b), as applicable. If no rates or prices are relevant for the derivation of a new rate or price, it shall be derived from the reasonable Cost of executing the work, together with profit, taking account of any other relevant matters.

Until such time as an appropriate rate or price is agreed or determined, the Engineer shall determine a provisional rate or price for the purposes of Interim Payment Certificates.

12.4 Omissions

Whenever the omission of any work forms part (or all) of a Variation, the value of which has not been agreed, if:

(a) the Contractor will incur (or has incurred) cost which, if the work had not been omitted, would have been deemed to be covered by a sum forming part of the Accepted Contract Amount;

(b) the omission of the work will result (or has resulted) in this sum not forming part of the Contract Price; and

(c) this cost is not deemed to be included in the evaluation of any substituted work;

then the Contractor shall give notice to the Engineer accordingly, with supporting particulars. Upon receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine this cost, which shall be included in the Contract Price.

Page 320: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 268

13. Variations and Adjustments

13.1 Right to Vary

Variations may be initiated by the Engineer at any time prior to issuing the Taking-Over Certificate for the works, either by an instruction or by a request for the Contractor to submit a proposal.

The Contractor shall execute and be bound by each Variation, unless the Contractor promptly gives notice to the Engineer stating (with supporting particulars) that the Contractor cannot readily obtain the Goods required for the Variation. Upon receiving this notice, the Engineer shall cancel, confirm or vary the instruction.

Each Variation may include:

(a) changes to the quantities of any item of work included in the contract (however, such changes do not necessarily constitute a Variation),

(c) changes to the quality and other characteristics of any item of work,

(d) changes to the levels, positions and/or dimensions of any part of the works,

(d) omission of any work unless it is to be carried out by others,

(e) any additional work, Plant, Materials or services necessary for the Permanent works, including any associated Tests on Completion, boreholes and other testing and exploratory work, or

(f) changes to the sequence or timing of the execution of the works.

The Contractor shall not make any alteration and/or modification of the Permanent works, unless and until the Engineer instructs or approves a Variation.

13.2 Value Engineering

The Contractor may, at any time, submit to the Engineer a written proposal which (in the Contractor’s opinion) will, if adopted, (i) accelerate completion, (ii) reduce the cost to the Procuring Entity of executing, maintaining or operating the works, (iii) improve the efficiency or value to the Procuring Entity of the completed works, or (iv) otherwise be of benefit to the Procuring Entity.

The proposal shall be prepared at the cost of the Contractor and shall include the items listed in Sub-Clause 13.3 [Variation Procedure].

If a proposal, which is approved by the Engineer, includes a change in the design of part of the Permanent works, then unless otherwise agreed by both Parties:

(a) the Contractor shall design this part,

(b) sub-paragraphs (a) to (d) of Sub-Clause 4.1 [Contractor’s General Obligations] shall apply, and

(c) if this change results in a reduction in the contract value of this part, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine a fee, which shall be included in the Contract Price. This fee shall be half (50%) of the difference between the following amounts:

(i) such reduction in contract value, resulting from the change, excluding adjustments under Sub-Clause 13.7 [Adjustments for Changes in Legislation] and Sub-Clause 13.8 [Adjustments for Changes in Cost],and

(ii) the reduction (if any) in the value to the Procuring Entity of the varied works, taking account of any reductions in quality, anticipated life or

Page 321: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 269

operational efficiencies.

However, if amount (i) is less than amount (ii), there shall not be a fee.

13.3 Variation Procedure

If the Engineer requests a proposal, prior to instructing a Variation, the Contractor shall respond in writing as soon as practicable, either by giving reasons why he cannot comply (if this is the case) or by submitting:

(a) a description of the proposed work to be performed and a programme for its execution,

(b) the Contractor’s proposal for any necessary modifications to the programme according to Sub-Clause 8.3 [Programme] and to the Time for Completion, and

(c) the Contractor’s proposal for evaluation of the Variation.

The Engineer shall, as soon as practicable after receiving such proposal (under Sub-Clause 13.2 [Value Engineering] or otherwise), respond with approval, disapproval or comments. The Contractor shall not delay any work whilst awaiting a response.

Each instruction to execute a Variation, with any requirements for the recording of Costs, shall be issued by the Engineer to the Contractor, who shall acknowledge receipt.

Each Variation shall be evaluated in accordance with Clause 12 [Measurement and Evaluation], unless the Engineer instructs or approves otherwise in accordance with this Clause.

13.4 Payment in Applicable Currencies

If the contract provides for payment of the Contract Price in more than one currency, then whenever an adjustment is agreed, approved or determined as stated above, the amount payable in each of the applicable currencies shall be specified. For this purpose, reference shall be made to the actual or expected currency proportions of the Cost of the varied work, and to the proportions of various currencies specified for payment of the Contract Price.

13.5 Provisional Sums

Each Provisional Sum shall only be used, in whole or in part, in accordance with the Engineer’s instructions, and the Contract Price shall be adjusted accordingly. The total sum paid to the Contractor shall include only such amounts, for the work, supplies or services to which the Provisional Sum relates, as the Engineer shall have instructed. For each Provisional Sum, the Engineer may instruct:

(a) work to be executed (including Plant, Materials or services to be supplied) by the Contractor and valued under Sub-Clause 13.3 [Variation Procedure]; and/or

(b) Plant, Materials or services to be purchased by the Contractor, from a nominated Sub-contractor (as defined in Clause 5 [Nominated Sub-contractor Sub-Contractors]) or otherwise; and for which there shall be included in the Contract Price:

(i) the actual amounts paid (or due to be paid) by the Contractor, and

(ii) a sum for overhead charges and profit, calculated as a percentage of these actual amounts by applying the relevant percentage rate (if any) stated in the appropriate Schedule. If there is no such rate, the percentage rate stated in the Contract Data shall be applied.

Page 322: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 270

The Contractor shall, when required by the Engineer, produce quotations, invoices, vouchers and accounts or receipts in substantiation.

13.6 Daywork

For work of a minor or incidental nature, the Engineer may instruct that a Variation shall be executed on a daywork basis. The work shall then be valued in accordance with the Daywork Schedule included in the contract, and the following procedure shall apply. If a Daywork Schedule is not included in the contract, this Sub-Clause shall not apply.

Before ordering Goods for the work, the Contractor shall submit quotations to the Engineer. When applying for payment, the Contractor shall submit invoices, vouchers and accounts or receipts for any Goods.

Except for any items for which the Daywork Schedule specifies that payment is not due, the Contractor shall deliver each day to the Engineer accurate statements in duplicate which shall include the following details of the resources used in executing the previous day’s work:

(a) the names, occupations and time of Contractor’s Personnel,

(b) the identification, type and time of Contractor’s Equipment and Temporary works, and

(c) the quantities and types of Plant and Materials used.

One copy of each statement will, if correct, or when agreed, be signed by the Engineer and returned to the Contractor. The Contractor shall then submit priced statements of these resources to the Engineer, prior to their inclusion in the next Statement under Sub-Clause 14.3 [Application for Interim Payment Certificates].

13.7 Adjustments for Changes in Legislation

The Contract Price shall be adjusted to take account of any increase or decrease in Cost resulting from a change in the Laws of the Country (including the introduction of new Laws and the repeal or modification of existing Laws) or in the judicial or official governmental interpretation of such Laws, made after the Base Date, which affect the Contractor in the performance of obligations under the contract.

If the Contractor suffers (or will suffer) delay and/or incurs (or will incur) additional Cost as a result of these changes in the Laws or in such interpretations, made after the Base Date, the Contractor shall give notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost, which shall be included in the Contract Price.

After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

Notwithstanding the foregoing, the Contractor shall not be entitled to such an extension of time if the same shall already have been taken into account in determining an extension and such Cost shall not be separately paid if the same shall already have been taken into account in the indexing of any inputs to the table of adjustment data in accordance with the provisions of Sub-Clause 13.8.

Page 323: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 271

13.8 Adjustments for Changes in Cost

In this Sub-Clause, “table of adjustment data” means the completed table of adjustment data for local and foreign currencies included in the Schedules. If there is no such table of adjustment data, this Sub-Clause shall not apply.

If this Sub-Clause applies, the amounts payable to the Contractor shall be adjusted for rises or falls in the cost of labour, Goods and other inputs to the works, by the addition or deduction of the amounts determined by the formulae prescribed in this Sub-Clause. To the extent that full compensation for any rise or fall in Costs is not covered by the provisions of this or other Clauses, the Accepted Contract Amount shall be deemed to have included amounts to cover the contingency of other rises and falls in costs.

The adjustment to be applied to the amount otherwise payable to the Contractor, as valued in accordance with the appropriate Schedule and certified in Payment Certificates, shall be determined from formulae for each of the currencies in which the Contract Price is payable. No adjustment is to be applied to work valued on the basis of Cost or current prices. The formulae shall be of the following general type:

Pn = a + b Ln/ Lo + c En/Eo + d Mn/Mo + ...... where:

“Pn” is the adjustment multiplier to be applied to the estimated contract value in the relevant currency of the work carried out in period “n”, this period being a month unless otherwise stated in the Contract Data;

“a” is a fixed coefficient, stated in the relevant table of adjustment data, representing the non-adjustable portion in contractual payments;

“b”, “c”, “d”, … are coefficients representing the estimated proportion of each cost element related to the execution of the works, as stated in the relevant table of adjustment data; such tabulated cost elements may be indicative of resources such as labour, equipment and materials;

“Ln”, “En”, “Mn”, … are the current cost indices or reference prices for period “n”, expressed in the relevant currency of payment, each of which is applicable to the relevant tabulated cost element on the date 49 days prior to the last day of the period (to which the particular Payment Certificate relates); and

“Lo”, “Eo”, “Mo”, … are the base cost indices or reference prices, expressed in the relevant currency of payment, each of which is applicable to the relevant tabulated cost element on the Base Date.

The cost indices or reference prices stated in the table of adjustment data shall be used. If their source is in doubt, it shall be determined by the Engineer. For this purpose, reference shall be made to the values of the indices at stated dates (quoted in the fourth and fifth columns respectively of the table) for the purposes of clarification of the source; although these dates (and thus these values) may not correspond to the base cost indices.

In cases where the “currency of index” (stated in the table) is not the relevant currency of payment, each index shall be converted into the relevant currency of payment at the selling rate, established by the central bank of the Country, of this relevant currency on the above date for which the index is required to be applicable.

Until such time as each current cost index is available, the Engineer shall determine a provisional index for the issue of Interim Payment Certificates. When a current cost index is available, the adjustment shall be recalculated accordingly.

If the Contractor fails to complete the works within the Time for Completion,

Page 324: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 272

adjustment of prices thereafter shall be made using either (i) each index or price applicable on the date 49 days prior to the expiry of the Time for Completion of the works, or (ii) the current index or price: whichever is more favourable to the Procuring Entity.

The weightings (coefficients) for each of the factors of cost stated in the table(s) of adjustment data shall only be adjusted if they have been rendered unreasonable, unbalanced or inapplicable, as a result of Variations.

14. Contract Price and Payment

14.1 The Contract Price

Unless otherwise stated in the Particular Conditions:

(a) the Contract Price shall be agreed or determined under Sub-Clause 12.3 [Evaluation] and be subject to adjustments in accordance with the contract;

(b) the Contractor shall pay all taxes, duties and fees required to be paid by him under the contract, and the Contract Price shall not be adjusted for any of these costs except as stated in Sub-Clause 13.7 [Adjustments for Changes in Legislation];

(c) any quantities which may be set out in the Bill of Quantities or other Schedule are estimated quantities and are not to be taken as the actual and correct quantities:

(i) of the works which the Contractor is required to execute, or

(ii) for the purposes of Clause 12 [Measurement and Evaluation]; and

(d) the Contractor shall submit to the Engineer, within 28 days after the Commencement Date, a proposed breakdown of each lump sum price in the Schedules. The Engineer may take account of the breakdown when preparing Payment Certificates, but shall not be bound by it.

Notwithstanding the provisions of subparagraph (b), Contractor's Equipment, including essential spare parts therefor, imported by the Contractor for the sole purpose of executing the contract shall be exempt from the payment of import duties and taxes upon importation.

14.2 Mobilization Payment

The Procuring Entity shall make a mobilization payment, as an interest-free loan for mobilisation, when the Contractor submits a guarantee in accordance with this Sub-Clause. The total mobilization payment, the number and timing of instalments (if more than one), and the applicable currencies and proportions, shall be as stated in the contract Data.

Unless and until the Procuring Entity receives this guarantee, or if the total mobilization payment is not stated in the Contract Data, this Sub-Clause shall not apply.

The Engineer shall issue an Interim Payment Certificate for the first instalment after receiving a Statement (under Sub-Clause 14.3 [Application for Interim Payment Certificates]) and after the Procuring Entity receives (i) the Performance Security in accordance with Sub-Clause 4.2 [Performance Security] and (ii) a guarantee in amounts and currencies equal to the mobilization payment. This guarantee shall be issued by an entity and from within a country (or other jurisdiction) approved by the Procuring Entity, and shall be in the form annexed to the Particular Conditions or in another form approved by the Procuring Entity.

Page 325: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 273

The Contractor shall ensure that the guarantee is valid and enforceable until the mobilization payment has been repaid, but its amount may be progressively reduced by the amount repaid by the Contractor as indicated in the Payment Certificates. If the terms of the guarantee specify its expiry date, and the mobilization payment has not been repaid by the date 28 days prior to the expiry date, the Contractor shall extend the validity of the guarantee until the mobilization payment has been repaid.

