tender notice - gov.tc · pdf filetender notice february 12th 2016 ... i. tender evaluation...

175
TENDER NOTICE February 12 th 2016 The Permanent Secretary of the Ministry of Education, Youth, Sports and Library Services and Basic Needs Trust Fund (BNTF), Social Sector Division, Caribbean Development Bank invite open tenders from contractors with a valid contractor’s license for the project: Construction of Early Childhood Centre, Ona Glinton Primary School, West Road, Grand Turk, Turks and Caicos Islands Tender Reference Number: TR 15/74 Contract Number: BNTF 7/01/16 Bidders should be in possession of a valid business license or receipt of payment for same. Further information and tender documents are available upon request in electronic format from Implement Agency, Department of Economics, Planning and Statistics at email address [email protected]. Documents could also be uplifted from the PWD offices in Grand Turk and Providenciales and at the District Commissioner’s Office in the family islands or from the Turks and Caicos Islands Government’s website at http://www.gov.tc . A Pre-Bid meeting will take place on Wednesday, 17 th February 2016 at 10:00 A.M. at the Ona Glinton Primary School. Tenders are to be submitted by 9am on Friday 11 th March, 2016, to the Secretary to the Procurement Board.

Upload: vuongnguyet

Post on 05-Feb-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

TENDER NOTICE

February 12th 2016

The Permanent Secretary of the Ministry of Education, Youth, Sports and Library

Services and Basic Needs Trust Fund (BNTF), Social Sector Division, Caribbean

Development Bank invite open tenders from contractors with a valid contractor’s license

for the project:

Construction of Early Childhood Centre, Ona Glinton Primary School, West Road,

Grand Turk, Turks and Caicos Islands

Tender Reference Number: TR 15/74

Contract Number: BNTF 7/01/16

Bidders should be in possession of a valid business license or receipt of payment for

same.

Further information and tender documents are available upon request in electronic format

from Implement Agency, Department of Economics, Planning and Statistics at email

address [email protected]. Documents could also be uplifted from the PWD

offices in Grand Turk and Providenciales and at the District Commissioner’s Office in

the family islands or from the Turks and Caicos Islands Government’s website at

http://www.gov.tc .

A Pre-Bid meeting will take place on Wednesday, 17th February 2016 at 10:00 A.M. at

the Ona Glinton Primary School.

Tenders are to be submitted by 9am on Friday 11th March, 2016, to the Secretary to the

Procurement Board.

Page 2: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

INSTRUCTIONS TO TENDERERS: Tender Reference Number: TR 15/74

1. The Permanent Secretary of the Ministry of Education, Youth, Sports and Library

Services and Basic Needs Trust Fund 7 (BNTF 7), Social Sector Division, Caribbean

Development Bank invite open tenders from qualified Contractors for the project:

Construction of Early Childhood Centre, Ona Glinton Primary School, Grand Turk,

West Road, Turks and Caicos Islands

in accordance with the Conditions of Participation, Tender Documents, Specifications

and Drawings.

2. The full set of Tender Documents will consist of the following.

a. Tender Notice

b. Instructions to Tenderers

c. FIDIC 1999 Green Book Draft Contract

d. Certificate of Non Collusion

e. Scope of Works

f. Specifications

g. Bill of Quantities

h. Contract Drawings

i. Tender Evaluation Criteria

j. Tender Envelope Label

3. Tenders in conformity with all elements of Section 5 below should be enclosed in a

sealed envelope with the Tender Envelope Label attached firmly to the front.

The sealed envelope should not carry any identification mark indicating the sender

of the envelope. This may result in immediate disqualification.

4. Tenders must be received at the address shown on the address label on or before

9am Turks & Caicos Islands time on Friday 11th March 2016. Tenders will be

opened publicly at the meeting of the Procurement Board on that date.

Page 3: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

It is the Tenderer's responsibility to ensure that a tender which is not delivered by their

hand is received on or before the time stated for closing of tenders. Tenders delivered

after the deadline will be returned unopened. Late tenders delivered by courier or

messenger will be returned unopened to the addressee on the courier receipt. If no return

address is provided late tenders may be opened to determine a return address.

5. Pre-Bid meeting

A Pre-Bid meeting will take place at the following date, time and place:

Date: Wednesday, February 17, 2016

Time: 10:00 am

Place: Ona Glinton Primary School

6. The Tenderer shall submit a Tender Package consisting of:

a. A signed and initialled copy of the Evaluation Criteria form, which includes the

following

i. A completed, signed copy of the Non-Collusion Certificate (1 Copy).

ii. A copy of current valid business license in the appropriate category or

receipt of payment for this year’s business license (1 Copy).

iii. Certificate of Good Standing, if a Limited Company or copy of Certificate

of Registration (for other entities). (1 Copy)

iv. Copy of letter from bank no older than 6 months in the name of the

company, as evidence of good financial standing. (1 Copy)

v. Copy of letters from NIB & NHIB, in the name of the company if a

registered company, as evidence of good standing. (1 Copy each)

vi. Statement of declaration of no conflict of interest. (1 Copy)

vii. Statement of declaration of any contracts cancelled for non-performance

in the last 5 years. (1 Copy)

viii. Statement of declaration that no bankruptcy or insolvency proceedings are

held against the Company or its Principals. (1 Copy)

ix. Statement of declaration of no litigation against the Company or its

Principals. (1 Copy)

Page 4: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

x. A list of all sub-contractors proposed with similar information in (i) to (iii)

and (v) to (ix) above supplied by each subcontractor. (1 copy of the list

and one copy each of i to iii and v to ix for each sub-contractor)

xi. Submit a list of proposed equipment, labour force and other resources on

separate schedules that will be used on the project including their

ownership and availability. (5 copies each)

xii. Submit a list of similar projects that were successfully completed showing

your experience in this field. (1 Copy)

xiii. Any comments on the Draft Contract (if no comments are received it is

assumed that the bidder will be content to agree the Contract without

amendments.) (1 Copy)

xiv. Proposed work schedule preferably in a table or chart form. (5 copies)

xv. A statement of methodology describing how you propose to execute the

works and a schedule of procedures. (5 copies)

xvi. Suggestions, recommendations and suitable solutions to problems with

carrying out the contracted Works (1 Copy).

xvii. Any other supporting information that will justify your tender prices. (1

Copy)

b. Five (5) copies of the signed Agreement and Offer (page 3) and the Attestation

Clauses (page 22) of the FIDIC Green Book, complete with schedules as listed

below which will form part of the Contract.

c. One (1) copy of a completed Bill of Quantities as well as an electronic copy

(in Microsoft Excel format) on CD, memory stick or any other appropriate

portable storage device.

7. Tenders that do not fully comply with the conditions set out in the above instructions may

not be considered by the Employer for evaluation. If necessary clarifications will be

sought from the bidders prior to final evaluation. A contract will be negotiated with the

preferred bidder.

Page 5: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

8. Telegraphic Tenders, Tenders by Telex, Tenders by fax or by email will not be accepted.

Tenderers may revise their Tender subsequent to its submission, the revision being in

writing and stating that it supersedes the previous submission, provided such revision is

received at the offices stated above before the date and time stipulated. Revisions must

state the revised Work Item by number and description, the original and revised Unit

Price and Total Amount for the Item, and the original and revised Total Amount of

Tender. Such revisions shall be marked and addressed as stated above and identified as

"Revisions to Tender". Revisions will not be accepted after the time and date of receipt of

Tenders. No Tender may be altered or amended after having been opened.

9. Tenders shall be typed or printed in block letters, and must be legible in all respects. If

the Tender is corrected, changed erased or altered in any way, each and every such

correction, change, erasure or alteration must be dated and initialed.

10. Tenders shall be in the English Language.

11. In case of an arithmetical error in the Bill of Quantities, the tendered unit prices shall

govern and adjustments will be made to the total amount to suit.

12. Tenders shall be valid for a period of ninety (90) calendar days from the date stated for

the opening of Tenders.

13. The successful Tenderer shall be required to submit a Performance Guarantee, Advance

Payment Bond, Certificate of Insurance and other Documents as specified in the Contract

Documents.

14. Tenders shall be submitted based on the exact details and materials shown or specified in

the Tender Documents.

15. Tenderers shall have no interest in any Tender other than their own, and they shall have

no connection with any person, firm or corporation making a Tender for the same Works.

Page 6: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

16. Tenderers shall at their own expense visit, inspect and consider the Works Site, its

surroundings and climatic conditions and obtain for themselves at their own

responsibility all information, including the Tender Documents, Bill of Quantities and

Drawings that may be necessary for making a Tender and entering into a Contract.

Failure of the successful Tenderer to carry out the requirements of this Clause shall in no

way exonerate him from his responsibilities for successfully performing the Works and

carrying out his obligations under the Contract. Information derived from maps, plans,

Specifications, profiles, reports or Drawings or from the Engineer or his assistants, or the

Employer shall not relieve the Tenderer of the responsibility of making his own

assessment of conditions and difficulties that will attend the execution of the Work. The

interpretation of the data disclosed by borings or other preliminary investigations is not

guaranteed by the Engineer or Employer. The successful Tenderer shall not at any time

after the execution of the Construction Contract be entitled to payment for any claim

whatsoever based on incorrectly assumed conditions and any misunderstanding in regard

to the nature, conditions or character of the Works to be done under this Contract.

17. Any Tender which in the opinion of the Evaluation Panel is so unbalanced between the

various Contract Items as to be detrimental to the interest of the Employer may be

rejected.

An unbalanced Tender is defined as a Tender whose various items may consist of one or

both of the following:

a. Unusually high mobilization amount when compared to other Tenders and the

Engineer's Estimate.

b. Unusually higher or lower unit price amounts when compared to other Tenders

and the Engineer's Estimate, resulting in a perceived element of prepayment to the

Contractor,

18. Tenderers shall also note that:

Page 7: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

a. Incomplete Tenders and those that do not comply essentially with the

Specifications or do not entirely conform to the Tender Documents may be

rejected and may not be considered.

b. The Employer may declare tendering void when none of the Tenders comply with

the Tender Documents or Specifications or when it is evident that there has been a

lack of competition and/or that there has been collusion amongst Tenderers or

other participants.

c. All Tenders at the sole discretion of the Employer may be rejected if they are

higher than the official budget established by the Employer by an amount

sufficient to provide reasonable justification for such action.

d. Tenders will be rejected if an original tender is not submitted with an alternative

Tender

e. Tenders will be rejected if improperly executed and documented.

f. NO TENDER WILL BE CONSIDERED UNLESS A COMPLETED

SIGNED COPY OF THE NON COLLUSION CERTIFICATE IS

ATTACHED.

19. Should there be any doubt or obscurity as to the meaning of the Tender Documents or as

to anything to be done or not to be done by the Contractor, or as to these Instructions, or

as to any other matter or thing, the Tenderer shall set forth in writing a request for

clarification and submit the same to the Employer not later than ten days before the date

of Tender receipt. A response will be provided by the Engineer within three days in the

form of an Addendum, and sent to all Tenderers and be incorporated in the Tender

Documents.

20. All addenda issued by the Engineer prior to the Tender date shall be attached to and shall

form part of the Tender.

21. All moneys referred to in the Tender Documents are in the currency of the United States

of America ($U.S.) unless otherwise stated.

Page 8: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 1

GOVERNMENT OF THE TURKS AND CAICOS ISLANDS

SHORT FORM OF CONTRACT FOR CONSTRUCTION

DATE: February 9, 2016

CONTRACTOR:

WORKS: Construction of Early Childhood Centre (Three (3) Classroom Block),

Ona Glinton Primary School, West Road, Grand Turk, Turks and

Caicos Islands

CONTRACT No.: BNTF 7/01/16

TENDER REFERENCE No. TR 15/74

ATTORNEY GENERAL’S CHAMBERS

WATERLOO PLAZA

WATERLOO ROAD

GRAND TURK

TURKS AND CAICOS ISLANDS

BRITISH WEST INDIES

Page 9: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 2

CONTENTS

Page

Agreement 3

Offer 3

Acceptance 4

Appendix 5

Particular Conditions 9

Performance Security 14

Advance Payment Guarantee 20

Attestation Clauses of Short Form of Contract for Construction 22

Page 10: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 3

GOVERNMENT OF THE TURKS AND CAICOS ISLANDS

SHORT FORM OF CONTRACT FOR CONSTRUCTION

AGREEMENT

The Employer is THE GOVERNMENT OF THE TURKS AND CAICOS ISLANDS of

Government Compound, Grand Turk, Turks and Caicos Islands, British West Indies.

The Contractor is of , TURKS AND CAICOS ISLANDS

The Employer desires the execution of certain Works known as Construction of Early

Childhood Centre (Three (3) Classroom Block), Ona Glinton Primary School, West Road,

Grand Turk, Turks and Caicos Islands.

OFFER

The Contractor has examined the documents listed in the Appendix which forms part of this

Agreement, and offers to execute the Works in conformity with the Contract for the sum of

(US$ ) or such

other sum as may be ascertained under the Contract.

This offer, of which the Contractor has submitted 5 (Five) signed originals, may be accepted by

the Employer by signing and returning one original of this document to the Contractor before

June 9th 2016.

The Contractor understands that the Employer is not bound to accept the lowest or any offer

received for the Works.

The Contractor understands and agrees that their name, the Island on which the work is to be

carried out, the project details, the start and completion date of the project and the contract

amount will appear in the Gazette in accordance with the Tendering process for this project.

The Contractor warrants that it has paid up to date all National Insurance Board

and National Health Insurance Contributions. The Contractor understands and

agrees that failure to pay the aforementioned will result in the payments for works

done being withheld until proof of payment is supplied to the Director of

Public Works Department or can alternatively result in the termination

of the Agreement.

Signature: Date: 2016

Name: Authorised to sign on behalf of:

Capacity:

Page 11: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 4

ACCEPTANCE

The Employer has, by signing below, accepted the Contractor’s offer and agrees that in

consideration of the execution of the Works by the Contractor, the Employer shall pay the

Contractor in accordance with the Contract. This Agreement comes into effect on the date when

the Contractor receives one original of this document signed by the Employer.

Signature: Date: 2016

Name: Mr. Peter Beckingham Authorised to sign on behalf of:

Capacity: H.E. the Governor THE GOVERNMENT OF THE TURKS AND

CAICOS ISLANDS

Page 12: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 5

APPENDIX

This Appendix forms part of the Agreement.

[NOTE: with the exception of the items for which the Employer’s requirements have been

inserted, the Contractor shall complete the following information before submitting his offer.]

Item Sub-Clause Data

Documents forming

the Contract listed in

the order of priority

(all of which are either

annexed or have been

signed in triplicate for

identification purposes

on behalf of the parties): 1.1.1

Document (delete if not applicable) Document Identification

(a) The Agreement Annexed.

(b) Particular Conditions Annexed.

(c) General Conditions The General Conditions of the

Fédération Internationale des

Ingénieurs- Conseils (“FIDIC”)

Short Form of Contract, First

Edition 1999 ISBN 2-88432-024-5.

(d) The Scope of Works Attached

(e) The Bill of Quantities Attached

(f) The Drawings Attached

(g) The Contractor’s Method Statement To be supplied by contractor

(h) Program of Work To be supplied by contractor

(i) Personnel & Equipment To be supplied by contractor

Time for Completion 1.1.9 Four (4) months

Law of the Contract 1.4 Law of the Country.

Language 1.5 English.

Page 13: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 6

Provision of Site 2.1 Within 7 (Seven) days of

receiving the signed contract.

Authorised person 3.1 The Director

Public Works Department

South Base

Grand Turk

Turks and Caicos Islands British

West Indies.*

Name and address of 3.2 Ditto.

Employer’s representative

Performance security (if any):

Amount 4.4 Not Applicable.*

Form 4.4 Not Applicable.*

Contractor’s ultimate parent 4.4

company (if any) Not Applicable

Requirements for Contractor’s 5.1

design (if any) Not Applicable

Programme:

Time for submission 7.2 Within 7 (Seven) days* of the

Commencement Date.

Form of programme 7.2 MS Project

Amount payable due to failure to 7.4 US $100 (One Hundred

complete within contract time United States dollars) per day up

to a maximum of 10% (ten per

cent.)* of the sum stated in the

Agreement.

Period for notifying defects 9.1 & 11.5 365 (three hundred and sixty-

five) days * calculated from the

date stated in the notice under

Sub-Clause 8.2.

Variation procedure:

Page 14: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 7

Daywork rates 10.2

Valuation of the Works:

Lump sum Price 11.1

Lump sum price with 11.1

schedules of rates

Lump sum price with bill of

quantities 11.1

Remeasurement with tender bill

of quantities 11.1 Applicable

Cost reimbursable 11.1

Total advance payment 11.1A 20% of the accepted

contract sum less

Provisional Sums and

Contingencies

Advance Payment guarantee 11.1A Applicable

Number and timing of installments 11.1A One (1) payment

of Advance payment

Repayment amortization of 11.1A To be made in Two (2)

Advance payment equal installments after

the advance payment

Percentage of value 11.2 Materials: 50%

Materials and Plant Plant: Not Applicable

Interim payments 11.3 Payments will be made within

Twenty Eight (28) days of

receiving and agreeing the

contractor’s request for payment

Percentage of retention 11.4 10% (Ten per cent.).*

Currency of payment 11.7 United States dollars.

Rate of interest 11.8 3% (Three per cent.) above the

base rate of Scotia Bank.

Insurances: 14.1 To be provided by the contractor

Page 15: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 8

within 7 (Seven) days of

receiving the signed copy of this

contract.

Type of cover* Amount of cover* Exclusions*

The Works, Materials, Plant The sum stated in the

and fees Agreement plus 15%

(fifteen per cent.).

Contractor’s Equipment None.

Third Party injury to persons US $1,000,000.00

and damage to property (One Million United States dollars).

Workers US $1,000,000.00

(One Million United States dollars).

Other cover*

Arbitration:

Rules 15.3 UNCITRAL

Arbitration Rules as in force on

the Commencement Date.

Appointing authority 15.3 President of FIDIC or his

nominee.

Place of Arbitration 15.3 Grand Turk, Turks and Caicos Is.

* Employer to amend as appropriate.

Page 16: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 9

PARTICULAR CONDITIONS

Sub – Clause 1.1 – Definitions

Sub – Clause 1.1.4 shall be deleted, and the following substituted:

“1.1.4 “Employer” means the person named in the Agreement and the legal successors in

the title to this person, and his permitted assignees.”

Sub – Clause 2.5 – Assignment

Add the following Sub – Clause 2.5 after Sub – Clause 2.4:

“The Employer may, without the consent of the Contractor, assign the benefit of the Contract

after either the expiry of the period stated in the Appendix, or the remedying of notified defects,

or the completion of outstanding work, all as referred to in Sub – Clause 9.1, whichever is the

later, or the termination of the Contract.’’

Sub – Clause 4.4 – Performance Security

Sub – Clause 4.4 shall be deleted, and the following substituted:

“If stated in the Appendix, the Contractor shall deliver to the Employer within 14 (fourteen) days

of the Commencement Date a performance security in a form and from a third party approved by

the Employer, and a parent company guarantee from the Contractor’s ultimate parent company

(if any) identified in the Appendix. In return for a suitable abatement in price, the Employer may

in his sole discretion accept a parent company guarantee alone. The forms of performance

security and parent company guarantee annexed shall be used, with such modifications as may

be necessary properly to bind the guarantors and benefit the Employer.”

Sub – Clause 7.4 – Late Completion

Page 17: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 10

Sub – Clause 7.4 shall be deleted, and the following substituted:

“If the Contractor fails to complete the Works within the Time for Completion, the Contractor’s

only liability to the Employer for such failure shall be to pay the amount stated in the Appendix

for each day for which he fails to complete the Works, but if the maximum of such amount (if

any) stated in the Appendix is reached, the Employer may by notice terminate the Contract

immediately. The Contractor shall then demobilize from the Site, leaving behind Materials and

Plant and any Contractor’s Equipment which the Employer instructs in the notice is to be used

until the completion of the Works.”

Sub – Clause 11.1A – Advance Payment

Add the following Sub – Clause 11.1A after Sub – Clause 11.1:

“The Employer shall make an advance payment, as an interest-free loan for mobilization. If the

Appendix states that an advance payment guarantee is required, the Employer shall not be

required to make any advance payment until the Contractor submits such a guarantee in

accordance with this Sub-Clause. The total advance payment, the number and timing of

installments (if more than one), and the applicable currencies and proportions, shall be as stated

in the Appendix.

Unless and until the Employer receives the advance payment guarantee (if required), or if the

total advance payment is not stated in the Appendix, this Sub-Clause shall not apply.

The Employer shall pay the Contractor the first installment of the advance payment within 21

(twenty-one) days after receiving a statement in respect thereof (which the Contractor shall be

entitled to submit under Sub-Clause 11.2) and after the Employer receives (i) the performance

security and (ii) a guarantee (if required) in amounts and currencies equal to the advance

payment. This guarantee shall be issued by an entity and from within a country (or other

jurisdiction) approved by the Employer, and shall be in the form annexed, with such

modifications as may be necessary properly to bind the guarantor and benefit the Employer, or in

another form approved by the Employer.

Page 18: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 11

The Contractor shall ensure that the guarantee is valid and enforceable until the advance payment

has been repaid, but its amount may be progressively reduced by the amount repaid by the

Contractor. If the terms of the guarantee specify its expiry date, and the advance payment has

not been repaid by the date 28 (twenty-eight) days prior to the expiry date, the Contractor shall

extend the validity of the guarantee until the advance payment has been repaid.

The advance payment shall be repaid through percentage deductions from all gross payments due

to the Contractor, at the percentage stated in the Appendix. If the advance payment has not been

repaid prior to the issue by the Employer of a notice under Sub-Clause 8.2 or prior to termination

under Sub-Clause 12.1 and 12.2 or 12.3 or 13.2 (as the case may be), the whole of the balance

then outstanding shall immediately become due and payable by the Contractor to the Employer.

Payments to the Contractor under Sub-Clauses 11.3, 11.4, 11.5, 11.6 and 11.7 shall be subject to

this Sub – Clause.

Sub – Clause 11.3 – Interim Payments

The second paragraph of Sub-Clause 11.3 shall be deleted, and the following substituted:

“The Employer may withhold interim payments until he receives the performance security and

parent company guarantee under Sub-Clause 4.4 (if any).”

Clause 11.9 – Taxes and Duties

Add the following Sub – Clauses 11.9 after Sub – Clause 11.8:

“No Turks and Caicos Islands Government duties on construction materials relating to this

specific project only (except Turks and Caicos Islands Government National Insurance and

National Health Insurance contributions properly payable) are payable on works undertaken on

behalf of the Turks and Caicos Islands Government.”

Page 19: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 12

Sub – Clause 12.1 – Default by Contractor

Add the following new first paragraph to Sub-Clause 12.1:

“If the Contractor has given (before or after the award of the Contract), or 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 and/or its award, or

(ii) for showing or forbearing to show favour or disfavour to any person in relation to the

Contract and/or its award,

or if any of the Contractor’s employees, agents or subcontractors has given (before or after the

award of the Contract), or gives, or offers to give (directly or indirectly) to any person any such

inducement or reward (however, lawful inducements and rewards to Contractor’s employees

shall not entitle termination); or has misrepresented facts, or has used collusive practices, in

order to influence the award of the Contract; then the Employer may by notice terminate the

Contract immediately: and shall be entitled (in addition to any other rights of the Employer under

the Contract or otherwise) to recover from the Contractor the amount or value of any such

inducement or reward (if any). Upon the service of such notice, the Contractor shall demobilise

from the Site, leaving behind Materials and Plant and any Contractor’s Equipment which the

Employer instructs in the notice is to be used until the completion of the Works.”

