163
Cooperative Republic of Guyana BIDDING DOCUMENTS for Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana Contracting Agency: Ministry of Agriculture Agricultural Export Diversification Programme Volume I Issued on: August, 2012

Tender_Doc__Vet_Lab,_August_28__2012.pdf

Embed Size (px)

DESCRIPTION

Document for construction of veterinary diagnostic laboratory

Citation preview

Page 1: Tender_Doc__Vet_Lab,_August_28__2012.pdf

C o o p e r a t i v e R e p u b l i c o f G u y a n a

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

for

Rehabilitation of the Veterinary Diagnostic

Laboratory at Mon Repos, East Coast Demerara, Guyana

Contracting Agency: Ministry of Agriculture Agricultural Export Diversification Programme

Volume I

Issued on: August, 2012

Page 2: Tender_Doc__Vet_Lab,_August_28__2012.pdf

ii

Invitation for Bids

Government of Guyana Ministry of Agriculture

Agricultural Export Diversification Programme

Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana

Loan No. 1929/BL-GY; IFB No. ADP 5/2012

1. This Invitation for Bids follows the General Procurement Notice for this Project that

appeared in Development Business, issue no. 729 of June 30, 2008

2. The Government of Guyana has received a loan from the Inter-American Development Bank toward the cost of the Agricultural Export Diversification Programme, and it intends to apply part of the proceeds of this loan to payments under the Contract for Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana

3. The Agricultural Export Diversification Programme now invites sealed bids from eligible and qualified bidders for the Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana.

4. The delivery/construction period is eight (8) months.

5. Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the Inter-American Development Bank’s Policies for the Procurement of Goods and Works financed by the Inter-American Development Bank, and is open to all bidders from Eligible Source Countries as defined in the Bidding Documents.

6. Interested eligible bidders may obtain further information from

Dr. Elizabeth Ramlal Director Agriculture Sector Development Unit Address: Regent Street and Vlissengen Road, Georgetown Telephone: 592-227-3752 Fax: 592-225-9362 Email: [email protected]

and inspect the Bidding Documents at the address given above.

7. Qualification requirements include:

Page 3: Tender_Doc__Vet_Lab,_August_28__2012.pdf

iii

i. Valid Compliance Certificates from the Guyana Revenue Authority (GRA) and the National Insurance Scheme (NIS) for local firms.

ii. Technical Competence.

8. A complete set of Bidding Documents in English (in PDF on CD) may be purchased by local interested bidders on the submission of a written Application to the address above and upon payment of a non refundable fee of One Thousand Guyana Dollars (G$1,000). The method of payment will be by cash. Foreign bidders will receive their Bidding Documents free of cost via e-mail. Commencement date for the purchase/acquisition of Bidding Documents is 28th August, 2012 during normal working hours.

9. The Engineer’s estimate is approximately G$288M.

10. All bids shall be accompanied by a bid security of G$3,000,000 or equivalent United States of America dollars ($US) or a freely convertible currency made out in the name of the Permanent Secretary Ministry of Agriculture, Guyana.

11. An optional site visit and pre-bid meeting will be held on Wednesday September 5, 2012 at 9:30 hrs at the defunct Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana.

12. Bids must be delivered to the address below at or before 9:00 hours on October 2, 2012. Electronic bidding shall not be permitted. Late bids will be rejected. Bids will be opened physically in the presence of the bidders’ representatives who choose to attend in person at the address below at 9:00 hours on October 2, 2012.

The Chairman National Procurement and Tender Administration Board Ministry of Finance Main and Urquhart Streets Georgetown, Guyana

Page 4: Tender_Doc__Vet_Lab,_August_28__2012.pdf

iv

Table of Contents

Section I. Instructions to Bidders ..........................................................................................1 Table of Clauses .............................................................................................................1

Section II. Bidding Data Sheet .............................................................................................25

Section III. Eligible Countr ies .............................................................................................31

Section IV. Forms of Contractor ’s Bid ...............................................................................35 1. Contractor’s Bid .......................................................................................................36 3. Qualification Information ........................................................................................38 4. Letter of Acceptance ................................................................................................41 5. Agreement ................................................................................................................42

Section V. General Conditions of Contract ........................................................................43 Table of Clauses ...........................................................................................................43

Section VI. Special Conditions of Contract ........................................................................70

Section VII. Technical Specifications & Performance Requirements .............................74

Section VIII. Drawings .......................................................................................................112

Section IX. Bill of Quantities .............................................................................................113

Section X. Secur ity Form ....................................................................................................122 Bid Security (Bid Bond).............................................................................................153 Bid Validity Declaration ............................................................................................155 Performance Bank Guarantee ....................................................................................156 Performance Bond......................................................................................................157 Bank Guarantee for Advance Payment ......................................................................159

Page 5: Tender_Doc__Vet_Lab,_August_28__2012.pdf

1

Section I. Instructions to Bidders

Table of Clauses

A. General ................................................................................................................................3 1. Scope of Bid .......................................................................................................3 2. Source of Funds .................................................................................................3 3. Fraud and Corruption .........................................................................................3 4. Eligible Bidders .................................................................................................7 5. Qualifications of the Bidder ...............................................................................8 6. One Bid per Bidder ..........................................................................................11 7. Cost of Bidding ................................................................................................11 8. Site Visit ..........................................................................................................11

B. Bidding Documents ..........................................................................................................11 9. Contents of Bidding Documents ......................................................................11 10.Clarification of Bidding Documents .......................................................................12 11. Amendment of Bidding Documents ................................................................12

C. Preparation of Bids ..........................................................................................................12 12. Language of Bid ...............................................................................................13 13. Documents Comprising the Bid .......................................................................13 14. Bid Prices .........................................................................................................13 15. Currencies of Bid and Payment........................................................................14 16. Bid Validity ......................................................................................................14 17.Bid Security and Bid Validity Declaration .............................................................15 18. Alternative Proposals by Bidders .....................................................................16 19. Format and Signing of Bid ...............................................................................17

D. Submission of Bids ...........................................................................................................17 20. Submission, Sealing and Marking of Bids .......................................................17 21. Deadline for Sub-mission of Bids ....................................................................18 22. Late Bids ..........................................................................................................18 23.Withdrawal, Substitution and Modification of Bids ...............................................18

E. Bid Opening and Evaluation ...........................................................................................19 24. Bid Opening .....................................................................................................19 25. Confidentiality .................................................................................................19 26. Clarification of Bids .........................................................................................20 27. Examination of Bids and Determination of Responsiveness ...........................20 28. Correction of Errors .........................................................................................20 29. Currency for Bid Evaluation ............................................................................21 30. Evaluation and Comparison of Bids ................................................................21 31. Domestic Preference ........................................................................................22

Page 6: Tender_Doc__Vet_Lab,_August_28__2012.pdf

2

F. Award of Contract ............................................................................................................22 32. Award Criteria .................................................................................................22 33. Contracting Agency’s Right to Accept any Bid and to Reject any or all

Bids ..................................................................................................................22 34. Notification of Award and Signing of Agreement ...........................................22 35. Performance Security .......................................................................................23 36. Advance Payment and Security........................................................................24 37. Adjudicator ......................................................................................................24

Page 7: Tender_Doc__Vet_Lab,_August_28__2012.pdf

3

Instructions to Bidders (ITB)

A. General 1. Scope of Bid 1.1 The Contracting Agency as defined in “General Conditions of

Contract” (GCC) and identified in Section II “Bidding Data Sheet” (BDS), invites bids for the construction of Works, as described in the BDS and Section VI, “Special Conditions of Contract” (SCC). The name and identification number of the Contract are provided in the BDS and the SCC.

1.2 The successful Bidder shall be expected to complete the Works by the Intended Completion Date specified in the BDS and SCC 1.1 (r).

1.3 Throughout these Bidding Documents:

(a) the term “in writing” means communicated in written form (e.g. by mail, e-mail, fax, telex, ) with proof of receipt;

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

(c) “day” means calendar day.

2. Source of Funds

2.1 The Borrower, as defined in the BDS, intends to apply part of the funds of a loan from the Inter-American Development Bank (IDB)(hereinafter called “the Bank”), as defined in the BDS, towards the cost of the Project, as defined in the BDS, to cover eligible expensive under the Contract for the Works. Payments by the Bank shall be made only at the request of the Borrower and upon approval by the Bank in accordance with the Loan Contract, and shall be subject in all respects to the terms and conditions of that Contract. Except as the Bank may specifically otherwise agree, no party other than the Borrower shall derive any rights from the Loan Contract or have any rights to the loan proceeds.

3. Fraud and Corruption

1 The Bank requires that all borrowers (including grant beneficiaries), executing agencies and contracting agencies as well as all firms, entities and individuals bidding for or participating in a Bank-financed project including, inter alia, bidders, suppliers, contractors, consultants and concessionaires (including their respective officers, employees and agents), adhere to the highest ethical standards, and report to the Bank all suspected acts of fraud or corruption of which they have knowledge or become

Page 8: Tender_Doc__Vet_Lab,_August_28__2012.pdf

4

aware both during the Bidding Process and throughout negotiation or execution of a contract. Fraud and corruption are prohibited. Fraud and corruption include acts of: (a) corrupt practice, (b) fraudulent practice, (c) coercive practice and (d) collusive practice. The definitions of actions set forth below involve the most common types of fraud and corruption, but are not exhaustive. For this reason, the Bank shall also take action in the event of any similar deed or complaint involving alleged acts of fraud and corruption, even when these are not specified in the following list. The Bank shall in all cases proceed with the established procedure referred to in Clause 3.1 (c). In pursuance of this document:

(a) The Bank defines, for the purposes of this provision, the terms set forth below:

(i) A corrupt practice is the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;

(ii) A fraudulent practice is any act or omission, including a misrepresentation, that knowingly or reckl essly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) A coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to improperly influence the actions of a party; and

(iv) A collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

(b) If the Bank, in accordance with its administrative procedures, demonstrates that any firm, entity or individual bidding for or participating in a Bank-financed project including, inter alia, borrowers, bidders, suppliers, contractors, subcontractors, consultants and concessionaires, executing agencies or contracting agencies (including their respective officers, employees and agents) has engaged in an act of fraud or corruption, the Bank may:

(i) decide not to finance any proposal to award a contract or a contract awarded for works, goods,

Page 9: Tender_Doc__Vet_Lab,_August_28__2012.pdf

5

and related services financed by the Bank;

(ii) suspend disbursement of the operation if it is determined at any stage that evidence is sufficient to support a finding that an employee, agent or representative of the Borrower, Executing Agency or Contracting Agency has engaged in an act of fraud or corruption;

(iii) cancel and/or accelerate repayment of, the portion of a loan or grant earmarked for a contract, when there is evidence that the representative of the Borrower, or Beneficiary of a grant, has not taken the adequate remedial measures within a time period which the Bank considers reasonable, and in accordance with the due process guarantees of the Borrowing country’s legislation;

(iv) issue a reprimand in the form of a formal letter of censure of the firm, entity or individual’s behavior;

(v) issue a declaration that an individual, entity or firm is ineligible, either permanently or for a stated period of time, to be awarded or participate in contracts under Bank-financed projects except under such conditions as the Bank deems to be appropriate;

(vi) refer the matter to appropriate law enforcement authorities; and/or

(vii) impose other sanctions that it deems to be appropriate under the circumstances, including the imposition of fines representing reimbursement of the Bank for costs associated with investigations and proceedings. Such other sanctions may be imposed in addition to or in lieu of other sanctions.

(c) The Bank has established administrative procedures for cases of allegations of fraud and corruption within the procurement process or the execution of a contract financed by the Bank which are available at the Bank’s

Page 10: Tender_Doc__Vet_Lab,_August_28__2012.pdf

6

website (www.iadb.org)

(e) The imposition of any action to be taken by the Bank pursuant to the provisions referred to paragraph (b) of this Clause may be public or private, in accordance with the policies of the Bank;

, as updated from time to time. To that effect any complaint shall be submitted to the Bank’s Office of Institutional Integrity (OII) for the appropriated investigation. Allegations may be presented confidentially or anonymously;

(d) Payments are expressly conditional upon the claimant’s participation in the procurement process conformed with all applicable Bank policies on Fraud and Corruption described in this Clause 3.1; and

3.2 The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring Bidders, suppliers, contractors, subcontractors, consultants and concessionaires to permit the Bank to inspect their accounts and records and any other documents relating to the submission of Bids and contract performance and to have them audited by auditors appointed by the Bank. The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring Bidders, suppliers, contractors, subcontractors, consultants and concessionaires to: (i) maintain all documents and records related to the Bank-financed project for three (3) years after completion of the work contemplated in the relevant Contract; and (ii) deliver any document necessary for the investigation of allegations of fraud or corruption and make available to the Bank the employees or agents of the Bidders, suppliers, contractors, subcontractors, consultants or concessionaires with knowledge of the Bank-financed project to respond to questions from Bank personnel or any properly designated investigator, agent, auditor or consultant relating to the review or audit of the documents. If the Bidder, supplier, contractor, subcontractor, consultant or concessionaire fails to comply with the Bank’s request, or otherwise obstruct the Bank’s review of the matter, the Bank, in its sole discretion, may take appropriate action against the Bidder, supplier, contractor, subcontractor, consultant or concessionaire.

3.3 The Bidders shall represent and warrant:

(i) that they have read and understood the Bank’s prohibition against fraud and corruption and

Page 11: Tender_Doc__Vet_Lab,_August_28__2012.pdf

7

agrees to abide by the applicable rules; (ii) that they have not engaged in any violation of

policies on fraud and corruption described herein;

(iii) that they have not misrepresented or concealed any material facts during the procurement or contract negotiation processes or performance of the contract;

(iv) that neither they nor any of their directors, officers or principal shareholders have been declared ineligible to be awarded Bank-financed contracts or have been convicted of a crime involving fraud or corruption;

(v) that none of their directors, officers or principal shareholders has been a director, officer or principal shareholder of any other company or entity that has been declared ineligible to be awarded a Bank-financed contract or has been convicted of a crime involving fraud or corruption;

(vi) that all commissions, agents’ fees, facilitating payments or revenue-sharing agreements related to the Bank-financed contract or consulting agreement have been disclosed;

(vii) that they acknowledge that the breach of any of these warranties constitute a basis for the imposition of any or a combination of the measures described in Clause 3.1 (b).

4. Eligible

Bidders 4.1 A Bidder, and all parties constituting the Bidder, shall be

nationals from member countries of the Bank. Bidders from other countries shall be disqualified from participating in contracts intended to be financed in whole or in part from Bank loans. Section III of this document establishes the Bank’s member countries, as well as the criteria to determine the nationality of the Bidders and the country of origin of goods and services. The Bidders with the nationality of a Bank’s member country and the goods to be supplied under the Contract are not eligible if:

(a) as a matter of law or official regulation, the Borrower’s country prohibits commercial relations with that country; or

(b) by an act of compliance with a decision of the United nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s

Page 12: Tender_Doc__Vet_Lab,_August_28__2012.pdf

8

Country prohibits any imports of goods from that country or any payments to persons or entities in that country.

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

(a) are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the Contracting Agency to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under these Bidding Documents; or

(b) submit more than one bid in this bidding process, except for

alternative offers permitted under ITB Clause 13. However, this does not limit the participation of subcontractors in more than one bid

4.3 A Bidder that is under a declaration of ineligibility during the

period of time established by the Bank in accordance with ITB Clause 3, at the date of contract award, shall be disqualified. .

4.4 Government-owned enterprises in the Contracting Agency’s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not a dependent agency of the Borrower.