Unless stated otherwise in the Contract Data, the mobilization payment shall be repaid through percentage deductions from the interim payments determined by the Engineer in accordance with Sub-Clause 14.6 [Issue of Interim Payment Certificates], as follows:

(a) deductions shall commence in the next interim Payment Certificate following that in which the total of all certified interim payments (excluding the mobilization payment and deductions and repayments of retention) exceeds 30 percent of the Accepted Contract Amount Less Provisional Sums; and

(b) deductions shall be made at the amortisation rate stated in the Contract Data of the amount of each Interim Payment Certificate (excluding the mobilization payment and deductions and repayments of retention) in the currencies and proportions of the mobilization payment until such time as the mobilization payment has been repaid; provided that the mobilization payment shall be completely repaid prior to the time when 80 percent of the Accepted Contract Amount less Provisional Sums has been certified for payment.

If the mobilization payment has not been repaid prior to the issue of the Taking-Over Certificate for the works or prior to termination under Clause 15 [Termination by Procuring Entity], Clause 16 [Suspension and Termination by Contractor] or Clause 19 [Force Majeure] (as the case may be), the whole of the balance then outstanding shall immediately become due and payable by the Contractor to the Procuring Entity.

14.3 Application for Interim Payment Certificates

The Contractor shall submit a Statement in six copies to the Engineer after the end of each month, in a form approved by the Engineer, showing in detail the amounts to which the Contractor considers himself to be entitled, together with supporting documents which shall include the report on the progress during this month in accordance with Sub-Clause 4.21 [Progress Reports].

The Statement shall include the following items, as applicable, which shall be expressed in the various currencies in which the Contract Price is payable, in the sequence listed:

(a) the estimated contract value of the works executed and the Contractor’s Documents produced up to the end of the month (including Variations but excluding items described in sub-paragraphs (b) to (g) below);

(b) any amounts to be added and deducted for changes in legislation and changes in cost, in accordance with Sub-Clause 13.7 [Adjustments for Changes in Legislation] and Sub-Clause 13.8 [Adjustments for Changes in Cost];

(c) any amount to be deducted for retention, calculated by applying the percentage of retention stated in the Contract Data to the total of the above amounts, until the amount so retained by the Procuring Entity reaches the limit of Retention Money (if any) stated in the Contract Data;

(d) any amounts to be added and deducted for the mobilization payment and

Page 326: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 274

repayments in accordance with Sub-Clause 14.2 [Mobilization Payment];

(e) any amounts to be added and deducted for Plant and Materials in accordance with Sub-Clause 14.5 [Plant and Materials intended for the works];

(f) any other additions or deductions which may have become due under the contract or otherwise, including those under Clause 20 [Claims, Disputes and Arbitration]; and

(g) the deduction of amounts certified in all previous Payment Certificates.

14.4 Schedule of Payments

If the contract includes a schedule of payments specifying the instalments in which the Contract Price will be paid, then unless otherwise stated in this schedule:

(a) the instalments quoted in this schedule of payments shall be the estimated contract values for the purposes of sub-paragraph (a) of Sub-Clause 14.3 [Application for Interim Payment Certificates];

(b) Sub-Clause 14.5 [Plant and Materials intended for the works] shall not apply; and

(c) if these instalments are not defined by reference to the actual progress achieved in executing the works, and if actual progress is found to be less than that on which this schedule of payments was based, then the Engineer may proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine revised instalments, which shall take account of the extent to which progress is less than that on which the instalments were previously based.

If the contract does not include a schedule of payments, the Contractor shall submit non-binding estimates of the payments which he expects to become due during each quarterly period. The first estimate shall be submitted within 42 days after the Commencement Date. Revised estimates shall be submitted at quarterly intervals, until the Taking-Over Certificate has been issued for the works.

14.5 Plant and Materials intended for the Works

If this Sub-Clause applies, Interim Payment Certificates shall include, under sub-paragraph (e) of Sub-Clause 14.3, (i) an amount for Plant and Materials which have been sent to the Site for incorporation in the Permanent works, and (ii) a reduction when the contract value of such Plant and Materials is included as part of the Permanent works under sub-paragraph (a) of Sub-Clause 14.3 [Application for Interim Payment Certificates].

If the lists referred to in sub-paragraphs (b)(i) or (c)(i) below are not included in the Contract Data, this Sub-Clause shall not apply.

The Engineer shall determine and certify each addition if the following conditions are satisfied:

(a) the Contractor has:

(i) kept satisfactory records (including the orders, receipts, Costs and use of Plant and Materials) which are available for inspection, and

(ii) submitted a statement of the Cost of acquiring and delivering the Plant and Materials to the Site, supported by satisfactory evidence;

and either:

(b) the relevant Plant and Materials:

Page 327: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 275

(i) are those listed in the Schedules for payment when shipped,

(ii) have been shipped to the Country, en route to the Site, in accordance with the contract; and

(iii) are described in a clean shipped bill of lading or other evidence of shipment, which has been submitted to the Engineer together with evidence of payment of freight and insurance, any other documents reasonably required, and a bank guarantee in a form and issued by an entity approved by the Procuring Entity in amounts and currencies equal to the amount due under this Sub-Clause: this guarantee may be in a similar form to the form referred to in Sub-Clause 14.2 [Mobilization Payment] and shall be valid until the Plant and Materials are properly stored on Site and protected against loss, damage or deterioration;

or

(c) the relevant Plant and Materials:

(i) are those listed in the Schedules for payment when delivered to the Site, and

(ii) have been delivered to and are properly stored on the Site, are protected against loss, damage or deterioration, and appear to be in accordance with the contract.

The additional amount to be certified shall be the equivalent of eighty percent (80%) of the Engineer’s determination of the cost of the Plant and Materials (including delivery to Site), taking account of the documents mentioned in this Sub-Clause and of the contract value of the Plant and Materials.

The currencies for this additional amount shall be the same as those in which payment will become due when the contract value is included under sub-paragraph (a) of Sub-Clause 14.3 [Application for Interim Payment Certificates]. At that time, the Payment Certificate shall include the applicable reduction which shall be equivalent to, and in the same currencies and proportions as, this additional amount for the relevant Plant and Materials.

14.6 Issue of Interim Payment Certificates

No amount will be certified or paid until the Procuring Entity has received and approved the Performance Security. Thereafter, the Engineer shall, within 28 days after receiving a Statement and supporting documents, issue to the Procuring Entity an Interim Payment Certificate which shall state the amount which the Engineer fairly determines to be due, with supporting particulars.

However, prior to issuing the Taking-Over Certificate for the works, the Engineer shall not be bound to issue an Interim Payment Certificate in an amount which would (after retention and other deductions) be less than the minimum amount of Interim Payment Certificates (if any) stated in the Contract Data. In this event, the Engineer shall give notice to the Contractor accordingly.

An Interim Payment Certificate shall not be withheld for any other reason, although:

(a) if anything supplied or work done by the Contractor is not in accordance with the contract, the cost of rectification or replacement may be withheld until rectification or replacement has been completed; and/or

(b) if the Contractor was or is failing to perform any work or obligation in accordance with the contract, and had been so notified by the Engineer, the

Page 328: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 276

value of this work or obligation may be withheld until the work or obligation has been performed.

The Engineer may in any Payment Certificate make any correction or modification that should properly be made to any previous Payment Certificate. A Payment Certificate shall not be deemed to indicate the Engineer’s acceptance, approval, consent or satisfaction.

14.7 Payment

The Procuring Entity shall pay to the Contractor:

(a) the first instalment of the mobilization payment within 42 days after issuing the Letter of Acceptance or within 21 days after receiving the documents in accordance with Sub-Clause 4.2 [Performance Security] and Sub-Clause 14.2 [Mobilization Payment], whichever is later;

(b) the amount certified in each Interim Payment Certificate within 56 days after the Engineer receives the Statement and supporting documents within 14 days after such statement is submitted. Any discrepancy shall be rectified in the next payment to the Contractor; and

(c) the amount certified in the Final Payment Certificate within 56 days after the Procuring Entity receives this Payment Certificate, the undisputed amount shown in the Final Statement, within 56 days after the date of notification of the suspension in accordance with Sub-Clause 16.2.

If the Contractor has not already shown the Contractor’s Levy as a deduction from the total due, a levy in the sum of two percent (2%) shall be deducted from the gross amount paid to Contractors and sub-Contractors for construction, haulage and tillage, in accordance with the Contractor’s Levy Act 1985. Whichever party makes the deduction they must, within fourteen days after making the payment, furnish the principal Contractor or sub-Contractor, as the case may be, with a certificate setting out the gross amount of the payment and the amount of the levy which has been deducted (or, as the case may be, ought to have been deducted) and such other particulars as may be prescribed.

Payment of the amount due in each currency shall be made into the bank account, nominated by the Contractor, in the payment country (for this currency) specified in the contract.

14.8 Delayed Payment

If the Contractor does not receive payment in accordance with Sub-Clause 14.7 [Payment], the Contractor shall be entitled to receive financing charges compounded monthly on the amount unpaid during the period of delay. This period shall be deemed to commence on the date for payment specified in Sub-Clause 14.7 [Payment], irrespective (in the case of its sub-paragraph (b)) of the date on which any Interim Payment Certificate is issued.

Unless otherwise stated in the Particular Conditions, these financing charges shall be calculated at the annual rate of three percentage points above the discount rate of the central bank in the country of the currency of payment, and shall be paid in such currency.

The Contractor shall be entitled to this payment without formal notice or certification, and without prejudice to any other right or remedy.

14.9 Payment of Retention Money

When the Taking-Over Certificate has been issued for the works, the first half of

Page 329: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 277

the Retention Money shall be certified by the Engineer for payment to the Contractor. If a Taking-Over Certificate is issued for a Section or part of the works, a proportion of the Retention Money shall be certified and paid. This proportion shall be two-fifths (40%) of the proportion calculated by dividing the estimated contract value of the Section or part, by the estimated final Contract Price.

Promptly after the latest of the expiry dates of the Defects Notification Periods, the outstanding balance of the Retention Money shall be certified by the Engineer for payment to the Contractor. If a Taking-Over Certificate was issued for a Section, a proportion of the second half of the Retention Money shall be certified and paid promptly after the expiry date of the Defects Notification Period for the Section. This proportion shall be two-fifths (40%) of the proportion calculated by dividing the estimated contract value of the Section by the estimated final Contract Price.

However, if any work remains to be executed under Clause 11 [Defects Liability], the Engineer shall be entitled to withhold certification of the estimated cost of this work until it has been executed.

When calculating these proportions, no account shall be taken of any adjustments under Sub-Clause 13.7 [Adjustments for Changes in Legislation] and Sub-Clause 13.8 [Adjustments for Changes in Cost].

Unless otherwise stated in the Particular Conditions, when the Taking-Over Certificate has been issued for the works and the first half of the Retention Money has been certified for payment by the Engineer, the Contractor shall be entitled to substitute a guarantee, in the form annexed to the Particular Conditions or in another form approved by the Procuring Entity and provided by an entity approved by the Procuring Entity, for the second half of the Retention Money. The Contractor shall ensure that the guarantee is in the amounts and currencies of the second half of the Retention Money and is valid and enforceable until the Contractor has executed and completed the works and remedied any defects, as specified for the Performance Security in Sub-Clause 4.2. On receipt by the Procuring Entity of the required guarantee, the Engineer shall certify and the Procuring Entity shall pay the balance of the Retention Money. The release of the second half of the Retention Money against a guarantee shall then be in lieu of the release under the second paragraph of this Sub-Clause. The Procuring Entity shall return the guarantee to the Contractor within 21 days after receiving a copy of the Performance Certificate.

If the Performance Security required under Sub-Clause 4.2 is in the form of a demand guarantee, and the amount guaranteed under it when the Taking-Over Certificate is issued is more than half of the Retention Money, then the Retention Money guarantee will not be required. If the amount guaranteed under the Performance Security when the Taking-Over Certificate is issued is less than half of the Retention Money, the Retention Money guarantee will only be required for the difference between half of the Retention Money and the amount guaranteed under the Performance Security.

14.10 Statement at Completion

Within 84 days after receiving the Taking-Over Certificate for the works, the Contractor shall submit to the Engineer six copies of a Statement at completion with supporting documents, in accordance with Sub-Clause 14.3 [Application for Interim Payment Certificates], showing:

(a) the value of all work done in accordance with the contract up to the date stated in the Taking-Over Certificate for the works,

Page 330: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 278

(b) any further sums which the Contractor considers to be due, and

(c) an estimate of any other amounts which the Contractor considers will become due to him under the contract. Estimated amounts shall be shown separately in this Statement at completion.

The Engineer shall then certify in accordance with Sub-Clause 14.6 [Issue of Interim Payment Certificates].

14.11 Application for Final Payment Certificate

Within 56 days after receiving the Performance Certificate, the Contractor shall submit, to the Engineer, six copies of a draft final statement with supporting documents showing in detail in a form approved by the Engineer:

(a) the value of all work done in accordance with the contract, and

(b) any further sums which the Contractor considers to be due to him under the contract or otherwise.

If the Engineer disagrees with or cannot verify any part of the draft final statement, the Contractor shall submit such further information as the Engineer may reasonably require and shall make such changes in the draft as may be agreed between them. The Contractor shall then prepare and submit to the Engineer the final statement as agreed. This agreed statement is referred to in these Conditions as the “Final Statement”.