At the beginning of the second (formerly first) paragraph of Sub-Clause 12.1, the word “If” shall

be deleted, and the words “Further, if” substituted:

Sub – Clause 12.4 – Payment upon Termination

Sub – Clause 12.4 (c) shall be deleted, and the following substituted:

“(c) if the Employer has terminated under Sub – Clause 7.4 or 12.1 or 12.3, the Employer

shall be entitled to a sum equivalent to 20% (twenty per cent.) of the value of those parts

of the Works not executed at the date of the termination,”

Page 20: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 13

Sub – Clause 15.1 – Adjudication

Add at the end of Sub – Clause 15.1:

“Any Adjudicator’s Agreement shall provide:

(a) that the Agreement shall be governed by the law of the Turks and Caicos Islands, and that

all disputes which may arise under, out of, or in connection with, or in relation to, the

Agreement shall be submitted to the jurisdiction of the courts of the Turks and Caicos

Islands; and

(b) that the language of the Agreement shall be English.”

Sub – Clause 15.3 – Arbitration

Add at the end of Sub – Clause 15.3:

“Subject to this Clause 15, all disputes shall be submitted to the jurisdiction of the courts of the

Turks and Caicos Islands.”

Page 21: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 14

PERFORMANCE SECURITY

THIS GUARANTEE is made on the day of

Two thousand and Sixteen

BETWEEN:

(1)

whose registered office is at

(the “Guarantor”); and

(2) THE GOVERNMENT OF THE TURKS AND CAICOS ISLANDS of Government

Compound, Grand Turk, Turks and Caicos Islands, British West Indies

(the “Employer”, which term shall include its successors and assignees).

WHEREAS by an Agreement (the “Contract”) dated 2016

and made between the Employer of the one part and

(the “Contractor”) of the other part, the Contractor undertook the execution of certain works (the

“Works”) in accordance with the terms and conditions of the Contract.

IT IS AGREED as follows:-

1 The Guarantor hereby absolutely irrevocably and unconditionally guarantees to the Employer

the due and punctual performance by the Contractor of all the obligations on the part of the

Contractor under or pursuant to the Contract (the “Terms”) and (as a separate stipulation and

as primary obligor) agrees that if the Contractor shall in any respect commit any breach of or

fail to fulfil any of the Terms, then the Guarantor will forthwith perform and fulfil in place of

the Contractor each and every Term in respect of which the Contractor has defaulted or

which is unfulfilled by the Contractor. The Guarantor shall be liable to the Employer for all

losses, damages, expenses, liabilities, claims, costs or proceedings which the Employer may

suffer or incur by reason of the said failure or breach. Provided:

1.1 that the total liability of the Guarantor shall not exceed US$

( United States dollars);

Page 22: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 15

that upon the taking - over of the Works by the Employer in accordance with Sub –Clause 8.2 of

the Contract, the total liability of the Guarantor stated above shall reduce by 50% (fifty per cent.)*;

and

that any claim hereunder must be received by the Guarantor on or before the payment by the

Employer to the Contractor of the second half of the retention in accordance with Sub – Clause 11.5

of the Contract, when this Agreement shall expire.*

2 The Guarantor shall be, and continue to be, liable under this Agreement even if the Contract

is or becomes not binding on, or unenforceable against, the Contractor, for any reason

whatever. No alterations in the Contract, or in the Works, and no extension of time,

forbearance or forgiveness, nor any act, matter or thing whatsoever except an express release

by the Employer, shall in any way release or reduce any liability of the Guarantor hereunder.

References to the Contract in this Agreement shall include all amendments, variations and

additions to it, whether made before or after the date hereof.

3 This guarantee shall remain in full force and effect until performance in full of the Terms,

notwithstanding:

3.1 the insolvency or liquidation of the Contractor, the Guarantor or any other person;

3.2 any disclaimer of the Contract by a liquidator of the Contractor; and/or any feature of

the Contract, the negotiations prior to the Contractor and the Employer entering into

the Contract, or the performance of the Contract, making it ineffective or

unenforceable.

4 Until the Terms have been unconditionally and irrevocably performed in full the Guarantor

shall not by virtue of any performance or payment made by it or otherwise:

4.1 be subrogated to any rights, security or moneys held or received or receivable by the

Employer; or

Page 23: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 16

4.2 be entitled to exercise any right of contribution from any co-surety in respect of such

performance and liabilities under any other guarantee, security or agreement; or

4.3 exercise any right of set-off or counterclaim against the Contractor or any such co-

surety; or

4.4 receive, claim or have the benefit of any payment, distribution, security or indemnity

from the Contractor or any such co-surety; or

4.5 unless so directed by the Employer (when the Guarantor will prove, and turn over any

realisations to the Employer, in accordance with such directions) claim as a creditor

of the Contractor or any such co-surety in competition with the Employer.

5 No delay or omission of the Employer in exercising any right, power or privilege hereunder

shall impair such right, power or privilege or be construed as a waiver of such right, power or

privilege nor shall any single or partial exercise of any such right, power or privilege

preclude any further exercise thereof or the exercise of any other right, power or privilege.

The rights and remedies of the Employer herein provided are cumulative and not exclusive of

any rights or remedies provided by law.

6 A waiver given or consent granted by the Employer under this guarantee will be effective

only if given in writing and then only in the instance and for the purpose for which it is given.

7.1 If at any time any one or more of the provisions of this guarantee is or becomes invalid,

illegal or unenforceable in any respect under any law, the validity, legality and enforceability

of the remaining provisions hereof shall not be in any way affected or impaired thereby.

7.2 As a separate and alternative stipulation the Guarantor unconditionally and irrevocably

agrees that any sum expressed to be payable by it or obligation to be performed by it under

this guarantee but which is for any reason (whether or not now existing and whether or not

now known or becoming known to the Guarantor) not recoverable from or enforceable

against the Guarantor on the basis of a guarantee shall nevertheless be recoverable from or

Page 24: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 17

enforceable against the Guarantor as if the Guarantor were the sole principal debtor or

obligor (where relevant).

8.1 Any notice, demand or other communication to be served under this guarantee may be served

upon the Guarantor only by posting or delivering the same or sending the same by telex or

facsimile transmission to the Guarantor at its address, or telex or facsimile number shown

below:

Address:

Telex:

Fax:

or at such other address or number as the Guarantor may from time to time notify in writing

to the Employer.

8.2 Any notice, demand or other communication to be served under this guarantee may be served

upon the Employer only by posting or delivering the same or sending the same by telex or

facsimile transmission to the Employer at its address, or telex or facsimile number shown

below:

The Hon. Attorney General

Attorney General’s Chambers

Waterloo Plaza Complex

Waterloo Road

Grand Turk

Turks and Caicos Islands

Email: [email protected]

Fax: (649) 946-1329

or at such other address or number as the Employer may from time to time notify in writing

to the Guarantor.

Page 25: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 18

9 A notice or demand served by post shall be deemed duly served on the tenth business day

after the date of posting and a notice or demand sent by telex or facsimile transmission shall

be deemed to have been served at the time of transmission unless served after 5.00 p.m. in the

place of intended receipt in which case it will be deemed served at 9.00 a.m. on the following

business day. For the purposes of this clause “business day” means a day on which

commercial banks are open for business in London, England.

10 In proving service of any notice it will be sufficient to prove, in the case of a letter, that such

letter was properly stamped or franked, addressed and placed in the post and, in the case of

telex or facsimile transmission, that such telex or facsimile was duly transmitted on a

business day to a current telex or facsimile number of the addressee at the address referred to

above.

11 The Employer shall be entitled to assign or transfer all or any of the Employer’s rights under

this guarantee without the consent of the Guarantor.

12 The proper law of this guarantee shall be the law of the Turks and Caicos Islands, and all

disputes which may arise under, out of, or in connection with, or in relation to, this guarantee

shall be submitted to the jurisdiction of the courts of the Turks and Caicos Islands.

Page 26: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 19

IN WITNESS whereof the Guarantor has caused this guarantee to be executed as a Deed the day and

year first before written in accordance with the law governing the constitution of the Guarantor.

EXECUTED under Seal for

and on behalf of

in the presence of:

______________________________

DIRECTOR

______________________________

Print Name

___________________________ ______________________________

WITNESS DIRECTOR/SECRETARY

______________________________ ______________________________

Print Name Print Name

Page 27: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 20

ADVANCE PAYMENT GUARANTEE

To: THE GOVERNMENT OF THE TURKS AND CAICOS ISLANDS of Government

Compound, Grand Turk, Turks and Caicos Islands, British West Indies (hereinafter called

“the Employer”).

Re: Contract Name and No: Construction of Early Childhood Centre (Three (3) Classroom

Block) Ona Glinton Primary School, West Road, Grand Turk, Turks and Caicos Islands,

Tender Reference Number: TR 15/74, Contract Number: BNTF 7/01/16

(“the Contract”).

In accordance with the Conditions of Contract (Sub-Clause 11.1A (Advance Payment)) of the

Contract, of

(“the Contractor”) is required to provide the Employer with a guarantee in amounts and

currencies equal to the advance payment, namely:

US$

We, of ,

unconditionally and irrevocably guarantee to pay (as primary obligor and not as surety merely) to

the Employer on his first demand without any right of objection whatsoever on our part and

without any Employer’s first claim to the Contractor, amounts from time to time so demanded

not exceeding the amount[s] stated above.

We shall be, and continue to be, liable under this guarantee even if the Contract is or becomes

not binding on, or unenforceable against, the Contractor, for any reason whatever. No alterations

in the Contract, or in the Works described therein, and no extension of time, forbearance or

forgiveness, nor any act, matter or thing whatsoever except expiry in accordance with its terms

Page 28: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 21

or an express release by the Employer, shall in any way release or reduce our liability under this

guarantee. References to the Contract in this guarantee shall include all amendments, variations

and additions to it, whether made before or after the date hereof. We hereby waive notice of any

such amendment, variation or addition.

The amount of this guarantee shall be progressively reduced by the amount of the advance

payment repaid by the Contractor in accordance with the Contract.

This guarantee (as so progressively reduced) shall remain valid and in full effect until the

Employer receives full repayment of the amount[s] stated above from the Contractor.

The proper law of this guarantee shall be the law of the Turks and Caicos Islands, and all matters

relating hereto shall be determined by the courts of the Turks and Caicos Islands.

IN WITNESS whereof we have caused this guarantee to be executed as a Deed this

day of 2016

THE COMMON SEAL of

was hereunto affixed in the presence of:

Director/Owner: …………………………..

Print Name: ……………………………….

Secretary: …………………………………

Print Name: ………………………………

Page 29: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

AP/asb 17.11.2004 FIDIC Green Book Std 22

ATTESTATION CLAUSES OF SHORT FORM OF CONTRACT FOR

CONSTRUCTION

EXECUTED under Seal for and on

behalf of THE GOVERNMENT OF

OF THE TURKS AND CAICOS ISLANDS

by

_______________________________

Mr. Peter Beckingham

H.E. the Governor

Turks and Caicos Islands

in the presence of:

_______________________________ _____________________________

WITNESS Print Name

EXECUTED under Seal for and

on behalf of

_______________________________ _____________________________

DIRECTOR Print Name

_______________________________ _____________________________

WITNESS Print Name

____________________________ ______________________________

DIRECTOR/SECRETARY Print Name

Page 30: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

Certificate of Non-Collusion

TURKS AND CAICOS ISLANDS GOVERNMENT

TENDER SUBMISSION CERTIFICATE OF NON-COLLUSION

I/we certify that this tender is made in good faith, and that we have not fixed or adjusted the

amount of the tender by or under or in accordance with any agreement or arrangement with any

other person. I/we also certify that we have not and i/we undertake that we will not before the

award of any contract for the work:

I. Disclose the tender price or any other figures or other information in connection with the

tender to any other party (including any other company or part of a company forming part

of a group of companies of which i am/we are a part of) nor to any sub-contractor

(whether nominated or domestic) nor supplier (whether nominated or domestic) or any

other person to whom such disclosure could have the effect of preventing or restricting

full competition in this tendering exercise

II. Enter into any agreement or arrangement with any person that they shall refrain from

tendering, that they shall withdraw any tender once offered or vary the amount of any

tender to be submitted

III. Otherwise collude with any person with the intent of preventing or restricting full

competition

Pay, give or offer pay or give any sum of money or other valuable consideration directly or

indirectly to any person for doing or having done or causing or having caused to be done in

relation to another tender or proposed tender for the work any act or thing of the sort described at

i), ii) or iii) above.

I/we further declare that I/we have no knowledge either of any sum quoted or of any other

particulars of any other tender for this contract by any other party.

We further certify that the principles described above have been, or will be, brought to the

attention of all sub-contractors, suppliers and associated companies providing services or

materials connected with the tender and any contract entered into with such sub-contractors,

suppliers or associated companies will be made on the basis of compliance with the above

principles by all parties.

I/we acknowledge that any breach of the foregoing provisions shall lead automatically to this

tender being disqualified and may lead to criminal or civil proceedings.

Page 31: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

The Turks and Caicos Islands Government shall treat any tender received in confidence but

reserves the right to make the same available to any other funding organisation or statutory

regulatory authority either having jurisdiction over the works or who may now or at any time in

the future have statutory power to require disclosure of this tender.

In this certificate, the word ‘person’ includes any persons and anybody or association,

incorporated or unincorporated; any agreement or arrangement includes any transactions, formal

or informal and whether legally binding or not; and ‘the work’ means the work in relation to

which this tender is made.

Signature……………………… in capacity of ……….……….…….…….…………..

Date……………………………………………………..

Duly authorised to sign tenders and acknowledge the contents of the certificate of non-collusion

for and on behalf of:

Name of

firm……………………..…………………………………………………………………………

Full postal address…………………………………………………………………………….

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

Telephone no………………………….……. Fax no ……………………………………….

Page 32: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

Scope of Works

Page 33: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

GOVERNMENT OF THE TURKS & CAICOS ISLANDS

SCOPE/DESCRIPTION OF WORKS

FOR

CONSTRUCTION OF EARLY CHILDHOOD CENTRE COMPRISING THREE (3)

CLASSROOM BUILDING BLOCK - ONA GLINTON PRIMARY SCHOOL, WEST ROAD,

GRAND TURK, TURKS AND CAICOS ISLANDS

Tender Reference No: TR 15/74

Directions to the Preliminaries, Description of Works and Cost Summary

The Government of the Turks and Caicos Islands is seeking detailed quotations for the above works.

Quotations are to include for the provision of all materials, plants, equipment and labour, required to

ensure the satisfactory completion of the works shown on the Drawings, specifications described below

and Bills of Quantities.

Separate prices are to be given for each item. Any items not priced shall be deemed to be included in

other prices elsewhere and no claim will be considered for additional payments for any items required to

be done in accordance with the Drawings, Specification and Bill of Quantities for which costs are not

entered.

The Description given for each item is intended to be comprehensive but is not complete in every respect.

In addition to the works herein described, the Government of the Turks and Caicos Islands General

Specifications for Civil Engineering and Building Works shall apply. Copies of these Specifications are

available for inspection at the Architect’s Section of the Public Works Department, Project Management

Division of the Government of the Turks and Caicos Islands during office hours.

All costs are to be provided free from all duties and taxes for all local and imported materials.

1.0 PRELIMINARIES

1.1 The works consists of the construction of a concrete block structure with reinforced concrete

floor, concrete block walls and treated timber framed roof. The Early Childhood Centre

Building Block is comprised of three classrooms building block with exterior connecting porch

Page 34: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

and covered walkway. External works include a children play area, fencing of children play area

and covered walkways.

1.2 The term “Employer” shall mean his Excellency the Governor of the Turks and

Caicos Islands.

1.3 The Site for the works shall be Block and Parcel 10204/27, located at the Ona Glinton Primary

School compound in West Road, Grand Turk, Turks and Caicos Islands.

1.4 Access for the works is freely available throughout the course of the works.

1.5 Tenderers shall be fully conversant with all clauses, sub-clauses, conditions and instructions

and to have fully allowed for complying with in his/her Tender Offer inclusive of insurances as

stated in clauses 18,19,20

1.6 Any discrepancy or divergence between the respective Contract Documents shall be brought to

the Architect’s attention for clarification prior to any such works being carried out. All such

matters shall be rectified as instructed by Architect’s written Instructions.

1.7 Tenderers shall submit to the Project Manager, Department of Economics, Planning and

Statistics (DEPS), as required, samples of all materials and goods, which are proposed to be

incorporated in the works whether specified by the Contract Documents or proposed by the

Contractor/Tenderer in substitution for specified materials or goods.

1.8 All rates shall be inclusive of all equipment (survey) temporary works and materials needed to

carry out the works.

1.9 The Contractor shall take note that the Contract does not allow or make provision for payment

for goods or materials not held on the site.

1.10 The Contractor shall be responsible for all records and payments to the National Insurance

Board and for compliance with Immigration or Business Licensing rules and requirements.

1.11 The Contractor shall get the Architect’s approval if he intends to subcontract any part of the

Works subject to the Architect’s right to disbar any proposal of which he disapproves.

1.12 The Contractor shall inform the Architect of any foreign nationals employed directly or by

subcontractors, on the works, their names, nationality and work status.

Page 35: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

Specifications

Page 36: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

1

CONSTRUCTION OF NEW CHILDHOOD CENTRE

ONA GLINTON PRIMARY SCHOOL COMPOUND

GRAND TURK, TCI

EARTHWORKS SPECIFICATION

PART 1 - GENERAL 1.01 SUMMARY

A. Earthwork includes, but is not limited to clearing, preparing, grading,

excavating, filling, backfilling and compacting of soils as necessary to accomplish finished construction as indicated on the drawings.

B. Excavation for Mechanical/Electrical Work: Excavation and backfill

required in conjunction with underground mechanical and electrical utilities and buried mechanical and electrical appurtenances is included as work of this section.

C. Related Section: Refer to contract documentation for sections on concrete,

blockwork, timber and steelwork. 1.02 REFERENCES

A. American Society for Testing and Materials (ASTM)

C131 Test Method for Resistance to Degradation of Small-Size Coarse

Aggregate by Abrasion and Impact in the Los Angeles Machine

C136 Method for Sieve Analysis of Fine and Coarse Aggregates

D1557 Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in. (457-Mm) Drop

D4253 Test Methods for Maximum Index Density of Soils Using a

Vibratory Table

D4254 Test Methods for Minimum Index Density of Soils and Calculation of Relative Density

D4318 Standard Test Method for Liquid Limit, Plastic Limit and Plasticity

Index of Soils.

B. Code of Federal Regulations (CFR)

Title 29 Part 1926.650 Safety and Health Regulations for Construction

Page 37: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

2

1.03 DEFINITIONS

A. Borrow: Soil material obtained off-site when sufficient approved soil material is not available from excavations.

B. Drainage Fill: Course of washed granular materials supporting slab-on- grade, placed to cut off upward capillary flow of pore water.

C. Excavation: The removal of material encountered to subgrade elevations

and the reuse or disposal of material removed.

D. Structures: Building, footing, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below ground surface.

E. Subgrade: The uppermost surface of an excavation or the top surface of a

fill or backfill immediately below subbase, drainage fill, or topsoil material.

F. Unauthorized Excavation: Removing materials beyond indicated subgrade elevations or dimensions without direction by Engineering Design Services (EDS).

G. Utilities: On site underground pipes, conduits, ducts, and cables, as well as

underground services within building lines.

H. Flowable Concrete Backfill: Controlled low-strength flowable backfill with no less than 6 inch (152 mm) slump and no more than 10 inch (254 mm) slump.

I. Subbase Course: The layer placed between the subgrade and base course

in a paving system or the layer placed between the subgrade and surface of a pavement or walk.

J. Base Course: The layer placed between the subbase and surface

pavement in a paving system. 1.04 SUBMITTALS

A. General: Submit the following items in accordance with Conditions of

Contract and at least 2 weeks before any works begins in a zone.

B. Product Data: Submit product data for the following materials and items. Include laboratory test reports and other data to show compliance with specifications (including specified standards).

Each type of plastic warning tape.

C. Test Reports: Submit test reports required under Quality Assurance as well

as the following:

1. Laboratory analysis of each soil material proposed for fill and backfill from on-site and borrow sources.

Page 38: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3

2. One "Optimum Moisture - Maximum Density Curve" for each soil material.

3. Report of actual unconfined compressive strength and/or results of

bearing tests of each stratum tested.

D. Traffic Plan: Contractor shall submit a proposed traffic plan prior to start of construction if required in the Contract documents. Traffic plan shall consist of the following:

1. How street(s) will be flagged and barricaded. 2. How street will be maintained. 3. Placement and size of steel plates to be used. 4. Duration of street closure.

1.05 QUALITY ASSURANCE

The contractor will engage a soil testing and inspection service for quality control testing during earthwork operations. The contractor must propose two number service providers for Engineer to choose from. Should initial tests of Contractor’s work indicate noncompliance with the specification, the Contractor shall make corrections as directed. Retesting required to determine compliance with this specification shall be performed by an approved testing laboratory at the Contractor's expense.

1.06 PROJECT CONDITIONS

A. Existing Utilities: Locate existing underground utilities in areas of work. If

utilities are to remain in place, provide adequate means of support and protection during earthwork operations. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, notify the Engineer. Do not interrupt existing utilities without following the Standard Facilities Engineering procedures for utility outage. Provide a minimum of 2 weeks' notice when practical, and await notice to proceed before interrupting any utilities.

B. Known Utilities: Type and location of known existing utilities and

obstructions which are shown on the drawings are approximate, but are based on the best information available. Protect these and other utilities which are made known to General Contractor prior to excavation. Determine exact location of all known utilities by performing exploratory hand excavation to expose the utility. Hand excavate at least 5 feet (1.5 m) each side of the indicated location unless the utility is located sooner. Remainder of excavation shall be completed only after the Engineer has approved location of known utilities. When electrified utilities are to be removed, safety precautions specified under the procedure for unknown utilities shall be adhered to.

If movement of traffic or public safety makes it necessary to backfill an exploratory excavation after the utility has been located, a suitable marker shall be installed to permanently mark the location.

Page 39: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

4

C. Unknown Utilities: In the event that unidentified conduits, concrete encased ducts or pipes are encountered that must be removed, all work on that part of the job will stop until the Engineer is contacted and resumption of work is authorized.

D. Underground Telephone Cable: Where an underground telephone cable is shown on the Contract drawings, NO excavation is to be attempted in that vicinity until the line is properly located and staked by Cable and Wireless. If an unknown cable is identified as a telephone cable during an excavation, all excavation is to cease until identified and properly staked out

E. Use of Explosives: The use of explosives is not permitted in any works

including marine piling.

F. Protection of Persons and Property: Flag and barricade open excavations occurring as part of this work. Protect structures, utilities, sidewalks, pavements and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations.

1. Contractor shall be responsible for protection of personnel and property

in the work area for the duration of the Contract.

2. Keep excavation free of water from any source at all times. Provide and operate pumps if necessary. Remove water from site in manner to avoid damage to adjoining property.

G. Pollution Control: Use water sprinkling, temporary enclosures, and other

suitable methods to limit amount of dust and dirt rising and scattering in the air to lowest practical level.

1. Comply with governing regulations pertaining to environmental

protection.