4.5 Bidders shall provide such evidence of their continued eligibility satisfactory to the Contracting Agency, as the Contracting Agency shall reasonably request.

5. Qualifications of the Bidder

5.1 All bidders shall provide in Section IV, “Form of Bid, Qualification Information, Letter of Acceptance, and Agreement,” a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

5.2 In the event that prequalification of potential bidders has been undertaken, only bids from prequalified bidders shall be considered for award of Contract. These qualified bidders should submit with their bids any information updating their original

Page 13: Tender_Doc__Vet_Lab,_August_28__2012.pdf

9

prequalification applications or, alternatively, confirm in their bids that the originally submitted prequalification information remains essentially correct as of the date of bid submission. The update or confirmation should be provided in Section IV.

5.3 If the Contracting Agency has not undertaken prequalification of potential bidders, all bidders shall include the following information and documents with their bids in Section IV, unless otherwise stated in the BDS:

(a) copies of original documents defining the constitution or incorporation, and principal place of business of the Bidder; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) total monetary value of construction works performed for each of the last five (5) years;

(c) experience in works of a similar nature and size for each of the last five (5) years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts;

(d) major items of construction equipment proposed to carry out the Contract;

(e) qualifications and experience of key site management and technical personnel proposed for the Contract;

(f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor’s reports for the past five (5) years;

(g) evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources);

(h) authorization to seek references from the Bidder’s bankers;

(i) information regarding any litigation, current or during the last five (5) years, in which the Bidder was/is involved, the parties concerned, and the disputed amounts; and awards;

(j) proposals for subcontracting components of the Works amounting to more than ten (10) percent of the Contract Price. The ceiling for sub contractor's participation is stated in the BDS.

5.4 Bids submitted by a joint venture, consortium or association (JVCA) of two or more firms as partners shall comply with the

Page 14: Tender_Doc__Vet_Lab,_August_28__2012.pdf

10

following requirements, unless otherwise stated in the BDS:

(a) the Bid shall include all the information listed in ITB Sub-Clause 5.3 above for each JVCA partner;

(b) the Bid shall be signed so as to be legally binding on all partners;

(c) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(d) one of the partners shall be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the JVCA; and

(e) the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

(f) a copy of the JVCA Agreement entered into by the partners shall be submitted with the bid; or a Letter of Intent to execute a JVCA agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed Agreement.

5.5 To qualify for award of the Contract, bidders shall meet the following minimum qualifying criteria and any other criteria stated in the BDS:

(a) an average annual billing of construction work over the period specified in the BDS of at least the multiple indicated in the BDS

(b) experience as prime contractor in the construction of at least the number of works of a nature and complexity equivalent to the Works over the period specified in the BDS (to comply with this requirement, works cited should be at least seventy (70) percent complete);

(c) show that it can ensure the timely availability (own, lease, hire, etc.) of the essential equipment listed in the BDS;

(d) hire a Contract Manager with five years’ experience in works of an equivalent nature and volume, including no less than three years as Manager; and

(e) liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than the

Page 15: Tender_Doc__Vet_Lab,_August_28__2012.pdf

11

amount specified in the BDS.

A consistent history of litigation or arbitration awards against the Applicant or any partner of a JVCA may result in disqualification.

5.6 The figures for each of the partners of a JVCA shall be added together to determine the Bidder’s compliance with the minimum qualifying criteria of ITB Sub-Clauses 5.5 (a) and (e); however, for a JVCA to qualify, each of its partners must meet at least twenty five (25) percent of minimum criteria of ITB Sub-Clauses 5.5 (a), (b), and (e) for an individual Bidder, and the partner in charge at least forty (40) percent of those minimum criteria. Failure to comply with this requirement shall result in rejection of the JVCA’s Bid. Subcontractors’ experiences and resources shall not be taken into account in determining the Bidder’s compliance with the qualifying criteria, unless otherwise stated in the BDS.

6. One Bid per Bidder

6.1 Each Bidder shall submit only one Bid, either individually or as a partner in a JVCA. A Bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) shall cause all the proposals with the Bidder’s participation to be rejected.

7. Cost of Bidding

7.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Contracting Agency shall in no case be responsible or liable for those costs.

8. Site Visit 8.1 The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

B. Bidding Documents 9. Contents of

Bidding 9.1 The set of Bidding Documents comprises the documents listed in

the table below and addenda issued in accordance with ITB

Page 16: Tender_Doc__Vet_Lab,_August_28__2012.pdf

12

Documents Clause 11:

Invitation for Bids Section I Instructions to Bidders (ITB) Section II Bidding Data Sheet (BDS) Section III Eligible Countries Section IV Forms of Contractor’s Bid Section V General Conditions of Contract (GCC) Section VI Special Conditions of Contract (SCC) Section VII Specifications & Performance Requirement Section VIII Drawings Section IX Bill of Quantities Section X Forms of Securities

10.Clarification of Bidding Documents

10.1 A prospective Bidder requiring any clarification of the Bidding Documents may notify the Contracting Agency in writing at the Contracting Agency’s address indicated in the BDS. The Contracting Agency shall respond to any request for clarification received earlier than 21 days prior to the deadline for submission of bids. Copies of the Contracting Agency’s response shall be forwarded to all purchasers of the Bidding Documents, including a description of the inquiry, but without identifying its source.

11. Amendment of Bidding Documents

11.1 Before the deadline for submission of bids, the Contracting Agency may modify the Bidding Documents by issuing addenda.

11.2 Any addendum thus issued shall be part of the Bidding Documents and shall be communicated in writing to all purchasers of the Bidding Documents. Prospective bidders shall acknowledge receipt of each addendum in writing to the Contracting Agency.

11.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Contracting Agency shall extend, as necessary, the deadline for submission of bids, in accordance with ITB Sub-Clause 21.2 below.

C. Preparation of Bids

Page 17: Tender_Doc__Vet_Lab,_August_28__2012.pdf

13

12. Language of Bid 12.1 All documents relating to the Bid shall be in the language specified in the

BDS.

13. Documents Comprising the Bid

13.1 The Bid submitted by the Bidder shall comprise the following:

(a) The Contractor’s Bid (in the format indicated in Section IV);

(b) Bid Security, or Bid Validity Declaration, in accordance with ITB Clause 17, if required;

(c) priced Bill of Quantities;

(d) Qualification Information Form and Documents;

(e) Alternative offers where invited; and

(f) any other materials required to be completed and submitted by bidders, as specified in the BDS.

14. Bid Prices 14.1 The Contract shall be for the whole Works, as described in ITB Sub-Clause 1.1, based on the priced Bill of Quantities submitted by the Bidder.

14.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items for which no rate or price is entered by the Bidder shall not be paid for by the Contracting Agency when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting.

14.3 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates, the unit prices, and total Bid price submitted by the Bidder with the exception of duties and taxes associated with materials to be incorporated in the Works.

14.4 The rates and unit prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract if provided for in the BDS and SCC and the provisions of Clause 47 of the General Conditions of Contract. The Bidder shall submit with the Bid all the information required under the Special Conditions

Page 18: Tender_Doc__Vet_Lab,_August_28__2012.pdf

14

of Contract and GCC Clause 47.

15. Currencies of Bid and Payment

15.1 The unit rates and prices shall be quoted by the Bidder entirely in the currency of the Contracting Agency’s country as specified in the BDS Foreign currency requirements shall be indicated as percentages of the Bid price (excluding provisional sums) and shall be payable at the option of the Bidder in up to three foreign currencies.

15.2 The rates of exchange to be used by the Bidder in arriving at the local currency equivalent and the percentages mentioned in para. 15.1 above shall be the selling rates for similar transactions established by the source specified in the BDS prevailing on the date 28 days prior to the latest deadline for submission of bids. These exchange rates shall apply for all payments so that no exchange risk shall be borne by the Bidder. If the Bidder uses other rates of exchange, the provisions of ITB Clause 29.1 shall apply; in any case, payments shall be computed using the rates quoted in the Bid.

15.3 Bidders shall indicate details of their expected foreign currency requirements in the Bid.

15.4 Bidders may be required by the Contracting Agency to clarify their foreign currency requirements and to substantiate that the amounts included in the rates and prices, if required in the BDS, are reasonable and responsive to ITB Sub-Clause 15.1.

16. Bid Validity 16.1 Bids shall remain valid for the period specified in the BDS.

16.2 In exceptional circumstances, the Contracting Agency may request that the bidders extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing. If a Bid Security is requested in accordance with ITB Clause 17, it shall be extended up to 28 days after the deadline of the extended bid validity period. A Bidder may refuse the request without forfeiting the Bid Security or execution of its Bid Validity Declaration. A Bidder agreeing to the request shall not be required or permitted to modify its Bid, except as provided in ITB Clause 17.

16.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), if the period of bid validity is extended beyond 56 days, the amounts payable in local and foreign currency to the Bidder selected for award, shall be adjusted as specified in the request for extension. Bid evaluation shall be based on the Bid Price without taking the above

Page 19: Tender_Doc__Vet_Lab,_August_28__2012.pdf

15

correction into consideration.

17.Bid Security and Bid Validity Declaration

17.1 If required in the BDS, the Bidder shall furnish as part of its Bid, a Bid Security or a Bid Validity Declaration in original form as specified in the BDS.

17.2 The Bid Security shall be in the amount specified in BDS and denominated in the currency of the Employer’s country or the currency of the Bid or in another freely convertible currency, and shall:

(a) at the bidder’s option, be in the form of either a letter of credit, or a bank guarantee from a banking institution, or a bond or surety issued by an insurance or bonding institution;

(b) be issued by a reputable institution selected by the bidder and located in any country. If the institution issuing the bond or surety is located outside the Contracting Agency’s Country, it shall have a correspondent financial institution located in the Contracting Agency’s Country to make it enforceable.

(c) be substantially in accordance with one of the forms of Bid Security included in Section X “Security Forms,” or other form approved by the Purchaser prior to bid submission;

(d) be payable promptly upon written demand by the Contracting Agency in case the conditions listed in ITB Clause 17.5 are invoked;

(e) be submitted in its original form; copies shall not be accepted;

(f) remain valid for a period of 28 days beyond the validity period of the bids, as extended, if applicable, in accordance with ITB Clause 16.2.

17.3 If a Bid Security or a Bid Validity Declaration is required in accordance with ITB Sub-Clause 17.1, any bid not accompanied by a substantially responsive Bid Security or Bid Validity Declaration in accordance with ITB Sub-Clause 17.1, shall be rejected by the Contracting Agency as non-responsive.

Page 20: Tender_Doc__Vet_Lab,_August_28__2012.pdf

16

17.4 The Bid Security or the Bid Validity Declaration of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the performance security.

17.5 The Bid Security may be forfeited or the Bid Validity Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Submission Sheet, except as provided in ITB Sub-Clause 16.2; or

(b) if the Bidder does not accept the correction of its Bid Price pursuant to ITB Sub-Clause 28.

(c) if the successful Bidder fails within the specified time to:

(i) sign the Contract; or

(ii) furnish the required performance security .

17.6 The Bid Security or Bid Validity Declaration of a JVCA must be in the name of the JVCA that submits the bid. If the JVCA has not been legally constituted at the time of bidding, the Bid Security or Bid Validity Declaration shall be in the names of all future partners as named in the letter of intent.

18. Alternative Proposals by Bidders

18.1 Alternatives shall not be considered, unless specifically allowed in the BDS. If so allowed, ITB Sub-Clauses 18.1 and 18.2 shall govern, and BDS shall specify which of the following options shall be allowed:

(a) Option One. A bidder may submit alternative bids with the base bid and the Contracting Agency shall only consider the alternative bids offered by the Bidder whose bid for the base case was determined to be the lowest-price evaluated bid, or

(b) Option Two. A bidder may submit an alternative bid with or without a bid for the base case. All bids received, for the base case, as well as alternative bids meeting the technical specifications and performance requirements pursuant to Section VII, shall be evaluated on their own merits.

18.2 Alternative bids shall provide all information necessary for a complete evaluation of the alternative by the Contracting Agency, including design calculations, technical specifications,

Page 21: Tender_Doc__Vet_Lab,_August_28__2012.pdf

17

breakdown of prices, proposed construction methods and other relevant details.

19. Format and Signing of Bid

19.1 The Bidder shall prepare one original of the documents comprising the Bid as described in ITB Clause 13, bound with the volume containing the Form of Bid, and clearly marked “ORIGINAL.” In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS, and clearly marked as “COPIES.” In the event of discrepancy between them, the original shall prevail.

19.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to ITB Sub-Clause 5.3 (a). All pages of the Bid where entries or amendments have been made shall be initialed by the person or persons signing the Bid.

19.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Contracting Agency, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

19.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids

20. Submission, Sealing and Marking of Bids

20.1 Bidders may always submit their bids by mail or by hand. When so specified in the BDS, bidders shall have the option of submitting their bids electronically. Bidders submitting bids electronically shall follow the procedures specified in the BDS. In the case of Bids submitted by mail or by hand the Bidder shall seal the original and all copies of the Bid in two inner envelopes, duly marking them as “ORIGINAL” and “COPIES”, respectively, and shall seal the two inner envelopes into an outer envelope

20.2 The inner and outer envelopes shall

(a) be addressed to the Contracting Agency at the address provided in the BDS;

Page 22: Tender_Doc__Vet_Lab,_August_28__2012.pdf

18

(b) bear the name and identification number of the Contract as defined in the BDS and SCC; and

(c) provide a warning not to open before the specified time and date for Bid opening as defined in the BDS.

20.3 In addition to the identification required in ITB Sub-Clause 20.2, the inner envelopes shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late, pursuant to ITB Clause 22.

20.4 If the outer envelope is not sealed and marked as above, the Contracting Agency shall assume no responsibility for the misplacement or premature opening of the Bid.

21. Deadline for Sub-mission of Bids

21.1 Bids shall be delivered to the Contracting Agency at the address specified in Sub-clause 20.2 (a) no later than the time and date specified in the BDS.

21.2 The Contracting Agency may extend the deadline for submission of bids by issuing an amendment in accordance with ITB Clause 11, in which case all rights and obligations of the Contracting Agency and the bidders previously subject to the original deadline shall then be subject to the new deadline.

22. Late Bids 22.1 Any Bid received by the Contracting Agency after the deadline prescribed in ITB Clause 21 shall be returned unopened to the Bidder.

23.Withdrawal, Substitution and Modification of Bids

23.1 Bidders may withdraw, substitute or modify their Bids by giving notice in writing before the deadline prescribed in ITB Clause 21.

23.2 Each Bidder’s withdrawal, substitution or modification notice shall be prepared, sealed, marked, and delivered in accordance with ITB Clauses 19 and 20, with the outer and inner envelopes additionally marked “WITHDRAWAL”, SUBSTITUTION”, or “MODIFICATION” as appropriate.

23.3 Notices for withdrawal, substitution or modification of bids shall be delivered to the Contracting Agency at the address specified in sub-clause 20.2 (a) no later than the time and date specified in sub-clause 21.1 of the BDS.

23.4 Withdrawal of a Bid between the deadline for submission of bids and the expiration of the period of Bid validity specified in the Bidding Data or as extended pursuant to ITB Sub-Clause 16.2 may result in the forfeiture of the Bid Security or execution of the Bid Validity Declaration pursuant to ITB Clause 17.

Page 23: Tender_Doc__Vet_Lab,_August_28__2012.pdf

19

23.5 Bidders may only offer discounts to, or otherwise modify the prices of their bids, by submitting Bid modifications in accordance with this clause or including them in the initial Bid

E. Bid Opening and Evaluation

24. Bid Opening 24.1 The Contracting Agency shall open the bids in public, and the

withdrawal, substitution and modification notices made pursuant to Clause 23, in the presence of the bidders’ representatives who choose to attend at the time, date and in the place specified in the BDS. Any specific opening procedures required if electronic bidding is permitted in accordance with ITB Sub-Clause 20.1, shall be as specified in the BDS.