However, if, following discussions between the Engineer and the Contractor and any changes to the draft final statement which are agreed, it becomes evident that a dispute exists, the Engineer shall deliver to the Procuring Entity (with a copy to the Contractor) an Interim Payment Certificate for the agreed parts of the draft final statement. Thereafter, if the dispute is finally resolved under Sub-Clause 20.4 [Obtaining Dispute Board’s Decision] or Sub-Clause 20.5 [Amicable Settlement], the Contractor shall then prepare and submit to the Procuring Entity (with a copy to the Engineer) a Final Statement.

14.12 Discharge

When submitting the Final Statement, the Contractor shall submit a discharge which confirms that the total of the Final Statement represents full and final settlement of all moneys due to the Contractor under or in connection with the contract. This discharge may state that it becomes effective when the Contractor has received the Performance Security and the outstanding balance of this total, in which event the discharge shall be effective on such date.

14.13 Issue of Final Payment Certificate

Within 28 days after receiving the Final Statement and discharge in accordance with Sub-Clause 14.11 [Application for Final Payment Certificate] and Sub-Clause 14.12 [Discharge], the Engineer shall issue, to the Procuring Entity, the Final Payment Certificate which shall state:

(a) the amount which he fairly determines is finally due, and

(b) after giving credit to the Procuring Entity for all amounts previously paid by the Procuring Entity and for all sums to which the Procuring Entity is entitled, the balance (if any) due from the Procuring Entity to the Contractor or from the Contractor to the Procuring Entity, as the case may be.

Page 331: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 279

If the Contractor has not applied for a Final Payment Certificate in accordance with Sub-Clause 14.11 [Application for Final Payment Certificate] and Sub-Clause 14.12 [Discharge], the Engineer shall request the Contractor to do so. If the Contractor fails to submit an application within a period of 28 days, the Engineer shall issue the Final Payment Certificate for such amount as he fairly determines to be due.

14.14 Cessation of Procuring Entity’s Liability

The Procuring Entity shall not be liable to the Contractor for any matter or thing under or in connection with the contract or execution of the works, except to the extent that the Contractor shall have included an amount expressly for it:

(a) in the Final Statement and also

(b) (except for matters or things arising after the issue of the Taking-Over Certificate for the works) in the Statement at completion described in Sub-Clause 14.10 [Statement at Completion].

However, this Sub-Clause shall not limit the Procuring Entity’s liability under his indemnification obligations, or the Procuring Entity’s liability in any case of fraud, deliberate default or reckless misconduct by the Procuring Entity.

14.15 Currencies of Payment

The Contract Price shall be paid in the currency or currencies named in the Schedule of Payment Currencies. If more than one currency is so named, payments shall be made as follows:

(a) if the Accepted Contract Amount was expressed in Local Currency only:

(i) the proportions or amounts of the Local and Foreign Currencies, and the fixed rates of exchange to be used for calculating the payments, shall be as stated in the Schedule of Payment Currencies, except as otherwise agreed by both Parties;

(ii) payments and deductions under Sub-Clause 13.5 [Provisional Sums] and Sub-Clause 13.7 [Adjustments for Changes in Legislation] shall be made in the applicable currencies and proportions; and

(iii) other payments and deductions under sub-paragraphs (a) to (d) of Sub-Clause 14.3 [Application for Interim Payment Certificates] shall be made in the currencies and proportions specified in sub-paragraph (a)(i) above;

(b) payment of the damages specified in the Contract Data, shall be made in the currencies and proportions specified in the Schedule Payment currencies;

(c) other payments to the Procuring Entity by the Contractor shall be made in the currency in which the sum was expended by the Procuring Entity, or in such currency as may be agreed by both Parties;

(d) if any amount payable by the Contractor to the Procuring Entity in a particular currency exceeds the sum payable by the Procuring Entity to the Contractor in that currency, the Procuring Entity may recover the balance of this amount from the sums otherwise payable to the Contractor in other currencies; and

(e) if no rates of exchange are stated in the Schedule of Payment Currencies, they shall be those prevailing on the Base Date and determined by the central bank of the Country.

Page 332: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 280

15. Termination by Procuring Entity

15.1 Notice to Correct

If the Contractor fails to carry out any obligation under the contract, the Engineer may by notice require the Contractor to make good the failure and to remedy it within a specified reasonable time.

15.2 Termination by Procuring Entity

The Procuring Entity shall be entitled to terminate the contract if the Contractor:

(a) fails to comply with Sub-Clause 4.2 [Performance Security] or with a notice under Sub-Clause 15.1 [Notice to Correct],

(b) abandons the works or otherwise plainly demonstrates the intention not to continue performance of his obligations under the contract,

(c) without reasonable excuse fails:

(i) to proceed with the works in accordance with Clause 8 [Commencement, Delays and Suspension], or

(ii) to comply with a notice issued under Sub-Clause 7.5 [Rejection] or Sub-Clause 7.6 [Remedial Work], within 28 days after receiving it,

(d) subcontracts the whole of the works or assigns the contract without the required agreement,

(e) becomes bankrupt or insolvent, goes into liquidation, has a receiving or administration order made against him, compounds with his creditors, or carries on business under a receiver, trustee or manager for the benefit of his creditors, or if any act is done or event occurs which (under applicable Laws) has a similar effect to any of these acts or events, or

(f) gives or offers to give (directly or indirectly) to any person any bribe, gift, gratuity, commission or other thing of value, as an inducement or reward:

(i) for doing or forbearing to do any action in relation to the contract, or

(ii) for showing or forbearing to show favour or disfavour to any person in relation to the contract,

or if any of the Contractor’s Personnel, agents or Sub-contractor Sub-Contractors gives or offers to give (directly or indirectly) to any person any such inducement or reward as is described in this sub-paragraph (f). However, lawful inducements and rewards to Contractor’s Personnel shall not entitle termination.

In any of these events or circumstances, the Procuring Entity may, upon giving 14 days’ notice to the Contractor, terminate the contract and expel the Contractor from the Site. However, in the case of sub-paragraph (e) or (f), the Procuring Entity may by notice terminate the contract immediately.

The Procuring Entity’s election to terminate the contract shall not prejudice any other rights of the Procuring Entity, under the contract or otherwise.

The Contractor shall then leave the Site and deliver any required Goods, all Contractor’s Documents, and other design documents made by or for him, to the Engineer. However, the Contractor shall use his best efforts to comply immediately with any reasonable instructions included in the notice (i) for the assignment of any subcontract, and (ii) for the protection of life or property or for the safety of the works.

Page 333: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 281

After termination, the Procuring Entity may complete the works and/or arrange for any other entities to do so. The Procuring Entity and these entities may then use any Goods, Contractor’s Documents and other design documents made by or on behalf of the Contractor.

The Procuring Entity shall then give notice that the Contractor’s Equipment and Temporary works will be released to the Contractor at or near the Site. The Contractor shall promptly arrange their removal, at the risk and cost of the Contractor. However, if by this time the Contractor has failed to make a payment due to the Procuring Entity, these items may be sold by the Procuring Entity in order to recover this payment. Any balance of the proceeds shall then be paid to the Contractor.

15.3 Valuation at Date of Termination

As soon as practicable after a notice of termination under Sub-Clause 15.2 [Termination by Procuring Entity] has taken effect, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine the value of the works, Goods and Contractor’s Documents, and any other sums due to the Contractor for work executed in accordance with the contract.

15.4 Payment after Termination

After a notice of termination under Sub-Clause 15.2 [Termination by Procuring Entity] has taken effect, the Procuring Entity may:

(a) proceed in accordance with Sub-Clause 2.5 [Procuring Entity’s Claims],

(b) withhold further payments to the Contractor until the costs of execution, completion and remedying of any defects, damages for delay in completion (if any), and all other costs incurred by the Procuring Entity, have been established, and/or

(c) recover from the Contractor any losses and damages incurred by the Procuring Entity and any extra costs of completing the works, after allowing for any sum due to the Contractor under Sub-Clause 15.3 [Valuation at Date of Termination]. After recovering any such losses, damages and extra costs, the Procuring Entity shall pay any balance to the Contractor.

15.5 Procuring Entity’s Entitlement to Termination for Convenience

The Procuring Entity shall be entitled to terminate the contract, at any time for the Procuring Entity’s convenience, by giving notice of such termination to the Contractor. The termination shall take effect 28 days after the later of the dates on which the Contractor receives this notice or the Procuring Entity returns the Performance Security. The Procuring Entity shall not terminate the contract under this Sub-Clause in order to execute the works himself or to arrange for the works to be executed by another Contractor or to avoid a termination of the contract by the Contractor under Clause 16.2 [Termination by Contractor].

After this termination, the Contractor shall proceed in accordance with Sub-Clause 16.3 [Cessation of Work and Removal of Contractor’s Equipment] and shall be paid in accordance with Sub-Clause 19.6 [Optional Termination, Payment and Release].

15.6 Corrupt or Fraudulent Practices

If the Procuring Entity determines that the Contractor has engaged in corrupt, fraudulent, collusive or coercive practices, in competing for or in executing the Contract, then the Procuring Entity may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site, and the provisions of Clause 15 shall apply as if such expulsion

Page 334: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 282

had been made under Sub-Clause 15.2.

(a) For the purposes of this Sub-Clause, a person commits an offence if the person:

(i) directly or indirectly, unlawfully influences or attempts to influence any officer, employee or agent involved in the procurement proceedings;

(ii) Commits and act or engages in conduct that constitutes an act of corruption under section 14 of the Corruption Prevention Act;

(iii) Commits an act or engages in conduct intended to alter the outcome of or otherwise interfere with procurement proceedings;

(iv) Deceives or misleads a person carrying out functions under the Act or regulations; or

(v) Practices or is concerned in any fraudulent act to avoid the requirements of the Public Procurement Act, 2015 of Jamaica or any of its regulations.

(b) A person who commits an offence under the above (a) is liable ---

(i) On summary conviction before a Resident Magistrate to a fine not exceeding three mission dollars or to imprisonment for a term not exceeding three years or to both such fine and imprisonment, or

(ii) On conviction on indictment in a Circuit Court to a fine or to imprisonment for a term not exceeding seven years or to both such a fine and imprisonment.

16. Suspension and Termination by Contractor

16.1 Contractor’s Entitlement to Suspend Work

If the Engineer fails to certify in accordance with Sub-Clause 14.6 [Issue of Interim Payment Certificates] or the Procuring Entity fails to comply with Sub-Clause 2.4 [Procuring Entity’s Financial Arrangements] or Sub-Clause 14.7 [Payment], the Contractor may, after giving not less than 21 days’ notice to the Procuring Entity, suspend work (or reduce the rate of work) unless and until the Contractor has received the Payment Certificate, reasonable evidence or payment, as the case may be and as described in the notice.

The Contractor’s action shall not prejudice his entitlements to financing charges under Sub-Clause 14.8 [Delayed Payment] and to termination under Sub-Clause 16.2 [Termination by Contractor].

If the Contractor subsequently receives such Payment Certificate, evidence or payment (as described in the relevant Sub-Clause and in the above notice) before giving a notice of termination, the Contractor shall resume normal working as soon as is reasonably practicable.

If the Contractor suffers delay and/or incurs Cost as a result of suspending work (or reducing the rate of work) in accordance with this Sub-Clause, the Contractor shall give notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost plus profit, which shall be included in the Contract

Page 335: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 283

Price.

After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

16.2 Termination by Contractor

The Contractor shall be entitled to terminate the contract if:

(a) the Contractor does not receive the reasonable evidence within 42 days after giving notice under Sub-Clause 16.1 [Contractor’s Entitlement to Suspend Work] in respect of a failure to comply with Sub-Clause 2.4 [Procuring Entity’s Financial Arrangements],

(b) the Engineer fails, within 56 days after receiving a Statement and supporting documents, to issue the relevant Payment Certificate,

(c) the Contractor does not receive the amount due under an Interim Payment Certificate within 42 days after the expiry of the time stated in Sub-Clause 14.7 [Payment] within which payment is to be made (except for deductions in accordance with Sub-Clause 2.5 [Procuring Entity’s Claims]),

(d) the Procuring Entity substantially fails to perform his obligations under the contract in such manner as to materially and adversely affect the ability of the Contractor to perform the contract,

(e) the Procuring Entity fails to comply with Sub-Clause 1.6 [contract Agreement] or Sub-Clause 1.7 [Assignment],

(f) a prolonged suspension affects the whole of the works as described in Sub-Clause 8.11 [Prolonged Suspension], or

(g) the Procuring Entity becomes bankrupt or insolvent, goes into liquidation, has a receiving or administration order made against him, compounds with his creditors, or carries on business under a receiver, trustee or manager for the benefit of his creditors, or if any act is done or event occurs which (under applicable Laws) has a similar effect to any of these acts or events.

In any of these events or circumstances, the Contractor may, upon giving 14 days’ notice to the Procuring Entity, terminate the contract. However, in the case of sub-paragraph (f) or (g), the Contractor may by notice terminate the contract immediately.

The Contractor’s election to terminate the contract shall not prejudice any other rights of the Contractor, under the contract or otherwise.

16.3 Cessation of Work and Removal of Contractor’s Equipment

After a notice of termination under Sub-Clause 15.5 [Procuring Entity’s Entitlement to Termination], Sub-Clause 16.2 [Termination by Contractor] or Sub-Clause 19.6 [Optional Termination, Payment and Release] has taken effect, the Contractor shall promptly:

(a) cease all further work, except for such work as may have been instructed by the Engineer for the protection of life or property or for the safety of the works,

(b) hand over Contractor’s Documents, Plant, Materials and other work, for which the Contractor has received payment, and

(c) remove all other Goods from the Site, except as necessary for safety, and leave the Site.