Page 40: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

5

PART 2 - PRODUCTS 2.01 SOIL MATERIALS

A. General: Unless otherwise noted on the Contract documents, the existing

site soils shall be used for fill and backfill materials. If the on-site soils are found by laboratory test to be unsuitable for fill and backfill material imported, granular material shall be used.

Any additional fill material used must conform with the applicable requirements of this section.

B. Structural Fill: Structural fill shall consist of a controlled fill placed in areas

indicated on the drawings.

1. Structural fill material shall consist of soils that conform to the following physical characteristics:

Sieve Size Percent Passing

(Square Openings) by Weight

6 inch (152 mm) 100 No. 4 (4.75 mm) 50 - 100 No. 200 (600 μm) 10 - 30

2. The plasticity index of material, as determined in accordance with

ASTM D4318 shall not exceed 15.

3. The fill material shall be free from roots, grass, other vegetable matter, clay lumps, rocks larger than 6 inches (152 mm), or other deleterious materials. Stripped top soil shall not be used in structural fill.

C. Retaining Wall Backfill: Retaining wall backfill material shall be free-

draining and conform to fill quality requirements as follows:

Sieve Size Percent Passing (Square Openings) by Dry Weight

3/4 inch (19.1 mm) 100 No. 4 (4.75 mm) 30 - 80 No. 200 (600 μm) 0 - 5

The material should have a plasticity index of less than 5 when tested in accordance with ASTM D4318.

D. Granular Base

1. Granular base shall meet the following grading requirements as

determined in accordance with ASTM C136.

Sieve Size Percent Passing (Square Openings) by Dry Weight

1 inch (25 mm) 100

Page 41: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

6

/4 inch (19.1 mm) 80 - 100 No. 4 (4.75 mm) 30 - 60 No. 200 (600 μm) 3 - 10

2. The granular base shall have a plasticity index of no greater than 3

when tested in accordance with ASTM D4318. The coarse aggregate shall have a percent of wear, when subjected to the Los Angeles abrasion test (ASTM C131), of no greater than 50. Reconstituted asphalt base course is allowable when meeting these gradations.

2.02 ACCESSORIES

A. Warning Tape: Non-Detectable Warning Tape shall be installed above

underground ducts or duct bank systems for electric and telecommunications systems only. All other underground utilities require Detectable Warning Tape.

B. Detectable Warning Tape: Provide an inert polyethylene film detectable warning tape manufactured for marking and identifying underground utilities. The warning tape shall be a minimum of 6 inches (152 mm) wide with a minimum metallic foil core of 0.35 mils (0.0089 mm)and shall be reinforced, consisting of 5.0 mil (0.13 mm) total thickness, and shall bear a continuous printed message designating the utility type repeated every 36”. The warning tape shall be “Terra Tape Sentry Line Detectable” as manufactured by Reef Industries, Inc., or approved equal. The warning tape shall be colored in accordance with American Public Works Association (APWA) recommended color code for marking buried lines of all types.

C. Non-Detectable Warning Tape: Provide an inert polyethylene film non-detectable warning tape manufactured for marking and identifying underground utilities. The warning tape shall be a minimum of 6 inches (152 mm) wide and a minimum of 4.0 mil (0.1 mm) total thickness, and shall bear a continuous printed message designating the utility type repeated every 36”. The tape shall be “Terra Tape Standard” as manufactured by Reef Industries, Inc., or approved equal. The tape shall be colored in accordance with American Public Works Association (APWA) recommended color code for marking buried lines of all types.

D. Color Codes: Electric - Red Gas - Yellow Water - Blue Steam - Yellow Sewer - Green Telephone - Orange

E. Text: The lettering shall be repeated continuously for the full length of the tape as follows:

CAUTION CAUTION CAUTION

BURIED (UTILITY TYPE) LINE BELOW

Page 42: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

7

PART 3 - EXECUTION 3.01 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities from

damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations.

B. Protect subgrades and foundation soils against freezing temperatures or

frost and excessive drying or wetting. Provide protective insulating materials as necessary.

C. Protection of Personnel: Flag and barricade open excavations occurring as

part of this work.

D. Provide erosion control measures to prevent erosion or displacement of soils and discharge of soil-bearing water run-off or airborne dust to adjacent properties and walkways.

3.02 CLEARING AND GRUBBING

A. General: Clearing and grubbing will be required for all areas indicated on

the drawings to be excavated, improved on or which fill is to be constructed. .

B. Clearing and Grubbing: Clearing shall consist of removal and disposal of

trees, shrubbery and other vegetation as well as brush and rubbish within the areas to be improved and constructed upon.

C. Grass and Topsoil: Grass, grass roots and incidental topsoil shall not be

left beneath fill area, nor shall this material be used as fill or backfill material.

3.03 EXCAVATION

A. General: Excavate where required to contours, shapes, dimensions and

elevations required for the work indicated on the drawings; extend sufficiently to permit form placing, inspection and removal. Undercutting is prohibited.

1. Earth excavation shall consist of excavation and removal of suitable

soils for use as structural fill as well as satisfactory disposal of all vegetation, debris and deleterious materials encountered within area to be graded or in a borrow area, or any combination thereof.

2. Excavated areas shall be continuously maintained in a manner so that

surfaces shall be smooth and have sufficient slope to allow water to drain from surface.

3. All existing man-made fill shall be removed in its entirety.

Page 43: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

8

4. Width of excavations shall be to dimensions indicated on drawings, with additional space allowed as required for erection and stripping of forms, and inspection of related work.

B. Unauthorized excavation consists of removal of materials beyond indicated

subgrade elevations or dimensions without specific direction of the Engineer. Unauthorized excavation, as well as remedial work directed by the Engineer, shall be at Contractor's expense.

1. Under footings, foundation bases, or retaining walls, fill unauthorized

excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Flowable concrete fill (2000 psi minimum (14 MPa)) may be used to bring elevations to proper position, when acceptable to Engineer.

2. Elsewhere, backfill and compact unauthorized excavations as specified

for authorized excavations of same classifications, unless otherwise directed by the Engineer.

C. Additional Excavation: When excavation has reached required subgrade

elevations, notify the Engineer who will make an inspection of conditions.

1. If unsuitable bearing materials are encountered at required subgrade elevations, immediately notify the Engineer for direction.

2. Removal of unsuitable material and its replacement shall be as directed

by Engineer, and generally as noted on contract drawings.

D. Stability of Excavations: Slope sides of excavations where possible in accordance with OSHA 1926.650. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. Maintain sides and slopes of excavations in safe condition until completion of backfilling.

Shore all vertical cuts greater than 5 feet (1.5 m) in depth.

E. Dewatering: Prevent surface water and subsurface or ground water from

entering excavations, from ponding on prepared subgrades, and from flooding project site and surrounding area. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations.

F. Storage of Soil Materials: Stockpile excavated materials acceptable for

backfill and fill soil materials, including acceptable borrow materials at a location on site as directed by the Engineer. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent wind-blown dust.

G. Excavation for Structures: Conform to elevations and dimensions shown

within a tolerance of plus or minus 0.10 foot (30.5 mm) and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of service, other construction, and for inspection.

Page 44: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

9

H. Excavation for Pavements: Cut surface under pavements to comply with cross-sections, elevations and grades as shown.

I. Excavation for Utility Trenches: Dig trenches to the uniform width required

for particular item to be installed, sufficiently wide to provide ample working room. Provide minimum 6 inch (152 mm) clearance on both sides of pipe or conduit.

1. Excavate trenches to depth indicated or required. Carry depth of

trenches for piping to establish indicated flow lines and invert elevations.

2. Where rock is encountered, carry excavation 6 inches (152 mm) below

specified elevation and backfill with a 6 inch (152 mm) layer of crushed stone, gravel, or sand prior to pipe installation.

3. Grade bottoms of trenches as indicated, notching under pipe bells to

provide solid bearing for entire body of pipe.

4. Do not backfill trenches until tests and inspections have been made and backfilling authorized by the Engineer. Use care in backfilling to avoid damage or displacement of pipe systems.

5. For grade dependent utilities, the entire length of trench between

manholes or terminations shall be opened prior to placement of pipe. If existing utilities conflict with the new line, adjust the grade accordingly at the direction of the Engineer.

6. As-built any changes found or made and return to SNL before job

completion.

J. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35 degrees F (1.66 degrees C).

3.04 BACKFILL AND FILL

A. General: Place acceptable soil material in layers to required subgrade

elevations, for each area classification listed below:

1. In excavations, use satisfactory excavated or borrow material.

2. Under building slabs, use granular base material, or as noted on drawing.

3. Behind retaining walls, use retaining wall backfill material.

4. Flowable concrete backfill may be used in lieu of soil when the ability to

compact is affected by conditions such as safety or tight conditions.

B. Backfill excavation as promptly as work permits, but not until completion of the following:

1. Acceptance of construction below finish grade including, where

applicable, dampproofing, waterproofing, and perimeter insulation.

Page 45: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

10

2. Inspection, testing, approval, recording locations and as-builting of underground utilities.

3. Removal of concrete formwork.

4. Removal of temporary shoring and bracing, and backfilling of voids with

satisfactory materials.

5. Removal of trash and debris from excavation.

6. Installing permanent or temporary horizontal bracing at horizontally supported walls.

C. Preparation: Remove vegetation, debris, unsatisfactory soil materials,

obstructions, and deleterious materials from ground surface prior to placement of fills. Plow, strip, or break-up sloped surfaces steeper than one vertical to four horizontal so that fill material will bond with existing surface.

Prior to placement of fill, notify Engineer who will make an inspection of conditions to verify satisfactory removal of unsatisfactory materials.

D. Placement and Compaction: Place backfill and fill materials in layers not

more than 8 inches (203 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 6 inches (152 mm) loose depth for material compacted by hand-operated tampers.

1. Before compaction, moisten or aerate each layer as necessary to

provide optimum moisture content. Compact each layer to required percentage of maximum dry density or relative dry density for each area classification. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice.

2. Place backfill and fill materials evenly adjacent to structures, piping or

conduit to required elevations. Take care to prevent wedging action of backfill against structures or displacement of piping or conduit by carrying material uniformly around structure, piping or conduit to approximately same elevation in each lift.

E. Utility Trench Backfill: Place and compact bedding course on rock and

other unyielding bearing surfaces and to fill unauthorized excavations. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits.

1. Backfill trenches with concrete where trench excavations pass under

column or wall footings. Concrete shall fill from the bottom of the trench to the bottom of the footing and extend the full width of the trench to 18 inches (457 mm) beyond the edge(s) of the footing.

2. Provide 4-inch (102 mm) thick concrete base slab support for piping or

conduit less than 30 inches (762 mm) below surface of roadways. After installation and testing, completely encase piping or conduit in a minimum of 4 inches (102 mm) of concrete before backfilling or placing roadway subbase.

Page 46: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

11

3. Install continuous detectable warning tape at all utility trenches as they are backfilled. Locate the tape approximately 36 inches (914 mm) above the utility line, but not less than 12 inches (305 mm) below grade. Install it directly above and parallel to the utility line with the printed side up. Take necessary precautions to avoid distorting or misplacing the tape as backfill continues.

When backfilling gas utility trenches, follow these procedures: Install an electrically conductive 12 gage (0.0808 inch) (2.052 mm) copper wire with the pipe. This wire and all its underground connections shall be insulated to prevent corrosion. This wire shall be placed above the pipe with a 12 inch (305 mm) layer of backfill separating it from the top of the pipe. A detectable warning tape shall then be covered with 18 inches (457 mm) of backfill minimum and an additional detectable warning tape shall be placed a minimum of 12 inches (305 mm) below finish grade. (Minimum gas pipe depth is 48 inches (1.2 m)).

3.05 COMPACTION

A. General: Control soil compaction during construction, providing minimum

percentage of density specified for each area classification indicated below.

B. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum density for soils which exhibit a well-defined moisture-density relationship (cohesive soils) determined in accordance with ASTM D1557 and not less than the following percentages of relative density, determined in accordance with ASTM D4253 and D4254, for soils which will not exhibit a well-defined moisture-density relationship (cohesionless soils).

1. Under Structures, Building Slabs, Steps, Pavement And Curb And

Gutter: Compact the top 12 inches (305 mm) below subgrade and each layer of backfill or fill material at 95 percent maximum dry density unless otherwise indicated on the drawings. (Exception: Utility trenches under pavements; compact the top 6 inches (152 mm) at 95 percent maximum dry density and each layer of backfill or fill material below subgrade at 90 percent maximum dry density unless otherwise indicated on the drawings.) Where the native soil is cohesionless, compact top 12 inches (305 mm) to a minimum relative density of 72 percent.

2. Under Lawn or Unpaved Areas: Compact the top 6 inches (152 mm)

below subgrade and each layer of backfill or fill material at 85 percent maximum dry density for clayey soils (more than 35 percent passing No. 200 sieve) and 90 percent relative density for all other soils.

3. Under Walkways: Compact the top 6 inches (152 mm) below subgrade

and each layer of backfill or fill material at 90 percent maximum dry density for clayey material or 90 percent relative density for all other material.

C. Moisture Control: Where subgrade or layer of soil material must be

moisture conditioned before compaction, uniformly apply water to surface

Page 47: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

12

of subgrade, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density.

3.06 GRADING

A. General: Uniformly grade areas within limits of grading under this section,

including adjacent transition areas. Smooth finished surfaces within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated, or between such points and existing grades.

B. Grading Outside Building Lines: Grade areas adjacent to building lines to

drain away from structures and to prevent ponding. Finish surfaces free from irregular surface changes and as follows:

1. Lawn or Unpaved Areas: Finish areas to receive topsoil to within not

more than 0.10 foot (30.5 mm) above or below required subgrade elevations.

2. Walks: Shape surface of areas under walks to line, grade and cross-

section, with finish surface not more than 1/2 inch (12.7 mm) above or below required subgrade elevation.

3. Pavements: Shape surface of areas under pavement to line, grade and

cross-section, with finish surface not more than 1/2 inch (12.7 mm) above or 1 inch (25 mm) below required subgrade elevation.

C. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free

of voids, compacted as specified, and to required elevation. Provide final grades within a tolerance of 1/2 inch (12.7 mm) when tested with a 10 foot (3 m) straightedge.

D. Compaction: After grading, compact subgrade surfaces to the depth and

indicated percentage of maximum or relative density for each area classification.

3.07 BUILDING SLAB DRAINAGE COURSE

Drainage course consists of placement of 6 inch (152 mm) thickness of granular base material over subgrade surface to support concrete building slabs.

3.08 MAINTENANCE

A. Protection of Graded Areas: Protect newly graded areas from traffic and

erosion. Keep free of trash and debris. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances.

B. Reconditioning Compacted Areas: Where completed compacted areas are

disturbed by subsequent construction operations or adverse weather, scarify surface, re-shape, and compact to required density prior to further construction.

Page 48: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

13

. Settling: Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, lawn or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent possible.

3.09 RECORD DRAWINGS

The Contractor shall supply electronically and by one hard copy, a red-lined set of as-built drawings which identify the actual location of utility lines installed and the horizontal location and depth of all existing lines encountered during construction. Utilities shall be dimensioned from the nearest permanent structure.

Page 49: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

14

Page 50: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

1

CONSTRUCTION OF EARLY CHILDHOOD CENTRE ONA GLINTON PRIMARY SCHOOL COMPOUND GRAND TURK, TCI

MASONRY MATERIALS SPECIFICATION

CONTENTS

PART 1 – GENERAL

1.01 General ...................................................................................................... 3

PART 2 – MATERIALS, QUALITY, AND TESTING

2.01 Blocks ........................................................................................................ 3 2.02 Cement....................................................................................................... 3 2.03 Fine Aggregate........................................................................................... 4 2.04 Water ......................................................................................................... 4 2.05 Admixtures ................................................................................................. 4 2.06 Mortars ....................................................................................................... 4 2.07 Bed Joint Reinforcement ............................................................................ 5 2.08 Reinforcement ............................................................................................ 5 2.09 Sampling .................................................................................................... 5

PART 3 – EXECUTION

3.01 Job Conditions ........................................................................................... 5 3.02 Construction Tolerances ............................................................................ 5 3.03 Installation General .................................................................................... 6 3.04 CMU Control Joints .................................................................................... 7 3.05 Building Expansion and Seismic Joints ...................................................... 8 3.06 Isolation Seal.............................................................................................. 8 3.07 Concrete Masonry Units............................................................................. 8 3.08 Pointing ...................................................................................................... 9 3.09 Grouting ..................................................................................................... 9

3.10 Cleaning and Repair ................................................................................

Page 51: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

2

PART 1 GENERAL

1.01 General

Specification is based on A.S.T.M/ACI Standards. Equivalent recognized British / European design codes or specifications may be used, so long as approved by the Engineer.

PART 2 MATERIALS, QUALITY AND TESTING

2.01 Blocks

A. General

Blocks shall be made of concrete and to a standard and type as specified in C90-02. Blocks shall be free from defects, which adversely affect strength, durability or appearance. Concrete blocks should have a minimum compressive strength of 1900 psi. Concrete block specifications should be submitted to the engineer for approval before bulk ordering.

B. Concrete Facing Blocks

Concrete facing blocks shall be obtained from an approved manufacturer and shall be in accordance with the latest edition of ASTM C90-02.

Blocks shall be of a type and finish as detailed on the Contract Drawings. Blocks shall be free from defects, which adversely affect strength, durability or appearance. Concrete blocks should have a minimum compressive strength of 2000 psi. Concrete block specifications should be submitted to the engineer for approval before bulk ordering.

A 10’-0” wide by 8’-0” tall test panel should be constructed for approval for each type and finish unless agreed by engineer, client and contractor.

2.02 Cement

A. Ordinary Portland

Ordinary Portland Cement shall be of approved manufacture and shall comply with the latest edition ACI.

Page 52: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3

B. Other Types

Any other types of cement shall be used if the written approval of the Engineer is previously obtained by the Contractor and shall be subject to any special conditions of such use, which may be laid down by the Engineer. In certain circumstances the Engineer may instruct the Contractor to use an alternative type of cement.

C. General

The various types of cement detailed in the above shall not be mixed with each other. All cement shall be delivered in the sealed and branded bags of the manufacturer or in properly designed and approved bulk containers.

All cements shall be certified by the manufacturer. Manufacturer's test certificates shall be submitted when required to the Engineer.

The cement shall be stored in such a manner as to protect it from all deterioration and a suitable building or site is to be provided for this purpose. Cement affected by dampness or aeration will be condemned and shall be removed from site immediately at the Contractor's own expense.

2.03 Fine Aggregate

The fine aggregates or sands used in making the mortar shall comply with the latest edition of ASTM C270 and shall be stored on clean hard surfaces or in bunkers so as to prevent contamination.

2.04 Water

Water shall be potable and shall not contain any material, either in solution or in suspension in quantities sufficient to have a deleterious effect on the mortar or in metals or to impair the durability of the units of construction.

2.05 Admixtures

Admixtures shall only be used if the written approval of the Engineer is previously obtained by the Contractor and shall be subject to any special Conditions of such use which may be laid down by the Engineer.

Admixtures containing calcium chloride shall not be permitted.

2.06 Mortars

All mortars to be used for Structural purposes shall be type M and shall comply with ASTM C270-01a. Mortars for non structural purposes, if not type M should be approved by the engineer.

Page 53: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

4

2.07 Bed Joint Reinforcement

All bed joint Reinforcement to be in accordance with ASTM 615 and the Turks and Caicos Building Code. The contractor must submit for approval proposed details connecting blockwork walls to concrete columns.

2.08 Reinforcement

Vertical Reinforcement to be in accordance with ASTM 615 and located in accordance with the TCI building code unless otherwise noted on contract documents.

Concrete to be used in for filling of cores in locations of vertical reinforcement to be 3000psi. The contractor must submit mix design to the engineer for approval.

2.09 Sampling

The Contractor shall be responsible for the quality of all materials. Samples shall be taken according to A.S.T.M/ACI Standards and submitted to the Engineer on request

PART 3 EXECUTION

3.01 JOB CONDITIONS

A. Protection: 1. Cover tops of walls with nonstaining waterproof covering, when

work is not in progress. Secure to prevent wind blow off. 2. On new work protect base of wall from mud, dirt, mortar droppings,

and other materials that will stain face, until final landscaping or other site work is completed.

3.02 CONSTRUCTION TOLERANCES

Lay masonry units plumb, level and true to line within the tolerances requirements as follows:

A. Maximum variation from plumb:

1. In 3000 mm (10 feet) - 6 mm (1/4 inch). 2. In 6000 mm (20 feet) - 10 mm (3/8 inch). 3. In 12 000 mm (40 feet) or more - 13 mm (1/2 inch).

B. Maximum variation from level:

1. In any bay or up to 6000 mm (20 feet) - 6 mm (1/4 inch). 2. In 12 000 mm (40 feet) or more - 13 mm (1/2 inch).

Page 54: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

5

C. Maximum variation from linear building lines:

. In any bay or up to 6000 mm (20 feet) - 13 mm (1/2 inch). 2. In 12 000 mm (40 feet) or more - 19 mm (3/4 inch).

D. Maximum variation in cross-sectional dimensions of columns and thickness of walls from dimensions shown:

1. Minus 6 mm (1/4 inch). 2. Plus 13 mm (1/2 inch).

E. Maximum variation in prepared opening dimensions:

1. Accurate to minus 0 mm (0 inch). 2. Plus 6 mm (1/4 inch).

3.03 INSTALLATION GENERAL

A. Keep finish work free from mortar smears or spatters, and leave neat and clean.

B. Wall Openings:

1. Fill hollow metal frames built into masonry walls and partitions solid with mortar as laying of masonry progresses.

2. If items are not available when walls are built, prepare openings for subsequent installation.

C. Tooling Joints:

1. Do not tool until mortar has stiffened enough to retain thumb print when thumb is pressed against mortar.

2. Tool while mortar is soft enough to be compressed into joints and not raked out.

3. Finish joints in exterior face brick work with a jointing tool, and provide smooth, water-tight concave joint unless specified otherwise.

4. Tool Exposed interior joints in finish work concave unless specified otherwise.

D. Partition Height:

1. Extend partitions at least 100 mm (four inches) above suspended ceiling or to overhead construction where no ceiling occurs.

2. Extend following partitions to overhead construction. a. Both walls at expansion joints. b. Corridor walls. c. Walls at stairway and stair halls, elevators, dumbwaiters, trash

and laundry chute shafts, and other vertical shafts. d. Walls at refrigerator space. e. Reinforced masonry partitions

3. Extend finish masonry partitions at least four-inches above suspended ceiling and continue with concrete masonry units or structural clay tile to overhead construction:

Page 55: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

6

E. Lintels: 1. Lintels are not required for openings less than 3 feet 4 inches wide

that have hollow metal frames Lintols for openings and conditions other than this per contract drawings.

2. Length for minimum bearing of 8 inches at ends. 3. Build masonry openings or arches over wood or metal centering and

supports when steel lintels are not used.

F. Chases: 1. Do not install chases in masonry walls and partitions exposed to

view in finished work, including painted or coated finishes on masonry.

2. Masonry 8 inch nominal thick may have electrical conduits 1 inch or less in diameter when covered with soaps, or other finishes.

3. Full recess chases after installation of conduit, with mortar and finish flush.

4. When pipes or conduits, or both occur in hollow masonry unit partitions retain at least one web of the hollow masonry units.

5. Grout openings: a. Leave cleanout holes in double wythe walls during construction

by omitting units at the base of one side of the wall. b. Locate clean-out holes at location of vertical reinforcement. c. Keep grout space clean of mortar accumulation and sand debris.