24.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to ITB Clause 23 shall not be opened.

24.3 The bidders’ names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid withdrawals, substitutions, or modifications notices, the presence or absence of Bid Security or Bid Validity Declaration, if required, and such other details as the Contracting Agency may consider appropriate, shall be read aloud (and posted online when electronic bidding is used) by the Contracting Agency at the opening, and recorded when opened. No bid or notice shall be rejected at bid opening except for the late bids and notices pursuant to ITB Clause 22. Substitution Bids and modifications submitted pursuant to ITB Clause 23 that are not opened and read out at bid opening shall not be considered for further evaluation regardless of the circumstances. Late, withdrawn and substituted bids and notices shall be returned un-opened to bidders

24.4 The Contracting Agency shall prepare Minutes of the Bid Opening, including the record of readout bids and the information disclosed to those present, in accordance with ITB Sub-Clause 24.3 and promptly send copy of such minutes to all bidders who submitted bids in time.

25. Confidentiality 25.1 Information relating to the Examination, Clarification, Evaluation, and Comparison of Bids and Recommendations for the Award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until publication of the award to the successful Bidder has been announced pursuant to ITB Sub-Clause 34.4. Any effort by a

Page 24: Tender_Doc__Vet_Lab,_August_28__2012.pdf

20

Bidder to influence the Contracting Agency’s processing of bids or award decisions may result in the rejection of its Bid. Notwithstanding the above, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.

26. Clarification of Bids

26.1 To assist in the examination, evaluation, and comparison of Bids, the Contracting Agency may, at the Contracting Agency’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Contracting Agency in the evaluation of the Bids in accordance with ITB Clause 28.

27. Examination of Bids and Determination of Responsiveness

27.1 Prior to the detailed evaluation of Bids, the Contracting Agency shall determine whether each Bid (a) meets the eligibility criteria defined in ITB Clause 4; (b) has been properly signed; (c) is accompanied by the Bid Security or the Bid Validity Declaration, if required; and (d) is substantially responsive to the requirements of the Bidding Documents.

27.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding Documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding Documents, the Contracting Agency’s rights or the Bidder’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

27.3 If a Bid is not substantially responsive, it shall be rejected by the Contracting Agency, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

28. Correction of Errors

28.1 Bids determined to be substantially responsive shall be checked by the Contracting Agency for any arithmetic errors. Errors shall be corrected by the Contracting Agency as follows:

(a) where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern; and

(b) where there is a discrepancy between the unit rate and the

Page 25: Tender_Doc__Vet_Lab,_August_28__2012.pdf

21

line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted shall govern, unless in the opinion of the Contracting Agency there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted shall govern, and the unit rate shall be corrected.

28.2 The amount stated in the Bid shall be adjusted by the Contracting Agency in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid shall be rejected, and the Bid Security may be forfeited or the Bid- Validity Declaration executed in accordance with ITB Sub-Clause 17.5 (b).

29. Currency for Bid Evaluation

29.1 Bids shall be evaluated as quoted in the currency of the Contracting Agency’s Country in accordance with ITB Sub-Clause 15.1, unless a Bidder has used different exchange rates than those prescribed in ITB Sub-Clause 15.2, in which case the Bid shall be first converted into the amounts payable in different currencies using the rates quoted in the Bid and then reconverted to the currency of the Contracting Agency’s country using the exchange rates prescribed in ITB Sub-Clause 15.2.

30. Evaluation and Comparison of Bids

30.1 The Contracting Agency shall evaluate and compare only the bids determined to be substantially responsive in accordance with ITB Clause 27.

30.2 In evaluating the bids, the Contracting Agency shall determine for each Bid the evaluated Bid price by adjusting the Bid price as follows:

(a) making any correction for errors pursuant to ITB Clause 28;

(b) excluding provisional sums and the provision, if any, for contingencies in the Bill of Quantities, but including Daywork, where priced competitively;

(c) making an appropriate adjustment for any other acceptable variations, deviations, or alternative offers submitted in accordance with ITB Clause 18; and

(d) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with ITB Sub-Clause 23.5.

30.3 The Contracting Agency reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations,

Page 26: Tender_Doc__Vet_Lab,_August_28__2012.pdf

22

and alternative offers and other factors which are in excess of the requirements of the Bidding Documents or otherwise result in unsolicited benefits for the Contracting Agency shall not be taken into account in Bid evaluation.

30.4 The estimated effect of any price adjustment conditions under GCC Clause 47, during the period of implementation of the Contract, shall not be taken into account in Bid evaluation.

30.5

31. Domestic Preference

31.1 A margin of preference shall not be applied to compare the bids of national and foreign bidders.

F. Award of Contract

32. Award

Criteria 32.1 Subject to ITB Clause 33, the Contracting Agency shall award

the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding Documents and represents the lowest evaluated cost, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of ITB Clause 4, and (b) qualified in accordance with the provisions of ITB Clause 5.

33. Contracting Agency’s Right to Accept any Bid and to Reject any or all Bids

33.1 Notwithstanding ITB Clause 32, the Contracting Agency reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Contracting Agency’s action.

34. Notification of Award and Signing of Agreement

34.1 The Bidder whose Bid has been accepted shall be notified of the award by the Contracting Agency prior to expiration of the Bid validity period in writing. This letter (hereinafter and in the GCC called the “Letter of Acceptance”) shall state the sum that the Contracting Agency shall pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

34.2 The Letter of Acceptance shall constitute the formation of the Contract, subject to the Bidder furnishing the Performance Security in accordance with ITB Clause 35 and signing the Agreement in accordance with ITB Sub-Clause 34.3.

Page 27: Tender_Doc__Vet_Lab,_August_28__2012.pdf

23

34.3 The Agreement shall incorporate all agreements between the Contracting Agency and the successful Bidder. It shall be signed by the Contracting Agency and sent to the successful Bidder, within 28 days following the Letter of Acceptance’s date. Within 21 days of receipt, the successful Bidder shall sign the Agreement and deliver it to the Contracting Agency.

34.4 The Purchaser shall publish in UNDB (United Nations Development Business) and in the Bank’s Internet website the results identifying the bid and lot numbers and the following information: (i) name of each bidder who submitted a bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each bid that was evaluated; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful bidders may request in writing to the Purchaser for a debriefing seeking explanations for the failure of their bids. The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, after publication of contract award requests the Purchaser in writing to explain on which grounds its bid was not selected.

35. Performance Security

35.1 Within 21 days after receipt of the Letter of Acceptance, the successful Bidder shall sign the contract and deliver to the Contracting Agency a Performance Security in the amount stipulated in the GCC and in the form (Bank Guarantee or Bond) stipulated in the BDS, denominated in the type and proportions of currencies in the Letter of Acceptance and in accordance with the GCC.

35.2 If the Performance Security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued at the Bidder’s option, by a bank located in the country of the Contracting Agency, or by a foreign bank acceptable to the Contracting Agency through a correspondent bank located in the Contracting Agency’s country.

35.3 If the Performance Security is to be provided by the successful Bidder in the form of a Bond, it shall be issued by a surety which the Bidder has determined to be acceptable to the Contracting Agency.

35.4 Failure of the successful Bidder to comply with the requirements of ITB Sub-Clauses 35.1 and 34.3 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security or execution of the Bid Validity Declaration. Upon the

Page 28: Tender_Doc__Vet_Lab,_August_28__2012.pdf

24

successful Bidder’s, signing of the Agreement and furnishing of the Performance Security pursuant to ITB Clause 35.1, the Contracting Agency shall promptly notify the name of the winning bidder to each unsuccessful bidder and shall discharge the Bid Securities of the unsuccessful bidders pursuant to ITB Clause 17.4.

36. Advance Payment and Security

36.1 The Contracting Agency shall provide an Advance Payment on the Contract Price as stipulated in the GCC, subject to a maximum amount, as stated in the BDS. The Advance Payment shall be guaranteed by a Security. Section X “Security Forms” provides a Bank Guarantee for Advance Payment form.

37. Adjudicator 37.1 The Contracting Agency proposes the person named in the BDS to be appointed as Adjudicator under the Contract, at an hourly fee specified in the BDS, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If, in the Letter of Acceptance, the Contracting Agency has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by the Appointing Authority designated in the BDS and the SCC at the request of either party.

Page 29: Tender_Doc__Vet_Lab,_August_28__2012.pdf

25

Section II. Bidding Data Sheet A. General

ITB 1.1

The Contracting Agency is Ministry of Agriculture, Agriculture Sector Development Unit

The name of the contract is

Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana

ADP 5/2012 is the identification number of contract

ITB 1.2 The Intended Completion Date is eight (8) months after the commencement date stated in the commencement order

ITB 2.1 The Borrower is Government of Guyana

ITB 2.1 The expression “Bank” used in this document includes the Inter-American Development Bank and the funds it administers. Requirements of IDB and any other fund administered by the IDB are identical; except in the case of eligibility where membership is different (See Eligible Countries Section). The expression “loans” include the financing instruments and methods, the technical cooperations (TC) and the financing of operations. The expression “Loan Contract” includes all the legal instruments under which the Bank operations are formalized

The Bank’s loan is: Agricultural Export Diversification Programme

Number: Loan No. 1929/BL-GY

Date: April 6, 2008

ITB 2.1 The Project is: Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana

ITB 5.3 The information required from bidders in ITB Sub-Clause 5.3 is modified as follows:

Item (a) shall now read “copies of original documents defining the constitution or incorporation, and principal place of business of the Bidder; written power of attorney of the signatory of the Bid to commit the Bidder”

Item (b) shall now read “Total monetary value of construction works performed for each of the last three years”

Item (c) shall now read “Experience in works of a similar nature and

Page 30: Tender_Doc__Vet_Lab,_August_28__2012.pdf

26

complexity for each of the last three (3) years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts”. Any previous experience in the construction of a laboratory at any time shall be stated.

Item 5.3(d) shall read

• “General electric and hand tools for building works

• Dump Truck (1) – 10 ton or larger

• Concrete mixer – 10/7 or larger

• Excavator – 12 ton”

Item (e) shall now read “qualifications and experience of key site management and technical personnel proposed for the Contract. A project or contract manager, part-time civil engineer, part-time HVAC (Heating, Ventilation and Air Conditioning) engineer, part-time electrical engineer, construction foreman and certified electrician each with at least five years experience are required for this project.”

Item (f) shall now read “reports on the financial standing of the Bidder, such as profit and loss statements and auditor’s reports for the past three years or a list of works done in the last three years, the clients, year works were done and the value of contracts”;

Item (g) shall now read “evidence of adequacy of working capital for this Contract (access to line(s) of credit issued after September 18, 2011 and availability of other financial resources) of not less than G$40M;

Item (h) shall read “authorization to seek references from the Bidder’s bankers”.

Item (i) shall now read “information regarding any litigation, current or during the last five (5) years, in which the Bidder was/is involved, the parties concerned, the disputed amounts and awards; bidders who have no current or past litigation in the last five years must clearly state so in their bid document”.

Item (j) : The ceiling for sub contractor's participation is 20%

ITB 5.3 (k) Details of suppliers/manufacturers for laboratory counter/cabinet units and laboratory equipment and fixtures including brochures etc.

ITB 5.4 The qualification data required from JVCA in ITB Sub-Clause 5.4 are modified as follows: none

ITB 5.5 The qualification criteria for Bidders in ITB Sub-Clause 5.5 are modified as

Page 31: Tender_Doc__Vet_Lab,_August_28__2012.pdf

27

follows:

ITB 5.5 (a) An average annual billing of construction work over the last 3 years which is at least equal to 50% bidder’s bid price.

ITB 5.5 (b) Experience as prime contractor in the construction of at least one work of a similar nature and value of over G$100M over the last three (3) years.

ITB 5.5 (c) Explain the following equipment shall be made available in a timely manner:

• General electric and hand tools for building works

• Dump Truck (1) – 10 ton or larger

• Concrete mixer – 10/7 or larger

• Excavator 12 ton

ITB 5.5 (d) Hire of one (1) project or contract manager, one (1) part-time civil engineer, one (1) part-time HVAC engineer, one (1) part-time electrical engineer, one (1) construction foreman, and one (1) certified electrician, each with at least 5 years experience in works of a similar nature.

ITB 5.5 (e) Liquid assets and/or credit facilities issued after September 18, 2011, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than G$40M.

ITB 5.6

Subcontractors’ experience and resources shall be taken into account.

B. Bidding Documents

ITB 10.1 The Contracting Agency’s address for clarification is:

Agriculture Sector Development Unit Address: Regent Street and Vlissengen Road, Georgetown Telephone: 592-227-3752 Fax: 592-225-9362 Email: [email protected]

C. Preparation of Bids

ITB 12.1

The language of all documents relating to the bid is: English

ITB 13.1 Any additional materials required to be completed and submitted by locally registered Bidders are as follows:

Valid GRA and NIS compliance certificates

Page 32: Tender_Doc__Vet_Lab,_August_28__2012.pdf

28

ITB 14.4 The rates and prices shall not be subject to price adjustment in accordance with GCC Clause 47.

ITB 15.1 The currency of the Contracting Agency’s country is Guyana Dollar

ITB 15.2

The source for establishing the rates of exchange shall be Bank of Guyana.

ITB 15.4

Bidders are required to clarify their foreign currency requirements and to substantiate that the amounts included in the rates and prices are reasonable and responsive to ITB Sub-Clause 15.1.

ITB 16.1 The Bid shall be valid for one hundred and twenty (120) days

ITB 17.1 Bid shall include a Bid Security issued by a bank or insurance company using the form for bid security (bank guarantee or bid bond) included in Section X Security Forms. The Bid Security shall be G$3,000,000 or an equivalent amount in a freely convertible currency. Local bidders who are desirous of using an insurance company to provide the bid security must use one of the companies listed in ITB 35.1 below.

ITB 17.2 The Bid Security amount is G$3,000,000 or an equivalent amount in a freely convertible currency.

ITB 18.1 Alternative Bids shall not be considered.

ITB 19.1

The number of copies of the Bid to be completed and submitted shall be one (1). This is in addition to the submission of the original document.

D. Submission of Bids

ITB 20.1 Bidders may submit their bids electronically: No

ITB 20.2 (a) The Contracting Agency’s address for the purpose of Bid submission is

Attention: Mr. Donald De Clou, The Chairman

Address: National Procurement and Tender Administration Board

Ministry of Finance Main and Urquhart Streets Georgetown Guyana

ITB 20.2 (b) Name and Identification number of the contract is as given in ITB 1.1 above.

ITB 20.2 (c) The warning should read “DO NOT OPEN BEFORE 9:00 hours on September 18, 2012”

Page 33: Tender_Doc__Vet_Lab,_August_28__2012.pdf

29

ITB 21.1 The deadline for submission of bids shall be BEFORE 9:00 hours on Tuesday September 18, 2012.

E. Bid Opening and Evaluation

ITB 24.1

The bid opening shall take place at:

Board Room National Procurement and Tender Administration Board Ministry of Finance Main and Urquhart Streets Georgetown, Guyana

Date: September 18, 2012; Time:9:00 hours

F. Award of Contract

ITB 35.1 The Standard Form of Performance Security acceptable to the Employer shall be: A Bank Guarantee from a commercial bank to the value of ten per cent (10%) of the Contract Price or a Performance Bond from an acceptable insurance company to the value of 30 percent (30%) of the Contract Price.