Page 336: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 284

16.4 Payment on Termination

After a notice of termination under Sub-Clause 16.2 [Termination by Contractor] has taken effect, the Procuring Entity shall promptly:

(a) return the Performance Security to the Contractor,

(b) pay the Contractor in accordance with Sub-Clause 19.6 [Optional Termination, Payment and Release], and

(c) pay to the Contractor the amount of any loss or damage sustained by the Contractor as a result of this termination.

17. Risk and Responsibility

17.1 Indemnities

The Contractor shall indemnify and hold harmless the Procuring Entity, the Procuring Entity’s Personnel, and their respective agents, against and from all claims, damages, losses and expenses (including legal fees and expenses) in respect of:

(a) bodily injury, sickness, disease or death, of any person whatsoever arising out of or in the course of or by reason of the Contractor’s design (if any), the execution and completion of the works and the remedying of any defects, unless attributable to any negligence, wilful act or breach of the contract by the Procuring Entity, the Procuring Entity’s Personnel, or any of their respective agents, and

(b) damage to or loss of any property, real or personal (other than the works), to the extent that such damage or loss arises out of or in the course of or by reason of the Contractor’s design (if any), the execution and completion of the works and the remedying of any defects, unless and to the extent that any such damage or loss is attributable to any negligence, wilful act or breach of the contract by the Procuring Entity, the Procuring Entity’s Personnel,, their respective agents, or anyone directly or indirectly employed by any of them.

The Procuring Entity shall indemnify and hold harmless the Contractor, the Contractor’s Personnel, and their respective agents, against and from all claims, damages, losses and expenses (including legal fees and expenses) in respect of (1) bodily injury, sickness, disease or death, which is attributable to any negligence, wilful act or breach of the contract by the Procuring Entity, the Procuring Entity’s Personnel, or any of their respective agents, and (2) the matters for which liability may be excluded from insurance cover, as described in sub-paragraphs (d)(i), (ii) and (iii) of Sub-Clause 18.3 [Insurance Against Injury to Persons and Damage to Property].

17.2 Contractor’s Care of the Works

The Contractor shall take full responsibility for the care of the works and Goods from the Commencement Date until the Taking-Over Certificate is issued (or is deemed to be issued under Sub-Clause 10.1 [Taking Over of the works and Sections]) for the works, when responsibility for the care of the works shall pass to the Procuring Entity. If a Taking-Over Certificate is issued (or is so deemed to be issued) for any Section or part of the works, responsibility for the care of the Section or part shall then pass to the Procuring Entity.

After responsibility has accordingly passed to the Procuring Entity, the Contractor shall take responsibility for the care of any work which is outstanding on the date

Page 337: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 285

stated in a Taking-Over Certificate, until this outstanding work has been completed.

If any loss or damage happens to the works, Goods or Contractor’s Documents during the period when the Contractor is responsible for their care, from any cause not listed in Sub-Clause 17.3 [Procuring Entity’s Risks], the Contractor shall rectify the loss or damage at the Contractor’s risk and cost, so that the works, Goods and Contractor’s Documents conform with the contract.

The Contractor shall be liable for any loss or damage caused by any actions performed by the Contractor after a Taking-Over Certificate has been issued. The Contractor shall also be liable for any loss or damage which occurs after a Taking-Over Certificate has been issued and which arose from a previous event for which the Contractor was liable.

17.3 Procuring Entity’s Risks

The risks referred to in Sub-Clause 17.4 below, insofar as they directly affect the execution of the works in the Country, are:

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

(b) rebellion, terrorism, sabotage by persons other than the Contractor’s Personnel, revolution, insurrection, military or usurped power, or civil war, within the Country,

(c) riot, commotion or disorder within the Country by persons other than the Contractor’s Personnel,

(d) munitions of war, explosive materials, ionising radiation or contamination by radio-activity, within the Country, except as may be attributable to the Contractor’s use of such munitions, explosives, radiation or radio-activity,

(e) pressure waves caused by aircraft or other aerial devices travelling at sonic or supersonic speeds,

(f) use or occupation by the Procuring Entity of any part of the Permanent works, except as may be specified in the contract,

(g) design of any part of the works by the Procuring Entity’s Personnel or by others for whom the Procuring Entity is responsible, and

(h) any operation of the forces of nature which is Unforeseeable or against which an experienced Contractor could not reasonably have been expected to have taken adequate preventative precautions.

17.4 Consequences of Procuring Entity’s Risks

If and to the extent that any of the risks listed in Sub-Clause 17.3 above results in loss or damage to the works, Goods or Contractor’s Documents, the Contractor shall promptly give notice to the Engineer and shall rectify this loss or damage to the extent required by the Engineer.

If the Contractor suffers delay and/or incurs Cost from rectifying this loss or damage, the Contractor shall give a further notice to the Engineer and shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) payment of any such Cost, which shall be included in the contract Price. In the case of sub-paragraphs (f) and (g) of Sub-Clause 17.3 [Procuring Entity's

Page 338: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 286

Risks], Cost plus profit shall be payable.

After receiving this further notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

17.5 Intellectual and Industrial Property Rights

In this Sub-Clause, “infringement” means an infringement (or alleged infringement) of any patent, registered design, copyright, trade mark, trade name, trade secret or other intellectual or industrial property right relating to the works; and “claim” means a claim (or proceedings pursuing a claim) alleging an infringement.

Whenever a Party does not give notice to the other Party of any claim within 28 days of receiving the claim, the first Party shall be deemed to have waived any right to indemnity under this Sub-Clause.

The Procuring Entity shall indemnify and hold the Contractor harmless against and from any claim alleging an infringement which is or was:

(a) an unavoidable result of the Contractor’s compliance with the contract, or

(b) a result of any works being used by the Procuring Entity:

(i) for a purpose other than that indicated by, or reasonably to be inferred from, the contract, or

(ii) in conjunction with anything not supplied by the Contractor, unless such use was disclosed to the Contractor prior to the Base Date or is stated in the contract.

The Contractor shall indemnify and hold the Procuring Entity harmless against and from any other claim which arises out of or in relation to (i) the manufacture, use, sale or import of any Goods, or (ii) any design for which the Contractor is responsible.

If a Party is entitled to be indemnified under this Sub-Clause, the indemnifying Party may (at its cost) conduct negotiations for the settlement of the claim, and any litigation or arbitration which may arise from it. The other Party shall, at the request and cost of the indemnifying Party, assist in contesting the claim. This other Party (and its Personnel) shall not make any admission which might be prejudicial to the indemnifying Party, unless the indemnifying Party failed to take over the conduct of any negotiations, litigation or arbitration upon being requested to do so by such other Party.

17.6 Limitation of Liability

Neither Party shall be liable to the other Party for loss of use of any works, loss of profit, loss of any contract or for any indirect or consequential loss or damage which may be suffered by the other Party in connection with the contract, other than as specifically provided in Sub-Clause 8.7 [Delay Damages]; Sub-Clause 11.2 [Cost of Remedying Defects]; Sub-Clause 15.4 [Payment after Termination]; Sub-Clause 16.4 [Payment on Termination]; Sub-Clause 17.1 [Indemnities]; Sub-Clause 17.4 (b) [Consequences of Procuring Entity’s Risks] and Sub-Clause 17.5 [Intellectual and Industrial Property Rights].

The total liability of the Contractor to the Procuring Entity, under or in connection with the contract other than under Sub-Clause 4.19 [Electricity, Water and Gas], Sub-Clause 4.20 [Procuring Entity’s Equipment and Free-Issue Material], Sub-Clause 17.1 [Indemnities] and Sub-Clause 17.5 [Intellectual and Industrial Property Rights], shall not exceed the sum resulting from the application of a multiplier (less or greater than one) to the Accepted contract Amount, as stated in the Contract Data,

Page 339: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 287

or (if such multiplier or other sum is not so stated), the Accepted Contract Amount.

This Sub-Clause shall not limit liability in any case of fraud, deliberate default or reckless misconduct by the defaulting Party.

17.7 Use of Procuring Entity’s Accomodation/Facilities

The Contractor shall take full responsibility for the care of the Procuring Entity provided accommodation and facilities, if any, as detailed in the Specification, from the respective dates of hand-over to the Contractor until cessation of occupation (where hand-over or cessation of occupation may take place after the date stated in the Taking-Over Certificate for the works).

If any loss or damage happens to any of the above items while the Contractor is responsible for their care arising from any cause whatsoever other than those for which the Procuring Entity is liable, the Contractor shall, at his own cost, rectify the loss or damage to the satisfaction of the Engineer.

18. Insurance

18.1 General Requirements for Insurances

In this Clause, “insuring Party” means, for each type of insurance, the Party responsible for effecting and maintaining the insurance specified in the relevant Sub-Clause.

Wherever the Contractor is the insuring Party, each insurance shall be effected with insurers and in terms approved by the Procuring Entity. These terms shall be consistent with any terms agreed by both Parties before the date of the Letter of Acceptance. This agreement of terms shall take precedence over the provisions of this Clause.

Wherever the Procuring Entity is the insuring Party, each insurance shall be effected with insurers and in terms consistent with the details annexed to the Particular Conditions.

If a policy is required to indemnify joint insured, the cover shall apply separately to each insured as though a separate policy had been issued for each of the joint insured. If a policy indemnifies additional joint insured, namely in addition to the insured specified in this Clause, (i) the Contractor shall act under the policy on behalf of these additional joint insured except that the Procuring Entity shall act for Procuring Entity’s Personnel, (ii) additional joint insured shall not be entitled to receive payments directly from the insurer or to have any other direct dealings with the insurer, and (iii) the insuring Party shall require all additional joint insured to comply with the conditions stipulated in the policy.

Each policy insuring against loss or damage shall provide for payments to be made in the currencies required to rectify the loss or damage. Payments received from insurers shall be used for the rectification of the loss or damage.

The relevant insuring Party shall, within the respective periods stated in the Contract Data (calculated from the Commencement Date), submit to the other Party:

(a) evidence that the insurances described in this Clause have been effected, and

(b) copies of the policies for the insurances described in Sub-Clause 18.2 [Insurance for works and Contractor’s Equipment] and Sub-Clause 18.3 [Insurance against Injury to Persons and Damage to Property].

When each premium is paid, the insuring Party shall submit evidence of payment to

Page 340: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 288

the other Party. Whenever evidence or policies are submitted, the insuring Party shall also give notice to the Engineer.

Each Party shall comply with the conditions stipulated in each of the insurance policies. The insuring Party shall keep the insurers informed of any relevant changes to the execution of the works and ensure that insurance is maintained in accordance with this Clause.

Neither Party shall make any material alteration to the terms of any insurance without the prior approval of the other Party. If an insurer makes (or attempts to make) any alteration, the Party first notified by the insurer shall promptly give notice to the other Party.

If the insuring Party fails to effect and keep in force any of the insurances it is required to effect and maintain under the contract, or fails to provide satisfactory evidence and copies of policies in accordance with this Sub-Clause, the other Party may (at its option and without prejudice to any other right or remedy) effect insurance for the relevant coverage and pay the premiums due. The insuring Party shall pay the amount of these premiums to the other Party, and the Contract Price shall be adjusted accordingly.

Nothing in this Clause limits the obligations, liabilities or responsibilities of the Contractor or the Procuring Entity, under the other terms of the contract or otherwise. Any amounts not insured or not recovered from the insurers shall be borne by the Contractor and/or the Procuring Entity in accordance with these obligations, liabilities or responsibilities. However, if the insuring Party fails to effect and keep in force an insurance which is available and which it is required to effect and maintain under the contract, and the other Party neither approves the omission nor effects insurance for the coverage relevant to this default, any moneys which should have been recoverable under this insurance shall be paid by the insuring Party.

Payments by one Party to the other Party shall be subject to Sub-Clause 2.5 [Procuring Entity’s Claims] or Sub-Clause 20.1 [Contractor’s Claims], as applicable.

The Contractor shall be entitled to place all insurance relating to the contract (including, but not limited to the insurance referred to Clause 18) with insurers from any eligible source country.

18.2 Insurance for Works and Contractor’s Equipment

The insuring Party shall insure the works, Plant, Materials and Contractor’s Documents for not less than the full reinstatement cost including the costs of demolition, removal of debris and professional fees and profit. This insurance shall be effective from the date by which the evidence is to be submitted under sub-paragraph (a) of Sub-Clause 18.1 [General Requirements for Insurances], until the date of issue of the Taking-Over Certificate for the works.

The insuring Party shall maintain this insurance to provide cover until the date of issue of the Performance Certificate, for loss or damage for which the Contractor is liable arising from a cause occurring prior to the issue of the Taking-Over Certificate, and for loss or damage caused by the Contractor in the course of any other operations (including those under Clause 11 [Defects Liability]).

The insuring Party shall insure the Contractor’s Equipment for not less than the full replacement value, including delivery to Site. For each item of Contractor’s Equipment, the insurance shall be effective while it is being transported to the Site and until it is no longer required as Contractor’s Equipment.