Clean the grout space every day using a high pressure jet stream of water, or compressed air, or industrial vacuum, or by laying wood strips on the metal ties as the wall is built. If wood strips are used, lift strips with wires as the wall progresses and before placing each succeeding course of wall ties.

3.04 CMU CONTROL JOINTS.

A. Provide CMU control (CJ) joints where shown on drawings.

B. Keep joint free of mortar and other debris.

C. Where joints occur in masonry walls. 1. Install preformed compressible joint filler in brick wythe. 2. Install cross shaped shear keys in concrete masonry unit wythe with

preformed compressible joint filler on each side of shear key. 3. Install filler, backer rod, and sealant on exposed faces.

D. Use standard notched concrete masonry units (sash blocks) made in

full and half-length units where shear keys are used to create a continuous vertical joint. // Alter Structural clay tile units to accommodate shear key flanges. //

E. Interrupt steel joint reinforcement at expansion and control joints unless

otherwise shown.

Page 56: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

7

.05 BUILDING EXPANSION AND SEISMIC JOINTS

A. Keep joint free of mortar. Remove mortar and other debris.

B. Install non-combustible, compressible type joint filler to fill space completely except where sealant is shown on joints in exposed finish work.

C. Where joints are on exposed faces, provide depth for backer rod and sealant as specified in Section, SEALANTS AND CAULKING, unless shown otherwise.

3.06 ISOLATION SEAL

A. Where full height walls or partitions lie parallel or perpendicular to and under structural beams or shelf angles, provide a separation between walls or partitions and bottom of beams or shelf angles not less than the masonry joint thickness unless shown otherwise.

B. Insert in the separation, a continuous full width strip of non-combustible type compressible joint filler.

C. Where exposed in finish work, cut back filler material in the joint enough to allow for the joint to be filled with sealant material specified in Section, SEALANTS AND CAULKING.

3.07 CONCRETE MASONRY UNITS

A. Laying: 1. Lay concrete masonry units with 3/8 inch joints, with a bond overlap

of not less than 1/4 of the unit length, except where stack bond is required.

2. Do not wet concrete masonry units before laying. 3. Bond external corners of partitions by overlapping alternate courses. 4. Lay first course in a full mortar bed. 5. Set anchorage items as work progress. 6. Where ends of anchors, bolts, and other embedded items, project

into voids of units, completely fill such voids with mortar or grout. 7. Provide a 1/4 inch open joint for caulking between // existing

construction, // exterior walls, // concrete work, // and abutting masonry partitions.

8. Lay concrete masonry units with full face shell mortar beds and fill head joint beds for depth equivalent to face shell thickness.

9. Lay concrete masonry units so that cores of units, that are to be filled with grout, are vertically continuous with joints of cross webs of such cores completely filled with mortar. Unobstructed core openings not less than 2 inches by 3 inches)

10. Do not wedge the masonry against the steel reinforcing. Minimum 1/2 inch clear distance between reinforcing and masonry units.

11. Install deformed reinforcing bars of sizes shown. 12. Steel reinforcement, at time of placement, free of loose flaky rust,

mud, oil, or other coatings that will destroy or reduce bond.

Page 57: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

8

13. Steel reinforcement in place at the time of grouting. 14. Minimum clear distance between parallel bars: One bar diameter. 15. Hold vertical steel reinforcement in place by centering clips, caging

devices, tie wire, or other approved methods, vertically at spacings noted.

16. Support vertical bars near each end and at intermediate intervals not exceeding 192 bar diameters.

17. Set horizontal reinforcement in a full bed of grout or concrete. 18. Splice reinforcement or attach reinforcement to dowels by placing in

contact and wiring together or by placing the reinforcement within 1/5 of the required bar splice length.

19. Stagger splices in adjacent reinforcing bars. Lap reinforcing bars at splices a minimum of 40 bar diameters.

20. Grout cells of concrete masonry units, containing the reinforcing bars, solid as specified under grouting.

21. Cavity and strip horizontal reinforcement may be placed as the masonry work progresses.

22. Rake joints (1/4 to 3/8 inchdeep for pointing with colored mortar when colored mortar is not full depth.

3.08 POINTING

A. Fill joints with pointing mortar using rubber float trowel to rub mortar solidly into raked joints.

B. Wipe off excess mortar from joints of glazed masonry units with dry cloth.

C. Finish exposed joints in finish work with a jointing tool to provide a smooth concave joint unless specified otherwise.

D. At joints with existing work match existing joint.

3.09 GROUTING

A. Preparation: 1. Clean grout space of mortar droppings before placing grout. 2. Close cleanouts with masonry units. 3. Install vertical solid masonry dams across grout space for full height

of wall at intervals of not more than 9000 mm (30 feet). Do not bond dam units into wythes as masonry headers.

4. Verify reinforcing bars are in cells of units or between wythes as shown.

B. Placing:

1. Place grout by hand bucket, concrete hopper, or grout pump. 2. Consolidate each lift of grout after free water has disappeared but

before plasticity is lost. 3. Do not slush with mortar or use mortar with grout. 4. Interruptions:

a. When grouting must be stopped for more than an hour, top off grout 40 mm (1-1/2 inch) below top of last masonry course.

Page 58: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

9

b. Grout from dam to dam on high lift method.

c. A longitudinal run of masonry may be stopped off only by raking back one-half a masonry unit length in each course and stopping grout 100 mm (4 inches) back of rake on low lift method.

C. Low Lift Method:

1. Double wythe masonry constructed grouted in lifts not to exceed 200 mm (8 inches) or less than 50 mm (2 inches) wide.

2. Consolidate by puddling with a grout stick during and immediately after placing.

3. Grout the cores of concrete masonry units containing the reinforcing bars solid as the masonry work progresses.

D. High Lift Method:

1. Do not pour grout until masonry wall has properly cured a minimum of 72 hours.

2. Place grout in one continuous operation. 3. Complete in one day with no interruptions greater than one hour

sections of a wall between control barriers. 4. Grout double wythe walls in a single continuous pour of grout to the

top of the wall in 1200 mm (4 foot) layers or lifts in the same working day, with a minimum waiting period of 10 minutes between each 1200 mm (four foot) layer or lift. Vibrate grout layer or lift thoroughly to fill voids.

5. Grout for cavities of double wythe type walls less than 50 mm (2 inches) wide: Do not pour from a height exceeding 300 mm (1 foot).

6. When vibrating succeeding lifts, extend vibrator 300 to 450 mm (12 to 18 inches) into the preceding lift to close any shrinkage cracks or separation from the masonry units.

3.10 CLEANING AND REPAIR

A. General: 1. Clean exposed masonry surfaces on completion. 2. Protect adjoining construction materials and landscaping during

cleaning operations. 3. Cut out defective exposed new joints to depth of approximately 19

mm (3/4 inch) and repoint. 4. Remove mortar droppings and other foreign substances from wall

surfaces. 3. Free clean surfaces of traces of detergent, foreign streaks, or stains

of any nature.

B. Concrete Masonry Units: 1. Immediately following setting, brush exposed surfaces free of mortar

or other foreign matter. 2. Allow mud to dry before brushing.

Page 59: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

10

Page 60: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

1

CONSTRUCTION EARLY CHILHOOD CENTRE

ONA GLINTON PRIMARY SCHOOL COMPOUND GRAND TURK, TCI

REINFORCED CONCRETE SPECIFICATION

CONTENTS

1 GENERAL

2 MATERIALS, QUALITY AND TESTING

2.1 Cement 2.2 Cement Replacement Materials 2.3 Aggregates 2.4 Water 2.5 Admixtures 2.6 Underlay Membrane 2.7 Joint Materials 2.8 Cement Grout 2.9 Samples 2.10 Rejected Materials 2.11 Information to Engineer

3 CONCRETE, QUALITY AND TESTING

3.1 General 3.2 Gauging and Mixing of Concrete 3.3 Concrete Mix 3.4 Concrete Cubes 3.5 Sampling and Testing 3.6 Trial Mixes 3.7 Testing of Hardened Concrete Cut from the Work 3.8 Ready Mixed Concrete

4 PLACING AND COMPACTION OF CONCRETE

4.1 General 4.2 Pumped Concrete

5 HOT WEATHER CONCRETING

5.1 Mixing 5.2 Placing

Page 61: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

2

6 JOINTS

6.1 Construction Joints 6.2 Movement Joints

7 CURING AND PROTECTION OF CONCRETE

7.1 Minimum Period of Curing and Protection 7.2 Methods

8 FORMWORK AND TEMPORARY SUPPORTS

9 CLEANING AND TREATMENT OF FORMS

10 EMBEDMENTS

11 CASINGS TO BEAMS AND COLUMNS

12 STEEL REINFORCEMENT

13 CONCRETE FINISHES

13.1 General 13.2 Formed Finishes 13.3 Unformed Finishes 13.4 Remedial Treatment of Surfaces

14 CONSTRUCTIONAL TOLERANCES

15 TESTS ON STRUCTURES

16 WATER EXCLUDING CONSTRUCTION

16.1 General 16.2 Construction and Movement Joints. 16.3 Formwork Ties, Fixings and Inserts. 16.4 Tests on Water Excluding Construction

17 WATER RETAINING CONSTRUCTION

17.1 General 17.2 Aggregates 17.3 Construction and Movement Joints 17.4 Formwork Ties, Fixings and Inserts

Page 62: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3

1 GENERAL

Work on this project will conform to all requirements of ACI 301-05 Specifications for Structural Concrete published by the American Concrete Institute, Farmington Hills, Michigan, except as modified by these contract documents.

In cases where this contract document contradicts AC1 301-05, the Engineer reserves the

right to adopt the most onerous

2 MAT

2.1

ERIALS, QUALITY AND TESTING

Cement

2.1.1

General

Different types of cement shall not be mixed nor stored together. All cement must be delivered in the sealed and branded bags of the manufacturer or in properly designed and approved bulk containers.

All cements shall be certified by the Manufacturer as complying with the requirements of the latest edition of ASTM C150. Manufacturer's conformance and compliance certificates shall be submitted to the Engineer.

The cement shall be stored in such a manner as to protect it from deterioration, and a suitable building or silo is to be provided for this purpose. Cement affected by dampness or aeration will be condemned and shall be removed from site immediately.

No cement shall be stored on site or in a batching plant for a period longer than three months.

2.1.2

Ordinary and Rapid Hardening Portland Cement

Ordinary or Rapid Hardening Portland Cement shall be of approved Manufacture and shall comply with the latest edition of ASTM C150.

2.1.3

Sulphate Resisting Portland Cement

Sulphate Resisting Portland Cement shall be of approved manufacture, the physical properties of which shall comply with the latest edition of ASTM C150.

2.1.4

Portland Blast Furnace Cement

Portland Blast Furnace Cement shall be of approved manufacture and shall comply with the latest edition of ASTM C150.

2.1.5

Low Heat Portland Blast Furnace Cement

Page 63: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

4

Low Heat Portland Blast Furnace Cement shall be of approved manufacture and shall comply with the latest edition of ASTM C150.

2.1.6

Portland Pulverised Fuel Ash Cement

Portland Pulverised Fuel Ash Cement shall be of approved manufacture and shall comply with the latest edition of ASTM C150.

.1.7 Other Types

Any other types of cement shall be used only if the written approval of the Engineer is previously obtained by the Contractor and shall be subject to any special conditions of such use which may be laid down by the Engineer.

The use of High Alumina Cement shall not be permitted.

2.2 Cement Replacement Materials

2.2.1 General

Cement replacement materials shall be used only with prior approval of the Engineer and given such approval, in accordance with the manufacturer’s recommendations and best practice.

2.2.2 Ground Granulated Blast Furnace Slag

Ground Granulated Blast Furnace Slag shall be of approved manufacture and shall comply with the requirements of the latest edition of ASTM C150.

2.2.3 Graded Pulverised Fuel Ash

Graded Pulverised Fuel Ash shall be of siliceous or siliceous and aluminous material and shall be finely graded to the approval of the Engineer. Pulverised Fuel Ash shall be in accordance with the latest edition of ASTM C150 and appropriate agreement certificate.

2.3 Aggregates

2.3.1 General

The aggregate to be used shall comply with the latest edition of ASTM C33.

The aggregates shall be produced, delivered and stored in such a way that they do not segregate and their size and cleanliness is ensured.

Page 64: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

5

Aggregates for exposed concretes shall be supplied only from approved sources known to be free of staining impurities such as coal, lignite and iron pyrites, and resistant to freeze-thaw cycles.

Marine aggregates may be used in reinforced concrete provided the water-soluble chloride ion content, percent by weight chloride ion content by mass of concrete does not excess 0.15.

Measurement of water-soluble chloride ion content shall be in accordance with ASTM C1218.

The drying shrinkage of the aggregate when tested in accordance with ASTM C33 shall not exceed 0.055%.

No materials containing harmful constituents shall be permitted.

Lightweight aggregate shall not be permitted.

2.3.2 Alkali-Silica Reaction

The risk of cracking and expansion due to the alkali-silica reaction shall be minimized by submitting evidence that the alkali level of the concrete from all sources, expressed as equivalent sodium oxide, does not exceed 0.187 pcf.

In calculating the alkali level of the concrete, the cement alkali level shall be taken as the certified average quoted by the cement manufacturer. When P.F.A. is incorporated into the concrete, the effective alkali content of the P.F.A. shall be taken as one sixth of its maximum total alkali content. When Ground Granulated Blast Furnace Slag is incorporated into the concrete, the effective alkali content of the Ground Granulated Blast Furnace Slag shall be taken as one half of its maximum acid soluble alkali content.

2.4 Water

All water used for mixing concrete shall be clean potable water free from any foreign bodies or contamination as set out in ASTM C1602/C1602M.

2.5 Admixtures

The admixtures to be used shall comply with relevant ASTM Standards, where applicable.

Under no circumstances shall admixtures be used without prior approval of the Engineer.

The quantity and method of using admixtures shall be in accordance with the manufacturer's published recommendations and in all cases shall be subject to the approval of the Engineer.

No admixtures containing calcium chloride shall be permitted under any circumstances.

Page 65: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

6

The Engineer shall be provided with information relating to:-

a) The detrimental effects of under and over dosage; b) The chemical name(s) of the main active ingredients; c) Whether or not the admixture leads to the entrainment of air if not

an air-entraining agent.

2.6 Underlay Sheeting

Underlay shall be laid below concrete slabs or foundations and the material adopted shall be minimum 200μm (8mil) thick PVC or another

approved by the engineer.

Prior to laying the sheeting, the formation surface shall be prepared and shaped as necessary and all rubbish and debris removed.

The sheeting shall be transported, stored and laid carefully and in accordance with the manufacturer's instructions and where no instructions are specified, in a manner such that no damage occurs to the material and by a method such that the final performance of the sheeting is not affected.

All ridges and uneven areas which occur during laying shall be flattened out.

All joints in the sheeting shall have a minimum overlap of 8”. Care shall be taken to ensure that the total area of sheeting at joints is in contact.

When placing concrete on top or against the sheeting care shall be taken to ensure that damage to the sheeting is avoided and that it is not rucked such that it will trap pockets of air.

2.7 Joint Materials

2.7.1 General

Materials used in the construction of joints shall be of types compatible with each other and with other adjacent materials. Should the Contractor propose the use of materials other than indicated, he shall be responsible for ensuring that such materials are compatible prior to submitting for the Engineer’s approval.

2.7.2 Materials

All materials shall comply with relevant ASTM D1751, as appropriate.

They shall be of a type as indicated on the contract drawings or an appropriate equivalent.

Storage, handling, mixing, preparation and use of the materials shall be carried out strictly

in accordance with the manufacturer's instructions.

Page 66: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

7

2.8 Cement Grout

Cement grout shall consist of cement, sand and water mixed in the proportion of one part by volume of cement and one part by volume of sand having a suitable water/cement ratio for the intended purpose. The grout shall be used within one hour of mixing.

Unless otherwise instructed by the Engineer, the Contractor shall incorporate an approved expanding agent in the cement grout. The agent shall be used strictly in accordance with the manufacturer's instruction.

2.9 Samples

Unless otherwise agreed by the Engineer, samples of materials shall be submitted for testing at least four weeks before it is desired to commence deliveries. No deliveries in bulk shall be commenced until samples are approved by the Engineer as complying with this Specification.

Furthermore, the Engineer shall have the right to require the Contractor at any time to draw samples of aggregate from stockpiles on site or from locations to be specified by the Engineer. The samples shall be drawn and tested in accordance with the latest edition of ASTM C31 in a laboratory approved by the Engineer.

2.10 Rejected Material

When test results indicate that the requirements of the appropriate standard have not been complied with, the consignment of material from which the samples were taken shall be rejected and immediately removed from the site.

2.11 Information to Engineer

The Contractor shall provide the Engineer with the following current information as early in the Contract as possible and at least fourteen days before any concreting operations are undertaken:

a) Type and source of cement b) Cement manufacturer's certificate c) Types and sources of fine and coarse aggregates d) Group Classification e) Grading tests on fine and coarse aggregates f) Clay, silt and fine dust content test on fine aggregate g) Aggregate impact value of coarse aggregate

Page 67: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

8

h) Drying shrinkage, moisture expansion and moisture absorption i) Mix design details, including slump and cylinder crushing

certificates of concrete formed from the proposed mix

CONCRETE, QUALITY AND TESTING

3.1 General

Concrete quality and testing shall comply with the requirements of relevant ASTM standards.

3.2 Gauging and Mixing of Concrete

The concrete shall be mixed in power-driven mixers which will ensure a uniform distribution of the materials throughout the mix and which are capable of discharging the concrete without appreciable segregation. The entire batch shall be discharged before recharging the drum.

The batching plant or mixer shall be provided with a means of measuring accurately the quantity of water entering the mix. The calibrated vessel or measuring tank shall discharge in one continuous operation and the flow shall be stopped by automatic valve or siphon only when the full quantity of water has been released.

The volume of mixed materials shall not exceed the manufacturer's rated capacity and the speed of rotation shall comply with the manufacturer's recommendation.

Mixing shall continue for at least two minutes or forty revolutions of the mixer drum. The mixing period shall be measured from the time when all the solid materials are in the mixing drum, provided that all mixing water shall have been introduced before one quarter of the mixing time has elapsed. The Engineer may require the mixing time to be varied if the charging and mixing operations fail to result in the required uniformity in composition and consistency within the batch and from batch to batch.

Mixers or transporters which have been out of use for more than thirty minutes shall be thoroughly cleaned before any further concrete is mixed.

Re-mixing of partially hardened concrete with or without additional cement, aggregate or water is prohibited.

Mixing of structural concrete by hand is not permitted.

Batching of cement shall be by weight. (Where cement is supplied in packages containing a recognized weight, these may be used as a means of weigh-batching). Fractions of such packages shall be weighed.

Page 68: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

9

Aggregates shall be measured by weight, unless otherwise agreed by the Engineer and the plant shall be capable of controlling delivery of all materials to an accuracy of plus or minus 2 per cent on the individual weighing. The individual batch weights for the quality of concrete specified shall be clearly shown on a suitable board fixed to the mixer. A calibrated certificate for the mixer weighing mechanism shall be forwarded to the Engineer prior to commencement of concreting operations.

Page 69: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

10

Adequate means shall be provided to prevent loss or spillage of materials when transferring them from batching hoppers to the mixer.

The addition of any chemicals or substances whatsoever other than those specified herein is prohibited unless written approval is obtained from the Engineer.

3.3 Concrete Mix

3.3.1 General

All concrete shall comply with the strength requirements specified below.

The cylinder crushing strength shall be determined in a testing laboratory to be approved by the Engineer, by crushing cylinders in direct compression with approved and suitable apparatus in such numbers as may be required in this specification or by the engineer during the progress of the Works.

Results of cylinders tests shall be sent to the Engineer direct from the testing laboratory.

Each concrete mix shall be the most suitable combination of the materials available to give the required strength, while maintaining the workability appropriate to each part of the work with the means of placing and compacting available.

The Contractor shall be solely responsible for the design mix and testing procedures described in this document.

3.3.2 Design Mix

Concrete strength to be 4500psi unless otherwise agreed with the structural engineer. Other parts of the structure which require a different concrete strength shall be as indicated in the general notes of the drawings.

Designed mix concrete for ordinary structural concrete shall be used.

Designed mix concrete is specified by its characteristic cylinder strength in psi at age 28 days. The characteristic strength is the strength below which not more than 5 per cent of the strength results, real or imputed may be expected to fall when the results are analyzed statistically. The strength results are to be considered as belonging to a series having a normal distribution.

To meet the characteristic strength specified, the concrete shall be designed to have an average strength, called the target mean strength, which exceeds the characteristic strength by not less than 2300 psi.

Page 70: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

11

Where statistical data provided to the engineer by the concrete supplier proves this to be excessive, and on written approval from the engineer, this 2300psi may be reduced.

For a concrete of particular characteristic strength, the proportion of cement in the mix shall be increased when greater workability is required so that the target mean strength is maintained. A maximum slump of 5” is permitted. Slump shall be determined by ASTM C143/C143M and conform to the tolerances set out in ACI 117.

The added water shall be adjusted to allow for the moisture content in the aggregates by maintaining a constant slump for the required workability.

All mix designs shall comply with ACI 301 and ACI 318.

The particulars of each designed mix are given below:

Internal reinforced concrete :

Grade of Concrete 3000psi 4500psi 5000psi

Type of cement OPC OPC OPC

Nom max aggregate ¾ Inches ¾ Inches ¾ Inches

Minimum cement content 18 pcf 19 pcf 19 pcf

Max free water/ cement ratio 0.45 0.45 0.45

External reinforced concrete:

Grade of Concrete 3000psi 4500psi 5000psi

Type of cement OPC OPC OPC

Nom max aggregate ¾ Inches ¾ Inches ¾ Inches

Minimum cement content 19 pcf 21 pcf 21 pcf

Max free water/ cement ratio 0.45 0.45 0.45

3.3.3 Air Entrainment

The Contractor shall submit a concrete mix design, together with the results of trial batches, before deliveries to site commence. The Contractor shall make allowances in design for possible losses in entrained air content during transportation of the concrete from the mixer to the point of placing.

Page 71: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

12

The total quantity of air in air-entrained concrete, as a percentage of the volume of the mix, shall be as follows:

Nominal Aggregate Size (Inches) Air Content (%)

3/8 7

½ 5.5

¾ 5

1 4.5

1 ½ 4.5

2 4

3 3.5

The percentage air content determined from individual samples taken at the point of placing the concrete, or for slabs at the point of delivery to the paving plant, shall be within ± 2% of the specified value.

The average percentage air content from any four consecutive determinations from separate batches shall be within ± 1.5% of the specified value.

The air content shall be checked in accordance with ASTM requirements for each batch or at such other times as directed by the Engineer. For slabs, the air content shall be checked at the rate of one determination per 350 sq yrds of slab or at least 6 times per day, whichever is the greater.

For areas less than 350 sq yrds the rate shall be at least one determination to each 60 ft length of slab or less constructed at any one time or at least 3 times per day. If the air content is outside the specified limits, a further test shall be made immediately on the next available load of concrete before discharging. If the air content is still outside the specified limits, the Contractor shall immediately adjust the air content of the concrete or improve its uniformity before any further concrete is placed in the works.

All air-entraining agents shall be added to the concrete at the mixer, batched in solution with a proportion of the mixing water using apparatus of a suitable and approved type.

The apparatus shall be capable of dispensing the correct dose within the above limits and so as to ensure uniform distribution of the agent throughout the batch during mixing.