Local bidders who choose to obtain a Performance bond from an insurance company are advised that they must obtain same from among the insurance companies that are fully registered (not pending) with the Office of the Commissioner of Insurance of Guyana. The approved list is as follows:

• Diamond Fire & General Insurance Inc

• Frandec & Company Inc

• Guyana Co-operative Insurance Services Ltd

• Guyana & Trinidad Mutual Fire Insurance Company Ltd

• Guyana & Trinidad Mutual Life Insurance Company Ltd

• Hand-in-Hand Mutual Fire Insurance Company Ltd

• Hand-in-Hand Mutual Life Assurance Company Ltd

• North American Fire & General Insurance Company Ltd.

• North American Life Insurance Company Ltd.

• The Demerara Fire and General Insurance Company Ltd

Page 34: Tender_Doc__Vet_Lab,_August_28__2012.pdf

30

• The Demerara Mutual Life Assurance Society Ltd

• United Insurance (represented by John Fernandes Insurance Services Ltd)

ITB 36.1 The Advance Payment shall be limited to Twenty five percent (25%) of the Contract Price. Bank Guarantee or insurance bond shall be submitted with request for advance payment.

For local bidders, if a bond from an insurance company is submitted, it must be obtained from one of the acceptable insurance companies as outlined in Section ITB 35.1 above.

ITB 37.1 The Adjudicator proposed by the Contracting Agency is the Guyana Association of Professional Engineers.

The hourly fee for this proposed Adjudicator shall be…………………………………………………………………………………………………………………………………………………………………………………………….(G$................................................................). The biographical data of the proposed Adjudicator is as follows:

The Appointing Authority is Name:………………………………………………………………………

Address:………………………………………………………………………………….

Page 35: Tender_Doc__Vet_Lab,_August_28__2012.pdf

31

Section III. Eligible Countries

Eligibility for the Provision of Goods, Works and Services in Bank-Financed Procurement

Note: The expression “Bank” used in these documents includes the IDB, MIF and any other fund it administers. Depending on the financing source, the user must select one of the following 2 options for item number 1). The financing can come from the IDB, the Multilateral Investment Fund (MIF) or, occasionally, contracts may be financed out of special funds which further restricts eligibility criteria to a particular group of member countries. When the last option is selected, the eligibility criteria should be mentioned therein: ------------------------------------------------ 1) List of Member Countries when the Inter-American Development Bank is financing: a) Borrower Countries:

(i) Argentina, Bahamas, Barbados, Belize, Bolivia, Brazil, Colombia, Costa Rica, Chile, Dominican Republic, Ecuador, El Salvador, Guatemala, Guyana, Haiti, Honduras, Jamaica, Mexico, Nicaragua, Panama, Paraguay, Peru, Suriname, Trinidad & Tobago, Uruguay and Venezuela.

b) Non Borrower Countries

(ii) Austria, Belgium, Canada, China, Croatia, Denmark, Finland, France, Germany, Israel, Italy, Japan, Netherlands, Norway, People’s Republic of China, Portugal, Republic of Korea, Slovenia, Spain, Sweden, Switzerland, United Kingdom and United States.

----------------------------------------------

1) List of Countries when a Fund administered by the Bank is financing (Include the list of countries)] 2) Nationality and origin of Goods and Services Criteria These policy provisions make it necessary to establish criteria to determine: a) the nationality of the firms and individuals eligible to bid or participate in a bank-financed contract and b) the country of origin of goods, and services. For these determinations, the following criteria shall be used:

Page 36: Tender_Doc__Vet_Lab,_August_28__2012.pdf

32

A) Nationality

a) An individual is considered to be a national of a member country of the Bank if he or she meets either of the following requirements:

.

i. is a citizen of a member country; or

ii. has established his/her domicile in a member country as a “bona fide” resident and is legally entitled to work in the country of domicile.

b) A firm is considered to have the nationality of a member country if it meets the two following requirements:

i. is legally constituted or incorporated under the laws of a member country of the Bank; and

ii. more than fifty percent (50%) of the firm’s capital is owned by individuals or firms from member countries of the Bank.

All members of a JVCA and all subcontractors must meet the nationality criteria set forth above.

B) Origin of Goods. Goods have their origin in a member country of the Bank if they have been mined, grown, harvested, or produced in a member country of the Bank. A good has been produced when through manufacture, processing or assembly another commercially recognized article results that differs substantially in its basic characteristics, function or purpose of utility from its parts or components. For a good consisting of several individual components that need to be interconnected (either by the supplier, the purchaser or by a third party) to make the good operative and regardless of the complexity of the interconnection, the Bank considers that such good is eligible for financing if the assembly of the components took place in a member country, regardless of the origin of the components. When the good is a set of several individual goods that are normally packaged and sold commercially as a single unit, the good is considered to originate in the country where the set was packaged and shipped to the purchaser. For purpose of origin, goods labeled “made in the European Union” shall be eligible without the need to identify the corresponding specific country of the European Union.

The origin of materials, parts or components of the goods or the nationality of the firm that produces, assembles, distributes or sells the goods, does not determine the origin of the goods.

Page 37: Tender_Doc__Vet_Lab,_August_28__2012.pdf

33

The country of origin of services is that of the individual or firm providing the services as determined under the nationality criteria set forth above. These criteria apply to services ancillary to the supply of goods (such as transportation, insurance, erection, assembly, etc.), to construction services and to consulting services.

C) Origin of Services.

Page 38: Tender_Doc__Vet_Lab,_August_28__2012.pdf
Page 39: Tender_Doc__Vet_Lab,_August_28__2012.pdf

35

Section IV. Forms of Contractor’s Bid

Page 40: Tender_Doc__Vet_Lab,_August_28__2012.pdf

36

1. Contractor’s Bid

[Date]……………………………………… Identification No and Title of Contract: ………………………………………………

Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana

To: Agriculture Sector Development Unit Having examined the Bidding Documents, including addenda [insert list], we offer to execute the ………………………………………. Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana in accordance with the GCC accompanying this Bid for the Contract Price of………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………(G$......................................................................) The Contract shall be paid in the following currencies:

Currency Percentage payable in currency

Rate of exchange: [insert number of local currency units per unit of foreign currency]

Inputs for which foreign currency is required

(a) (b) (c) (d)

The advance payment required is:

Amount Currency (a) (b) (c) (d)

We accept the appointment of [insert name proposed in Bid Data Sheet] as the Adjudicator. [or]

Page 41: Tender_Doc__Vet_Lab,_August_28__2012.pdf

37

We do not accept the appointment of [insert name proposed in Bid Data Sheet] as the Adjudicator, and propose instead that ……………………………………………………………… [insert name] be appointed as Adjudicator, whose daily fees and biographical data are attached. This Bid and your written acceptance of it shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby confirm that this Bid complies with the Bid validity and, if required, Bid Security or Bid Validity Declaration as required by the Bidding Documents and specified in the BDS. We, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries in accordance with ITB Sub-Clause 4.1. In the case that the works contract includes the supplying of goods and related services, we guarantee that these goods and related services will have their origin in any member country of the Bank; We have no conflict of interest in accordance with ITB Sub-Clause 4.2; Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of the contract—has not been declared ineligible by the Bank, or under the Purchaser’s country laws or official regulations, in accordance with ITB Sub-Clauses 4.3 and 4.4. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and address of agent

Amount and Currency

Purpose of Commission or gratuity

(if none, state “none”)

Authorized Signature:

Name and Title of Signatory:

Name of Bidder:

Address:

Page 42: Tender_Doc__Vet_Lab,_August_28__2012.pdf

38

3. Qualification Information 1. Firms or

Members of JVCA

1.1 Incorporation, constitution or legal status of Bidder: [attach copy of document or letter of intent]

Place of constitution or incorporation: [insert]

Principal place of business: [insert]

Power of attorney of signatory of Bid: [attach]

1.2 Annual amounts of construction works performed during the last three years [insert amounts in the national currency or equivalent]

1.3 Experience in works of a similar nature and size is [insert number of works and information specified in ITB sub-clause 5.3(c)] [The amounts should be indicated in the same currency used for Item 1.2 above. Also list details of work under way or committed, including expected completion date(s).]

Project name and

country Name of client and

contact person Type of work performed and

year of completion Value of contract (national currency

equivalent ) (a) (b)

1.4 The major items of Contractor’s Equipment proposed for

carrying out the Works are: [List all information requested below in accordance with ITB Sub-Clause 5.3 (d).]

Item of

equipment Description, make,

and age (years) Condition (new, good, poor)

and number available Owned, leased (from whom?), or to

be purchased (from whom?) (a) (b)

1.5 The qualifications and experience of key personnel proposed are

attached. [Attach biographical data in accordance with ITB Sub-Clause 5.3 (e). See also GCC Sub-Clause 9.1 and SCC Sub-Clause 9.1. Include the list of such staff in the following table]

Position Name Years of experience

(general) Years of experience in

proposed position Part time Civil Engineer Construction Foreman

Page 43: Tender_Doc__Vet_Lab,_August_28__2012.pdf

39

Part time Electrical Engineer Certified Electrician Part – Time HVAC Engineer

1.6 The financial reports for the last 3 years or a list of works

done in the last 3 years, the clients, year works were done and the value of contracts, that are attached in accordance with ITB Sub-clause 5.3(f)

1.7 The evidence of access to financial resources in accordance with ITB Sub-clause 5.3(g) is: [List below and attach copies of support documents.]

1.8 Authorization with name, address, telephone, telex, and facsimile numbers of banks that may provide references if contacted by the Contracting Agency is attached in accordance with ITB 5.3(h).

1.9 The information on current litigation(s) in which the Bidder is involved is attached in accordance with ITB Sub-clause 5.3(i).

Other part(y)(ies) Cause of dispute and amount

involved Amount of award and

awardee (a) (b)

1.10 The proposed subcontracts and firms involved in accordance

with ITB 5.3(j) are: [Insert information in the table below. Also see GCC Clause 7 and SCC 7]\

Sections of the Works Value of

subcontract Subcontractor

(name and address) Experience in similar work

(a) (b)

1.11 Proposed Program (work method and schedule). Descriptions,

drawings, and charts, as necessary, to comply with the requirements of the Bidding Documents.

Page 44: Tender_Doc__Vet_Lab,_August_28__2012.pdf

40

2. Joint Venture, Consortium or Association (JVCA)

2.1 The information listed in 1.1 - 1.10 above shall be provided for each partner of the JVCA.

2.2 The information in 1.11 above shall be provided for the JVCA.

2.3 Attach the power of attorney of the signatory(ies) of the Bid authorizing signature of the Bid on behalf of the JVCA.

2.4 Attach the Agreement among all partners of the JVCA (and which is legally binding on all partners), which shows that:

(a) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(b) one of the partners shall be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the JVCA; and

(c) the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

3. Additional Requirements

3.1 Bidders should provide any additional information required in the BDS.

3.2 Local bidders must provide valid GRA and NIS compliance certificates in their bid proposal

3.3 Bidders must list any contracts within the last three years which have been terminated by their client.

3.4 Bidders must list all contracts within the last three years in which liquidated damages were imposed against them.

Page 45: Tender_Doc__Vet_Lab,_August_28__2012.pdf

41

4. Letter of Acceptance [letterhead paper of the Contracting Agency]

Date………………………………………….. Identification No and Title of Contract: ……………………………………… Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana To: ………………………………………………. This is to notify you that your Bid dated …………………………. for execution of the ……………………………. Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana for the Contract Price of the equivalent of………………………………………………………………………………………………………………………………………………………………………………………………….(G$..............................................................), as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency. [insert one of the following (a) or (b) options] (a) We accept that …………………………………………… be appointed as the

Adjudicator. (b) We do not accept that …………………………………………….. be appointed as

Adjudicator, and by sending a copy of this Letter of Acceptance to ……………………………………….. we are hereby requesting ……………………………………………………, the Appointing Authority, to appoint the Adjudicator in accordance with ITB Clause 37.1.

You are hereby instructed to (a) proceed with the execution of the said Works in accordance with the Contract Documents, (b) sign and return the attached Contract Documents, and (c) forward the performance security pursuant to ITB Sub-Clause 35.1, i.e., within 21 days after receipt of this Letter of Acceptance, and pursuant to GCC Sub-Clause 52.1 Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Agreement

Page 46: Tender_Doc__Vet_Lab,_August_28__2012.pdf

42

5. Agreement This Agreement, made the ………..day of ………………………,2012, between ……………………………………………………………….(hereinafter called “the Contracting Agency”) and ………………………………. (hereinafter called “the Contractor”) of the other part. Whereas the Contracting Agency is desirous that the Contractor execute Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana (hereinafter called “the Works”) and the Contracting Agency has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein. Now this Agreement witnesseth as follows: 1. In this Agreement, words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Contracting Agency to the

Contractor as hereinafter mentioned, the Contractor hereby covenants with the Contracting Agency to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

3. The Contracting Agency hereby covenants to pay the Contractor in consideration of

the execution and completion of the Works and the remedying of defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

In Witness whereof the parties thereto have signed this Agreement to be executed the day and year first before written. The Common Seal of [Witness entity] was hereunto affixed in the presence of: Signed, Sealed, and Delivered by the said in the presence of: Binding Signature of Contracting Agency ……………………………………………………… Binding Signature of Contractor …………………………………………………………………

Page 47: Tender_Doc__Vet_Lab,_August_28__2012.pdf

43

SectionV. General Conditions of Contract

Table of Clauses

A. General ..............................................................................................................................45 1. Definitions........................................................................................................45 2. Interpretation ....................................................................................................47 3. Language and Law ...........................................................................................48 4. Project Manager’s Decisions ...........................................................................48 5. Delegation ........................................................................................................48 6. Communications ..............................................................................................48 7. Subcontracting .................................................................................................48 8. Other Contractors .............................................................................................48 9. Personnel ..........................................................................................................48 10. Contracting Agency’s and Contractor’s Risks .................................................49 11. Contracting Agency’s Risks .............................................................................49 12. Contractor’s Risks ............................................................................................49 13. Insurance ..........................................................................................................50 14. Site Investigation Reports ................................................................................50 15. Queries about the Special Conditions of Contract ...........................................50 16. Contractor to Construct the Works ..................................................................50 17. The Works to Be Completed by the Intended Completion Date .....................51 18. Approval by the Project Manager ....................................................................51 19. Safety ...............................................................................................................51 20. Discoveries .......................................................................................................51 21. Possession of the Site .......................................................................................51 22. Access to the Site .............................................................................................51 23. Instructions, Inspections and Audits ................................................................51 24. Disputes............................................................................................................52 25. Procedure for Disputes .....................................................................................52 26. Replacement of Adjudicator ............................................................................52

B. Time Control .....................................................................................................................52 27. Program ............................................................................................................53 28. Extension of the Intended Completion Date ....................................................53 29. Acceleration .....................................................................................................53 30. Delays Ordered by the Project Manager ..........................................................54 31. Management Meetings .....................................................................................54 32. Early Warning ..................................................................................................54

C. Quality Control ................................................................................................................54 33. Identifying Defects ...........................................................................................54 34. Tests .................................................................................................................55 35. Correction of Defects .......................................................................................55

Page 48: Tender_Doc__Vet_Lab,_August_28__2012.pdf

44

36. Uncorrected Defects .........................................................................................55

D. Cost Control ......................................................................................................................55 37. Bill of Quantities ..............................................................................................55 38. Changes in the Quantities ................................................................................55 39. Variations .........................................................................................................56 40. Payments for Variations ...................................................................................56 41. Cash Flow Forecasts ........................................................................................56 42. Payment Certificates ........................................................................................56 43. Payments ..........................................................................................................57 44. Compensation Events.......................................................................................57 45. Tax ...................................................................................................................59 46. Currencies ........................................................................................................59 47. Price Adjustment ..............................................................................................59 48. Retention ..........................................................................................................60 49. Liquidated Damages ........................................................................................60 50. Bonus ...............................................................................................................60 51. Advance Payment ............................................................................................61 52. Securities ..........................................................................................................61 53. Daywork ...........................................................................................................61 54. Cost of Repairs .................................................................................................62

E. Finishing the Contract .....................................................................................................62 55. Completion .......................................................................................................62 56. Taking Over .....................................................................................................62 57. Final Account ...................................................................................................62 58. Operating and Maintenance Manuals ..............................................................62 59. Termination ......................................................................................................62 60. Fraud and Corruption .............................................................................................64 61. Payment upon Termination ..............................................................................67 62. Property ............................................................................................................68 63. Release from Performance ...............................................................................68 64. Payment’s Suspension of Bank Loan ...............................................................68 65. Eligibility ...............................................................................................................68

Page 49: Tender_Doc__Vet_Lab,_August_28__2012.pdf

45

General Conditions of Contract

A. General 1. Definitions 1.1 Boldface type is used to identify defined terms.

(a) The Adjudicator is the person appointed jointly by the Contracting Agency and the Contractor to resolve disputes in the first instance, as provided for in GCC Clauses 24 and 25 hereunder.