Unless otherwise stated in the Particular Conditions, insurances under this Sub-

Page 341: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 289

Clause:

(a) shall be effected and maintained by the Contractor as insuring Party,

(b) shall be in the joint names of the Parties, who shall be jointly entitled to receive payments from the insurers, payments being held or allocated between the Parties for the sole purpose of rectifying the loss or damage,

(c) shall cover all loss and damage from any cause not listed in Sub-Clause 17.3 [Procuring Entity’s Risks],

(d) shall also cover loss or damage to a part of the works which is attributable to the use or occupation by the Procuring Entity of another part of the works, and loss or damage from the risks listed in sub-paragraphs (c), (g) and (h) of Sub-Clause 17.3 [Procuring Entity’s Risks], excluding (in each case) risks which are not insurable at commercially reasonable terms, with deductibles per occurrence of not more than the amount stated in the Contract Data (if an amount is not so stated, this sub-paragraph (d) shall not apply), and

(e) may however exclude loss of, damage to, and reinstatement of:

(i) a part of the works which is in a defective condition due to a defect in its design, materials or workmanship (but cover shall include any other parts which are lost or damaged as a direct result of this defective condition and not as described in sub-paragraph (ii) below),

(ii) a part of the works which is lost or damaged in order to reinstate any other part of the works if this other part is in a defective condition due to a defect in its design, materials or workmanship,

(iii) a part of the works which has been taken over by the Procuring Entity, except to the extent that the Contractor is liable for the loss or damage, and

(iv) Goods while they are not in the Country, subject to Sub-Clause 14.5 [Plant and Materials intended for the works].

If, more than one year after the Base Date, the cover described in sub-paragraph (d) above ceases to be available at commercially reasonable terms, the Contractor shall (as insuring Party) give notice to the Procuring Entity, with supporting particulars. The Procuring Entity shall then (i) be entitled subject to Sub-Clause 2.5 [Procuring Entity’s Claims] to payment of an amount equivalent to such commercially reasonable terms as the Contractor should have expected to have paid for such cover, and (ii) be deemed, unless he obtains the cover at commercially reasonable terms, to have approved the omission under Sub-Clause 18.1 [General Requirements for Insurances].

18.3 Insurance against Injury to Persons and Damage to Property

The insuring Party shall insure against each Party’s liability for any loss, damage, death or bodily injury which may occur to any physical property (except things insured under Sub-Clause 18.2 [Insurance for works and Contractor’s Equipment]) or to any person (except persons insured under Sub-Clause 18.4 [Insurance for Contractor’s Personnel]), which may arise out of the Contractor’s performance of the contract and occurring before the issue of the Performance Certificate.

This insurance shall be for a limit per occurrence of not less than the amount stated in the Contract Data, with no limit on the number of occurrences. If an amount is not stated in the Contract Data, this Sub-Clause shall not apply.

Unless otherwise stated in the Particular Conditions, the insurances specified in this

Page 342: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 290

Sub-Clause:

(a) shall be effected and maintained by the Contractor as insuring Party,

(b) shall be in the joint names of the Parties,

(c) shall be extended to cover liability for all loss and damage to the Procuring Entity’s property (except things insured under Sub-Clause 18.2) arising out of the Contractor’s performance of the contract, and

(d) may however exclude liability to the extent that it arises from:

(i) the Procuring Entity’s right to have the Permanent works executed on, over, under, in or through any land, and to occupy this land for the Permanent works,

(ii) damage which is an unavoidable result of the Contractor’s obligations to execute the works and remedy any defects, and

(iii) a cause listed in Sub-Clause 17.3 [Procuring Entity’s Risks], except to the extent that cover is available at commercially reasonable terms.

18.4 Insurance for Contractor’s Personnel

The Contractor shall effect and maintain insurance against liability for claims, damages, losses and expenses (including legal fees and expenses) arising from injury, sickness, disease or death of any person employed by the Contractor or any other of the Contractor’s Personnel.

The Procuring Entity and the Engineer shall also be indemnified under the policy of insurance, except that this insurance may exclude losses and claims to the extent that they arise from any act or neglect of the Procuring Entity or of the Procuring Entity’s Personnel.

The insurance shall be maintained in full force and effect during the whole time that these personnel are assisting in the execution of the works. For a Sub-contractor’s employees, the insurance may be effected by the Sub-contractor, but the Contractor shall be responsible for compliance with this Clause.

19. Force Majeure

19.1 Definition of Force Majeure

In this Clause, “Force Majeure” means an exceptional event or circumstance:

(a) which is beyond a Party’s control,

(b) which such Party could not reasonably have provided against before entering into the contract,

(c) which, having arisen, such Party could not reasonably have avoided or overcome, and

(d) which is not substantially attributable to the other Party.

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

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

(ii) rebellion, terrorism, sabotage by persons other than the Contractor’s Personnel, revolution, insurrection, military or usurped power, or civil

Page 343: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 291

war,

(iii) riot, commotion, disorder, strike or lockout by persons other than the Contractor’s Personnel,

(iv) munitions of war, explosive materials, ionising radiation or contamination by radio-activity, except as may be attributable to the Contractor’s use of such munitions, explosives, radiation or radio-activity, and

(v) natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.

19.2 Notice of Force Majeure

If a Party is or will be prevented from performing its substantial obligations under the contract by Force Majeure, then it shall give notice to the other Party of the event or circumstances constituting the Force Majeure and shall specify the obligations, the performance of which is or will be prevented. The notice shall be given within 14 days after the Party became aware, or should have become aware, of the relevant event or circumstance constituting Force Majeure.

The Party shall, having given notice, be excused performance of its obligations for so long as such Force Majeure prevents it from performing them.

Notwithstanding any other provision of this Clause, Force Majeure shall not apply to obligations of either Party to make payments to the other Party under the contract.

19.3 Duty to Minimise Delay

Each Party shall at all times use all reasonable endeavours to minimise any delay in the performance of the contract as a result of Force Majeure.

A Party shall give notice to the other Party when it ceases to be affected by the Force Majeure.

19.4 Consequences of Force Majeure

If the Contractor is prevented from performing its substantial obligations under the contract by Force Majeure of which notice has been given under Sub-Clause 19.2 [Notice of Force Majeure], and suffers delay and/or incurs Cost by reason of such Force Majeure, the Contractor shall be entitled subject to Sub-Clause 20.1 [Contractor’s Claims] to:

(a) an extension of time for any such delay, if completion is or will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion], and

(b) if the event or circumstance is of the kind described in sub-paragraphs (i) to (iv) of Sub-Clause 19.1 [Definition of Force Majeure] and, in the case of sub-paragraphs (ii) to (iv), occurs in the Country, payment of any such Cost.

After receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

19.5 Force Majeure Affecting Sub-contractor

If any Sub-contractor is entitled under any contract or agreement relating to the works to relief from force majeure on terms additional to or broader than those specified in this Clause, such additional or broader force majeure events or circumstances shall not excuse the Contractor’s non-performance or entitle him to relief under this Clause.

19.6 Optional Termination, Payment and Release

Page 344: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 292

If the execution of substantially all the works in progress is prevented for a continuous period of 84 days by reason of Force Majeure of which notice has been given under Sub-Clause 19.2 [Notice of Force Majeure], or for multiple periods which total more than 140 days due to the same notified Force Majeure, then either Party may give to the other Party a notice of termination of the contract. In this event, the termination shall take effect 7 days after the notice is given, and the Contractor shall proceed in accordance with Sub-Clause 16.3 [Cessation of Work and Removal of Contractor’s Equipment].

Upon such termination, the Engineer shall determine the value of the work done and issue a Payment Certificate which shall include:

(a) the amounts payable for any work carried out for which a price is stated in the contract;

(b) the Cost of Plant and Materials ordered for the works which have been delivered to the Contractor, or of which the Contractor is liable to accept delivery: this Plant and Materials shall become the property of (and be at the risk of) the Procuring Entity when paid for by the Procuring Entity, and the Contractor shall place the same at the Procuring Entity’s disposal;

(c) other Costs or liabilities which in the circumstances were reasonably and necessarily incurred by the Contractor in the expectation of completing the works;

(d) the Cost of removal of Temporary works and Contractor’s Equipment from the Site and the return of these items to the Contractor’s works in his country (or to any other destination at no greater cost); and

(e) the Cost of repatriation of the Contractor’s staff and labour employed wholly in connection with the works at the date of termination.

19.7 Release from Performance

Notwithstanding any other provision of this Clause, if any event or circumstance outside the control of the Parties (including, but not limited to, Force Majeure) arises which makes it impossible or unlawful for either or both Parties to fulfil its or their contractual obligations or which, under the law governing the contract, entitles the Parties to be released from further performance of the contract, then upon notice by either Party to the other Party of such event or circumstance:

(a) the Parties shall be discharged from further performance, without prejudice to the rights of either Party in respect of any previous breach of the contract, and

(b) the sum payable by the Procuring Entity to the Contractor shall be the same as would have been payable under Sub-Clause 19.6 [Optional Termination, Payment and Release] if the contract had been terminated under Sub-Clause 19.6.

20. Claims, Disputes and Arbitration

20.1 Contractor’s Claims

If the Contractor considers himself to be entitled to any extension of the Time for Completion and/or any additional payment, under any Clause of these Conditions or otherwise in connection with the contract, the Contractor shall give notice to the Engineer, describing the event or circumstance giving rise to the claim. The notice shall be given as soon as practicable, and not later than 28 days after the Contractor became aware, or should have become aware, of the event or

Page 345: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 293

circumstance.

If the Contractor fails to give notice of a claim within such period of 28 days, the Time for Completion shall not be extended, the Contractor shall not be entitled to additional payment, and the Procuring Entity shall be discharged from all liability in connection with the claim. Otherwise, the following provisions of this Sub-Clause shall apply.

The Contractor shall also submit any other notices which are required by the contract, and supporting particulars for the claim, all as relevant to such event or circumstance.

The Contractor shall keep such contemporary records as may be necessary to substantiate any claim, either on the Site or at another location acceptable to the Engineer. Without admitting the Procuring Entity’s liability, the Engineer may, after receiving any notice under this Sub-Clause, monitor the record-keeping and/or instruct the Contractor to keep further contemporary records. The Contractor shall permit the Engineer to inspect all these records, and shall (if instructed) submit copies to the Engineer.

Within 42 days after the Contractor became aware (or should have become aware) of the event or circumstance giving rise to the claim, or within such other period as may be proposed by the Contractor and approved by the Engineer, the Contractor shall send to the Engineer a fully detailed claim which includes full supporting particulars of the basis of the claim and of the extension of time and/or additional payment claimed. If the event or circumstance giving rise to the claim has a continuing effect:

(a) this fully detailed claim shall be considered as interim;

(b) the Contractor shall send further interim claims at monthly intervals, giving the accumulated delay and/or amount claimed, and such further particulars as the Engineer may reasonably require; and

(c) the Contractor shall send a final claim within 28 days after the end of the effects resulting from the event or circumstance, or within such other period as may be proposed by the Contractor and approved by the Engineer.

Within 42 days after receiving a claim or any further particulars supporting a previous claim, or within such other period as may be proposed by the Engineer and approved by the Contractor, the Engineer shall respond with approval, or with disapproval and detailed comments. He may also request any necessary further particulars, but shall nevertheless give his response on the principles of the claim within such time.

Each Payment Certificate shall include such amounts for any claim as have been reasonably substantiated as due under the relevant provision of the contract. Unless and until the particulars supplied are sufficient to substantiate the whole of the claim, the Contractor shall only be entitled to payment for such part of the claim as he has been able to substantiate.

The Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine (i) the extension (if any) of the Time for Completion (before or after its expiry) in accordance with Sub-Clause 8.4 [Extension of Time for Completion], and/or (ii) the additional payment (if any) to which the Contractor is entitled under the contract.

If the Engineer does not respond within the timeframe defined in this Clause, either Party may consider that the claim is rejected by the Engineer and any of the Parties may refer to the Dispute Board in accordance with Sub-Clause 20.4 [Obtaining

Page 346: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 294

Dispute Board’s Decision

The requirements of this Sub-Clause are in addition to those of any other Sub-Clause which may apply to a claim. If the Contractor fails to comply with this or another Sub-Clause in relation to any claim, any extension of time and/or additional payment shall take account of the extent (if any) to which the failure has prevented or prejudiced proper investigation of the claim, unless the claim is excluded under the second paragraph of this Sub-Clause.

20.2 Appointment of the Dispute Board

Disputes shall be referred to a DB for decision in accordance with Sub-Clause 20.4 [Obtaining Dispute Board’s Decision]. The Parties shall appoint a DB by the date stated in the Contract Data.

The DB shall comprise, as stated in the Contract Data, either one or three suitably qualified persons (“the members”), each of whom shall be fluent in the language for communication defined in the contract and shall be a professional experienced in the type of construction involved in the works and with the interpretation of contractual documents. If the number is not so stated and the Parties do not agree otherwise, the DB shall comprise three persons, one of whom shall serve as chairman.

If the Parties have not jointly appointed the DB 21 days before the date stated in the Contract Data and the DB is to comprise three persons, each Party shall nominate one member for the approval of the other Party. The first two members shall recommend and the Parties shall agree upon the third member, who shall act as chairman.

The agreement between the Parties and either the sole member or each of the three members shall incorporate by reference the General Conditions of Dispute Board Agreement contained in the Appendix to these General Conditions, with such amendments as are agreed between them.

The terms of the remuneration of either the sole member or each of the three members, including the remuneration of any expert whom the DB consults, shall be mutually agreed upon by the Parties when agreeing the terms of appointment of the member or such expert (as the case may be). Each Party shall be responsible for paying one-half of this remuneration.

If a member declines to act or is unable to act as a result of death, disability, resignation or termination of appointment, a replacement shall be appointed in the same manner as the replaced person was required to have been nominated or agreed upon, as described in this Sub-Clause.