Page 72: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

13

3.4 Concrete Cylinders

3.4.1 Size of cylinder

The standard size of specimens shall be 6” dia. x 12” long.

3.4.2 Procedure for Making and Curing Cylinders

The Contractor shall provide all necessary metal moulds and make and cure test cylinders from samples of fresh concrete all in accordance with ASTM C39.

3.4.3 Records and Identification

Cylinders shall be clearly and indelibly marked for identification and records shall be kept of date of casting, mix, identification number and all other relevant details, as required by the Engineer. They shall be delivered to the testing laboratory, damp, well protected and in good condition.

3.5 Sampling and Testing

Sampling, curing and testing of concrete, fresh or hardened shall be in accordance with the requirements of ASTM C143, ASTM C31, ASTM C39, ASTM 172, and ASTM C192, as applicable.

A standard fresh concrete sample for cylinder testing shall consist of a set of six 6” dia. cylinders. A sample shall be taken from a randomly selected batch of concrete by taking a number of increments in accordance with ASTM C143.

The sampling rate to be adopted shall be in accordance with the following:

Type of structure Sample to Represent a Volume of Cubic Yards

Critical ie Masts, Column, Cantilevers (See Sampling Rates below)

Intermediate ie Beams, Slabs, Walls (See Sampling Rates below)

Mass Concrete Construction 100

The Contractor must verify with the Engineer the type of structure before concrete works begin.

For small quantities at least one set of cylinders shall be made for each concrete grade placed that day.

SAMPLING RATES:

MINIMUM NUMBER OF STRENGTH TESTS: This number shall be no less than

Page 73: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

14

Once per day, nor less than, Once for 150 cu. yds of concrete, nor less than, Once for each 5000 sq. ft of slab/wall surface area

Strength test refers only to the design strength at 28-day breaks, which is the average of two (2) 6x12 cylinder breaks. The strength test shall be supplemented by the following:

2 cylinders for 7-day breaks 2 cylinders for field curing (striking of formwork and post-tensioning) 4 cylinders as reserves should low-cylinder breaks occur at 28-day breaks

So that the total number of samples at this sampling rate is ten (10). For early

assessment purposes, only the 28 day result may be predicted approximately by applying a multiplying factor of 1.25 to the 7 day result. However for compliance purposes only the actual 28 day strength shall be considered.

In accordance with ACI 301 (see also ACI 318), no strength test result shall be 500 psi less than the specified design strength for f'c ≤ 5000 psi (0.10f'c for f'c ≥ 5000 psi).

In the event of such tests being unfavorable, the Engineer reserves the right to reject the defective portions of the work and/or to make such other tests as may be determined by the Engineer.

The Contractor shall adopt statistical quality control procedures. The Contractor shall prepare cumulative sum control charts (mean strength and standard deviation) for each grade of concrete.

Chart information shall be updated progressively. Tabulated and graphical

information shall be submitted to the Engineer weekly. If the contractor’s nominated testing laboratory does not supply this information, the contractor must.

3.6 Trial Mixes

Where the Contractor has inadequate recent records of strength tests, trial mixes shall be carried out to determine the proportions of each mix which meet the requirements of the Specification. The plant and equipment to be used on the Contract shall be used for making the trial mixes and to transport them a representative distance.

At least three separate batches of concrete of each strength grade shall be made using material typical of the proposed supply.

Before starting to place concrete, the Contractor shall submit to the Engineer a statement of the mixes which, having been proved by the trial mixes or acceptable strength records, he proposes. Whenever the source or quality of cement or aggregate is materially changed or whenever it is proposed to change the mix, the trial mix procedure shall be repeated.

Page 74: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

15

3.6.1 Preliminary Trial Mix

Before commencing any concreting in the Works, the Contractor shall make the trial mixes using samples of aggregates typical of those to be used and shall give prior notice to the Engineer. If possible, the batching plant and the means of transport to be employed in the Works shall be used to make the trial mixes and to transport them a representative distance. A clean dry mixer shall be used, and the first batch discarded. Preliminary test cylinders shall be taken from proposed mixes as follows:

For each grade a set of six (6) cylinders shall be made from each of three (3) consecutive batches. Three (3) from each set of six (6) shall be tested at an age of 7 days and 3 at an age of 28 days.

Preliminary cylinders shall be made and tested as specified herein.

3.7 Testing of Hardened Concrete Cored from the Works

As and where directed by the Engineer, cylindrical core specimens of 6” nominal diameter shall be cut from the hardened concrete in the Works, for the purpose of examination and testing. The coring equipment and the method of doing the work shall be approved by the Engineer.

The specimens shall be dealt with in accordance with ASTM C42. Prior to preparation for testing, the specimens shall be made available for examination by the Engineer.

If the equivalent cylinder strength of the specimen is less than the appropriate specified minimum crushing strength or if, in the opinion of the Engineer, the concrete fails to meet the specified requirements in other respects, the concrete in that part of the Works of which it is a sample shall be considered not to comply with the specified requirements.

3.8 Ready Mixed Concrete

This clause is not intended to replace, but to modify and supplement, the latest edition of ACI 301.

The delivery of concrete in non-agitating trucks shall not be allowed.

The use of truck mixed concrete delivered to the site in a plastic condition and ready for placing in the position in which it is to set shall be permitted subject to the following conditions:

a) The name and address of the Suppliers, together with the location of

Supplier's Works, shall be submitted to the Engineer.

b) The name and address of an Alternative Supplier and/or Works shall be submitted to the Engineer.

Page 75: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

16

c) Arrangements shall be made by the Contractor for the Supplier's Works to be

inspected by the Engineer if the Engineer considers it to be necessary.

d) Notwithstanding any such inspection and/or approval by the Engineer, the Contractor shall take full responsibility for compliance with the requirements of this Specification.

e) Recent works test certificates for the proposed concrete mixes shall be

made available to the Engineer by the Supplier, prior to commencement of the concreting.

f) A slump test shall be carried out for each truck load before the concrete

is poured. The measured slump shall be within the tolerance limits specified in ASTM C143.

g) If no recent works test certificates are available from the supplier, preliminary

cylinders shall be made by the supplier and tested in a laboratory approved by the Engineer and in accordance with the latest edition of ASTM C39, prior to commencement of the contract.

h) Works test cylinders shall be taken on site by the Contractor in

accordance with the Engineer's instructions, irrespective of any cylinders which may be prepared by the Supplier.

i) The concreting materials shall be tested in accordance with the

Engineer's instructions for sampling of materials.

j) The concrete shall be placed in its final position and left undisturbed within 1.5 hours maximum of the time when the cement first comes into contact with the wetted aggregate, i.e. the time when hydration of the cement commences. If the temperature is above 70º F, this period shall be reduced to one hour.

k) The Contractor shall ensure that a record is kept at the Supplier's

Works of the exact time when the concreting materials are mixed.

This time, together with information for the Site Record Book shall be inserted on the Delivery Note sent with the lorry driver and

shall be initialed by the responsible Timekeeper at the mixing plant handed to the Site Engineer on the Site.

l) A record book which will be available for the inspection of the Engineer at all

times shall be kept on the site and shall contain the following information:

• Time of arrival of lorry • Time and place of mixing of concreting materials • Registration number of lorry and name of Depot • Time and place of adding water to dry materials • Time when concrete is placed in position and left undisturbed. • Mix • Position where concrete is placed • Whether test cylinders were taken from this delivery

Page 76: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

17

• Serial numbers of test cylinders • Slump • Water-cement ratio of each batch

m) The concrete shall be placed only in that portion of the Works for which

permission has been granted.

n) No additional water shall be added to the concrete mix.

4 PLACING AND COMPACTION OF CONCRETE

4.1 General

The concrete shall be placed in its final position in as short a time as possible after mixing, and in any case, before setting has commenced.

No concrete which has partially set before placing shall be incorporated in the work.

In all methods of placing the concrete, care must be taken to prevent contamination or segregation.

The concrete shall be thoroughly compacted in stages into position around the reinforcement and against the formwork in order to ensure a good surface free from honeycombing, by means of mechanical vibration using internal vibrators, unless agreed otherwise by the Engineer in writing. Care shall be taken to prevent the internal vibrators affecting the formwork or reinforcement and to avoid over-vibration which can cause segregation of the aggregates.

The placing of the concrete shall, as far as practicable, be continuous and, unless otherwise approved, concrete shall be placed in a single operation to the full thickness of slabs, beams and similar members. The methods of placing of concrete in columns and walls shall be submitted to the Engineer by the Contractor prior to commencement of the work in order that the maximum depths for placing and compaction of concrete can be agreed. Concrete shall be placed continuously, if construction joints are required their location and types must be approved by the Engineer beforehand.

The Contractor shall demonstrate his contingency arrangements in the event of equipment for concrete placing failing. If stopping of concrete placing is unavoidable elsewhere then a construction joint shall be made where the work is stopped in a position approved by the Engineer.

No unset concrete shall be brought into contact with unset concrete containing cement of a different type. Any water accumulating on the surface of newly placed concrete shall be removed by approved means, and no further concrete shall be placed thereon until such water is removed. Accumulation of set concrete on the reinforcement shall be avoided.

Before proceeding to place any concrete, the formwork shall be checked for alignment and all water and rubbish therein shall be removed by approved means.

Page 77: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

18

Care shall be taken in depositing, placing and compacting concrete in order to ensure that reinforcement and embedments will not be displaced and that any damp proof course will not be damaged.

4.2 Pumped Concrete

Should the Contractor propose to place concrete in-situ by means of pumping, the Contractor shall advise the Engineer of his intention to do so and shall submit to the Engineer for approval, details of his proposed pumped concrete mix design, together with details of the type of pump tubes and apparatus to be employed.

Aluminum tubes shall not be used.

5 HOT WEATHER CONCRETING

5.1 Mixing

In hot weather suitable means shall be provided to shield the aggregate stockpiles from direct rays of the sun or cool the aggregates by spraying with water and to insulate the mixing water tank and pipelines to ensure that the temperature of the concrete when deposited shall not exceed 90ºF.

5.2 Placing

In hot dry weather suitable means shall be provided to avoid premature stiffening of concrete placed in contact with hot dry surfaces. Where necessary the surfaces, including reinforcement, against which concrete is to be placed shall be shielded from direct rays of the sun and shall be sprayed with water to prevent excessive absorption by the surfaces of water from the fresh concrete.

6 JOINTS

6.1 Construction Joints

Construction joints shall be scabbled and of an approved shape and shall be vertical and horizontal as required, except that in an inclined or curved member the joint shall be at right angles to the axis of the member.

Construction joints shall be provided in the positions indicated on the drawings and where not so indicated shall be in positions as agreed with the Engineer. The Contractor shall be required to submit his proposals for positioning construction joints prior to any concrete work commencing.

Starter plinths to columns shall be cast integral with the concrete slab/foundation and shall be not less than 3 inches high. Starter plinths to walls shall be cast integral with the concrete slab and shall be not less than 6” high.

Page 78: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

19

Concrete shall not be placed adjacent to a concrete pour before the previous pour is four days old.

6.2 Movement Joints

6.2.1 Contraction Joints

Contraction joints shall be provided in the positions indicated, and shall be of the form detailed in the contract drawings. They shall incorporate dowel bars which shall be coated for at least half their length with an approved debonding agent, all to the satisfaction of the Engineer.

6.2.2 Expansion Joints

Expansion joints shall be provided in the positions indicated, and shall be of the form detailed in the contract drawings. They shall comprise of vertical pre-formed joint fillers, dowel bars, supporting cradles and a sealant groove, all to the satisfaction of the Engineer.

7 CURING AND PROTECTION OF CONCRETE

7.1 General

All concrete shall be cured in accordance with ASTM C31.

Concrete shall be protected during the early stages of strength gain to avoid any detrimental effect which may arise from environmental conditions such as rain, sun, wind, relative humidity, solar radiation, temperature effects and changes.

The Contractor musts submit a method statement for its protection of concrete relating to high relative temperatures and high wind speeds so as to avoid significant moisture loss arising from excessive evaporation

Adequate protection against mechanical damage shall be provided. The concrete section shall not be loaded until it has matured sufficiently.

The type and method of curing and protection proposed by the Contractor shall require the approval of the Engineer. Curing procedures shall keep the concrete saturated or as near saturated as practically possible, until the originally water-filled space in the fresh cement paste has been adequately occupied by the products of hydration of cement.

Proposed curing procedures shall, where appropriate, recognise the possible loss of water internally by self-desiccation. Proposed procedures shall recognize and accommodate surface finish requirements specified elsewhere.

Curing and protection should start immediately after the compaction of concrete.

7.2 Minimum Period of Curing and Protection

Page 79: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

20

The surface should normally be cured for a period not less than that given in ACI 318. Depending on the type of cement, the ambient conditions and the temperature of the concrete, the appropriate period is taken from Table 7.2 below or calculated from the last column of that table.

The surface temperature is lowest at arises and depends upon several factors, including the size and shape of the section, the cement content, the insulation provided by the formwork or other covering, the temperature of the concrete at the time of placing and the temperature and movement of the surrounding air. If not measured or calculated, the surface temperature should be assumed equal to the temperature of the surrounding air.

The figures in Table 7.2 provide a useful guide but are minima and may need to be exceeded. The ambient conditions can vary during the period of curing. Determined curing periods must therefore be continually assessed and adjusted to ensure that adequate curing has been achieved. Proportions of the curing times relative to changing ambient conditions can be used to calculate the curing period but it maybe simpler to cure for the longer period.

7.3 Methods

Curing shall be carried out in accordance with approved methods, and to be approved by the Engineer

Table 7.2 Minimum Periods of Curing and Protection

Type of Cement

Ambient

Conditions

after Casting

Minimum periods of curing and protection

Average surface temperature of concrete

40o F to 80o F Above 80o t (Any temp between

40o F and 80o F)

OPC, RHPC, SRPC

Average

Days

Days

Days

4

3

60 [(t/2)-30] + 10

All except

RHPC, OPC and

SRPC, and all

with g.g.b.f.s.

or p.f.a

Poor

6

4

80

[(t/2)-30] + 10 Average

Poor

10

7

140 [(t/2)-30] + 10

Page 80: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

21

8 FORMWORK AND TEMPORARY SUPPORTS

8.1 General

The contractor shall ensure that all formwork and falsework is in accordance and in compliance with ACI 318 and designed and erected in strict compliance with ACI 347.

Formwork and falsework details and the performance thereof shall be the entire responsibility of the Contractor.

Formwork joints shall be constructed to prevent loss of grout, including joints in form linings and between forms and completed work.

Formwork and falsework details shall be designed and constructed to safely support the wet concrete weight plus construction loads without significant movement or deflection. Formwork shall not bulge or distort under the effect of the vibrators.

Where formwork is supported from existing parts of the structure, it shall be arranged to avoid overstressing the structure and shall, where necessary, be built up from a solid bed. In these situations the Contractor should submit to the Engineer, for approval an appropriate method statement.

The formwork shall be capable of being removed without undue vibration or shock.

Formwork for the sides of beams etc, may be so arranged that it can be struck first, leaving the soffits of beams and supports in position.

Provision shall be made in the formwork for any perforations, sinkings or the inclusion of built-in parts as required.

If so instructed by the Engineer, the Contractor shall submit, for approval, calculations and design details for the formwork and false work, prior to construction operations commencing.

Before removal of the formwork and falsework, the concrete shall be examined and removal shall only proceed if the concrete has attained sufficient strength to support its own weight and any load likely to be imposed upon it, with appropriate factors of safety. The assessment of the period elapsing between placing the concrete and removing the formwork and falsework and the consequences arising therefrom shall be the Contractor's entire responsibility.

Prior to commencement of concreting operations the Contractor shall advise the Engineer of the proposed concrete strength to be attained prior to striking the formwork.

Page 81: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

22

Notwithstanding the above, the minimum periods that shall elapse prior to the striking of formwork shall be in accordance with the ACI Codes. For concrete made with O.P.C. or S.R.P.C:

Surface temperature of concrete

65o F and above

44o F t (any temperature between 0o F and 80o

F)

Vertical formwork to columns, walls and large beams

12 h 18 h

300 h (t/2-30) + 10

Soffit formwork to slabs

4 days 6 days 100 days

(t/2-30) + 10

Soffit formwork to beams and props to slabs

10 days 15 days

250 days (t/2-30) + 10

Props to beams

14 days 21 days 360 days (t/2 –30)+ 10

Page 82: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

23

9 CLEANING AND TREATMENT OF FORMS

9.1 Immediately before the concrete is placed the formwork shall be thoroughly cleaned. All rubbish, chippings, sawings, sawdust etc., shall be removed from the interior of the forms. The surfaces of the formwork which will be in contact with the concrete shall be well wetted or treated with a composition approved by the Engineer. The composition shall be kept out of contact with the reinforcement.

10 EMBEDMENTS

10.1 General

Connections for embedments, pipes, fittings etc., shall be concreted in or boxed out where directed as the work proceeds. Openings shall be left as indicated on the drawings, or as directed. No cutting of holes, chases or the like shall be carried out by the Contractor without the written approval of the Engineer.

11 CASI

11.1

NGS TO BEAMS AND COLUMNS

General

Casings to beams and columns shall be reinforced in accordance with the

details. Internal and external angles shall be splayed or chamfered if indicated on drawings. The Contractor shall take the necessary steps to ensure that steelwork is free from rust, paint, scale, dirt and oil, before concrete is placed.

Columns and beams left exposed and at locations likely to be subject to human or traffic impact loads must be cast with a 1” chamfer

12 STEE

12.1

L REINFORCEMENT

General

Reinforcement shall be of the sizes, lengths and forms shown on the drawings and no additional laps or joints shall be introduced unless authorized by the Engineer.

Reinforcement shall be cut/bent in accordance with ACI 318.

Bending and straightening shall generally be carried out by cold methods. If necessary, however, reinforcement may be warmed to a temperature not exceeding 100ºC.

Reinforcement shall be placed and maintained in the positions shown on the drawings. Bars shall be securely connected by means of steel wire or spot welding.

Page 83: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

24

If required, it is the Contractor's responsibility to produce bar bending schedules.

Spacers, chairs or another approved method shall be used to maintain the specified nominal cover. Broken concrete blocks shall not be used as spacers unless authorized by the engineer.

Bars shall stop 1½” from perimeter edges unless otherwise detailed on the contract drawings.

Reinforcement shall not be surrounded by concrete unless it is free from loose mill scale and rust, oil, grease and any other harmful matter.

Jointing of reinforcement by welding shall be permitted only where authorized by the Engineer and shall comply with ASTM 615 and ANSI/AWS D 1.4, and the recommendations of the reinforcement manufacturer. Welding shall be carried out by an experienced and certified welder.

13 CONCRETE FINISHES

13.1 General

The class or type of finish for any concrete surface shall be as indicated on the relevant discipline's contract drawings and as specified.

Where directed in the Specification or by the Engineer, Architect or Client, the Contractor shall produce a sample area of the finished work of a size and in a location as specified or directed by the Engineer, Architect or Client, in advance of the remainder, and obtain the Engineer's/ Architect's/Client's approval of the appearance before proceeding with the permanent work.

Where appearance is an essential feature of the concrete the aggregate shall be free of deleterious materials such as iron pyrites and particles of coal, which could mar the surface. In such cases, care shall be taken to select a suitable aggregate for which the only permissible guide shall be a knowledge of the source and of similar work which has been carried out with the aggregate in question.

Where a finish is to be roughened in preparation for the subsequent bonding of insitu concrete, the surface laitance shall be removed by an approved method to expose the surface of the coarse aggregate. In places where this cannot be achieved, such as beneath closely spaced projecting links, a suitable finish shall be agreed with the Engineer.

13.2 Formed Surfaces

The requirements extra to those given in the foregoing clauses to provide the class of finish described in the contract will be:

13.2.1 Class F1

This finish shall be adopted for surfaces against which backfill or other concrete will be placed.

Page 84: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

25

Additional requirements NIL.

13.2.2 Class F2

This finish shall be adopted for surfaces, which are permanently exposed to view.

The concrete shall be left as struck, but all imperfections such as fins and surface discoloration shall be made good by methods approved by the Engineer.

13.2.3 Class F3

This finish shall be adopted for surfaces, which are permanently exposed but are required to be of the highest quality finish.

The finished surface shall be smooth and of uniform texture and appearance, without stain or blemish. Internal ties and embedded metal parts shall be allowed only with the Engineer's approval.

13.2.4 Class F4

This finish shall be obtained by tooling the concrete surface using a Bush Hammer, Point Tool or other apparatus as directed by the Engineer, to form a textured finish with appearance and indentations as indicated on the drawings and to the Engineer's approval. Tooling shall not take place before the concrete has reached a strength of not less than 3000 psi.

Prior to carrying out the work to the finish, the Contractor shall complete a sample area of the finished work, to an area of approved size and in an approved location, and shall obtain the Engineer's written approval of the finish before proceeding.

13.2.5 General

The contractor shall ensure that permanently exposed concrete surfaces to Class F2, F3 and F4 finish are protected from rust marks, spillage and stains of all kinds.

13.3 Unformed Surfaces

13.3.1 Type U1: Plain Finish

This finish shall be a level and screeded finish to produce a uniform, plain or ridged surface. Surplus concrete shall be struck off by a straight edge immediately after compaction. Permissible deviation shall be no greater than 1/8” from a 10 ft straight edge.

13.3.2 Type U2: Floated Finish

On completion of the type U1 finish, the surface shall be floated. Floating shall be done only after the concrete has hardened sufficiently and may be done by hand or machine. Care shall be taken so that the concrete is worked no more than is necessary to produce a uniform surface, free from float marks.

Page 85: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

26

13.3.3 Type U3: Steel Trowelled Finish

On completion of the type U1 finish, the surface shall be steel-trowelled to obtain a hard, smooth finish. Trowelling shall not commence until the moisture film has disappeared and the concrete has hardened sufficiently to prevent excess laitance from being worked to the surface. The surface shall be steel-trowelled under firm pressure and left free from trowel marks.

13.3.4 Type U4: Tamped Finish

On completion of the type U1 finish, the surfaces shall be tamped. The finish shall be achieved by tamping the surface concrete with the edge of a board

or beam to give an even texture of parallel ribs. Additional water shall not be applied to the concrete surface to assist surface working.

13.3.5 Type U5: Scored Finish

On completion of the type U1 finish, the surface shall be scored. A 'comb' texture shall be achieved by scratching the concrete surface with a rigid comb to give a slightly roughened even surface. A 'brush' texture shall be achieved by scratching the concrete with a stiff brush.

13.3.6 Type U6: Dewatered Trowelled Finish

On completion of the type U1 finish a dewatered, trowelled finish shall be achieved by applying a vacuum dewatering process. This process shall be carried out strictly in accordance with the manufacturer’s recommendations immediately after compaction of the concrete. On completion of dewatering, the concrete surface will be float-finished using a power float finish in accordance with Clause 13.3.7

13.3.7 Type U7: Power Floated Finish

This is a Power Floated Finish achieved by mechanically floating a type U3 finish. Prior to commencement of power floating the contractor shall ensure that all surface moisture has evaporated and that the concrete is capable of supporting the self weight of the float machine. The period elapsing between laying and screeding the concrete and commencement of floating shall be to the satisfaction of the Engineer.

It is not intended that power floating should remove any mortar but that a smooth, hard, level surface is achieved.

The float finish to the concrete slab shall be protected against any damage arising from "foreign" matter falling on the surface. Care shall be taken to avoid any coverings required to satisfactorily cure the concrete from damaging the screeded finish.