(b) Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

(c) Compensation Events are those defined in GCC Clause 44 hereunder.

(d) The Completion Date is the date of completion of the Works as certified by the Project Manager, in accordance with GCC Sub-Clause 55.1.

(e) The Contract is the Contract between the Contracting Agency and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in GCC Clause 2.3 below.

(f) The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Contracting Agency.

(g) The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Contracting Agency.

(h) The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

(i) Days are calendar days; months are calendar months.

(j) Dayworks are varied work inputs subject to payment on a time basis for the Contractor’s employees and Equipment, in addition to payments for associated Materials and Plant.

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

Page 50: Tender_Doc__Vet_Lab,_August_28__2012.pdf

46

(l) The Defects Liability Certificate is the certificate issued by Project Manager upon correction of defects by the Contractor.

(m) The Defects Liability Period is the period named in the SCC Sub-Clause 35.1 and calculated from the Completion Date.

(n) Drawings include calculations and other information provided or approved by the Project Manager for the execution of the Contract.

(o) The Contracting Agency is the party who employs the Contractor to carry out the Works, as specified in the SCC.

(p) Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

(q) The Initial Contract Price is the Contract Price listed in the Contracting Agency’s Letter of Acceptance.

(r) The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the SCC. The Intended Completion Date may be revised only by the Project Manager by issuing an extension of time or an acceleration order.

(s) Materials are all supplies, including consumables, used by the Contractor for incorporation in the Works.

(t) Plant is any integral part of the Works that shall have a mechanical, electrical, chemical, or biological function.

(u) The Project Manager is the person named in the SCC (or any other competent person appointed by the Contracting Agency and notified to the Contractor, to act in replacement of the Project Manager) who is responsible for supervising the execution of the Works and administering the Contract.

(v) SCC means Special Conditions of Contract

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

(x) Site Investigation Reports are those that were included in the bidding documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

Page 51: Tender_Doc__Vet_Lab,_August_28__2012.pdf

47

(y) Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Project Manager.

(z) The Start Date is given in the SCC. It is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

(aa) A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract, which includes work on the Site.

(bb) Temporary Works are works designed, constructed, installed, and removed by the Contractor that are needed for construction or installation of the Works.

(cc) A Variation is an instruction given by the Project Manager which varies the Works.

(dd) The Works are what the Contract requires the Contractor to construct, install, and turn over to the Contracting Agency, as defined in the SCC.

2. Interpretation 2.1 In interpreting these GCC, singular also means plural, male also means female, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Project Manager shall provide instructions clarifying queries about these GCC.

2.2 If sectional completion is specified in the SCC, references in the GCC to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).

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

(ee) Agreement,

(ff) Letter of Acceptance,

(gg) Contractor’s Bid,

(hh) Special Conditions of Contract,

(ii) General Conditions of Contract,

Page 52: Tender_Doc__Vet_Lab,_August_28__2012.pdf

48

(jj) Specifications,

(kk) Drawings,

(ll) Bill of Quantities, and

(mm) any other document listed in the SCC as forming part of the Contract.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the SCC.

4. Project Manager’s Decisions

4.1 Except where otherwise specifically stated, the Project Manager shall decide contractual matters between the Contracting Agency and the Contractor in the role representing the Contracting Agency.

5. Delegation 5.1 The Project Manager may delegate any of his duties and responsibilities to other people, except to the Adjudicator, after notifying the Contractor, and may cancel any delegation after notifying the Contractor.

6. Communica-tions

6.1 Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is delivered.

7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Project Manager, but may not assign the Contract without the approval of the Contracting Agency in writing. Subcontracting shall not alter the Contractor’s obligations.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Contracting Agency between the dates given in the Schedule of Other Contractors, as referred to in the SCC. The Contractor shall also provide facilities and services for them as described in the Schedule. The Contracting Agency may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification.

9. Personnel 9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel, as referred to in the SCC, to carry out the functions stated in the Schedule or other personnel approved by the Project Manager. The Project Manager shall approve any proposed replacement of key personnel only if their relevant qualifications and abilities are substantially equal to or better than those of the personnel listed in the Schedule.

9.2 If the Project Manager asks the Contractor to remove a person

Page 53: Tender_Doc__Vet_Lab,_August_28__2012.pdf

49

who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Contracting Agency’s and Contractor’s Risks

10.1 The Contracting Agency carries the risks which this Contract states are the Contracting Agency’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

11. Contracting Agency’s Risks

11.1 From the Start Date until the Defects Correction Certificate has been issued, the following are the Contracting Agency’s risks:

(a) The risk of personal injury, death, or loss of or damage to property (excluding the Works, Plant, Materials, and Equipment), which are due to

(i) use or occupation of the Site by the Works or for the purpose of the Works, which is the unavoidable result of the Works or

(ii) negligence, breach of statutory duty, or interference with any legal right by the Contracting Agency or by any person employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Contracting Agency or in the Contracting Agency’s design, or due to war or radioactive contamination directly affecting the country where the Works are to be executed.

11.2 From the Completion Date until the Defects Correction Certificate has been issued, the risk of loss of or damage to the Works, Plant, and Materials is a Contracting Agency’s risk except loss or damage due to

(a) a Defect which existed on the Completion Date,

(b) an event occurring before the Completion Date, which was not itself a Contracting Agency’s risk, or

(c) the activities of the Contractor on the Site after the Completion Date.

12. Contractor’s Risks

12.1 From the Starting Date until the Defects Correction Certificate has been issued, the risks of personal injury, death, and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment) which are not Contracting

Page 54: Tender_Doc__Vet_Lab,_August_28__2012.pdf

50

Agency’s risks are Contractor’s risks.

13. Insurance 13.1 The Contractor shall provide, in the joint names of the Contracting Agency and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the SCC for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant, and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection with the Contract; and

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Project Manager for the Project Manager’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Contracting Agency may effect the insurance which the Contractor should have provided and recover the premiums the Contracting Agency has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Project Manager.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in the SCC, supplemented by any information available to the Bidder.

15. Queries about the Special Conditions of Contract

15.1 The Project Manager shall clarify queries on the SCC.

16. Contractor to Construct the

16.1 The Contractor shall construct and install the Works in accordance with the Specifications and Drawings.

Page 55: Tender_Doc__Vet_Lab,_August_28__2012.pdf

51

Works

17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program submitted by the Contractor, as updated with the approval of the Project Manager, and complete them by the Intended Completion Date.

18. Approval by the Project Manager

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Project Manager, who is to approve them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The Project Manager’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Project Manager before their use.

19. Safety 19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries 20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Contracting Agency. The Contractor shall notify the Project Manager of such discoveries and carry out the Project Manager’s instructions for dealing with them.

21. Possession of the Site

21.1 The Contracting Agency shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the SCC, the Contracting Agency shall be deemed to have delayed the start of the relevant activities, and this shall be a Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Project Manager and any person authorized by the Project Manager access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

23. Instructions, Inspections and Audits

23.1 The Contractor shall carry out all instructions of the Project Manager which comply with the applicable laws where the Site is

Page 56: Tender_Doc__Vet_Lab,_August_28__2012.pdf

52

located.

23.2 The Contractor shall permit the Bank to inspect their accounts, records and other documents relating to the submission of bids and contract performance and to have them audited by auditors appointed by the Bank. The Contractor shall maintain all documents and records related to the Bank-financed project for five (5) years after completion of the work. The Contractor shall deliver any document necessary for the investigation of allegations of fraud or corruption and require to employees or agents with knowledge of the Bank-financed project to respond to questions from the Bank.

24. Disputes 24.1 If the Contractor believes that a decision taken by the Project Manager was either outside the authority given to the Project Manager by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Project Manager’s decision.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

25.2 The Adjudicator shall be paid by the hour at the rate specified in the BDS and SCC, together with reimbursable expenses of the types specified in the SCC, and the cost shall be divided equally between the Contracting Agency and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator’s written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator’s decision shall be final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedures published by the institution named and in the place specified in the SCC.

26. Replacement of Adjudicator

26.1 Should the Adjudicator resign or die, or should the Contracting Agency and the Contractor agree that the Adjudicator is not functioning in accordance with the provisions of the Contract, a new Adjudicator shall be jointly appointed by the Contracting Agency and the Contractor. In case of disagreement between the Contracting Agency and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the SCC at the request of either party, within 14 days of receipt of such request.

B. Time Control

Page 57: Tender_Doc__Vet_Lab,_August_28__2012.pdf

53

27. Program

27.1 Within the time stated in the SCC, after the date of the Letter of Acceptance, the Contractor shall submit to the Project Manager for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works.

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

27.3 The Contractor shall submit to the Project Manager for approval an updated Program at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program within this period, the Project Manager may withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

27.4 The Project Manager’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Project Manager again at any time. A revised Program shall show the effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

28.1 The Project Manager shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work, which would cause the Contractor to incur additional cost.

28.2 The Project Manager shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Project Manager for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

29. Acceleration 29.1 When the Contracting Agency wants the Contractor to finish before the Intended Completion Date, the Project Manager shall obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Contracting Agency accepts these proposals, the Intended Completion Date shall be adjusted accordingly and confirmed by both the Contracting Agency and

Page 58: Tender_Doc__Vet_Lab,_August_28__2012.pdf

54

the Contractor.

29.2 If the Contractor’s priced proposals for an acceleration are accepted by the Contracting Agency, they are incorporated in the Contract Price and treated as a Variation.

30. Delays Ordered by the Project Manager

30.1 The Project Manager may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings

31.1 Either the Project Manager or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

31.2 The Project Manager shall record the business of management meetings and provide copies of the record to those attending the meeting and to the Contracting Agency. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

32. Early Warning 32.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Project Manager in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Project Manager.

C. Quality Control 33. Identifying

Defects 33.1 The Project Manager shall check the Contractor’s work and

notify the Contractor of any Defects that are found. Such

Page 59: Tender_Doc__Vet_Lab,_August_28__2012.pdf

55

checking shall not affect the Contractor’s responsibilities. The Project Manager may instruct the Contractor to search for a Defect and to uncover and test any work that the Project Manager considers may have a Defect.

34. Tests 34.1 If the Project Manager instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect, the test shall be a Compensation Event.

35. Correction of Defects

35.1 The Project Manager shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the SCC. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Project Manager’s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Project Manager’s notice, the Project Manager shall assess the cost of having the Defect corrected, and the Contractor shall pay this amount.

D. Cost Control 37. Bill of

Quantities 37.1 The Bill of Quantities shall contain items for the construction,

installation, testing, and commissioning work to be done by the Contractor.

37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 1 percent of the Initial Contract Price, the Project Manager shall adjust the rate to allow for the change.

38.2 The Project Manager shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 15 percent, except with the prior approval of the Contracting Agency.

Page 60: Tender_Doc__Vet_Lab,_August_28__2012.pdf

56

38.3 If requested by the Project Manager, the Contractor shall provide the Project Manager with a detailed cost breakdown of any rate in the Bill of Quantities.

39. Variations 39.1 All Variations shall be included in updated Programs produced by the Contractor.

40. Payments for Variations

40.1 The Contractor shall provide the Project Manager with a quotation for carrying out the Variation when requested to do so by the Project Manager. The Project Manager shall assess the quotation, which shall be given within seven (7) days of the request or within any longer period stated by the Project Manager, before the Variation is ordered.

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Project Manager, the quantity of work above the limit stated in Sub-Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work.

40.3 If the Contractor’s quotation is unreasonable, the Project Manager may order the Variation and make a change to the Contract Price, which shall be based on the Project Manager’s own forecast of the effects of the Variation on the Contractor’s costs.

40.4 If the Project Manager decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event.

40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

41. Cash Flow Forecasts

41.1 When the Program is updated, the Contractor shall provide the Project Manager with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted as necessary using the Contract exchange rates.

42. Payment Certificates

42.1 The Contractor shall submit to the Project Manager monthly statements of the estimated value of the work executed less the cumulative amount certified previously.

Page 61: Tender_Doc__Vet_Lab,_August_28__2012.pdf

57

42.2 The Project Manager shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

42.3 The value of work executed shall be determined by the Project Manager.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities that have been completed.

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.

42.6 The Project Manager may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

43. Payments 43.1 Payments shall be adjusted for deductions for advance payments and retention. The Contracting Agency shall pay the Contractor the amounts certified by the Project Manager within 28 days of the date of each certificate. If the Contracting Agency makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made at the prevailing rate of interest for commercial borrowing for each of the currencies in which payments are made.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

43.3 Unless otherwise stated, all payments and deductions shall be paid or charged in the proportions of currencies comprising the Contract Price.

43.4 Items of the Works for which no rate or price has been entered in shall not be paid for by the Contracting Agency and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following shall be Compensation Events:

(a) The Contracting Agency does not give access to a part of the Site by the Site Possession Date pursuant to GCC Sub-

Page 62: Tender_Doc__Vet_Lab,_August_28__2012.pdf

58

Clause 21.1.

(b) The Contracting Agency modifies the Schedule of Other Contractors in a way that affects the work of the Contractor under the Contract.

(c) The Project Manager orders a delay or does not issue Drawings, Specifications, or instructions required for execution of the Works on time.

(d) The Project Manager instructs the Contractor to uncover work done, or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Project Manager unreasonably does not approve a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.

(g) The Project Manager gives an instruction for dealing with an unforeseen condition, caused by the Contracting Agency, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Contracting Agency do not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effects on the Contractor of any of the Contracting Agency’s Risks.

(k) The Project Manager unreasonably delays issuing a Certificate of Completion.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date shall be extended. The Project Manager shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each

Page 63: Tender_Doc__Vet_Lab,_August_28__2012.pdf

59

Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Project Manager, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Project Manager shall adjust the Contract Price based on the Project Manager’s own forecast. The Project Manager shall assume that the Contractor shall react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Contracting Agency’s interests are adversely affected by the Contractor’s not having given early warning or not having cooperated with the Project Manager.

45. Tax 45.1 The Project Manager shall adjust the Contract Price if taxes, duties, and other levies are changed between the date 28 days before the submission of bids for the Contract and the date of the last Completion certificate. The adjustment shall be the change in the amount of tax payable by the Contractor, provided such changes are not already reflected in the Contract Price or are a result of GCC Clause 47.