The appointment of any member may be terminated by mutual agreement of both Parties, but not by the Procuring Entity or the Contractor acting alone. Unless otherwise agreed by both Parties, the appointment of the DB (including each member) shall expire when the discharge referred to in Sub-Clause 14.12 [Discharge] shall have become effective.

20.3 Failure to Agree on the Composition of the Dispute Board

If any of the following conditions apply, namely:

(a) the Parties fail to agree upon the appointment of the sole member of the DB by the date stated in the first paragraph of Sub-Clause 20.2, [Appointment of the Dispute Board],

(b) either Party fails to nominate a member (for approval by the other Party) or fails to approve a member nominated by the other Party, of a DB of three

Page 347: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 295

persons by such date,

(c) the Parties fail to agree upon the appointment of the third member (to act as chairman) of the DB by such date, or

(d) the Parties fail to agree upon the appointment of a replacement person within 42 days after the date on which the sole member or one of the three members declines to act or is unable to act as a result of death, disability, resignation or termination of appointment,

then the appointing entity or official named in the Contract Data shall, upon the request of either or both of the Parties and after due consultation with both Parties, appoint this member of the DB. This appointment shall be final and conclusive. Each Party shall be responsible for paying one-half of the remuneration of the appointing entity or official.

20.4 Obtaining Dispute Board’s Decision

If a dispute (of any kind whatsoever) arises between the Parties in connection with, or arising out of, the contract or the execution of the works, including any dispute as to any certificate, determination, instruction, opinion or valuation of the Engineer, either Party may refer the dispute in writing to the DB for its decision, with copies to the other Party and the Engineer. Such reference shall state that it is given under this Sub-Clause.

For a DB of three persons, the DB shall be deemed to have received such reference on the date when it is received by the chairman of the DB.

Both Parties shall promptly make available to the DB all such additional information, further access to the Site, and appropriate facilities, as the DB may require for the purposes of making a decision on such dispute. The DB shall be deemed to be not acting as arbitrator(s).

Within 84 days after receiving such reference, or within such other period as may be proposed by the DB and approved by both Parties, the DB shall give its decision, which shall be reasoned and shall state that it is given under this Sub-Clause. The decision shall be binding on both Parties, who shall promptly give effect to it unless and until it shall be revised in an amicable settlement or an arbitral award as described below. Unless the contract has already been abandoned, repudiated or terminated, the Contractor shall continue to proceed with the works in accordance with the contract.

If either Party is dissatisfied with the DB’s decision, then either Party may, within 28 days after receiving the decision, give notice to the other Party of its dissatisfaction and intention to commence arbitration. If the DB fails to give its decision within the period of 84 days (or as otherwise approved) after receiving such reference, then either Party may, within 28 days after this period has expired, give notice to the other Party of its dissatisfaction and intention to commence arbitration.

In either event, this notice of dissatisfaction shall state that it is given under this Sub-Clause, and shall set out the matter in dispute and the reason(s) for dissatisfaction. Except as stated in Sub-Clause 20.7 [Failure to Comply with Dispute Board’s Decision] and Sub-Clause 20.8 [Expiry of Dispute Board’s Appointment], neither Party shall be entitled to commence arbitration of a dispute unless a notice of dissatisfaction has been given in accordance with this Sub-Clause.

If the DB has given its decision as to a matter in dispute to both Parties, and no notice of dissatisfaction has been given by either Party within 28 days after it received the DB’s decision, then the decision shall become final and binding upon

Page 348: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 296

both Parties.

20.5 Amicable Settlement

Where notice of dissatisfaction has been given under Sub-Clause 20.4 above, both Parties shall attempt to settle the dispute amicably before the commencement of arbitration. However, unless both Parties agree otherwise, arbitration may be commenced on or after the fifty-sixth day after the day on which a notice of dissatisfaction and intention to commence arbitration was given, even if no attempt at amicable settlement has been made.

20.6 Arbitration

Unless settled amicably, any dispute in respect of which the DB’s decision (if any) has not become final and binding shall be finally settled by international arbitration. Unless otherwise agreed by both Parties:

(a) arbitration proceedings shall be conducted in accordance with the rules of arbitration provided for in the Particular Conditions,

(b) if no rules of arbitration are provided therein, the dispute shall be finally settled under the Rules of Arbitration of the UNCITRAL,

(c) the dispute shall be settled by three arbitrators, and

(d) the arbitration shall be conducted in the language for communications defined in Sub-Clause 1.4 [Law and Language].

The arbitrator(s) shall have full power to open up, review and revise any certificate, determination, instruction, opinion or valuation of the Engineer, and any decision of the DB, relevant to the dispute. Nothing shall disqualify the Engineer from being called as a witness and giving evidence before the arbitrator(s) on any matter whatsoever relevant to the dispute.

Neither Party shall be limited in the proceedings before the arbitrator(s) to the evidence or arguments previously put before the DB to obtain its decision, or to the reasons for dissatisfaction given in its notice of dissatisfaction. Any decision of the DB shall be admissible in evidence in the arbitration.

Arbitration may be commenced prior to or after completion of the works. The obligations of the Parties, the Engineer and the DB shall not be altered by reason of any arbitration being conducted during the progress of the works.

20.7 Failure to Comply with Dispute Board’s Decision

In the event that a Party fails to comply with a DB decision which has become final and binding, then the other Party may, without prejudice to any other rights it may have, refer the failure itself to arbitration under Sub-Clause 20.6 [Arbitration]. Sub-Clause 20.4 [Obtaining Dispute Board’s Decision] and Sub-Clause 20.5 [Amicable Settlement] shall not apply to this reference.

20.8 Expiry of Dispute Board’s Appointment

If a dispute arises between the Parties in connection with, or arising out of, the contract or the execution of the works and there is no DB in place, whether by reason of the expiry of the DB’s appointment or otherwise:

(a) Sub-Clause 20.4 [Obtaining Dispute Board’s Decision] and Sub-Clause 20.5 [Amicable Settlement] shall not apply, and

(b) the dispute may be referred directly to arbitration under Sub-Clause 20.6

Page 349: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 297

[Arbitration].

Page 350: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 298

APPENDIX

A General Conditions of Dispute Board Agreement

1. Definitions

Each “Dispute Board Agreement” is a tripartite agreement by and between:

(a) the “Procuring Entity”;

(b) the “Contractor”; and

(c) the “Member” who is defined in the Dispute Board Agreement as being:

(i) the sole member of the "DB" and, where this is the case, all references to the “Other Members” do not apply, or

(ii) one of the three persons who are jointly called the “DB” (or “Dispute Board”) and, where this is the case, the other two persons are called the “Other Members.”

The Procuring Entity and the Contractor have entered (or intend to enter) into a contract, which is called the "contract" and is defined in the Dispute Board Agreement, which incorporates this Appendix. In the Dispute Board Agreement, words and expressions which are not otherwise defined shall have the meanings assigned to them in the contract.

2. General Provisions

Unless otherwise stated in the Dispute Board Agreement, it shall take effect on the latest of the following dates:

(a) the Commencement Date defined in the contract,

(b) when the Procuring Entity, the Contractor and the Member have each signed the Dispute Board Agreement, or

(c) when the Procuring Entity, the Contractor and each of the Other Members (if any) have respectively each signed a dispute board agreement.

This employment of the Member is a personal appointment. At any time, the Member may give not less than 70 days’ notice of resignation to the Procuring Entity and to the Contractor, and the Dispute Agreement shall terminate upon the expiry of this period.

3. Warranties

The Member warrants and agrees that he/she is and shall be impartial and independent of the Procuring Entity, the Contractor and the Engineer. The Member shall promptly disclose, to each of them and to the Other Members (if any), any fact or circumstance which might appear inconsistent with his/her warranty and agreement of impartiality and independence.

When appointing the Member, the Procuring Entity and the Contractor relied upon the Member’s representations that he/she is:

(a) experienced in the work which the Contractor is to carry out under the contract,

(b) experienced in the interpretation of contract documentation, and

(c) fluent in the language for communications defined in the contract.

Page 351: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 299

4. General Obligations of the Member

The Member shall:

(a) have no interest financial or otherwise in the Procuring Entity, the Contractor or Engineer, nor any financial interest in the contract except for payment under the Dispute Board Agreement;

(b) not previously have been employed as a consultant or otherwise by the Procuring Entity, the Contractor or the Engineer, except in such circumstances as were disclosed in writing to the Procuring Entity and the Contractor before they signed the Dispute Board Agreement;

(c) have disclosed in writing to the Procuring Entity, the Contractor and the Other Members (if any), before entering into the Dispute Board Agreement and to his/her best knowledge and recollection, any professional or personal relationships with any director, officer or employee of the Procuring Entity, the Contractor or the Engineer, and any previous involvement in the overall project of which the contract forms part;

(d) not, for the duration of the Dispute Board Agreement, be employed as a consultant or otherwise by the Procuring Entity, the Contractor or the Engineer, except as may be agreed in writing by the Procuring Entity, the Contractor and the Other Members (if any);

(e) comply with the annexed procedural rules and with Sub-Clause 20.4 of the Conditions of contract;

(f) not give advice to the Procuring Entity, the Contractor, the Procuring Entity’s Personnel or the Contractor’s Personnel concerning the conduct of the contract, other than in accordance with the annexed procedural rules;

(g) not while a Member enter into discussions or make any agreement with the Procuring Entity, the Contractor or the Engineer regarding employment by any of them, whether as a consultant or otherwise, after ceasing to act under the Dispute Board Agreement;

(h) ensure his/her availability for all site visits and hearings as are necessary;

(i) become conversant with the contract and with the progress of the works (and of any other parts of the project of which the contract forms part) by studying all documents received which shall be maintained in a current working file;

(j) treat the details of the contract and all the DB’s activities and hearings as private and confidential, and not publish or disclose them without the prior written consent of the Procuring Entity, the Contractor and the Other Members (if any); and

(k) be available to give advice and opinions, on any matter relevant to the contract when requested by both the Procuring Entity and the Contractor, subject to the agreement of the Other Members (if any).

5. General Obligations of the Procuring Entity and the Contractor

The Procuring Entity, the Contractor, the Procuring Entity’s Personnel and the Contractor’s Personnel shall not request advice from or consultation with the Member regarding the contract, otherwise than in the normal course of the DB’s activities under the contract and the Dispute Board Agreement. The Procuring Entity and the Contractor shall be responsible for compliance with this provision, by the Procuring Entity’s Personnel and the Contractor’s Personnel respectively.

Page 352: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 300

The Procuring Entity and the Contractor undertake to each other and to the Member that the Member shall not, except as otherwise agreed in writing by the Procuring Entity, the Contractor, the Member and the Other Members (if any):

(a) be appointed as an arbitrator in any arbitration under the contract;

(b) be called as a witness to give evidence concerning any dispute before arbitrator(s) appointed for any arbitration under the contract; or

(c) be liable for any claims for anything done or omitted in the discharge or purported discharge of the Member’s functions, unless the act or omission is shown to have been in bad faith.

The Procuring Entity and the Contractor hereby jointly and severally indemnify and hold the Member harmless against and from claims from which he is relieved from liability under the preceding paragraph.

Whenever the Procuring Entity or the Contractor refers a dispute to the DB under Sub-Clause 20.4 of the Conditions of contract, which will require the Member to make a site visit and attend a hearing, the Procuring Entity or the Contractor shall provide appropriate security for a sum equivalent to the reasonable expenses to be incurred by the Member. No account shall be taken of any other payments due or paid to the Member.

6. Payment

The Member shall be paid as follows, in the currency named in the Dispute Board Agreement:

(a) a retainer fee per calendar month, which shall be considered as payment in full for:

(i) being available on 28 days’ notice for all site visits and hearings;

(ii) becoming and remaining conversant with all project developments and maintaining relevant files;

(iii) all office and overhead expenses including secretarial services, photocopying and office supplies incurred in connection with his duties; and

(iv) all services performed hereunder except those referred to in sub-paragraphs (b) and (c) of this Clause.

The retainer fee shall be paid with effect from the last day of the calendar month in which the Dispute Board Agreement becomes effective; until the last day of the calendar month in which the Taking-Over Certificate is issued for the whole of the works.

With effect from the first day of the calendar month following the month in which the Taking-Over Certificate is issued for the whole of the works, the retainer fee shall be reduced by one third. This reduced fee shall be paid until the first day of the calendar month in which the Member resigns or the Dispute Board Agreement is otherwise terminated.

(b) a daily fee which shall be considered as payment in full for:

(i) each day or part of a day up to a maximum of two days’ travel time in each direction for the journey between the Member’s home and the site, or another location of a meeting with the Other Members (if any);

(ii) each working day on Site visits, hearings or preparing decisions; and

(iii) each day spent reading submissions in preparation for a hearing.

Page 353: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 301

(c) all reasonable expenses including necessary travel expenses (air fare in less than first class, hotel and subsistence and other direct travel expenses) incurred in connection with the Member’s duties, as well as the cost of telephone calls, courier charges, faxes and telexes: a receipt shall be required for each item in excess of five percent of the daily fee referred to in sub-paragraph (b) of this Clause;

(d) any taxes properly levied in the Country on payments made to the Member (unless a national or permanent resident of the Country) under this Clause 6.

The retainer and daily fees shall be as specified in the Dispute Board Agreement. Unless it specifies otherwise, these fees shall remain fixed for the first 24 calendar months, and shall thereafter be adjusted by agreement between the Procuring Entity, the Contractor and the Member, at each anniversary of the date on which the Dispute Board Agreement became effective.

If the parties fail to agree on the retainer fee or the daily fee, the appointing entity or official named in the Contract Data shall determine the amount of the fees to be used.