13.3.8 Type U8: Power Ground Finish

Page 86: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

27

This is a Power Ground Finish for wearing surfaces achieved by mechanically grinding a Type U3 finish.

The coarse aggregate shall be a well-graded whinstone or crushed rock complying with the grading requirements specified in ACI codes. Concrete shall be a minimum of 4500 psi concrete

Grinding of the concrete surface shall be carried out using coarse grinding stones. Grinding shall not be commenced until the concrete is of sufficient hardness to take the machine weight. The assessment of the period required between laying the concrete and commencement of grinding shall be the contractor’s responsibility but shall be not less than 36 hours. Any damage resulting to the concrete slab from early commencement of the grinding shall be made good to the satisfaction of the Engineer.

The concrete surface to be ground shall be dry and grinding shall be carried out dry. Immediately after grinding, all waste and loose material shall be removed from the surface using a soft brush.

The float finish to the concrete slab shall be protected against any damage arising from "foreign" matter falling on the surface or from any construction traffic. Care shall be taken to avoid any coverings required to satisfactorily cure the concrete from damaging the floor finish.

13.3.9 Surface Hardeners and Sealers

Where indicated a surface hardener/sealer shall be incorporated into the in- situ concrete. The surface hardener/sealer shall be of proprietary make and approved by the Engineer. Handling, mixing and application shall be strictly in accordance with the manufacturer's instructions.

13.4 Remedial Treatment of Surfaces

Any remedial treatment to surfaces shall be agreed with the Engineer following inspection and shall be carried out without delay.

The contractor must notify the Engineer of any concrete work which may require remedial treatment.

Any concrete, the surface of which has been treated before being inspected by the Engineer, shall be rejected.

14 CONSTRUCTIONAL TOLERANCES

14.1 General

The methods and techniques by which the structure is set out and dimensionally controlled, throughout construction must accord with Good Practice and shall be consistent with the size of the structure, constructional materials and specified range of tolerances.

Page 87: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

28

An amount of initial pre-camber will normally be specified for individual elements on the relevant drawings. The value given may, by written agreement with the Engineer, be varied having regard to local and current experience and conditions.

For spans in excess of 16ft and where specific values are not quoted the Contractor must provide an upwards pre-camber on all beams and slabs equal to 0.15% of the span.

Where, in the interpretation of the following, there is any conflict between apparently relevant requirements the minimum tolerance will, in each case, be deemed to be applicable.

14.1 Permissible deviations on in-situ concrete inches

14.1.1 Foundations

A Mass Concrete with or without Reinforcement

Position on Plan

PD in plan of any point measured from the nearest building grid Line ± 1 ½

Dimensions on Plan

PD from design dimensions ± 2

Formation Level (ie. level of underside of structural concrete)

PD in level of surface excavation, or upper surface of blinding concrete ± 1 ½

Surface Level

PD in level of upper surface with reference to the nearest transferred bench mark. ± ¾

B Reinforced Concrete (including rafts, ground beams, column bases, pile caps and strip foundations)

Position on Plan

PD in plan of any point measured from the nearest building grid Line ± 1 ½

Dimensions on Plan

PD per 12” Maximum permissible deviation ± ½

Page 88: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

29

Formation Level (ie. level of underside of structural concrete)

PD in level of surface excavation for upper surface of blinding concrete) ± 1

Surface Level

PD in level of upper surface with reference to the nearest transferred bench mark ± 5/8”

C Elements or Components above Foundations (excepting items in 4)

Position on Plan

PD in plan of any point measured from the nearest building grid Line ±3/8

Verticality

Plumbness in height of:

Up to and including 1’-8” ± ¼ Over 1’-8” up to and including 5’-0” ± 3/8 Over 5’-0” up to and including 10’-0” ± 9/16 Over 10’-0” up to and including 100 ft ± 5/8 And over 100ft pro rata (to the nearest ¼”) ± 3/4

Cross Sections and Linear Dimensions

PD from dimensions of beams, slabs, columns and walls:

Up to and including 12” ± ¼ Over 12” up to and including 24” ± 3/8 Over 24” up to and including 5ft ± 5/8 Over 5ft up to and including 10 ft ± ¾ Over 10ft up to and including 50 ft ± 1 ¼ Over 50ft up to and including 100 ft ± 1 ½ And over 100ft pro rata

Bow and Camber other than Designed Camber

PD of any point of the surface from a straight line joining the extremities of that surface:

For extremities up to and including 10 ft apart ± ½” Over 10 ft up to and including 27 ft apart ± 5/8 Over 27 ft up to and including 50 ft apart ± 3/4 For each additional 27 ft m over 50 ft ± 3/8

Twist (the distance of any one corner from the plane containing the other three corners)

Page 89: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

30

For diagonal up to and including 10ft ± ¼ For diagonal over 10 ft up to and including ± 3/8 For dia over 27 ft up to and including 50ft ± 5/8 For each further 34 ft of diagonal ± 3/8

Squareness of Corner (the longer of two adjacent sides should be taken as the base line, and the PD of the shorter side from a perpendicular to the base line is to be related to the length of the shorter side):

Short side up to and including 1’- 8” ± ¼ Over 0.5 m up to and including 6’ – 6” ± 5/8 Over 2 m up to and including 13’ – 0” ± ¾

Level (PD from designed level with reference to the nearest TBM of the upper or lower surface, as may be specified of any slab or other element or component):

Length up to and including 27ft ± 3/8

Over 27ft up to and including 50 ft ± 5/8

Over 50 ft up to and including 100 ft ± 5/8

Abrupt Changes of a Continuous In-Site Surface (eg at joints in formwork) 1/8 inches

D Overall Dimensions of a concrete frame building

Length and Width (to be measured normally at lowest floor level. Where this is not practicable, the level at which measurements are to be taken should be specified or agreed)

For dimensions up to and including 50ft ± 5/8 For dimensions over 50 ft up to 100 ft ± 1 For each subsequent 100 ft ± 5/8

Height to Structural Roof Level with Reference to the Transferred Bench mark

For heights up to and including 100ft ± 5/8 For each subsequent 100 ft ± 1/3

E Items Excluded from 3.2

Stairs, In-situ and Precast (excepting complete pre-finished precast flights - for exposed finish)

PD in plan of any point in relation to the nearest reference point at same level, the distance between the two points being not more than 50ft ± ½

Length on plan of clear span (exc landings) ± 9/16

Width of Flight ± 1/3

Page 90: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

31

Vertical height measured between top surfaces or soffit surfaces of any flight of stairs ± 5/8

Thickness of waist measured at right angles to the slope of the Flight ± 1/3

Diff in the rise of consecutive steps ±5/8

Diff in width of tread of consecutive steps ±3/8

Across the width of the stairs per 1 m width measured between the extremities of treads ±1/5

Other widths pro rata with a maximum of ±1/4

Differences in level between tread and adjacent landing or between landing and adjacent floor should be avoided

Door, window and other openings in in-situ walls (excluding lift openings)

PD in elevation from its designed position of centre line with reference to the nearest building grid line ± 5/8

PD in plan of any point measured from the nearest building grid Line ± ½

Width and Height ±3/8

Plumbness of Jamb PD from the vertical of every 1m of height ± 1/5 with a maximum of ± 5/8

Level of Sill PD for every 3’ – 3” of length ±¼ with a maximum of ±5/8

Items Cast In

The position of or provision for components, fixings and holes cast in, PD from its designed position of centre line of component, fixing or hole ± 3/8

Liftwells

Construction by conventional or sliding formwork or precast Units (not applicable to sliding formwork)

Plumbness of any point of each wall:

For each 30 m of building Intermediate height pro-rata thereto measured to the nearest 5 mm ± 1

Intermediate heights of one complete storey ± 5/8

Position on Plan at Bottom of Well of Any Point of Each Wall PD of internal face from the designed position in relating to the nearest

Page 91: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

32

parallel reference line at the same level (the distance between the two points being not more than 15 m) ± 3/8

Position of Door Openings in Relation to Design Position. It is important that landing doors come one above another PD of actual centre line of structural opening (to receive the lift doors) from the design position ± 3/8

Plumbness of Jamb

PD from the vertical ± ¼

Page 92: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

33

15 TESTS ON STRUCTURES

15.1 General

The Engineer shall instruct the Contractor to perform a load test on the Works or any part thereof, if, in the opinion of the Engineer such a test is necessary. If the result of the test is unsatisfactory, the Engineer shall instruct that the part of the Works concerned shall be taken down or cut out and reconstructed to comply with this Specification, or that other measures shall be taken to make the Works secure. In the event of such test or tests being unsatisfactory the cost of such test or tests, taking down or cutting out defective work, reconstruction to comply with this Specification, and any other measures necessary to make the Works secure, will be the liability of the Contractor.

16 WATER-EXCLUDING CONSTRUCTION

16.1 General

Construction to exclude ground water shall be carried out in all structures assuming maximum ground water level at finished ground level. Exceptions to this shall be made in writing by the engineer.

16.2 Construction and Movement Joints

Vertical and horizontal construction and movement joints shall incorporate a waterbar, of a type approved by the Engineer, which shall be located all as detailed in the Contract Drawings. The water bar shall be securely fixed in position such that the waterbar will not be displaced during concreting operations. The water bar shall be jointed only by a method recommended by the manufacturer.

Care shall be taken to prevent internal vibrators from affecting or damaging the waterbar.

16.3 Formwork Ties, Fixings and Inserts

Unless otherwise agreed with the Engineer, no permanent or temporary formwork through ties shall be permitted.

No drilling of the concrete will be permitted. The Contractor must, prior to construction, ascertain all requirements in respect of all fixings, inserts, etc which are to be cast into the concrete, and make provision accordingly. All through-pipes or inserts must be provided with a puddle flange or hydrophilic strip.

16.4 In cases where no further tanking measures are proposed by the

contractor, architect or engineer, the contractor must use permeable formwork of a type approved by the engineer.

16.5 Tests on Water-Excluding Construction

Page 93: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

34

The Contractor shall ensure that the Works are watertight and free from leaks or penetration of dampness.

In the event of any leakage or penetration of dampness, the Contractor shall carry out whatever remedial works are necessary to make the structure watertight, all to the satisfaction of the Engineer.

17 WATER-RETAINING CONSTRUCTION

17.1 General

Water-retaining construction shall be carried out and tested in accordance with applicable ACI codes.

17.2 Aggregates

Limestone aggregates shall not be permitted.

The drying shrinkage of coarse aggregates shall not exceed 0.045%.

17.3 Construction and Movement Joints

All vertical and horizontal construction and movement joints shall incorporate a water bar of a type approved by the Engineer, which shall be located central in the concrete wall thickness. The water bar shall be securely fixed in position such that it will not be displaced during concreting operations. The water bar shall be jointed only by a method recommended by the manufacturer. Care shall be taken to prevent internal vibrators from affecting or damaging the waterbar.

17.4 Formwork Ties, Fixings and Inserts

No permanent or temporary formwork through ties shall be permitted. No drilling of the concrete will be permitted. The Contractor must, prior to construction, ascertain all requirements in respect of all fixings, inserts, etc which are to be cast into the concrete, and make provision accordingly. All through-pipes or inserts must be provided with a puddle flange or hydrophilic strip.

17.5 Formwork

In cases where it no further waterproofing measures are proposed by the contractor, architect or engineer, the contractor must use permeable formwork of a type approved by the engineer.

Page 94: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

35

Page 95: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

1

CONSTRUCTION OF EARLY CHILDHOOD CENTRE ONA GLINTON PRIMARY SCHOOL COMPOUND GRAND TURK, TCI

TIMBER SPECIFICATION

CONTENTS PART 1 – GENERAL Page

1.01 Basis of Design .......................................................................................... 3 1.02 Strength Grading of Timber........................................................................ 3

PART 2 - TYPE(S) OF TIMBER

2.01 Graded Softwood for General Construction ............................................... 4 2.02 Graded Hardwood for General Construction .............................................. 4 2.03 Plywood for General Construction.............................................................. 5 2.04 Trussed Rafters.......................................................................................... 5

PART 3 - WORKMANSHIP GENERALLY

3.01 Cross Section Dimensions of Structural Softwood Timeber ....................... 5 3.02 Cross Section Dimensions of Structural Hardwood Timber........................ 5 3.03 Warping of Timber...................................................................................... 6 3.04 Selection and Use of Timber ...................................................................... 6 3.05 Processing Treated Timber ........................................................................ 6 3.06 Moisture Content ........................................................................................ 6 3.07 Protection ................................................................................................... 7 3.08 Seal ............................................................................................................ 7 3.09 Painted Finishes......................................................................................... 7 3.10 Clear Finishes ............................................................................................ 7

PART 4 - JOINTING TIMBER

4.01 Jointing / Fixing Generally .......................................................................... 7

PART 5 - ERECTION AND INSTALLATION

5.01 Proposals for Erecting Structural Timber.................................................... 8 5.02 Pre-Erection Checking ............................................................................... 8 5.03 Modifications / Repairs ............................................................................... 8 5.04 Temporary Bracing..................................................................................... 9

Page 96: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

2

5.05 Additional Supports .................................................................................... 9 5.06 Bearings ..................................................................................................... 9 5.07 Wall Plates ................................................................................................. 9 5.08 Installing Joists Generally........................................................................... 9 5.09 Installing Joists on Hangers ..................................................................... 10 5.10 Joist Hangers for General Use ................................................................. 10 5.11 Trimming Openings .................................................................................. 10 5.12 Trussed Rafters........................................................................................ 10 5.13 Permanent Bracing of Trussed Rafters .................................................... 11 5.14 Vertical Restraint Straps........................................................................... 11 5.15 Lateral restraint Straps ............................................................................. 11 5.16 Strutting.................................................................................................... 11 5.17 Inspection................................................................................................. 11

5.18 Bolted Joints.............................................................................................

Page 97: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3

PART 1 – GENERAL

1.01 BASIS OF DESIGN

The structural timber work shown on the drawings and described in this specification has been designed to BS 5268 or NDS 2005 where applicable, unless stated otherwise.

Complete the design and detailing of the work to BS 5268 or NDS 2005 or equivalent and approved code of practice to satisfy loading requirements specified or otherwise calculable from the information given in the Turks and Caicos Building Code and/or from the Structural Engineer of Record (SER)

1.02 STRENGTH GRADING OF TIMBER

A. Lumber and plywood to bear grade mark, stamp or other identifying marks

indicating grades of material and rules or standards under which they are produced.

B. Such identifying marks on a material to be in accordance with rule or standard

under which material is produced, including requirements for qualifications and authority of inspection, organisation, usage of authorised identification, and information included in identification.

C. Inspection Agency for Lumber shall be certified by board of review, American

Lumber Standards Committee, to grade species used. Except for plywood and lumber, bundle marking or certificates will be permitted in lieu of marking each individual piece.

D. Timber of a basic thickness less than 4” and not specified for wet exposure to be

strength graded at an average moisture content not exceeding 20% with no reading being in excess of 24% and clearly marked as 'DRY' or 'KD' (kiln dried).

E. Timber graded undried (green) and specified for wet exposure conditions to be

clearly marked as 'WET' or 'GRN'.

F. Structural timber members cut from large graded sections to be regraded to approval and marked accordingly.

Page 98: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

4

PART 2 – TYPE(S) OF TIMBER

2.01 GRADED SOFTWOOD FOR GENERAL CONSTRUCTION

A. Strength graded to the appropriate standard or rules for the specified grade and so

marked.

B. Species and origin: Spruce Pine / Douglas Fir / Hemlock Fir.

C. Grade: Structural grade timber with minimum physical and mechanical properties to meet or exceed those for Timber strength class C16 as outlined in BS5628:2, 2002, or as indicated in the drawings.

D. Wood members to be preservative treated by pressure methods and so marked, in

accordance with American Wood Preservers Association Standards. Except as otherwise specified, treatment to be in accordance with AWPA water bourne preservative standard P-5, AWPA Light Petroleum Solvent Penta Solution Standard LP-3 or AWPA Volatile Solvent Penta Solution Standard LP-4, option of contractor.

E. Treatment of wood to be painted or to make contact with painted parts, and wood

to which finishing materials will be fastened to be in accordance with AWPA Standards P-5 or LP-4.

F. Wood treated with oil-bourne preservative to be clean, free from surface oil, and

properly seasoned for use in building construction.

G. Wood treated with water bourne preservatives to be air-dried or kiln dried to moisture content specified for lumber and marked with word “DRY”

2.02 GRADED HARDWOOD FOR GENERAL CONSTRUCTION

A. Strength graded to the appropriate standard or rules for the specified grade and so

marked.

B. Grade: Structural grade timber to Timber strength class indicated on drawings with minimum physical and mechanical properties to meet or exceed those for Timber strength classes as outlined in BS5628:2, 2002, or as indicated in the drawings.

C. Surface finish as architectural requirements.

D. Wood members to be preservative treated by pressure methods and so marked, in

accordance with American Wood Preservers Association Standards.

2.03 PLYWOOD FOR GENERAL CONSTRUCTION

A. Exterior type soft-wood plywood conforming with US Department of commerce PS

1-66, bearing APA grade mark in accord with the American Plywood association.

B. Grade to be C-C plugged EXT-APA, or better.

C. Thickness to be min 5/8” or as indicated on drawings.

. Wood members to be preservative treated by pressure methods and so marked, in accordance with American Wood Preservers Association Standards.

Page 99: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

5

2.04 TRUSSED RAFTERS

A. Designed and fabricated to Turks and Caicos Building Code, or ANSI/TPI 1-2002,

or NDS 2005.

B. Timber to be per GRADED SOFTWOOD FOR GENERAL CONSTRUCTION

PART 3 – WORKMANSHIP GENERALLY

3.01 CROSS SECTION DIMENSIONS OF STRUCTURAL SOFTWOOD TIMBER:

A. Lumber sizes to conform to American Softwood Lumber Standard. PS 20 and

unless otherwise specified to be P.A.R.

B. Maximum permitted deviations from finished sizes to be as stated in BS EN 336 or NDS 2005, or equivalent ASTM

TI for sawn sections.

T2 for planed sections

3.02. CROSS SECTION DIMENSIONS OF STRUCTURAL HARDWOOD TIMBER:

A. Dimensions on drawings are finished sizes.

B. Maximum permitted deviations from finished sizes to be as stated in BS 5450 or NDS

2005, or Equivalent ASTM.

Clause 6.1 for sawn sections.

Clause 8.3 for further processed sections.

3.03 WARPING OF TIMBER:

A. The amount of bow, spring, twist and cup in a piece of timber of specified grade must

not exceed the limits set down in BS 4978 or BS EN 519 or NDS 2005 for softwood, or BS 5756 or NDS 2005 for hardwood. Or equivalent ASTM.

3.04 SELECTION AND USE OF TIMBER:

A. Do not use timber members which are damaged, crushed or split beyond the limits

permitted by their grading.

B. Ensure that notches and holes are not so positioned in relation to knots or other defects that the strength of members will be reduced. No notches or holes should be cut in the bottom faces of joists, rafters, beams or purlins.

C. Do not use scarf joints, finger joints or splice plates without approval.

3.05 PROCESSING TREATED TIMBER:

A. Carry out as much cutting and machining as possible before treatment.

Page 100: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

6

B. Retreat all treated timber which is sawn along the length, ploughed, planed or

otherwise extensively processed.

C. Treat timber surfaces exposed by minor cutting and drilling with two flood coats of a solution recommended for the purpose by main treatment solution manufacturer.

3.06 MOISTURE CONTENT:

A. When instructed by Engineer, test timber sections with an approved electrical

moisture meter used in accordance with manufacturer's recommendations. Test 5% but not less than 10 lengths of each cross-section in the centre of the length. 90% of values obtained to be within the specified range. Provide the Engineer with records of all tests.

3.07 PROTECTION:

A. Keep timber dry and do not overstress, distort or disfigure sections or components

during transit, storage, lifting, erection or fixing. B. Store timber and components under cover, clear of the ground and with good

ventilation. Support on regularly spaced, level bearers on a dry, firm base. Open pile to ensure free movement of air through the stack.

C. Arrange sequence of construction and cover timber as necessary during and after

erection to ensure that specified moisture content is not exceeded.

D. Keep trussed rafters vertical during handling and storage.

E. Truss rafters should be lifted in accordance with manufacturer’s recommendation or in accordance with industry standards.

3.08 SEAL:

A. Seal exposed end grain of all timber before delivery to site.

3.09 PAINTED FINISHES:

A. Structural timber which is to be painted to be primed as specified by others before

delivery to site.

3.10 CLEAR FINISHES:

A. Structural timber which is to be clear finished to be kept clean and first coat of specified by others finish applied before delivery to site.

3.11 EXPOSED TIMBER:

A. Prevent damage to and marking of surfaces and arises of planed structural timber which will be exposed to view in completed work.

Page 101: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

7

PART 4 – JOINTING TIMBER

4.01 JOINTING/FIXING GENERALLY:

A. Where not specified otherwise, select fixing and jointing methods and types, sizes and

spacing of fasteners in accordance with accepted best practice. Where details are not explicitly available inform the Engineer for instruction.

B. Anchor Bolts; Stainless Steel size as indicated, complete with nuts and washers.

C. Bolts; Lag, toggle, and miscellaneous bolts and screws: Stainless steel, type and size,

best suited for intended use.

D. Clip angles; Stainless steel, 3/16th inch thick, size best suited for the intended use; or

stainless steel commercial clips designed for connecting wood members.

E. Concrete expansion bolts; All metal type of size as indicated and best suited for intended

use. Steel to stainless.

F. Nails; Size and type best suited for purpose, in accordance with US Fed spec FF-N- 105 when applicable to type used. In general, 8d or larger nails to be used for nailing through 1” thick lumber and for toe nailing 2” thick lumber: 16d or larger nails to be used for nailing through 2”thick lumber

PART 5 – ERECTION AND INSTALLATION

5.01 PROPOSALS FOR ERECTING STRUCTURAL TIMBER:

A. At least 10 days before starting erection of timber structure, submit details of:

1. Method and sequence of erection.

2. Type of craneage.

3. Temporary guys and bracing proposed for use during erection.

5.02 PRE-ERECTION CHECKING:

A. Not less than 10 days before proposed start date, check foundations and other structures to

which timber structure will be attached for accuracy of setting out, and holding down bolts for position, protruding length, condition and slackness.

B. Report any inaccuracies and defects to the Engineer without delay.

. C. Obtain permission of Engineer to commence erection.

5.03 MODIFICATIONS/REPAIRS:

A. Inform Engineer of any defects due to detailing or fabrication errors.

B. Obtain approval of proposed methods of rectification before starting modification or

remedial work.

C. Timber members/components may be rejected if, in the opinion of the Engineer, the nature and/or number of defects would result in an excessive amount of site repair.

Page 102: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

8

5.04 TEMPORARY BRACING:

A. Provide as necessary to maintain structural timber components in position and to ensure

complete stability during construction.

5.05 ADDITIONAL SUPPORTS:

A. Where not shown on drawings, position and fix additional studs, noggins or battens for

appliances, fixtures, edges of sheets, etc., in accordance with accepted best practice.

B. All additional studs, noggins or battens to be of adequate size and have the same treatment, if any, as adjacent timber supports.

5.06 BEARINGS:

A. Timber surfaces which are to transmit loads to be finished to ensure close contact over

the whole of the designed bearing area.

B. Packing, where necessary, to cover the whole of the designed bearing area, to have a crushing strength not less than the timber being supported and, in external locations, to be rot and corrosion proof.