46. Currencies 46.1 Where payments are made in currencies other than the currency of the Contracting Agency’s country specified in the SCC, the exchange rates used for calculating the amounts to be paid shall be the exchange rates stated in the Contractor’s Bid.

47. Price Adjustment

47.1 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the SCC. If so provided, the amounts certified in each payment certificate, before deducting for Advance Payment, shall be adjusted by applying the respective price adjustment factor to the payment amounts due in each currency. A separate formula of the type indicated below applies to each Contract currency:

Pc = Ac + Bc (Imc/Ioc)

where:

Pc is the adjustment factor for the portion of the Contract Price payable in a specific currency “c.”

Ac and Bc are coefficients specified in the SCC, representing the nonadjustable and adjustable portions, respectively, of the Contract Price payable in that specific currency “c;” and

Imc is the index prevailing at the end of the month being invoiced and Ioc is the index prevailing 28 days before Bid opening for inputs payable; both in the specific currency

Page 64: Tender_Doc__Vet_Lab,_August_28__2012.pdf

60

“c.”

47.2 If the value of the index is changed after it has been used in a calculation, the calculation shall be corrected and an adjustment made in the next payment certificate. The index value shall be deemed to take account of all changes in cost due to fluctuations in costs.

48. Retention 48.1 The Contracting Agency shall retain from each payment due to the Contractor the proportion stated in the SCC until Completion of the whole of the Works.

48.2 On completion of the whole of the Works and the Project Manager certification of completion of the works according to GCC Sub-Clause 55.1, half the total amount retained shall be repaid to the Contractor and half when the Defects Liability Period has passed and the Project Manager has certified that all Defects notified by the Project Manager to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole Works and the Project Manager certification of completion of the works according to GCC Sub-Clause 55.1, the Contractor may substitute retention money with an “on demand” Bank guarantee.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Contracting Agency at the rate per day stated in the SCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the SCC. The Contracting Agency may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor’s liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Project Manager shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC Sub-Clause 43.1.

50. Bonus 50.1 The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the SCC for each day (less any days for which the Contractor is paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Project Manager shall certify that the Works are complete,

Page 65: Tender_Doc__Vet_Lab,_August_28__2012.pdf

61

although they may not be due to be complete.

51. Advance Payment

62.1The Contracting Agency shall make advance payment to the Contractor of the amounts stated in the SCC by the date stated in the SCC, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the

62.2Contracting Agency in amounts and currencies equal to the advance payment. The Guarantee shall remain effective until the advance payment has been repaid, but the amount of the Guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest shall not be charged on the advance payment.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Project Manager.

51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, Bonuses, or Liquidated Damages.

52. Securities 52.1 The Performance Security shall be provided to the Contracting Agency no later than the date specified in the Letter of Acceptance and shall be issued in an amount specified in the SCC, by a bank or surety acceptable to the Contracting Agency, and denominated in the types and proportions of the currencies in which the Contract Price is payable. The Performance Security shall be valid until a date 28 days later than the date of issue of the Certificate of Completion in the case of a Bank Guarantee, and until one year later than the date of issue of the Completion Certificate in the case of a Performance Bond.

53. Daywork 53.1 If applicable, the Daywork rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Project Manager has given written instructions in advance for additional work to be paid for in that way.

53.2 All work to be paid for as Daywork shall be recorded by the Contractor on forms approved by the Project Manager. Each

Page 66: Tender_Doc__Vet_Lab,_August_28__2012.pdf

62

completed form shall be verified and signed by the Project Manager within two days of the work being done.

53.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks forms.

54. Cost of Repairs

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

E. Finishing the Contract

55. Completion 55.1 The Contractor shall request the Project Manager to issue a

certificate of Completion of the Works, and the Project Manager shall do so upon deciding that the work is completed.

56. Taking Over 56.1 The Contracting Agency shall take over the Site and the Works within seven (7) days of the Project Manager’s issuing a certificate of Completion.

57. Final Account 57.1 The Contractor shall supply the Project Manager with a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Project Manager shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Project Manager shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Project Manager shall decide on the amount payable to the Contractor and issue a payment certificate.

58. Operating and Maintenance Manuals

58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the SCC.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the SCC, or they do not receive the Project Manager’s approval, the Project Manager shall withhold the amount stated in the SCC from payments due to the Contractor.

59. Termination 59.1 The Contracting Agency or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract.

Page 67: Tender_Doc__Vet_Lab,_August_28__2012.pdf

63

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

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Project Manager;

(b) the Project Manager instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within 28 days;

(c) the Contracting Agency or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Project Manager is not paid by the Contracting Agency to the Contractor within 84 days of the date of the Project Manager’s certificate;

(e) the Project Manager gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Project Manager;

(f) the Contractor does not maintain a Security, which is required; (g) the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the SCC.

(h) if the Contractor, in the judgment of the Contracting Agency has engaged in fraud or corruption in competing for or in executing the Contract, as established in the Fraud and Corruption Policies of the Inter-American Development Bank, indicated in Clause 60 of these GCC.

59.3 When either party to the Contract gives notice of a breach of Contract to the Project Manager for a cause other than those listed under GCC Sub-Clause 59.2 above, the Project Manager shall decide whether the breach is fundamental or not.

59.4 Notwithstanding the above, the Contracting Agency may terminate the Contract for convenience at any time.

59.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as

Page 68: Tender_Doc__Vet_Lab,_August_28__2012.pdf

64

soon as reasonably possible.

60. Fraud and Corruption

60.1 The Bank requires that all borrowers (including grant beneficiaries), executing agencies and contracting agencies as well as all firms, entities and individuals bidding for or participating in a Bank-financed project including, inter alia, borrowers, bidders, suppliers, contractors, consultants and concessionaires (including their respective officers, employees and agents), adhere to the highest ethical standards, and report to the Bank all suspected acts of fraud or corruption of which they have knowledge or become aware both during the Bidding Process and throughout negotiation or execution of a contract. Fraud and corruption are prohibited. Fraud and corruption include acts of: (a) corrupt practice, (b) fraudulent practice, (c) coercive practice and (d) collusive practice. The definitions of actions set forth below involve the most common types of fraud and corruption, but are not exhaustive. For this reason, the Bank shall also take action in the event of any similar deed or complaint involving alleged acts of fraud and corruption, even when these are not specified in the following list. The Bank shall in all cases proceed with the established procedure referred to in Clause GCC 62.1 (c).

(a) The Bank defines, for the purposes of this provision, the terms set forth below:

(i) A corrupt practice is the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party;

(ii) A fraudulent practice is any act or omission, including a misrepresentation, that knowingly or reckl essly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) A coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to improperly influence the actions of a party; and

(iv) A collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

(b) If the Bank, in accordance with its administrative procedures, demonstrates that any firm, entity or

Page 69: Tender_Doc__Vet_Lab,_August_28__2012.pdf

65

individual bidding for or participating in a Bank-financed project including, inter alia, borrowers, bidders, suppliers, contractors, subcontractors, consultants, and concessionaires, executing agencies or contracting agency (including their respective officers, employees and agents) has engaged in an act of fraud or corruption, the Bank may:

(i). decide not to finance any proposal to award a contract or a contract awarded for works, goods, and related services financed by the Bank;

(ii). suspend disbursement of the operation if it is determined at any stage that evidence is sufficient to support a finding that an employee, agent or representative of the Borrower, Executing Agency or Contracting Agency has engaged in an act of fraud or corruption;

(iii). cancel and/or accelerate repayment of, the portion of a loan or grant earmarked for a contract, when there is evidence that the representative of the Borrower, or Beneficiary of a grant, has not taken the adequate remedial measures within a time period which the Bank considers reasonable, and in accordance with the due process guarantees of the borrowing country’s legislation;

(iv). issue a reprimand in the form of a formal letter of censure of the firm, entity or individual’s behavior;

(v). issue a declaration that an individual, entity or firm is ineligible, either permanently or for a stated period of time, to be awarded or participate in contracts under Bank-financed projects except under such conditions as the Bank deems to be appropriate;

(vi). refer the matter to appropriate law enforcement authorities; and/or

(vii). impose other sanctions that it deems to be appropriate under the circumstances, including the imposition of fines representing reimbursement of the Bank for costs associated with investigations and proceedings. Such other sanctions may be

Page 70: Tender_Doc__Vet_Lab,_August_28__2012.pdf

66

imposed in addition to or in lieu of other sanctions.

(c) The Bank has established administrative procedures for cases of allegations of fraud and corruption within the procurement process or the execution of a contract financed by the Bank which are available at the Bank’s website (www.iadb.org)

(d) Payments are expressly conditional upon the claimant’s participation in the procurement process conformed with all applicable Bank policies on Fraud and Corruption described in this Clause GCC 60; and

, as updated from time to time. To that effect any complaint shall be submitted to the Bank’s Office of Institutional Integrity (OII) for the appropriate investigation. Allegations may be presented confidentially or anonymously;

(e) The imposition of any action to be taken by the Bank pursuant to the provisions referred to paragraph (b) of this Clause may be public or private, in accordance with the policies of the Bank;

60.2 The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring bidders, suppliers, Contractors, subcontractors, consultants and concessionaires permit the Bank to inspect their accounts and records and any other documents relating to the submission of bids and contract performance and to have them audited by auditors appointed by the Bank. The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring bidders, suppliers, Contractors, subcontractors, consultants and concessionaires to: (i) maintain all documents and records related to the Bank-financed project for three (3) years after completion of the work contemplated in the relevant Contract; and (ii) deliver any document necessary for the investigation of allegations of fraud or corruption and make available to the Bank the employees or agents of the bidders, suppliers, Contractors, subcontractors, consultants or concessionaires with knowledge of the Bank-financed project to respond to questions from Bank personnel or any properly designated investigator, agent, auditor or consultant relating to the review or audit of the documents. If the Bidder, supplier, contractor, subcontractor, consultant or concessionaire fails to comply with the Bank’s request, or otherwise obstruct the Bank’s review of the matter, the Bank, in its sole discretion, may take appropriate action against the Bidder, supplier, contractor,

Page 71: Tender_Doc__Vet_Lab,_August_28__2012.pdf

67

subcontractor, consultant or concessionaire.

60.3 The Contractor represents and warrants:

(a) that they have read and understood the Bank’s prohibition against fraud and corruption and agrees to abide by the applicable rules;

(b) that they have not engaged in any violation of policies on fraud and corruption described herein;

(c) that they have not misrepresented or concealed any material facts during the procurement or contract negotiation processes or performance of the contract;

(d) that neither they nor any of their directors, officers or principal shareholders have been declared ineligible to be awarded Bank-financed contracts or have been convicted of a crime involving fraud or corruption;

(e) that none of their directors, officers or principal shareholders has been a director, officer or principal shareholder of any other company or entity that has been declared ineligible to be awarded a Bank-financed contract or has been convicted of a crime involving fraud or corruption;

(f) that all commissions, agents’ fees, facilitating payments or revenue-sharing agreements related to the Bank-financed contract or consulting agreement have been disclosed;

(g) that they acknowledge that the breach of any of these warranties constitute a basis for the imposition of any or a combination of the measures described in Clause 60 (b).

61. Payment upon Termination

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

61.2 If the Contract is terminated for the Contracting Agency’s convenience or because of a fundamental breach of Contract by the Contracting Agency, the Project Manager shall issue a

Page 72: Tender_Doc__Vet_Lab,_August_28__2012.pdf

68

certificate for the value of the work done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

62. Property 62.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Contracting Agency if the Contract is terminated because of the Contractor’s default.

63. Release from Performance

63.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Contracting Agency or the Contractor, the Project Manager shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

64. Payment’s Suspension of Bank Loan

64.1 In the event that the Bank suspends the Loan or Credit to the Contracting Agency, from which part of the payments to the Contractor are being made:

(a) The Contracting Agency is obligated to notify the Contractor of such suspension within 7 days of having received the Bank’s suspension notice.

(b) If the Contractor has not received sums due it within the 28 days for payment provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination notice.

65. Eligibility 65.1 The Contractor and its Subcontractors shall have the nationality of a Bank’s member country. A Contractor or Subcontractor shall be deemed to have the nationality of a country if it complies with the following requirements:

(a) An individual is considered to be a national of a member country of the Bank if he or she meets either of the following requirements:

(i) is a citizen of a member country; or

(ii) has established his/her domicile in a member country as a “bona fide” resident and is legally entitled to work in the country of domicile.

Page 73: Tender_Doc__Vet_Lab,_August_28__2012.pdf

69

(a) A firm is considered to have the nationality of a member country if it meets the two following requirements:

(i) is legally constituted or incorporated under the laws of a member country of the Bank; and

(ii) more than fifty percent (50%) of the firm’s capital is owned by individuals or firms from member countries of the Bank.

65.2 All members of a JVCA and all subcontractors must meet the nationality criteria set forth above.

65.3 All the Goods and Related Services to be supplied under the Contract and financed by the Bank shall have their origin in any Bank’s member country. Goods have their origin in a member country of the Bank if they have been mined, grown, harvested, or produced in a member country of the Bank. A good has been produced when through manufacture, processing or assembly another commercially recognized article results that differs substantially in its basic characteristics, function or purpose of utility from its parts or components.

Page 74: Tender_Doc__Vet_Lab,_August_28__2012.pdf

70

Section VI. Special Conditions of Contract

A. General

GCC 1.1 (m) The Defects Liability Period is six (6) months

GCC 1.1 (o) The Contracting Agency is Ministry of Agriculture, Agriculture Sector Development Unit

GCC 1.1 (r) The Intended Completion Date for the whole of the Works shall be eight (8) months after the commencement date stated in the commencement order

GCC 1.1 (u) The Project Manager is the Director, Agriculture Sector Development Unit or anyone nominated by her.

GCC 1.1 (w) The Sites are located at Mon Repos in the Veterinary Diagnostic Compound, Mon Repos in Region No. 4 and is defined in drawing No. 1.

GCC 1.1 (z) The Start Date shall be as stated in the commencement order

GCC 1.1 (dd) The Works consist of the

Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana

GCC 2.2 Sectional Completions with different completion date to the completion date for the whole works are: N/A

GCC 2.3(i) The following documents also form part of the Contract: N/A

GCC 3.1 The language of the contract is English

The law that applies to the Contract is the law of Guyana

GCC 8.1 Schedule of other contractors: N/A

GCC 9.1 Key Personnel: Part-time Civil Engineer – qualified with B.Sc. in Civil Engineer and at least 5 years relevant experience

Part – time HVAC Engineer – qualified with B.Sc. in Engineering and at least 5 years relevant experience

Construction Foreman – with at least 5 years relevant experience

Part - time Electrical Engineer – qualified with B.Sc. in Electrical Engineer and at least 5 years relevant experience

Page 75: Tender_Doc__Vet_Lab,_August_28__2012.pdf

71

Certified Electrician – with at least 5 years relevant experience

GCC 13.1 The minimum insurance amounts and deductibles shall be:

(a) for loss or damage to the Works, Plant and Materials: GYD 5,000,000

(b) For loss or damage to Equipment: GYD 5,000,000

(c) for loss or damage to property (except the Works, Plant, Materials, and Equipment) in connection with Contract GYD 5,000,000

(d) for personal injury or death:

(i) of the Contractor’s employees: GYD 10,000,000

(ii) of other people: GYD 10,000,000

GCC 14.1 Site Investigation Reports are: None

The Contractor shall visit the site and make all necessary assessment before and during the preparation of his tender.