The Member shall submit invoices for payment of the monthly retainer and air fares quarterly in advance. Invoices for other expenses and for daily fees shall be submitted following the conclusion of a site visit or hearing. All invoices shall be accompanied by a brief description of activities performed during the relevant period and shall be addressed to the Contractor.

The Contractor shall pay each of the Member’s invoices in full within 56 calendar days after receiving each invoice and shall apply to the Procuring Entity (in the Statements under the contract) for reimbursement of one-half of the amounts of these invoices. The Procuring Entity shall then pay the Contractor in accordance with the contract.

If the Contractor fails to pay to the Member the amount to which he/she is entitled under the Dispute Board Agreement, the Procuring Entity shall pay the amount due to the Member and any other amount which may be required to maintain the operation of the DB; and without prejudice to the Procuring Entity’s rights or remedies. In addition to all other rights arising from this default, the Procuring Entity shall be entitled to reimbursement of all sums paid in excess of one-half of these payments, plus all costs of recovering these sums and financing charges calculated at the rate specified in Sub-Clause 14.8 of the Conditions of contract.

If the Member does not receive payment of the amount due within 70 days after submitting a valid invoice, the Member may (i) suspend his/her services (without notice) until the payment is received, and/or (ii) resign his/her appointment by giving notice under Clause 7.

7. Termination

At any time: (i) the Procuring Entity and the Contractor may jointly terminate the Dispute Board Agreement by giving 42 days’ notice to the Member; or (ii) the Member may resign as provided for in Clause 2.

If the Member fails to comply with the Dispute Board Agreement, the Procuring Entity and the Contractor may, without prejudice to their other rights, terminate it by notice to the Member. The notice shall take effect when received by the Member.

If the Procuring Entity or the Contractor fails to comply with the Dispute Board Agreement, the Member may, without prejudice to his other rights, terminate it by notice to the Procuring Entity and the Contractor. The notice shall take effect when

Page 354: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 302

received by them both.

Any such notice, resignation and termination shall be final and binding on the Procuring Entity, the Contractor and the Member. However, a notice by the Procuring Entity or the Contractor, but not by both, shall be of no effect.

8. Default of the Member

If the Member fails to comply with any of his obligations under Clause 4 (a) - (d) above, he shall not be entitled to any fees or expenses hereunder and shall, without prejudice to their other rights, reimburse each of the Procuring Entity and the Contractor for any fees and expenses received by the Member and the Other Members (if any), for proceedings or decisions (if any) of the DB which are rendered void or ineffective by the said failure to comply.

If the Member fails to comply with any of his obligations under Clause 4 (e) - (k) above, he shall not be entitled to any fees or expenses hereunder from the date and to the extent of the non-compliance and shall, without prejudice to their other rights, reimburse each of the Procuring Entity and the Contractor for any fees and expenses already received by the Member, for proceedings or decisions (if any) of the DB which are rendered void or ineffective by the said failure to comply.

9. Disputes

Any dispute or claim arising out of or in connection with this Dispute Board Agreement, or the breach, termination or invalidity thereof, shall be finally settled by institutional arbitration. If no other arbitration institute is agreed, the arbitration shall be conducted under the Rules of Arbitration of the International Chamber of Commerce by one arbitrator appointed in accordance with these Rules of Arbitration.

Page 355: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 303

PROCEDURAL RULES

Unless otherwise agreed by the Procuring Entity and the Contractor, the DB shall visit the site at intervals of not more than 140 days, including times of critical construction events, at the request of either the Procuring Entity or the Contractor. Unless otherwise agreed by the Procuring Entity, the Contractor and the DB, the period between consecutive visits shall not be less than 70 days, except as required to convene a hearing as described below.

The timing of and agenda for each site visit shall be as agreed jointly by the DB, the Procuring Entity and the Contractor, or in the absence of agreement, shall be decided by the DB. The purpose of site visits is to enable the DB to become and remain acquainted with the progress of the works and of any actual or potential problems or claims, and, as far as reasonable, to endeavour to prevent potential problems or claims from becoming disputes.

Site visits shall be attended by the Procuring Entity, the Contractor and the Engineer and shall be co-ordinated by the Procuring Entity in co-operation with the Contractor. The Procuring Entity shall ensure the provision of appropriate conference facilities and secretarial and copying services. At the conclusion of each site visit and before leaving the site, the DB shall prepare a report on its activities during the visit and shall send copies to the Procuring Entity and the Contractor.

The Procuring Entity and the Contractor shall furnish to the DB one copy of all documents which the DB may request, including contract documents, progress reports, variation instructions, certificates and other documents pertinent to the performance of the contract. All communications between the DB and the Procuring Entity or the Contractor shall be copied to the other Party. If the DB comprises three persons, the Procuring Entity and the Contractor shall send copies of these requested documents and these communications to each of these persons.

If any dispute is referred to the DB in accordance with Sub-Clause 20.4 of the Conditions of contract, the DB shall proceed in accordance with Sub-Clause 20.4 and these Rules. Subject to the time allowed to give notice of a decision and other relevant factors, the DB shall:

(a) act fairly and impartially as between the Procuring Entity and the Contractor, giving each of them a reasonable opportunity of putting his case and responding to the other’s case, and

(b) adopt procedures suitable to the dispute, avoiding unnecessary delay or expense.

The DB may conduct a hearing on the dispute, in which event it will decide on the date and place for the hearing and may request that written documentation and arguments from the Procuring Entity and the Contractor be presented to it prior to or at the hearing.

Except as otherwise agreed in writing by the Procuring Entity and the Contractor, the DB shall have power to adopt an inquisitorial procedure, to refuse admission to hearings or audience at hearings to any persons other than representatives of the Procuring Entity, the Contractor and the Engineer, and to proceed in the absence of any party who the DB is satisfied received notice of the hearing; but shall have discretion to decide whether and to what extent this power may be exercised.

The Procuring Entity and the Contractor empower the DB, among other things, to:

Page 356: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VI General Conditions of Contract 304

(a) establish the procedure to be applied in deciding a dispute,

(b) decide upon the DB’s own jurisdiction, and as to the scope of any dispute referred to it,

(c) conduct any hearing as it thinks fit, not being bound by any rules or procedures other than those contained in the contract and these Rules,

(d) take the initiative in ascertaining the facts and matters required for a decision,

(e) make use of its own specialist knowledge, if any,

(f) decide upon the payment of financing charges in accordance with the contract,

(g) decide upon any provisional relief such as interim or conservatory measures, and

(h) open up, review and revise any certificate, decision, determination, instruction, opinion or valuation of the Engineer, relevant to the dispute.

The DB shall not express any opinions during any hearing concerning the merits of any arguments advanced by the Parties. Thereafter, the DB shall make and give its decision in accordance with Sub-Clause 20.4, or as otherwise agreed by the Procuring Entity and the Contractor in writing. If the DB comprises three persons:

(a) it shall convene in private after a hearing, in order to have discussions and prepare its decision;

(b) it shall endeavour to reach a unanimous decision: if this proves impossible the applicable decision shall be made by a majority of the Members, who may require the minority Member to prepare a written report for submission to the Procuring Entity and the Contractor; and

(c) if a Member fails to attend a meeting or hearing, or to fulfil any required function, the other two Members may nevertheless proceed to make a decision, unless:

(i) either the Procuring Entity or the Contractor does not agree that they do so, or

(ii) the absent Member is the chairman and he/she instructs the other Members not to make a decision.

Page 357: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VII Particular Conditions of Contract 305

Section VII. Particular Conditions of Contract (PCC)

The following Particular Conditions shall supplement the GCC. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Page 358: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VII Particular Conditions of Contract 306

Part A - Contract Data

Conditions Sub-Clause

Data

Procuring Entity’s name and address

1.1.2.2 Ministry of Industry, Commerce, Agriculture and Fisheries

Hope Gardens Kingston 6

Engineer’s name and address 1.1.2.4 Peter A. P. Reid

Ministry of industry, Commerce, Agriculture & Fisheries/ Agricultural Competitiveness Programme Bridging Project

Hope Gardens

Kingston 6

Time for Completion 1.1.3.3 Six (6) months

If Sections are to be used, refer to Table: Summary of Sections below

Defects Notification Period 1.1.3.7 Six (6) months

Sections 1.1.5.6 N/A

Electronic Transmission Systems 1.3 Email:

a)Procuring Entity email address

b)Contractor Entity email address

Governing Law 1.4 Laws of Jamaica

Ruling language 1.4 English

Language for communications 1.4 English

Confidential Details 1.12 Unless disclosure of that information is ordered by the Review Board or any court, and, in such case, subject to such conditions as may be specified in the order.

Time for access to the Site 2.1 10 days after Contract signing date

Engineer’s Duties and Authority 3.1(b)(ii) Variations resulting in an increase of the Accepted Contract Amount in excess of 5% shall require approval of the Procuring Entity.

Page 359: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VII Particular Conditions of Contract 307

Conditions Sub-Clause

Data

Performance Security 4.2 The Performance Security will be in the form of a 10% [insert either one of “demand guarantee” or “performance bond”] in the amount(s) of [insert related figure(s)] percent of the Accepted Contract Amount and in the same currency(ies) of the Accepted Contract Amount and issued by an entity with a correspondent financial institution in the Country.

Normal working hours 6.5

Delay damages for the Works 8.7 & 14.15(b)

0.2 % of the Contract Price per day.

If Sections are to be used, refer to Table: Summary of Sections below

Maximum amount of delay damages

8.7 10% of the final Contract Price.

Provisional Sums 13.5(b)(ii) [If there are Provisional Sums, insert a percentage for adjustment of Provisional Sums]

10%

Adjustments for Changes in Cost 13.8 Period “n” applicable to the adjustment multiplier “Pn”: N/A [Insert the period if different from one (1) month; if period “n” is one (1) month, insert “not applicable”]

Total mobilization payment 14.2 20% Percentage of the Accepted Contract Amount payable in the currencies and proportions in which the Accepted Contract Amount is payable

[Insert number and timing of installments if applicable]

Repayment amortization rate of mobilization payment

14.2(b) 25%

Percentage of Retention 14.3 10% [not to exceed 10% of the contract value]

Limit of Retention Money 14.3 5% of the Accepted Contract Amount

Page 360: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VII Particular Conditions of Contract 308

Conditions Sub-Clause

Data

Plant and Materials

14.5(b)(i)

If Sub-Clause 14.5 applies:N/A

Plant and Materials for payment when shipped en route to the Site ______________ [list].

14.5(c)(i) Plant and Materials for payment when delivered to the Site. N/A [list].

Minimum Amount of Interim Payment Certificates

14.6 2.5 % of the Accepted Contract Amount.

Maximum total liability of the Contractor to the Procuring Entity

17.6 10,000.00 [insert amount of the maximum total liability]

Periods for submission of insurance:

18.1 [Insert period for submission of evidence of insurance and policy. Period may be from 14 days to 28 days.]

a. evidence of insurance. 14 days

b. relevant policies 14 days

Maximum amount of deductibles for

insurance of the Procuring Entity's risks

18.2(d) [Insert maximum amount of deductibles]

$500,000.00

Minimum amount of third party

insurance

18.3 [Insert amount of third party insurance] 15,000,000.00

Date by which the DB shall be appointed

20.2 28 days after the Commencement

The DB shall be comprised of 20.2 Either: One sole Member

List of potential DB sole members 20.2

Page 361: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VII Particular Conditions of Contract 309

Conditions Sub-Clause

Data

Appointment (if not agreed) to be made by

20.3 [Insert name of the appointing entity or official] The Attorney General Chamber

Rules of arbitration 20.6(a) UNCITRAL

Table: Summary of Sections

Section Name/Description (Sub-Clause 1.1.5.6)

Time for Completion (Sub-Clause 1.1.3.3)

Damages for Delay (Sub-Clause 8.7)

Part B - Specific Provisions

Sub-Clause 14.1

The Contract Price

(Alternative paragraph)

(e) Notwithstanding the provisions of subparagraph (b), Contractor's Equipment, including essential spare parts therefore, imported by the Contractor for the sole purpose of executing the contract shall be temporarily exempt from the payment of import duties and taxes upon initial importation, provided the Contractor shall post with the customs authorities at the port of entry an approved export bond or bank guarantee, valid until the Time for Completion plus six months, in an amount equal to the full import duties and taxes which would be payable on the assessed imported value of such Contractor's Equipment and spare parts, and callable in the event the Contractor's Equipment is not exported from the Country on completion of the contract. A copy of the bond or bank guarantee endorsed by the customs authorities shall be provided by the Contractor to the Procuring Entity upon the importation of individual items of Contractor's Equipment and spare parts. Upon export of individual items of Contractor's Equipment or spare parts, or upon the completion of the contract, the Contractor shall prepare, for approval by the customs authorities, an assessment of the residual value of the Contractor's Equipment and spare part to be exported, based on the depreciation scale(s and other criteria used by the customs authorities for such purposes under the provisions of the applicable Laws. Import duties and taxes shall be due and payable to the customs authorities by the Contractor on (a) the difference between the initial imported value and the residual value of the Contractor's Equipment and spare parts to exported; and (b) on the initial imported value that Contractor's Equipment and spare parts remaining in the Country after completion of the contract. Upon payment of such dues within 28 days of being invoiced, the bond or bank guarantee shall be reduced or released accordingly; otherwise the security shall be called in the full amount remaining.