Page 103: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

9

5.07 WALL PLATES:

A. Ensure that wall plates are:

1. Positioned and aligned to give the correct span and level for trusses, joists, etc.

2. Fully bedded in fresh mortar.

3. In lengths of not less than 10’-0” with half lap joints.

5.08 INSTALLING JOISTS GENERALLY:

A. Position at equal centers not exceeding designed spacing and true to level. B.

Install bowed joists with positive camber.

C. Position end joists approximately 2” from masonry walls.

5.09 INSTALLING JOISTS ON HANGERS:

A. Bed hangers directly on and hard against supporting construction. Do not use packs or

bed on mortar.

B. Cut joists to leave not more than ¼” gap between ends of joists and back of hanger. C.

Rebate joists to lie flush with underside of hangers.

D. Fix joists to hangers with a nail in every hole.

5.10 JOIST HANGERS FOR GENERAL USE

A. Size and type to suit joist, design load and crushing strength of supporting

construction

1.Material: Stainless steel grade 316L

5.11 TRIMMING OPENINGS:

A. When not specified otherwise, trimmers and trimming joists to be not less than 1”

wider than general joists.

5.12 TRUSSED RAFTERS:

A. Carefully inspect each truss before erection to ensure compliance with shop drawings and

specification, including:

1.Grades and sizes of members 2.Types, sizes and positions of nail plates 3.Gaps between ends of members at joints 4.Full penetration of nails

B. Erect trusses plumb, at equal centres not exceeding designed spacing. C.

Do not use damaged trusses and do not modify without approval.

Page 104: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

10

. Fix securely with truss clips ensuring that rafters do not bear on wall plates.

E. Do not fix ceiling chords to internal walls until roofing is complete and cisterns installed and filled.

F. Brace trusses in accordance with manufacturers recommendation or in accordance with

industry standards.

5.13 PERMANENT BRACING OF TRUSSED RAFTERS:

A. Set out as shown on drawings unless approved otherwise.

B. Fix bracing and binders to every rafter, strut or tie with not less than two 16d

galvanized round wire nails.

C. Any lap joints must be side by side extending over and nailed to at least two truss

members.

D. Where a binder crosses a brace, interrupt and plate the binder.

5.14 VERTICAL RESTRAINT STRAPS:

A. Restraint straps as per general arrangement, details, and section drawings

5.15 LATERAL RESTRAINT STRAPS:

A. Restraint straps as per general arrangement, details, and section drawings

5.16 STRUTTING:

A. Unless specified otherwise, securely fix strutting between joists as follows:

1.Joist spans of 8’-0” to 15’-0”: One row at centre span. 2.Joist spans over 15’-0” m: Two rows equally spaced.

B. Unless specified otherwise strutting to be one of the following:

1.Herringbone strutting, at least 2” x 2” softwood and located clear of top and

bottom edges. 2.Solid strutting, at least 2” thick softwood and at least three quarters of depth of joist.

C. Outer joists to be blocked solidly to perimeter walls.

5.17 INSPECTION:

A. Give Engineer reasonable opportunity to inspect structural timberwork before covering up.

5.18 BOLTED JOINTS:

A. Inspect all accessible bolts at the end of the Defects Liability Period and tighten if

necessary.

Page 105: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

Bill of Quantities

Page 106: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

PROJECT:    CONSTRUCTION OF NEW EARLY CHILDHOOD CENTRE

LOCATION:   ONA GLINTON PRIMARY SCHOOL COMPOUND, GRAND TURK, TCI

DATE:      FEBRUARY 9, 2016

I NEW BUILDING 0.00

II EXTERNAL WORKS 0.00

III CONTINGENCIES 48,000.00

MEASURED WORKS

IV PRELIMINARIESProvision of Performance Bonds  0.00Provision of Insurances for the Works  0.00Provision of Advance Payment Guarantee 0.00

Setting out of the Works, providing and erecting Sign Board 0.00Concrete and material tesing and documentation including 

site diary, personnel, etc. 0.00

Contractors Camps, Offices and Storage at Site (Mobilisation) 0.00Provision of Services such as Water, Electricity Supply  and 

Hoardings if required 0.00Environmental Management Plan (EMP)The cost of additional works not covered elsewhere required 

to ensure compliance with the Environmental Management 

Plan and record of Decision as specified and to the 

satisfaction of the Employer 0.00Demobilisation, clean up, etc. 0.00

TOTAL PROJECT COST            USD$

page 1

ITEM DESCRIPTION US$

SUMMARY

Page 107: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

PROJECT:    CONSTRUCTION OF NEW EARLY CHILDHOOD CENTRE

LOCATION:   ONA GLINTON PRIMARY SCHOOL COMPOUND, GRAND TURK, TCI

DATE:      FEBRUARY 9, 2016

%COMPLETE

SECTION 1 DEMOLITION OF EXISTING BUILDING

SECTION 2 EARTHWORKS

SECTION 3 CONCRETE & MASONRY WORKS

SECTION 4 FINISHES

SECTION 5 PLUMBING & FIXTURES

SECTION 6 DOORS & WINDOWS

SECTION 7 FIXTURES & FITTINGS

SECTION 8 ELECTRICAL WORKS

SECTION 9 ROOFING SYSTEM

SECTION 10 PORCH

SECTION 11 COVERED WALK

SECTION 12 PLAY AREA

page 2

ITEM DESCRIPTION COST REMARKS

I. NEW BUILDING CONSTRUCTION

NEW BUILDING TOTAL

Page 108: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

PROJECT:    CONSTRUCTION OF NEW EARLY CHILDHOOD CENTRE

LOCATION:   ONA GLINTON PRIMARY SCHOOL COMPOUND, GRAND TURK, TCI

DATE:      FEBRUARY 9, 2016

I. NEW BUILDING

GENERAL:The Contractor shall consider in his price all costs or expenses of all requirements stipulated in the Bill of Quantities

1. The rates to be inserted shall include for all costs associated with the followings:

1.01 . All items listed in the contract data sheet – scope of works and detailed bill of quantities.

1.02. The contractor's supplied materials, water and electrical connections, testing, labor and overheads.

1.03. Protection of materials and vicinity

1.04. Clearing and cleaning the places and transport the debris and litter collected to a place approved by the Engineer.2. The quantities listed in the bill of quantities to follow are anticipated. The actual quantities may be less or more than the bill of quantities. Claims for changes in the quantities will not be accepted. The Engineer reserves the right to increase or decrease the quantities of works without any change in unit price or other terms and conditions3. All used bolts, washers, nuts … etc should be made of Galvanized hot dipped unless otherwise specified.5. All the works should be done by coordination with the Implementing agency.

7. Repair any damage of any service at full satisfaction of relevant Service Authority.

page 3

Total

CONSTRUCTION

Qty Unit RateDescription

Page 109: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

GENERAL

1. The contractor shall visit the site and make investigation

deemed necessary to ascertain the nature of the existing

condition of the structure to be demolished or to receive any

alteration and satisfy him as to the form and nature of works to

be carried out and the existing site condition. It shall be

understood that salvaged materials shall be the property of the

TCIG and to be turned over to the Engineer.

1.01

Carefully demolish and remove existing building including

substructure components underground; the price shall include

hauling and transporting the extracted materials to government

dumpsite; salvage materials to Engineer's disposition to where

the said materials to be deposited. Building area to be

demolished is approximately 3600 sq.ft. 1 L.S

1.02

Supply and install temporary seclusion fence made of wooden

post 4"x 4"; 2"x 6" horizontal rails and ground cover; includes all

fixings and fasteners. 400 LF

TOTAL SECTION 1page 4

SECTION 1: DEMOLITION OF EXISTING BUILDING

Description Qty Unit Rate Total

Page 110: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

General1.   Excavation & Backfilling has been measured net in cubic

yards.

2.   No allowance shall be made for increase in Bulk, or for extra

working space required and the contractor shall allow for these

and any other incidental expenses in his unit rates

3.   Selected excavated material approved by the Engineer will

be used in backfilling around foundations and ground beams

4.   The rates of excavations shall include for excavations in all

types including rock and removing surplus from site to

municipal damps5.   The rates of backfilling shall include for watering, and

compacting in layers maximum of 8" or as specified‐ Additional

material necessary to make up levels6.   Temporary retaining boards

7.   Suitable Clean Sand should be used for back‐filling in layers

(8" max. each & compaction test not less than 98% from

modified proctor), selected from the approval excavated soil or

imported. Prices shall includes supply, watering, compacting,

transporting, testing needed, all according to drawings,

specifications, conditions and directed instructions by the

Engineer or his representative.

Excavation

1.01 Excavate trench for strip foundation, WF‐1 87 CY1.02 Excavate trench for strip foundation, WF‐2 26 CY1.03 Excavate trench for steps 0.50 CY

Backfilling

1.04 Backfill selected excavated materials from spoilheaps to make up floor level well compacted. 75 CY

1.05 Supply and spread compacted approved fill to make up floor

level into three layers, watering, compacting (compaction not

less than 100% from modified proctor., all as according to

drawings, specifications, and the engineer's instructions.170 CY

Carried Overpage 5

Rate Total

SECTION 2: EARTHWORKS

Description Qty Unit

Page 111: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

Apply anti‐termite treatment to excavated trench andentire ground floor area; application shall be doneprior to the installation of re‐bars and otherreinforcements; to the following:

1.06 Wall Footings 1016 SF1.07 Ground Floor 3514 SF

TOTAL SECTION 2page 6

TotalQty RateDescription

SECTION 2: EARTHWORKS

Unit

Page 112: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

GENERAL

1.      Prices for all concrete items shall include shuttering, steel

reinforcement, testing for steel reinforcement and concrete,

supply and placing of concrete, vibrating, curing, polyethylene

sheet (for any concrete contact with the soil), underground

concrete for external surfaces, workmanship, all ducts, sleeves,

opening areas and the concrete surface( footing & Roofs) shall

be finished with mechanical steel trowel and the price shall

include steel troweling with smooth face (fair face) and

anywhere else, needed, all according to drawings,

specifications, conditions and directed instructions by the

Engineer or his representative.2.      Rates for concrete shall include supplying of all materials,

storage, plant, equipment, tools, admixtures, trial mixes,

mixing, sampling, shuttering, testing and all required works or

materials to complete the works.3.      The contractor has full responsibility to test the concrete

mix and component of concrete separately.4.      The supervisor engineer has the right to take concrete

sample for every mixer to test the concrete compressive

strength on the contractor expense.5.      Reinforced steel used is 60,000psi yielding strength.6.      Concrete curing shall be at least 7 days after casting the

concrete using suitable water. 7.      It is the contractor full responsibility to add any additional

material required to improve the concrete quality (salinity

resistance, super plasticizers …  etc)8.   In general, excavation works include the preparation and

compaction of sub‐grade (Min. 98% MDD) before starting any

works above this layer.

SUBSTRUCTURE

Supply, fill, spread and compact approved blinding layer;

compaction shall be to the satisfaction of the Engineer.

3.01 To Wall Footing; WF‐1 781 SF3.02 To Wall Footing; WF‐2 236 SF3.03 To Ground Floor & Porch Slab 3514 SF

Supply and install 1000 gauge Polyethylene sheet laid level

foundation trench and floor slab.

3.04 To Wall Footing; WF‐1 781 SF

Carried Overpage 7

Description Rate TotalQty

SECTION 3: CONCRETE & MASONRY WORKS

Unit

Page 113: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

3.05 To Wall Footing; WF‐2 236 SF3.06 To Ground Floor Slab 2756 SF3.07 To Porch slab 758 SF

Supply and install reinforcement steel 60000psi yield strength

including bending and other steel works to;

3.08 To Wall Footing; WF‐1 1930 LB3.09 To Wall Footing; WF‐2 633 LB3.10 To Column base 888 LB3.11 To Substructure Block wall reinforcement 800 LB3.12 To Concrete steps 160 LB3.13 To Floor beams 111 LB3.14 To Porch Column Pedestals 269 LB

Supply and install 4x4 W4x W4 welded reinforcement mesh

with minimum of 6"lapping to joints;

3.15 To Floor Slab 2756 SF3.16 To Porch slab 756 SF

Supply and pour fair faced Reinforced concrete 4500psi vibrated

with all required works to:

3.17 To Wall Footing; WF‐1 29 CY3.18 To Wall Footing; WF‐2 9 CY3.19 To Column base 2.50 CY3.20 To Ground floor slab 67.50 CY3.21 To Concrete steps 1.50 CY3.22 To Floor beams 0.34 CY3.23 To Porch slab 14 CY3.24 To Porch Column Pedestals 1.15 CY

Supply and install plywood forms, lumber framings, fixings and

other required materials to complete the works to;

3.25 To Wall Footing; WF‐1 631 SF3.26 To Wall Footing; WF‐2 240 SF3.27 To Column base 199 SF3.28 To Ground floor slab 130 SF3.29 To Concrete steps 30 SF3.30 To Floor beams 16 SF3.31 To Porch slab 110 SF3.32 To Porch Column Pedestals 120 SF

Carried Overpage 8

Continuation;SECTION 3: CONCRETE & MASONRY WORKS

Description TotalQty Unit Rate

Page 114: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

Supply and install 1/2" thick x 6"wide Compressible joint filler to

all sides of wall and movement joints to slab location as

indicated in the plan.

3.33 Joint Filler 370 LF3.34 Movement joint 106 LF

Supply and install 8" concrete block 3000psi compressive

strength; core with re‐bars at 32"filled with concrete 2500 psi

to;

3.35 Substructure wall 1450 SF3.36 Concrete filler 3.50 CY

SUPERSTRUCTURE

Supply and install reinforcement steel 60000psi yield strength

including bending and other steel works to;

3.37 To Columns 1,490 LB3.38 To Roof Beams 1,983 LB3.39 To Firewall Beams 500 LB3.40 To Gable Beams 200 LB3.41 To Lintel Beams 488 LB3.42 To Window Sill 105 LB

Supply and pour fair faced Reinforced concrete 4500psi vibrated

with all required works to:

3.43 To Columns 5 CY3.44 To Roof Beams 10 CY

3.45 To Firewall Beams 1.65 CY3.46 To Gable Beams 0.65 CY3.47 To Lintel Beams 2.30 CY3.48 To Window Sill 1.35 CY

Supply and install plywood forms, lumber framings, fixings and

other required materials to complete the works to;

3.49 To Columns 412 SF3.50 To Roof Beams 829 SF3.51 To Firewall Beams 136 SF3.52 To Gable Beams 56 SF

Carried Overpage 9

Continuation;SECTION 3: CONCRETE & MASONRY WORKS

UnitQtyDescription Rate Total

Page 115: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

3.53 To Lintel Beams 190 SF3.54 To Window Sill 110 SF

Supply and install 8" concrete block 3000psi compressive

strength; core with re‐bars at 32"filled with concrete 2500 psi

to;

3.55 Superstructure wall 2118 SF3.56 Gable Wall 147 SF3.57 Firewall 234 SF3.58 Concrete filler 7 CY3.59 Reinforcements 1374 LB

Second Lift Pour to Level of Rafter

3.60 2500 Psi Vibrated Concrete 4.50 CY3.61 Plywood forms to Sides of Beam 306 SF

TOTAL SECTION 3page 10

RateUnit

Continuation;SECTION 3: CONCRETE & MASONRY WORKS

Description Qty Total

Page 116: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

GENERAL:1.        The Price of plastering shall include supply of all

materials, mixing, scaffolds, curing, galvanized angles (for

exposed edges), galvanized mesh (between block walls and

concrete), cleaning the site, required equipment and

workmanship to complete the work according to specifications

and directions of the engineer.2. Plastering shall include all exposed block surfaces or as may

be directed by the Engineer including windows and doors

opening, columns, beams, lintels and sills.

3.        The Price of painting shall include supply of all materials,

cleaning the site, required equipment and workmanship to

complete the work according to specifications and directions of

the engineer. All materials used for painting for walls and ceiling

should be of best quality. The colors of all paints should be

approved by the engineer. The painting method of application

to be according to the manufacture's instructions and should be

submitted to be approved by the engineer.

4. The price of lumber shall include all fixings, nails and other 

fasteners, equipment & tools to complete the works on 

countertops; lumbers shall be untreated wood.5. The price of lumber shall include all fixings, nails and 

fasteners, equipment & tools to complete the works on 

partitions and ceiling works; lumber shall be pressure treated 

wood.6. Plywood for countertops shall be AC smooth faced plywood 

laminated with formica. The price shall include all fixings, 

contact cement, trims and other required materials to 

complete the works.7. Plywood for partition walls shall be AC plywood. The price 

includes all fixings, corner beads, trims, joint filler and other 

required materials to complete the works.

8. Ceiling boards shall be pressure treated TEX 1‐11 plywood. 

The price includes all fixings, joint filler, trims, cornice and 

other required materials to complete the works.

9. Floor tiles shall be 1/4"thick ceramic non‐skid tiles minimum

of 18"x 18" or as recommended by the Engineer. The price

includes thinset mortar, mastic sealant, grout and other

required materials to complete the works. Color to be decided

by the Engineer.10. All common nails, screws, bolts, drywall screws shall be

galvanized hot dipped unless otherwise specified.

Carried Overpage 11

Description Qty RateUnit Total

SECTION 4: FINISHES

Page 117: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

10.        The works shall be executed according to drawings,

specifications and as required and directed by the Engineer.

Plastering

Render 1/2"thick 2‐coat work of mortar mixture 1:3 of cement

and sand finished in smooth ready to receive painting.

4.01 To Exterior Wall and other exposed surfaces 2625 SF4.02 To Interior Wall and other exposed surfaces 3083 SF

Ceiling System

Supply and install;

4.03 2"x 4" P.T. lumber ceiling joist 1575 LF4.04 3/8"thick P.T. TEX 1‐11 sanded ready to receive painting. 2756 SF

Countertop

Supply and install wooden framed plywood laminated with 

formica countertop fixed to drywall to;

4.05 To Technology Centre Section; 24" wide 30 LF4.06 To Manipulatives Interest Center section; 12" wide 60 LF4.07 To Rest Section; 24" wide 48 LF

Floor Surfaces

Supply and install 1/4"thick 18"x 1'8" non‐skid ceramic floor 

tiles including all of the required materials to complete the 

works.4.08 To Main Building Area 2,756 SF

Prepare and apply Concrete sealer to Porch slab; color to be 

decided by the Engineer. 838 SF

Painting Works

Prepare and apply 1(Nr) coat of Acrylic latex primer and 2(Nr) 

coats of Acrylic latex semi‐gloss paint to;

4.09

To Exterior Wall, Gable Wall, firewall and other concrete  

Surfaces 2,700 SF4.10 To Interior Wall Surfaces 3,083 SF

Carried Overpage 12

Unit Rate Total

Continuation; SECTION 4: FINISHES

Description Qty

Page 118: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

4.11 To Ceiling Surfaces & Cornices 2,756 SF

Prepare and apply 1(Nr) coat of All purpose primer and 2(Nr) 

coats of Alkyd high gloss oil based paint to;

4.12 To Underside of Porch Roof 838 SF4.13 To Fascia boards 409 LF4.14 To Wooden Post 74 LF

4.15To Countertops underside and other wooden exposed surfaces.

195 LF4.16 To All Doors and components 6 Nr4.17 To Soffits Board 409 SF

TOTAL SECTION 4page 13

Qty Unit Rate Total

Continuation; SECTION 4: FINISHES

Description

Page 119: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

GENERAL:

1.   The exact lengths of the required pipes, the exact number 

of the required valves and the exact quantities of concrete 

will be determined during the implementation of the Works.

2.   Price should include all excavation, warning tape 

backfilling, supporting of trenches and all associated works.

3.   The price includes all fittings, sealants, and other materials 

required to finish the works.4.   The prices should include all required tests and any 

temporary works such as the temporary installation of fittings 

(blind flanges, thrust blocks ... etc).

Supply and install PVC drainage pipes connecting from the wash

sink to the main drainage system to the following pipe sizes;

including all bends and other required materials to complete

the works to;

5.01 To 2" diameter PVC pipe 120 LF5.02 To 3"diameter PVC pipe 120 LF

5.03

Supply and install water supply line connection coming from the

existing water line source; including all necessary and required

materials to complete the works. 1 Item

5.04

Supply and install wash sink, stainless steel single bowl and

drain board HTM64; wall mounted complete with stainless

steel brackets and waste fittings; all in accordance with the

manufacturer's printed iinstructions. 3 Nr

TOTAL SECTION 5page 14

TotalQty

SECTION 5: PLUMBING & FIXTURES

Description RateUnit

Page 120: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

General Notes 

All the following items shall be completed according to

drawings, specifications and Engineer instructions.∙         Window and Door frames shall fit into walls and sizes of

the openings, after considering the thickness of plastering and

frames.

∙         The shown dimensions on details are the architectural

dimensions of door leaves without the frames.

∙         All hardware for doors shall be Union type or equivalent

approved type.∙         Doors should be fitted with handles (color & types as

directed and approved by the Engineer).∙         Steel frames should be filled with fine aggregate mortar

concrete, for fixation.∙         The Price of doors should include fixing two aluminum kick

plates.∙         For aluminum works, contractor shall submit shop

drawings to the Engineer's approval before supplying

installation.∙         Window openings shall be finalized after receiving the

supplier's shop drawings for installation.

Doors

6.01 Supply and install exterior type Single door; fiberglass solid wood core door; with built‐in 18"x 5" view panelwith 1/4" thick Georgian wired glass & 3/8" glazingbeads all around; including 3 pairs of 4" heavy‐duty brass butt hinges, framings, casings and otherfixings.( D‐1; Door size:  3'‐0" w x 6'‐8" H ) 6 Nr

6.02 Supply and install "YALE" or similar Heavy‐duty levertype lockset; dull chrome finish, heavy gauge steelhandle material; complete with accessories; includesall fixings and screws. 6 Nr

6.03 Supply and install Kick Plate; "IVES" or similarapproved brand; 1/16" thick anodized aluminum alloywith matching aluminum screws and screw‐fixed tofixed side of doors; all in accordance with themanufacturer's printed instructions.Door size: 36"W x 6'‐8"H  6 Nr

Carried Overpage 15

UnitDescription Qty TotalRate

SECTION 6: DOORS & WINDOWS

Page 121: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

Windows

6.04

Supply and install aluminum framed "Sol‐A‐Trol"Series 440

extruded aluminum 6063‐T6 (Alloy and Temper) hurricane rated

4"louver ventilators (14Nr louvers) fixed to block wall; standard

operators shall be heavy‐duty crank operators; weather

stripping shall be stainless steel type between jambs and louver

clip; including all fixings, caulking, framings, trims, mullions and

screws; include standard screens in roll formed aluminum box

frame; window shall be in 2 panels with 14 blades; all in

accordance with the manufacturer's printed instructions.

(Window size: 5'‐0"W x 50 5/8" H ) 22 Nr

TOTAL SECTION 6page 16

Unit

SECTION 6: DOORS & WINDOWS

TotalQtyDescription Rate

Page 122: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

General Notes :

1. The price shall include lumber framings, lamination, fixings,

plywood, base, and other required materials to complete the

works.2. Lumber framings shall be pressure treated wood except

otherwise instructed by the Engineer.3. Base cabinet and wall‐hung cabinets hardware shall be

stainless steel such as hinges, drawer guides, handles and

brackets and other hardware materials necessary complete the

works.