GCC 21.1 The Site Possession Date(s) shall be: the date identified in the commencement order

GCC 25.2 Fees and types of reimbursable expenses to be paid to the Adjudicator: …………………………………………………………………………………[insert hourly fees and reimbursable expenses].

GCC 25.3

Institution whose arbitration procedures shall be used:

For locally registered firms: Guyana Association of Professional Engineers

For firms not locally registered:

“United Nations Commission on International Trade Law (UNCITRAL) Arbitration Rules:

Sub-Clause 25.3—Any dispute, controversy, or claim arising out of or relating to this Contract, or breach, termination, or invalidity thereof, shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules as at present in force.”

The place of arbitration shall be: Guyana

GCC 26.1 Appointing Authority for the Adjudicator:

Page 76: Tender_Doc__Vet_Lab,_August_28__2012.pdf

72

……………………………………………………………………….

B. Time Control

GCC 27.1 The Contractor shall submit for approval by the Project Manager a Program for the Works within fourteen (14) days from the date of the Letter of Acceptance.

GCC 27.3 The period between Program updates is twenty eight (28) days.

The amount to be withheld for late submission of an updated Program is nil.

C. Quality Control

GCC 35.1 The Defects Liability Period is: six (6) months.

D. Cost Control

GCC 46.1 The currency of the Contracting Agency’s country is: Guyana Dollar

GCC 47.1 The Contract is not subject to price adjustment in accordance with GCC Clause 47, and the following information regarding coefficients does not apply.

The coefficients for adjustment of prices are: N/A

GCC 48.1 The proportion of payments retained is: ten percent (10%) subject to a maximum of five percent (5%) of the contract sum

GCC 49.1 The liquidated damages for the whole of the Works are 0.25% per day. The maximum amount of liquidated damages for the whole of the Works is five percent (5%) of the final Contract Price.

GCC 50.1 N/A

GCC 51.1 The advance Payment shall be: twenty percent (25%) and shall be paid to the Contractor no later than twenty eight (28) days after the submission of an advance payment bond acceptable to the client (see ITB 36.1 of the Bid Data Sheet)

GCC 52.1 The Performance Security amount is:

(a) Bank Guarantee or performance bond from an acceptable insurance company (see ITB 35.1 of Bid Data Sheet): ten percent (10%) of the contract sum if a Bank Guarantee is used or thirty per cent (30%) of the contract sum if a performance bond from an insurance company is used

Page 77: Tender_Doc__Vet_Lab,_August_28__2012.pdf

73

E. Finishing the Contract

GCC 58.1 N/A

GCC 58.2 N/A

GCC 59.2 (g) The maximum number of days is 20:

GCC 61.1 The percentage to apply to the value of the work not completed is twenty percent (20%)

Page 78: Tender_Doc__Vet_Lab,_August_28__2012.pdf

74

Section VII. Technical Specifications & Performance Requirements

1. GENERAL 2. MATERIAL TESTING AND WORKMANSHIP

3. CONCRETE

4. STRUCTURAL TIMBER

5. TIMBER CARPENTRY AND JOINERY

6. BLOCK WORK

7. PLUMBING

8. ROOFING AND GUTTERS

9. TILING

10. PAINTING

11. ELECTRICAL INSTALLATION

12. LABORATORY ACCESSORIES

Page 79: Tender_Doc__Vet_Lab,_August_28__2012.pdf

75

SPECIFICATIONS - TECHNICAL

SECTION 1 - GENERAL

1.1 NATIONAL SPECIFICATIONS

Certain specifications issued by widely recognized bodies are referred to in this Specification. Such Specification shall be defined and referred to as National Specifications as hereunder and shall be the latest editions of such National Specifications available twenty eight (28) days prior to the date set for the submission of Tenders, unless otherwise noted on the plans.

In referring to National Specifications, the following abbreviations are used:

BS British Standards BSCP or CP British Standards Code of Practice AASHTO American Association of State Highway and Transportation

Officials ASTM American Society of Testing and Materials

1.2 UNITS

In general, the Contract Documents and this Specification have been drafted using Imperial System of units where the various National Standards or Specifications are written using metric (SI) units or where metric units occur in the Specification text, the equivalent Imperial Units or values may be employed subject to approval of the Engineer.

1.3 ABBREVIATIONS

The following abbreviations are used in this Specification: Units Abbreviation

Millimetre mm Inch in. Foot ft. or ft. Yard yd. Square Yard sq. yd. Cubic Yard cu. Yd. Cubic Foot cu. Ft. Pound lb. Gallon gall. Number no. nr. Diameter dia. Hours hrs. Pounds per Square Inch p.s.i. Newtons per Square Millimetre N/mm2 Kip k (= 1000 lbs.) Kips per Square Inch k.s.i. Short – Ton (2000 lbs.), T or Ton

Page 80: Tender_Doc__Vet_Lab,_August_28__2012.pdf

76

Unless otherwise noted.

1.4 LANGUAGE AND SPELLING

The customary language for this project is English. Spelling maybe in UK – English or US – English appropriate to the subject matter, specification or drawing. In all cases, the use of one customary spelling implies the other and vice – versa.

1.5 METHOD OF CONSTRUCTION

The Contractor shall submit to the Engineer, no later than seven (7) days from the date of award of the Contract, a general description of his proposed arrangements and methods for the execution of the works, including among other things, temporary offices and other facilities, Constructional plant and its intended production output, working shift arrangements, Labour strength and supervision arrangements and a supply of materials.

During the execution of the works, the Contractor shall also submit to the Engineer full and detailed particulars of any proposed amendments to the arrangements and methods submitted in accordance with the foregoing.

The Engineer’s normal working hours shall be confirmed by the Contractor. Sundays and Public Holidays will normally be set aside for rest. If the Contractor wishes to execute permanent works outside these hours, he shall obtain the written permission of the Engineer at least one full working day in advance to enable the Engineer to make provision for supervision of such work.

1.6 NOTICE OF OPERATION

No operation shall be carried out without full and complete notice, having been given to the Engineer by the Contractor, twenty-four hours in advance of time of the operation, to enable the Engineer to make such arrangements as he may deem necessary for its inspection and checking. Each stage of the works to be checked shall be agreed with by the Engineer.

The Contractor shall give the Engineer not less than one full working day’s notice in writing of his intention to set out or give levels for any part of the works in order that arrangements may be made for checking.

1.7 TRANSPORT OF WORKMEN

The Contractor shall include his rates and prices for all transport of staff and workmen to and from various parts of and upon or in connection with the works and all costs incurred in securing, recruiting and transporting labour to and from the Site.

1.8

After the Contract is placed and before work commences the Contractor shall submit, to the Engineer, drawings showing the general arrangement of his Temporary Works with diagrams and description showing how he proposes to execute such Temporary Works and how they

TEMPORARY WORKS

Page 81: Tender_Doc__Vet_Lab,_August_28__2012.pdf

77

fit into his programme for the Permanent Works, all to be subject to adjustment and approval by the Engineer. The whole Temporary Works and the plant and appliances used, will be the liability of the Contractor in regard to their construction, sufficiency, safety maintenance and removal on completion of the Contract and approval by the Engineer shall in no way relieve the Contractor of his liability. Examination by the Engineer of the Contractor’s and/or subcontractors’ Temporary Works or of the drawings connected therewith shall not absolve the Contractor from any liability upon him by the provisions of the Contract.

(A) CONSTRUCTION GENERALLY

The following general requirements shall apply:-

1. When night work is authorized by the Engineer or his Representative, the Contractor shall

provide adequate lighting where work is being executed at night and shall provide and install any additional lighting, which the Engineer may require in order to gain access to watch and supervise the works and carry out any testing and examination of materials.

2. Materials available on the site or materials made available or supplied by the Engineer shall be used solely for the execution of the works.

3. The Contractor shall minimize the pollution of and disturbance to lands, roads and other places on and around the site. No trees or other vegetation shall be removed except if necessary for the works.

4. The Contractor shall ensure that access is provided to all properties adjacent to the site for

the duration of the Contract. 5. The Contractor shall take all reasonable precautions:-

(a) In connection with any rivers, streams, waterways, drains, watercourses, lakes and the like to

prevent sitting, flooding, erosion of beds and banks, and pollution of the water so as to affect adversely the quality or appearance thereof or cause injury or death to human, animal or plant life

(b) In connection with underground water resources (including percolating water) prevent any

interference with the supply to or abstraction from such sources and to prevent pollution of as to affect adversely the quality thereof.

6. The Contractor shall be responsible for acquainting himself with observing all current State Ordinances, By – Laws or Regulations including those relating to training levies and similar taxes. (B) HEALTH, SAFETY AND ACCIDENT The Contract shall ensure, so far as is reasonably practicable and to the satisfaction of the Engineer, the health, safety and welfare at work of his employees including those of his subcontractors and of all other persons on site. His responsibilities shall include:-

1. The provision and maintenance of Constructional Plant and systems of work that are lighted,

safe and without risks to health.

Page 82: Tender_Doc__Vet_Lab,_August_28__2012.pdf

78

2. The execution of suitable arrangements for ensuring safety and absence of risks to health in

connection with the use, handling, storage, transport and disposal of articles and substances. 3. The provision of protective clothing and equipment first aid stations with such personnel and

equipment is necessary and such information, instruction, training and supervision are necessary to ensure the health and safety at work of all persons employed on the works all in accordance with applicable laws.

4. Designation as Safety Officer of one of his senior staff who shall have specific knowledge of safety regulations and experience of safety precaution on similar works and who shall advise on all matters affecting the safety of workmen and on measures to be taken to promote safety.

5. The provision and maintenance of access to all places on the site in a condition that is safe

and without risk of injury.

6. The provision of adequate waterborne sanitation, refuse collection and disposal, complying with all Application Laws and By Laws and to the satisfaction of the Engineer, for all houses, offices, workshops and laboratories erected on site.

7. The provision of an adequate number of suitable latrines and other sanitary arrangements at sites where work is in progress and the execution of appropriate measures in consultation with the appropriate Public Health Authority to control within the site, mosquitoes, flies and pests including the application of suitable chemicals to breeding areas.

8. Reporting details of any accident to the Engineer and the police, if appropriate, as soon as

possible alter is occurrence. (C) PROTECTION OF EXISTING WORKS AND SERVICES

1. The Contractor shall acquaint himself with the position of all existing services such as

sewers, surface water drains, and cables for electricity and telephone, telephone and lighting poles, water main and the like before commencing any work likely to affect the existing services.

2. The Contractor shall be held responsible for injury to existing works or services, and shall indemnify the Employer against any claims in this respect (including consequential damages). The Contractor shall be responsible for the reinstatement of the services so affected. In all cases where such works or services are exposed, they shall be properly shored, hung up or otherwise protected. Special care must be exercised in filling and compacting the ground under mains, cables, etc., so to leave uncovered exposed water meters, stopcock boxes and similar items.

3. The Contractor’s attention is drawn to BS 162, which gives safe clearance for the various voltages where work is to be carried out in the vicinity of overhead power lines.

4. Not withstanding the foregoing requirements, and without reducing the Contractor’s

responsibility, the Contractor shall inform the Engineer immediately if any existing works or services are exposed, located or damaged.

Page 83: Tender_Doc__Vet_Lab,_August_28__2012.pdf

79

5. All costs which may be incurred by the Contractor as a result of programming and coordinating work to enable any alterations to the services to be carried out and the cost of any safety precautions which shall be deemed necessary due to the proximity of the works to the power lines shall be at the Contractor’s expense.

Page 84: Tender_Doc__Vet_Lab,_August_28__2012.pdf

80

2.1

SECTION 2 – MATERIALS TESTING AND WORKMANSHIP

STANDARD SPECIFICATION

Except where otherwise specified all materials and workmanship shall conform with the requirements of the relevant British Standards and British Standards Codes of Practice (hereinafter referred to as BS or CP) issued by the British Standards Institution current on 1st January, 1995. Other equivalent international Standard Specifications may be substituted at the sole discretion of the Engineer or as may have been agreed in the Contract.

All materials and workmanship not fully specified herein or covered by an approved Standard shall be of such kind as is used in first class work and suitable to the climate in the Project Area.

2.2 CONCRETE SAMPLING AND TESTING

The Contractor shall be responsible for providing samples of concrete and its constituent materials, either for testing by himself on behalf of the Engineer or for testing at an approved laboratory. For this purpose, concrete test cubes which shall be made in accordance with BS 1881, shall be deemed to be "samples". All sampling of constituent materials shall be carried out in accordance with the provisions of the appropriate British Standard, and all sampling of fresh and of hardened concrete shall be carried out in accordance with the provisions of the relevant British Standard. Details of all such samples shall be recorded by the Contractor and passed to the Engineer. The frequency with which such samples are to be delivered will be given by the Engineer in the form of the sampling plan. The Engineer will make available to the Contractor the results of each tests carried out on the samples so provided.

The tests which the Contractor is required to undertake himself on behalf of the Engineer are those to be carried out on fresh concrete at the place of final deposit, or elsewhere on the Site as directed by the Engineer. These test comprise slump tests to BS 1881. The Contractor shall keep records of all such tests results and supply copies of same to the Engineer. The frequency with these tests are carried out shall be as directed by the engineer in the form of a testing plan.

2.3 SAMPLING The Contractor shall provide for the approval of the Engineer samples of all construction materials and manufactured items required for the Permanent Works, if ordered. All samples rejected by the Engineer shall be removed from Site. All approved samples shall be stored on Site by the Contractor for the duration of the Contract, and any materials or manufactured items subsequently delivered to Site for incorporation in the Permanent Works shall be of a quality at least equal to the approved sample. Item – Prov. Sum. Payment for material testing shall be made based on the number of tests ordered by the Consultants

Page 85: Tender_Doc__Vet_Lab,_August_28__2012.pdf

81

SECTION 3 - CONCRETE 3.1 CEMENT

The cement used in the Works shall be ordinary Portland cement (OPC) complying with BS 12. The Contractor shall supply samples of cement, when requested by the Engineer, both from the Contractor's store on Site and from the place of supply.

3.2 AGGREGATE

Aggregates for concrete shall comply with BS 882 at the time of use. Fine aggregate shall consist of natural sand. The Engineer will permit the addition of suitable crushed rock where in his opinion it is impracticable to obtain the required grading of the combined aggregates otherwise than by such addition. The maximum quantities of clay, silt and fine dust shall, in any event, not exceed 3% by weight as determined by the test given in Clause 7.2.4 of BS 812: Part 1. Coarse aggregate shall comply with the requirements in Table 1 of BS 882 for graded aggregate to the nominal maximum size specified for the appropriate class of concrete. The aggregates shall be such that concrete, when made and tested in accordance with Building Research Station Digest 35 (2nd series), shall not show a drying shrinkage greater than 0.065%. Immediately after commencement of the Works the Contractor shall make tests to the satisfaction of the Engineer before the Engineer will give approval to the source of aggregate proposed by the Contractor. Alternatively, and subject to the approval of the circumstance by the Engineer, the Contractor may submit a certificate from an independent laboratory. Unless otherwise specified, separate fine aggregate and ¾ in. nominal maximum size coarse aggregate shall be used. During the performance of the Contract, the Contractor shall supply samples of aggregates when required by the Engineer (the samples shall be taken in accordance with BS 812) at a frequency at least once weekly at each source of each grading approved by the Engineer.

3.3 WATER

The water used for making and curing concrete shall be from a source approved by the Engineer and at the time of use shall be free from salinity and polluting matter in any quantity.

3.4 ADDITIVES

Concrete shall be made from cement, aggregate and water as specified. No other ingredient shall be mixed with the concrete or mortar without the Engineer's approval.