Page 362: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VII Particular Conditions of Contract 310

6.23 Workers’ Organisations

In countries where the relevant labour laws recognise workers’ rights to form and to join workers’ organisations of their choosing without interference and to bargain collectively, the Contractor shall comply with such laws. Where the relevant labour laws substantially restrict workers’ organisations, the Contractor shall enable alternative means for the Contractor’s Personnel to express their grievances and protect their rights regarding working conditions and terms of employment. In either case described above, and where the relevant labour laws are silent, the Contractor shall not discourage the Contractor’s Personnel from forming or joining workers’ organisations of their choosing or from bargaining collectively, and shall not discriminate or retaliate against the Contractor’s Personnel who participate, or seek to participate, in such organisations and bargain collectively. The Contractor shall engage with such workers’ representatives. Workers’ organisations are expected to fairly represent the workers in the workforce.

6.24 Non-Discrimination and Equal Opportunity

The Contractor shall not make employment decisions on the basis of personal characteristics unrelated to inherent job requirements. The Contractor shall base the employment relationship on the principle of equal opportunity and fair treatment, and shall not discriminate with respect to aspects of the employment relationship, including recruitment and hiring, compensation (including wages and benefits), working conditions and terms of employment, access to training, promotion, termination of employment or retirement, and discipline. In countries where the relevant labour laws provide for non-discrimination in employment, the Contractor shall comply with such laws. When the relevant labour laws are silent on non-discrimination in employment, the Contractor shall meet this Sub-Clause’s requirements. Special measures of protection or assistance to remedy past discrimination or selection for a particular job based on the inherent requirements of the job shall not be deemed discrimination.

15.6 Corrupt or Fraudulent Practices

The clause in the General Conditions is deleted in its entirety and replaced as follows:

GoJ requires that all parties involved in the procurement proceedings and execution of such contracts observe the highest standard of ethics.

For the purposes of this provision, offences of fraud and corruption are defined in Part VII of the Act and any other Act relating to corrupt activities in Jamaica.

A person who commits an offence under the Act or any other Act relating to corrupt activities in Jamaica shall

(a) be liable for conviction under the provisions of the Act or any other Act relating to corrupt activities in Jamaica;

(b) have their bid rejected if it is determined that the bid or Bidder is not in compliance with the provisions of the Act, the regulations or any other Act relating to corrupt activities in Jamaica

(c) risk other sanctions provided for in the Act or the regulations.

If it is Procuring Entity determined that the Contractor has committed an offence, then the Procuring Entity may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site, and the provisions of Clause 15 shall apply as if such expulsion had been made under Sub-Clause 15.2.

Page 363: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions 311

Section VIII. Annex to the Particular Conditions - Contract Forms

Table of Forms

Notification of Award ................................................................... 3134

Contract Agreement ....................................................................... 313

Performance Security ..................................................................... 315

Advance Payment Security ............................................................... 318

Retention Money Security ................................................................. 233

Page 364: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 312

Notification of Award

LETTER OF ACCEPTANCE

[letterhead paper of the Procuring Entity]

[date]

To: [name and address of the Contractor] This is to notify you that your bid dated [insert date] for execution of the [insert name of the contract and identification number, as given in the BDS] for the Accepted Contract Amount of [amount in numbers and words] [name of currency], as corrected and modified in accordance with the Instructions to Bidders, is hereby accepted by [insert name of the Procuring Entity]. You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of contract, using for that purpose the Performance Security forms included in Section IX, Annex to the Particular Conditions - contract Forms, of the bidding document Authorized Signature: Name and Title of Signatory: Name of Agency: Attachment: Contract Agreement

Page 365: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 313

Contract Agreement

THIS CONTRACT AGREEMENT made the [insert number] day of [insert month], [insert year]

BETWEEN

Ministry of Industry, Commerce, Agriculture and Fisheries /Agricultural Competitiveness Programme Bridging Project of the Government of Jamaica, or corporation incorporated under the laws of Jamaica and having its principal place of business at Hope Garden, Kingston 6, Jamaica (hereinafter called “the Procuring Entity”), of the one part,

and

[ insert name of Contractor], a corporation incorporated under the laws of [ insert: country of Contractor] and having its principal place of business at [ insert: address of Contractor] (hereinafter called “the Contractor”), of the other part:

WHEREAS the Procuring Entity desires that the works known as [insert name of works] should be executed by the Contractor, and has accepted a bid by the Contractor for the execution and completion of these works and the remedying of any defects therein, for the contract price of [insert the contract price in words and figures]

The Procuring Entity and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement. This Agreement shall prevail over all other contract documents.

(i) the Letter of Acceptance

(ii) the Letter of Bid

(iii) the addenda Nos ________(if any)

(iv) the Particular Conditions

(v) the General Conditions;

(vi) the Specification

(vii) the Drawings; and

(viii) the completed Schedules,

3. In consideration of the payments to be made by the Procuring Entity to the Contractor as indicated in this Agreement, the Contractor hereby covenants with the Procuring Entity to execute the works and to remedy defects therein in conformity in all respects with the provisions of the contract.

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

Page 366: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 314

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Jamaica on the day, month and year indicated above.

Binding Signature of Contracting Entity

DERMON SPENCE PERMANENT SECRETARY MINISTRY OF INDUSTRY, COMMERCE, AGRICULTURE & FISHERIES

in the presence of - ____________________________________ Attorney-at-Law/ Justice of the Peace for the parish of: THE COMMON SEAL of [ insert name of Contractor] was hereunto ) put and affixed to this Agreement and signed by ) [insert name Director of Company] ) and [ insert name of second Director or Company Secretary) in the presence of - ) Attorney-at-Law / Justice of the Peace for the parish of:

Page 367: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 315

Performance Security

Option 1: (Demand Guarantee) [The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated]

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

Beneficiary: ___________________ [Name and Address of Procuring Entity]

Date: [insert date (as day, month, and year) of Bid Submission]

Ref No. and title: [insert no. and title of bidding process]

PERFORMANCE GUARANTEE No.: _________________

We have been informed that [insert complete name of Contractor] (hereinafter called "the Contractor") has entered into contract No. [insert reference number of the contract] dated [insert day and month], [insert year] with you, for the execution of [insert name of contract and brief description of works] (hereinafter called "the contract").

Furthermore, we understand that, according to the conditions of the contract, a performance guarantee is required.

At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures][insert amount in words],1 such sum being payable in the types and proportions of currencies in which the contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the contract, without cavil or argument, or your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the [insert number] day of [insert month], [insert year] 2, and any demand for payment under it must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.

_____________________ [signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

1 The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the contract

and denominated either in the currency (cies) of the contract or a freely convertible currency acceptable to the procuring entity.

2 Insert the date twenty-eight days after the expected completion date. The procuring entity should note that in the event of an extension of the time for completion of the contract, the procuring entity would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the procuring entity might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the procuring entity’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Page 368: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 316

Option 2: Performance Bond [The Surety shall fill in this Bid Bond Form in accordance with the instructions indicated.] BOND NO. ______________________

By this Bond [insert name of Contractor] as Principal (hereinafter called “the Contractor”) and [insert name, legal title and address of Surety] authorized to transact business in Jamaica, as Surety (hereinafter called “the Surety”), are held and firmly bound unto [insert name of Procuring Entity] as Obligee (hereinafter called “the Procuring Entity”) in the amount of [insert amount of bond] [amount in words], for the payment of which sum well and truly to be made in the types and proportions of currencies in which the contract Price is payable, the Contractor and the Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Contractor has entered into a written Agreement with the Procuring Entity dated the [insert date] day of [insert month], [insert year], for the construction of [insert name of contract] in accordance with the documents, plans, specifications, and amendments thereto, which to the extent herein provided for, are by reference made part hereof and are hereinafter referred to as the contract. NOW, THEREFORE, the Condition of this Obligation is such that, if the Contractor shall promptly and faithfully perform the said contract (including any amendments thereto), then this obligation shall be null and void; otherwise, it shall remain in full force and effect. Whenever the Contractor shall be, and declared by the Procuring Entity to be, in default under the contract, the Procuring Entity having performed the Procuring Entity’s obligations thereunder, the Surety may promptly remedy the default, or shall promptly:

(1) complete the contract in accordance with its terms and conditions; or (2) obtain a bid or bids from qualified Bidders for submission to the Procuring

Entity for completing the contract in accordance with its terms and conditions, and upon determination by the Procuring Entity and the Surety of the lowest responsive Bidder, arrange for a contract between such Bidder and Procuring Entity and make available as work progresses (even though there should be a default or a succession of defaults under the contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the Balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “Balance of the contract Price,” as used in this paragraph, shall mean the total amount payable by Procuring Entity to Contractor under the contract, less the amount properly paid by Procuring Entity to Contractor; or

(3) pay the Procuring Entity the amount required by Procuring Entity to

complete the contract in accordance with its terms and conditions up to a total not exceeding the amount of this Bond.

The Surety shall not be liable for a greater sum than the specified penalty of this Bond.

Page 369: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 317

Any suit under this Bond must be instituted before the expiration of one year from the date of the issuing of the Taking-Over Certificate. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Procuring Entity named herein or the heirs, executors, administrators, successors, and assigns of the Procuring Entity. In testimony whereof, the Contractor has hereunto set his hand and affixed his seal, and the Surety has caused these presents to be sealed with his corporate seal duly attested by the signature of his legal representative, this day of ___________, _____. SIGNED ON ________ on behalf of ________________________ By ______________ in the capacity of ________________________ In the presence of ______________________________________________ SIGNED ON on behalf of _________________________ By in the capacity of ____________________ In the presence of ____________________________________________

Page 370: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 318

Mobilization Payment Security

Demand Guarantee

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated.]

Date: [insert date (as day, month, and year) of Bid Submission]

Ref No. and title: [insert number and title of bidding process]

[Bank’s letterhead]

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

Beneficiary: ___________________ [Name and Address of Procuring Entity]

MOBILIZATION PAYMENT GUARANTEE No.: _________________

We have been informed that [insert complete name and address of the Contractor] (hereinafter called “the Contractor”) has entered into contract No. [insert number] dated [insert date] with you, for the execution of [insert name of contract and brief description of works] (hereinafter called "the contract").

Furthermore, we understand that, according to the conditions of the contract, an mobilization payment is to be made against a mobilization payment guarantee.

At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures] [insert amount in words]1 upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the contract because the Contractor;

(a) has used the mobilization payment for purposes other than the costs of mobilization in respect of the works; or

(b) has failed to repay the mobilization payment in accordance with the Contract conditions, specifying the amount which the Applicant has failed to repay.

It is a condition for any claim and payment under this guarantee to be made that the mobilization payment referred to above must have been received by the Contractor on its account number [insert account number] at [insert name and address of Bank].

1 The Guarantor shall insert an amount representing the amount of the advance payment and denominated either

in the currency(ies) of the advance payment as specified in the contract, or in a freely convertible currency acceptable to the procuring entity.

Page 371: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 319

The maximum amount of this guarantee shall be progressively reduced by the amount of the mobilization payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the contract Price has been certified for payment, or on the [insert day] day of [insert month], [insert year],2 whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

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

____________________ [signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

2 Insert the expected expiration date of the Time for Completion. The procuring entity should note that in the

event of an extension of the time for completion of the contract, the procuring entity would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the procuring entity might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the procuring entity’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Page 372: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number

Section VIII Annex to the Particular Conditions of Contract 320

Retention Money Security

Demand Guarantee

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated.]

Date: [insert date (as day, month, and year) of Bid Submission]

Ref No. and title: [insert number and title of bidding process]

[Bank’s letterhead]

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

Beneficiary: ___________________ [Name and Address of Procuring Entity]

RETENTION MONEY GUARANTEE No.: _________________

We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered into contract No. [insert reference number of the contract] dated [insert date] with you, for the execution of [insert name of contract and brief description of works] (hereinafter called "the contract").

Furthermore, we understand that, according to the conditions of the contract, when the Taking-Over Certificate has been issued for the works and the first half of the Retention Money has been certified for payment, payment of [insert the second half of the Retention Money or if the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate is issued is less than half of the Retention Money, the difference between half of the Retention Money and the amount guaranteed under the Performance Security] is to be made against a Retention Money guarantee.

At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures] [insert amount in words]1 upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the contract without your needing to prove or show grounds for your demand or the sum specified therein.

It is a condition for any claim and payment under this guarantee to be made that the payment of the second half of the Retention Money referred to above must have been received by the Contractor on its account number [insert account number] at [insert name and address of Bank].

This guarantee shall expire, at the latest, 21 days after the date when the Procuring Entity has received a copy of the Performance Certificate issued by the Engineer. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

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

____________________ [signature(s)]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted from the final product.

1 The Guarantor shall insert an amount representing the amount of the second half of the Retention Money or or if

the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate is issued is less than half of the Retention Money, the difference between half of the Retention Money and the amount guaranteed under the performance security and denominated either in the currency(ies) of the second half of the Retention Money as specified in the contract, or in a freely convertible currency acceptable to the procuring entity.

Page 373: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 374: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 375: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 376: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 377: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 378: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 379: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 380: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 381: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 382: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 383: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 384: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 385: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 386: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 387: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 388: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 389: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 390: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 391: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 392: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 393: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 394: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 395: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 396: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 397: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 398: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 399: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 400: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 401: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 402: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 403: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 404: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 405: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 406: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 407: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 408: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 409: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 410: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 411: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number
Page 412: PUBLIC PROCUREMENT STANDARD BIDDING …...Bidding Documents (SBD) for the procurement of works thereto as specified in Section V, Works Requirements. The name and identification number