Base Cabinet

7.01

Supply, fabricate and install base cabinet and countertop all in

accordance with the supplied drawings; make good on

completion. 20 LF

Wall‐hung Cabinet

7.02

Supply, fabricate and install wall‐hung cabinet all in accordance

with the supplied drawings; make good on completion.20 LF

TOTAL SECTION 7page 17

Total

SECTION 7: FIXTURES & FITTINGS

Description Qty Unit Rate

Page 123: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

General:The items in general shall also include conduits, connection

boxes, controls, wires, connectors, clamps, bolts, and

connecting the cables to switchboards and common electric

network are included in the unit price.1. As‐built drawings shall be submitted after handing over the

work.2. All the electrical works shall be executed according to

Standards, drawings, specifications and supervisor engineer

instructions.3. All the electrical wires shall be color coded in black as hotline,

green as ground and white as neutral.4. The contractor is required to secure clearance, permits,

requests for inspection and other requirements from the

Electrical office after completion of works.

8.01 Distribution panels 1 Nr8.02 Lighting Outlets 36 Nr8.03 Wall outlets 21 Nr8.04 Ceiling Fan Outlets 36 Nr8.05 Lightning Protection Installation 1 Nr8.06 Light Switches 3 Nr8.07 Fan Switches 3 Nr8.08 TV Points 3 Nr8.09 Data Points 3 Nr

LIGHTINGS

8.10

Supply, install, connect and test Most Efficient lighting fixture

9"x48" complete with lighting tubes white 2‐bulb T‐8 Lithonia

48"LED ceiling light or similar with electronic ballast with wrap

around lenses cover; surface mounted, 35‐watt LED built‐in

array, 88 lumens per watt; estimated life span of 50,000 hours;

all in accordance with the manufacturer's printed instructions. 36 Nr

8.11

Supply, install, connect and test ceiling mounted Energy Saver

ceiling fan fixtures white 52" with 5‐blades including all

accessories; all in accordance with the manufacturer's printed

instructions. 36 Nr

8.12

Supply, install, connect and test Most Energy Efficient LED flood 

lighting fixture LITHONIA or similar wall mounted 18W LED 

security Photocell Flood lights, 50000 hours lifespan, 1351 

lumens, rugged aluminum housing in corrosion resistant bronze 

finish and tempered pebbled glass lens; all in accordance with 

the manufacturer's printed instructions. 4 Nr

Carried Overpage 18

Description RateQty Unit

SECTION 8: ELECTRICAL WORKS

Total

Page 124: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

GROUNDING SYSTEM

8.13

Supply, install and commission complete grounding system

including all required materials, cables, earthing pits according

to drawings, specification and engineers instructions.1 L.S

FIRE ALARM SYSTEMSupply, install and commissioning fire alarm system as per

drawings including fire resist PVC pipes, pull boxes special wires

including:

8.14

Fire alarm control panel complete with batteries and all

necessary accessories.(Type is TELEFIRE or equivalent). 1 Nr

8.15

Lionization smoke detector, the detectors shall be twin‐

chamber with latching electronic circuitry, two wire

connection.(Type is TELEFIRE or equivalent). 3 Nr

8.16 Ditto, but heat detector. 3 Nr

8.17

Supply, install break glass call point as per drawings the unit

shall be standard type for interior use with key operated test

facility, with plastic coated glass.  3 Nor

8.18

Supply, install 95 db. electronic horn ultra sound for indoor and

outdoor used. (Type is TELEFIRE or equivalent). 3 Nr

8.19 Supply and install combination exit/emergency fixtures; battery back‐up type; wall mounted; LED/Krypton type, 5.4 fixture wattage, 120/277V,thermoplastic housing materials, white housing 

finish; LITHONIA brand or equivalent; includes all fixings, back‐up battery and other electricalcomponents; all in accordance with the

manufacturer's printed instructions. 6 Nr

TOTAL SECTION 8page 19

Description Qty Unit Rate Total

Continuation; SECTION 8: ELECTRICAL WORKS

Page 125: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

General Notes 1.        The price of truss shall be in per assembly includes 5/8"

thick P.T. plywood gusset plate to both sides. All hardware,

hurricane straps HETA20 and other required materials to

complete the installation of trusses.2.        The rates of Plywood sheeting shall be 3/4"thick APA

rated plywood includes all fixings, galvanized hot dipped nails

and other required materials to complete the works.3.        The roof metal sheeting shall be Gauge 26 metal standing

seam. The rates of sheeting includes hex head screws with

neoprene washers.4.        The peel and seal shall be installed with 6"lapping to

joints.

9.01

Supply, assemble and install trusses (T‐1) as shown in the

supplied drawings. All lumbers shall be pressure treated; 2"x 6"

top chord; 2"x 6"bottom chord; 2"x 6"king post; 2"x 4"diagonal

bracings and 5/8"thick P.T. plywood gusset plate to both sides

and 4‐Nr HETA 20 Simpson strong tie to each trusses; all nails to

be used shall be galvanized hot dipped.   To Main Building 54 Nr 410.78 22,182.12

9.02

Supply and install 2"x 6"P.T. lumber rafters including Simpson

strong tie rafter hanger and HETA20 straps; all nails to be used

shall be galvanized hit dipped. To Porch Roof486 LF

Supply and install 3/4"thick APA rated plywood including all

fixings, nails and other required materials to complete the

works.

9.03 To Main Building Roof 3745 SF9.04 To Porch Roof 980 SF

Supply and install peel and seal with 6"joint lapping including all

fixings and other required materials to complete the works.

9.05 To Main Building Roof 3745 SF9.06 To Porch Roof 980 SF

Supply and install the following metal roofing components

including all fixings, screws, hex head screws with neoprene

washers and other hardwares to;

9.07 Gauge 26 Metal standing seam; to Main roof 3745 SF

page 20

Description Qty Unit Rate Total

 SECTION 9: ROOFING SYSTEM

Page 126: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

9.08 Gauge 26 Metal standing seam; to Porch roof 980 SF

9.09 Galvanized eave drips 409 LF

9.10

Galvanized flashing installed to Porch roof connection to main

building walls including screws, caulking and other required

materials to complete the works. 105 LF

9.11 Galvanized Ridge cap; gauge 26 108 LF

9.12

Supply and install 2"x 8"P.T. lumber fascia board including all

fixings and nails; sanded ready to receive painting.409 LF

Rainwater Disposal

Supply and install the following materials including all fixings,

fittings, caulking, hardwares and other required materials to

complete the works.

9.13 Gauge 26 galvanized metal gutter; 5" 220 LF9.14 3"diameter downspout 4 Nr9.15 3"diameter PVC schedule 40 downpipes 100 LF

Soffits Board

9.16

Supply and install soffits board with installed aluminum vents

includes 2"x 4"P.T. lumber bridging, fixings and other materials

required to complete the works. 409 SF

Gable Ladder

9.17

Supply and install 2"x 6"P.T. Lumber gable ladder at 2'‐0"

centers including all fixings, nails and other required materials

to complete the works. 38 LJF

Door Canopy

Supply and install Rear Door canopy comprises of the following materials; including all fixings and otherrequired materials to complete the works.

Carried Overpage 21

TotalUnit RateQty

 Continuation: SECTION 9: ROOFING SYSTEM

Description

Page 127: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

9.18 Fascia Board; 2"x 6"P.T. lumber 42 LF

9.19 Rafters; 2"x 4"P.T. lumber 54 LF

9.20

Galvanized flashing installed to Canopy roof connection to main

building walls including screws, caulking and other required

materials to complete the works. 30 LF

9.21 Galvanized Ridge cap; gauge 26 42 LF

9.22 Gauge 26 Metal standing seam; to Main roof 60 SF

9.23

Peel and seal with 6"joint lapping including all fixings and other

required materials to complete the works. 60 SF

9.24

3/4"thick APA rated plywood including all fixings, nails and

other required materials to complete the works. 60 SF

9.25 Ledger Board; 2"x 6"P.T. Lumber 21 LF

9.26 1/2"diameter x 8" hot‐dipped galvanized anchor bolt 9 Nr

TOTAL SECTION 9page 22

Qty Unit Rate TotalDescription

 Continuation: SECTION 9: ROOFING SYSTEM

Page 128: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Wooden Post

10.01 Supply and install 8"x 8"P.T. wooden post. 80 LF

10.02

Supply and install Simpson Strong Ties CSBQ88 complete with

necessary fixings. 10 Nr

10.03 Supply and install 3"x 8" P.T. lumber beam 105 LF

10.04 Supply and install 2"x 8" P.T. ledger board 409 LF

10.05

Supply and install 5/8"diameter x 12" hot‐dip galvanized

carriage bolt complete washers. 20 Nr

10.06

Supply and install 5/8"diameter x 6" hot‐dip galvanized anchor

bolt to fix ledger at 2'‐0" centers. 53 Nr

TOTAL SECTION 10page 23

Description Qty Rate TotalUnit

 SECTION 10: PORCH 

Page 129: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

General:1. The covered walkway shall be connected from the new 2‐

storey building to New Infant Block and the to Existing Infant 

Block.2. The covered walkway shall start from the porch going to New 

2‐storey building passing thru existing ramp.3. The walkway slab shall be constructed directed over the 

existing ground level.

Excavation

11.01

Excavate pit for column pedestal 12"x 12" wide and 1'‐6" deep 

starting from the existing ground level; dispose excavated 

materials offsite for re‐use. 14 Nr

Concrete Works

Suppply and install the following;

11.02 6" thick x 8'‐4" wide walkway slab; vibrated 3500 psiconcrete. 8 CY

11.03 4x4 welded wire mesh 411 SF

11.04

Formworks; includes all required material to complete the 

works. To Walkway Slab 49 SF

11.05

Pedestal; 12"x 12" wide x 18" deep 3500 psi vibrated concrete 

reinforced with 4‐#4 main rebars and 3‐ #3 stirrups.1.10 CY

Wooden Post

11.06 6"x 6" P.T. wooden post. 98 LF

11.07Simpson Strong Ties CSBQ66 complete with necessary fixings.

14 Nr

11.08

Post Bottom Base cover; 1"thick x 12" high P.T. lumber

chamfered on all corners; including all fixings and sanded ready

to receive painting. 14 Nr

11.09

Painting; apply 1‐coat exterior type all purpose primer and 2‐

coats Exterior type Alkyd high gloss oil based paint. 14 Nr

Carried Overpage 24

Description Qty Unit Rate Total

 SECTION 11: COVERED WALKWAY

Page 130: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

Roofing System

11.10 2"x 8" P.T. lumber beam 120 LF

11.11 2"x 6" P.T. Rafter 260 LF

11.12 2"x 4" P.T. Purlins 360 LF

11.13 2"x 8" P.T. Fascia Board 60 LF

11.14 Galvanized eave drips 60 LF

11.15 Gauge 26 Metal standing seam; to covered walk roof 431 SF

11.16

1/2"diameter x 10" hot‐dip galvanized carriage bolt complete

washers. 60 Nr

11.17 Simpson strong tie; LTS 18 cmplete with fasteners. 62 Nr

11.18 Galvanized eave drips 409 LF

11.19

Galvanized flashing installed to Covered roof connection to

Porch of building walls including screws, caulking and other

required materials to complete the works. 20 LF

11.20 Galvanized Ridge cap; gauge 26 60 LF

11.21

Painting; apply 1‐coat exterior type all purpose primer and 2‐

coats Exterior type Alkyd high gloss oil based paint.To underside of Roof 431 Nr

TOTAL SECTION 11page 25

Description Qty Unit Rate Total

 Continuation: SECTION 11: COVERED WALKWAY

Page 131: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

General Notes All the following items shall be completed according to

drawings, specifications and Engineer instructions.∙         Existing area shall be filled with approved filling materials

6"thick compacted up to 98% proctor or directed by the

Engineer.

∙         The entire area shall be divided into two (2) sections; one

section to filled with cleaned beach sand available in the island.

The contractor shall be responsible for asking clearance from

the government to extract the beach sand in coordination with

the implementing office and the Engineer in charge. The other

section shall be covered with approved type of artificial grass

and installed with all necessary components in accordance with

the manufacturer's recommendations.

∙         The entire area shall be fenced with chain kink complete

with all necessary components and install one chain‐link

emergency exit approved by the Engineer.

12.01

Supply, fill, spread and compact 6"thick of approved filling

materials; grade and level surfaces ready to receive sand and

artificial grass; compaction to achieve 98% proctor. To one‐half

of the play area. 75 CY 33.56 2,517.00

12.02

Supply, fill, spread and slightly compact clean sand available in

the island to Engineer's instruction; thickness shall be 6"thick.

To one‐half of the play area. 45 CY

Supply and install artificial grass "Pregra Bermuda" orany similar brand as approved by the Engineer; includingall necessary materials and fixings as indicated; all inaccordance with the manufacturer's printed instructions.

12.03 Artificial Grass; 5 rolls at 15'‐0" wide x 40'‐0" long 1500 SF

12.04 Weed Barrier Fabric; 1500SF/roll 1 Roll

12.05 Weed Killer 155 SY

12.06 Seaming tape, glue, stakes, nails and other fixings. 1 Item

12.07 Bender or Polyboard; 20'‐0" long per roll 6 roll

12.08 In‐fill; antimicrobial acrylic coated sand; 55lb/bag 37 bag

Carried Overpage 26

Qty Unit RateDescription

 SECTION 12: PLAY AREA

Total

Page 132: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Brought Forward

12.09 Supply and install Chain‐link fence 5'‐0"high; materials shall

comprises 3"diameter galvanized corner post, 2 1/2"diameter

galvanized line post at 10'‐0" centers, 1/5/8"diameter

galvanized top rails, 2"chainlink mesh vinyl coated and complete 

with all required materials to complete the works including 4'‐

0"wide chain‐link gate complete with hardwares and locking

system. All post shall be installed to 12"x 12" plain concrete

pedestals includes excavation, forms and other necessary

materials. All in accordance with the supplied drawings. 444.00 LF

12.10 Supply and install pre‐facbricated chainlink pedestriangate 4'‐0" wide x 5'‐0" high complete with all necessaryhardwares, handles and locking system. 2 Nr

12.10 Supply and construct 6'‐0 wide Oval Bike path; 5" thick 3500 psi concrete reinforced with 4x4 welded wire mesh; includes moisture barrier and formworks. 100 LF

TOTAL SECTION 12page 27

 SECTION 12: PLAY AREA

Description TotalQty Unit Rate

Page 133: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

PROJECT:    CONSTRUCTION OF NEW EARLY CHILDHOOD CENTRE

LOCATION:   ONA GLINTON PRIMARY SCHOOL COMPOUND, GRAND TURK, TCI

DATE:      FEBRUARY 9, 2016

%COMPLETE

SECTION 1 PLUMBING CONNECTION

SECTION 2 ELECTRICAL CONNECTION

SECTION 3 GARBAGE BIN

page 28

EXTERNAL WORKS TOTAL

II. EXTERNAL WORKS

ITEM DESCRIPTION COST REMARKS

Page 134: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

III. EXTERNAL WORKS

GENERAL:

The Contractor shall consider in his price all costs or expenses of 

all requirements stipulated in the Bill of Quantities

10.09

1. All drain pipes coming from the building shall be 

connected to the existing Septic tank specified in the Plan. 

2. Power supply of the New Infant Block shall be connected 

from the existing Main Service at the back of the 2‐storey 

building. The contractor shall be responsible to ask 

permission from the Electrical Commissioner's Office 

related power supply connections. 

3. Excavation shall be done in coordination with the 

authorized personnel with knowledge about the existing 

embedded plumbing, electrical and other cables running 

inside the school vicinity. Any damage occurred during 

execution of the work shall be the sole responsibility of the 

contractor including expenses to replace the said damaged 

items and making it back to normal condition.

4. All garbage and waste shall be removed from site after 

completion of work and dispose to government garbage 

site. The rate shall include transporation and other related 

expenses.

5. Trenches to be excavated shall be 2'‐0" deep or as 

directed by the Engineer. The contractor shall investigate 

properly the condition of the soil to be excavated. The rate 

of excavation shall include backfilling, compaction to 

Engineer's satisfaction and disposing extra excavated 

materials. Rocks encountered during excavation shall be 

included in the rate.

6.     The quantities listed in the bill of quantities to follow 

are anticipated. The actual quantities may be less or more 

than the bill of quantities. Claims for changes in the 

quantities will not be accepted. The Engineer reserves the 

right to increase or decrease the quantities of works 

without any change in unit price or other terms and 

conditions7.     All the works should be done by coordination with the 

Implementing agency.8.     Repair any damage of any service at full satisfaction of 

relevant Service Authority.    

page 29

BUILDING CONNECTION

Description Qty Unit Rate Total

Page 135: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

Soakway1. Soakaway shall be constructed to each building due to the

distance of the Existing building to the septic tank.

1.01 Construct soakaway to kitchen and wash drainage system;excavate pit 4'‐7"wide x 6"‐0" long and 5'‐0"deep;install 8"thick concrete footing reinforced with #4rebars 2 @ longitudinal direction and #4 main rebarsat 12"centers; blockwalls around all sides reinforcedwith #4 rebars at 32"centers; install 6"diameterrocks 12"thick at the base; 6"thick cover 4500psivibrated concrete reinforced with #4 rebars at8"bothways; install 18"x 18" manhole cover. 27.50 SF

1.02

Supply and install 2" PVC drainage pipes connecting from wash

basin and kitchen sink to soakaway tank; including all fittings,

adhesives and other required materials to complete the works.50 LF

TOTAL SECTION 1page 30

 SECTION 1: PLUMBING CONNECTION

Description Qty Unit Rate Total

Page 136: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

2.01

Excavate trench 12"wide and 2'‐0" deep starting form the

existing ground level; including backfilling and compaction;

dispose extra excavated materials to a government garbage

site. 420 LF

2.02

Supply and install suitable diameter size conduits embedded to

excavated trench; including all cable requirements as approved

by the Electrical Engineer. 420 LF

2.03 Allowance for upgrading main panel system 1 Sum

TOTAL SECTION 2page 31

Rate

 SECTION 2: ELECTRICAL CONNECTION

Description Qty Unit Total

Page 137: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

3-4

3.01

Carefully demolish existing garbage bin located at the back of

the existing Infant Block building; including all footings,

scattered garbage and other materials; dispose to  1 Item

3.02 Construct garbage bin; 8'‐0" wide x 9'‐0" deep x 6'‐0"high; materials consist of concrete footing 12"deepstarting from the existing ground; footing 3500psivibrated concrete with a dimension of 8"thick x 16"wide reinforced with 2‐#4 longitudinal rebars and #4 transverse rebars @ 8"centers; blockwalls reinforced  with #4 rebars at 16" centers; all cores filled with concreteand rendered both interior and exterior surfaces; roofingsystem shall be pitch roof comprises 2"x6" P.T rafters and2"x 8" P.T. ridge board with rafters fixed to concrete beamwith MTS22 straps; 2"x 4" P.T. purlins at 2'‐0" centers andmetal roof similar to the building fixed to purlins withhex head screws and neoprene washers; purlins shall bepainted. Provide door with locking system; door shall be 3/4" thick CDX P.T. plywood framed with P.T. lumberwith heavy‐duty hinges and handle for opening and closing. 72 SF

TOTAL SECTION 3page 32

 SECTION 3: GARBAGE BIN

Description Qty Unit Rate Total

Page 138: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

PROJECT:    CONSTRUCTION OF NEW EARLY CHILDHOOD CENTRE

LOCATION:   ONA GLINTON PRIMARY SCHOOL COMPOUND, GRAND TURK, TCI

DATE:      FEBRUARY 9, 2016

%Complete

1.00 Contigencies 48,000.00

Total to Main Summary 48,000.00

III. CONTINGENCIES

Item Description Cost Remaining

Page 139: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

Drawings

Page 140: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 141: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 142: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 143: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 144: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 145: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 146: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 147: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 148: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 149: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 150: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 151: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 152: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 153: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 154: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 155: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 156: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 157: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 158: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 159: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 160: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 161: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 162: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 163: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 164: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 165: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 166: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 167: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 168: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 169: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 170: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 171: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 172: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1
Page 173: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

Tender Evaluation Criteria

This Contractor is required to sign this Section which contains all the criteria that the employer

will use to evaluate Tenders and qualify Tenderers. Bidders shall provide all the information

requested within the bidding document to be considered for evaluation. Omission of required

information may result in being disqualified or not being considered further as appropriate.

No. Criteria Submitted

Yes/No Responsive

1 Copy of the attached Non-collusion certificate. (PLEASE ENSURE IT

IS COMPLETED AND SIGNED)

Required

2 Copy of Current Business License in the appropriate category or receipt

of payment.

Required

3 Copy of Certificate of Good Standing (if a Limited Company) or copy of

Certificate of Registration (for other entities).

Required

4 Copy of letter from bank no older than 6 months in the name of the

company, as evidence of good financial standing

Required

5 Copy of letters from NIB & NHIB in the name of the company if a

registered company, as evidence of good standing.

Required

6 I certify that neither I nor any of the other Directors or Principals of the

Company have a Conflict of Interest within this tender

Required

7 I certify that no contracts with the Company have been cancelled for non-

performance in the last 5 years

Required

8 I declare that no bankruptcy or insolvency proceedings are held against

the Company or its Principals

Required

9 I declare that there is no litigation against the company or the Principals Required

10 A list of sub-contractors proposed is attached including information in 1

to 3 and 5 to 9 above for each sub-contractor.

Only if

Sub-

contractors

proposed

11 Submit a list of proposed equipment, labour force and other resources that

will be used on the project including their ownership and availability.

Required

12 Submit a list of similar projects that were successfully completed. Required

13 Comments on the Draft Contract (if no comments attached it is assumed

that the bidder will be content to agree the Contract without amendments.)

Required

14 Provide proposed work program and schedule for the works showing

completion of the Works in the contracted timeframe (detailed schedule

showing works proposed to be completed within the contract schedule

time will receive the maximum points)

Attach Work Plans and Schedules

Required

15 A method statement demonstrating that you understand the scope of the

work.

Attach a methodology explaining how you intend to execute the works and

the processes in doing so

Required

16 Suggestions, recommendations and suitable solutions to problems with Optional

Page 174: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

No. Criteria Submitted

Yes/No Responsive

carrying out the contracted Works

17 Any other supporting information that will justify your tender prices Optional

(a) Tender Correction – All responsive bids are checked for arithmetical and other errors to

show corrected and original sum.

(b) Any bidder who received a ‘NO’ in any of the REQUIRED criteria (1 – 9 and 11 – 15)

stated above shall be Non-responsive

(c) The Contract would be awarded to the Bidder whose bid is determined to be Substantially

Responsive to the Bid Document and who has offered the lowest evaluated Bid Price,

however the Employer is not bounded to accept the lowest submitted price.

(d) Bids will be rejected if information submitted are found to be false, forged or

misrepresented.

I certify that I have read the whole of the tender documentation and that the above

information is correct.

Signature of Principal of Company: _________________Date: __________________

Name:__________________________ Position in Company: ____________________

Telephone Number: _________________email address: ________________________

Page 175: TENDER NOTICE - gov.tc · PDF fileTENDER NOTICE February 12th 2016 ... i. Tender Evaluation Criteria j. ... AP/asb 17.11.2004 FIDIC Green Book Std 1

TENDER ENVELOPE LABEL

Tender for: Construction of Early Childhood Centre, Ona Glinton

Primary School, West Road, Grand Turk, Turks and

Caicos Islands

Tender Reference No: TR 15/74

Contract No: BNTF 7/01/16

To be returned by: 9am on Friday 11th March 2016

To: Secretary to the Procurement Board

Central Purchasing Unit

White Sands Road

Grand Turk

Turks & Caicos Islands