3.5 CHEMICALS IN MATERIALS

Page 86: Tender_Doc__Vet_Lab,_August_28__2012.pdf

82

The total sulphate content, whether as gypsum or more soluble salts, of concrete ingredients, shall together not exceed 4% of the weight of cement in the concrete. The chloride content of concrete ingredients when measured as CI shall together not exceed 0.2% of the weight of cement in the concrete.

3.6 STORAGE OF MATERIALS

The Contractor's arrangements for storing and handling the materials for concrete shall be to the approval of the Engineer.

3.7 FORMWORK

Formwork shall be constructed to obtain the required profiles and surface textures of the structures and be such that it remains rigid during the placing and setting of the concrete.

It shall be fixed in accurate alignment and to the true shape and dimensions of the Permanent Works shown on the Drawings or ordered by the Engineer.

A method of support which would result in holes extending the whole width from face to face of concrete which forms part of the Permanent Works may be permitted at the Engineer's sole discretion. Any such holes shall be made good to the satisfaction of the Engineer and shall be located a minimum of 2 ins. clear of any reinforcement.

No plugs, bolts, wire ties, hold fasts or any other appliance whatsoever, for the purpose of supporting the formwork or reinforcement, shall be fixed permanently into the structure so that they have less cover than the reinforcement or in any way impair the strength or appearance of the work, nor shall they be placed in such a manner that damage to the work would result in the removal of the same at the time of striking the formwork.

Unless otherwise approved, top formwork shall be provided for concrete upper surfaces where the slope exceeds one vertical in three horizontal.

Except where otherwise specified, formwork for concrete faces which will remain exposed in the Permanent Works, shall be "fair finish" formwork, which is to say that it shall be such as will prevent the loss of any ingredients from the concrete and will produce a dense smooth concrete surface without discontinuities of line, texture or appearance.

Except where otherwise specified, formwork for concrete faces which will remain hidden in the Permanent Works, shall be "rough finish" formwork, which is to say that it shall be such as will prevent the loss of any ingredients from the concrete and will produce a dense concrete surface.

Unless otherwise shown on the Drawings, exposed concrete edges shall be formed with a chamfer measuring ¾ in. x ¾ in.

Before each concreting operation is commenced, formwork shall be carefully examined and cleaned.

Page 87: Tender_Doc__Vet_Lab,_August_28__2012.pdf

83

All formwork in contact with concrete shall be treated with an approved composition before each usage to prevent adhesion of the concrete. Such composition shall be carefully applied in such a manner that there is no contamination of the reinforcement or previously placed concrete by the composition.

Formwork shall only be removed with the permission of the Engineer, and the work of removing it after the receipt of such permission shall be carried out under the personal supervision of a competent foreman. Great care shall be exercised during the removal to avoid shocks to, or reversal of stress in the concrete.

3.8 REINFORCEMENT

Reinforcement shall be deformed mild steel bars and shall comply with BS 4449. Steel fabric reinforcement shall comply with BS 4483. The reinforcement at the time of

incorporation in the Permanent Works shall be clean and free from damage, loose mill scale and loose rust. Bars which have become bent shall not be straightened or rebent for incorporation in the Works without the Engineer's approval.

3.9 BENDING SCHEDULES Bar bending and fixing shall be according to the Bar Bending Schedule. Alteration to the

bending and fixing of bars shall only be made with the approval of the Engineer. 3.10 FIXING REINFORCEMENT

Steel reinforcement shall be cut from straight bars free from links and bends or other damage, and bent by experienced competent workmen. Bars of diameter ¾ in. or greater shall be bent in a bending machine designed for that purpose and approved by the Engineer.

The Contractor shall place and fix steel reinforcement accurately in the position shown on the Drawings and shall ensure that it remains rigidly in that position during the placing of concrete. Tack welding, with the prior approval of the Engineer, may be permitted for fixing bars crossing at right angles but no other welding will be allowed. Supports, spacers including PVC spacers and ties shall be subject to the approval of the Engineer. Concrete spacers shall be made of the same quality concrete as that for the work in which they will be embedded. Metallic spacers, fixing clips and tying wire shall be compatible with the material of the reinforcement, and the specified cover shall be maintained. Reinforcement projecting from previously cast concrete and not wholly embedded in concrete shall not be bent and re-bent or reshaped without the prior approval of the Engineer.

The main wires of adjacent sheets of steel fabric reinforcement shall be lapped at least 12

ins. and the transverse wires at least 6 ins. The Contractor shall not place concrete around reinforcement until the Engineer has

inspected and approved it.

Page 88: Tender_Doc__Vet_Lab,_August_28__2012.pdf

84

3.11 COVER TO REINFORCEMENT

Except where otherwise shown on the Drawings or ordered by the Engineer, the concrete cover in the finished Permanent Works to the nearest reinforcement (exclusive of concrete blinding, plasters or decorative finishes) shall be 2 ins.This requirement does not apply to concrete faces in box-outs left for the installation of gates etc. The distance between any two parallel bars shall not be less than ¼ in. more than the normal maximum size of aggregate in the concrete, except at approved laps.

3.12 CLASSES OF CONCRETE The concrete used in the Permanent Works shall be of the class shown on the Drawings or

indicated in the Bill of Quantities or ordered by the Engineer. Characteristics of the Classes of concrete which may be used are given in Tables 4.1 and 4.2 herein.

Except where otherwise specified herein, the concrete ingredients, manufacturer, testing and

workmanship shall conform to the requirements of BS 8110 and BS 5328. The water cement ratios referred to in the Specification are the ratios by weight of free water

to cement in the mix and are based on the aggregates being in a saturated surface-dry condition.

The Contractor shall not commence concreting in the Permanent Works until a trial mix

design for the class of concrete required has been approved by the Engineer pursuant to Clauses 3.13 hereof.

Adjustments to the concrete mix proportions will only be made if, in the opinion of the

Engineer such adjustments are necessary. The Contractor shall not alter the mix proportions or the source of supply of any of the

ingredients without having previously obtained the approval of the Engineer. 3.13

The Contractor shall make trial mixes for each class of concrete using the same type of Constructional Plant and the same material as are proposed for the Permanent Works. The Contractor shall give 24 hours notice of such trials to enable the Engineer's Representative to attend. For each trial mix, three separate batches of concrete shall be made. From each batch of concrete, three 6 ins. concrete cubes shall be made by the Contractor and will be tested by the Engineer at 28 days all in accordance with BS 1881. A trial mix design will be approved by the Engineer with

DESIGNED MIXED CONCRETE Some characteristics required of concrete produced to design mixes are given in Table

4.2.The Contractor shall determine to the approval of the Engineer the actual proportions of ingredients for each class of concrete. Unless otherwise agreed by the Engineer and except where not consistent with this Specification, such determination shall be in accordance with the recommendations of BS 5328 and BS 8110: Part 1.

Page 89: Tender_Doc__Vet_Lab,_August_28__2012.pdf

85

respect to strength if the average compressive strength of the nine cubes so tested is more than the trial means strength appropriate to the class as given in Table 4.2.

TABLE 4.1

CONCRETE CLASSIFICATION

Testing plan

Class Grade Cement type

Maximum aggregate size (mm)

Work-ability strength

Mean strength (N/mm2)

Minimum strength (N/mm2)

A 30 OPC 20 High 35 30

B 25 OPC 40 Medium 30 25

C 15 OPC 40 Medium 17 13

D 7 OPC 40 High 9 5

AA - OPC 20 High 33 27

BB - OPC 40 Medium 40 30

Note: High workability: slump 65 to 135mm.

Medium workability: slump 50 to 100mm. Quoted slump values are given as guide only and may be varied to the approval of the Engineer. Concrete classes shall be generally used as indicated below;

A Reinforced concrete - thin section B Reinforced concrete - general use C Mass concrete - D Blinding, infill - AA Reinforced concrete - thin sections - in maritime structures BB Mass and Reinforced concrete - general use in maritime structures

Page 90: Tender_Doc__Vet_Lab,_August_28__2012.pdf

86

TABLE 4.2

Designed Mix Concrete

Class

Minimum cement content

(kg/m3 of concrete)

water:

cement ratio

Trial mean strength (N/mm2)

A 330 0.45 35

B 330 0.45 31.5

C 220 0.55 21.5

D 170 - 10.0

AA 360 0.45 33

BB 360 0.45 45.0

3.14 COMPLIANCE WITH STRENGTH REQUIREMENTS

Of the three cubes made from each sample of fresh concrete in accordance with Clause 14.2 of the Specification, one will be crushed at 7 days and the other two at 28 days. The average of the 28 days strength will be taken as the test result. Compliance with the specified strength requirements shall always be judged on the 28 days tests results. Concrete shall be considered to have failed to comply with the Specification:

(a) if a test result is less than the testing plan minimum specified for that class of

concrete, in which case the concrete which it represents shall be broken out and removed by the Contractor when ordered;

(b) if the average of four consecutive test results for that class of concrete shall have

failed to exceed the testing and strength as specified in which case no further concrete of that class shall be placed in the Permanent Works until the Contractor shall have discovered the cause of such failure and rectified to the satisfaction of the Engineer.

3.15 CONTROL AND MIXING INGREDIENTS

The Contractor shall proportion the ingredients of each batch of concrete accurately by weight. The water shall be added to the aggregates and cement in a mechanical batch mixer; it shall not exceed the amount specified in Table 4.2 hereof and shall otherwise be the minimum amount necessary consistent with complete compaction. The device for measuring water shall show accurately the weight required having regard to the moisture content of the aggregate and shall be so designed that the water supply will be stopped automatically when the correct quantity have been discharged into the mix. The concrete ingredients shall then be mixed thoroughly.

3.16 TRUCK MIX CONCRETE

Page 91: Tender_Doc__Vet_Lab,_August_28__2012.pdf

87

Truck mixed concrete may be used with the prior approval of the Engineer provided that it complies with the Specification and with BS 5328, and that the water for the mix is added at the Sites adjacent to the point of final deposit.

Truck mixers shall comply with BS 4251. The manufacturer's data listed in Appendix B of BS 4251 shall be submitted to the Engineer for approval if requested.

3.17 TRANSPORTING, PLACING AND COMPACTING CONCRETE

The concrete shall be handled so that at the point of deposition it is of the specified quality and consistency, nothing having been added to it or lost from it since leaving the mixer, and segregation of the concrete ingredients is avoided.

The Contractor shall obtain the approval of the Engineer to these proposed arrangements before commencing concreting. The Contractor shall regard the compaction of the concrete as a work of fundamental important and shall produce a watertight concrete of maximum density compatible with the approved mix. Compaction shall be assisted by the use of mechanical vibrators of the immersion type but shall not involve the vibration of reinforcement or shutters. The number and type of vibrators available for use during each period of concreting shall be to the approval of the Engineer, which will not be given if sufficient stand-by vibrators are not readily available in good working order.

3.18 SURFACE FINISHES PRODUCED WITHOUT FORMWORK

Screeded Finish The concrete shall be leveled and screeded to produce a uniform plain or ridged surface as

required. No further work shall be applied to the surface unless it is a first stage for a Wood Float or Steel Trowel Finish. Wood Float Finish

The Screeded Finish shall be wood floated under light pressure to eliminate surface irregularities. Steel Trowel Finish

When the moisture film has disappeared and the concrete has hardened sufficiently to prevent laitance from being worked to the surface, the surface to the Wood Float shall be steel-toweled under firm pressure to produce a dense, smooth, uniform surface free from trowel marks. Where the type of finish is not given it shall be Wood Float Finish.

3.19 SURFACE FINISHES PRODUCED WITH FORMWORK

Smooth Finish This finish shall be obtained by use of formwork lined with material approved by the

Engineer to provide a smooth finish of uniform texture and appearance. The contractor shall make good any imperfections in the finish as required by the Engineer. Rough Finish

Page 92: Tender_Doc__Vet_Lab,_August_28__2012.pdf

88

This finish shall be obtained by the use of moulds or properly designed forms of closely-jointed sawn boards. The surface shall be free from substantial voids, honeycombing or other large blemishes.

3.20 CONCRETE SURFACES TO BE REPAIRED Except at movement joints, concrete surfaces which are to be covered by further concrete or

cement mortar shall be thoroughly cleaned to expose the surface of the aggregate and to remove all latency by hacking, wire brushing, washing with water or air under pressure or other approve means.

3.21 CONCRETING IN UNFAVORABLE WEATHER

The Contractor shall not place concrete:

(a) during heavy rain (b) when the air temperature is more than 43°C.

When the air temperature exceed 30°C the Contractor shall not place concrete without the approval of the Engineer and without taking such precautions as may be required to keep the temperature of the concrete during mixing and setting below 30°C, for example, keeping the concrete materials and shutters shaded from the sun and the aggregate and shutters sprayed with water.

Concrete shall not be poured against shutters which are hotter than 86°F (30°C) without

approval of the Engineer.

3.22 CURING CONCRETE Until it has thoroughly hardened, concrete shall be protected from the harmful effects of

wind, sun, temperature and variations of temperature, premature loading or deflection or impact, and aggressive groundwater.

Unless otherwise approved by the Engineer, exposed concrete surface shall be kept

continuously moist after casting for not less than 7 days. Such surfaces, immediately upon exposure, shall be covered with thick Hessian or sand or other material as may be approved by the Engineer, which shall be in continuous contact with the concrete and which shall be kept wet to the satisfaction of the Engineer. The use of curing membranes will not be permitted.

3.23 PAYMENT

Item - Blinding Concrete - Sq. yd.

Blinding concrete shall be measured by the plan area below the structure to the thickness shown in the drawings. Item – Structural Concrete – Cu. yd.

Structural concrete shall be measured to the lines shown on the drawings or to such other lines as ordered by the engineer.

Page 93: Tender_Doc__Vet_Lab,_August_28__2012.pdf

89

No deduction in volume shall be made for chamfers, rebates, nosings, bolt holes, joining materials reinforcement. Concrete used to fill cavities resulting from over excavation shall not be measured for payment. The rate shall include for the preparation and testing of trial mixes and sampling and testing of approved mixes.

Item – Reinforcement bars - lbs

Steel bar reinforcement shall be measured by mass calculated from the dimensions shown on the drawings. Laps not shown on the drawings or specified on the approved bar bending schedule shall not be paid for. The rates shall include for cleaning, cutting and bending, binding wire, supports and spaces.

Item - Fabric Reinforcement - Sy. yd.

Fabric reinforcement shall be measured as the area of work covered stating the BS Reference Type. The rate shall include for laps binding wire and supports. Item – Formwork – Sy. yd.

Formwork shall be measured by the area of the sides and soffits or the reinforced concrete structural members. The rates shall include for struts, ties and shores that are required

Page 94: Tender_Doc__Vet_Lab,_August_28__2012.pdf

90

SECTION 4 - STRUCTURAL TIMBER

4.1 DESCRIPTION This work shall consist of timber structures and the timber portions of composite structures constructed in conformity with the line, grades, dimensions and designs shown on the drawings or ordered in writing by the Engineer and in accordance with these Specifications. This work shall include the furnishing, preparing, erecting, fixing, and painting of structural timber of the type, sizes and dimensions specified and for all hardware, in accordance with the drawings or ordered in writing by the Engineer.

4.2 MATERIALS All timber for structural timberwork shall be Grade A Greenheart Ocotea Rodiaei (Mez), or Nectandra Rodiaei (Schomb), free from sap, splits, checks, shakes, large loose knots, or other defects, air seasoned, and with a minimum unit weight of 65 pounds per cubic foot at 25 per cent moisture content. All timber shall be approved by the Engineer’s Representative before being used in the permanent work.

Machine bolts, drift bolts and dowels may be either wrought iron or medium steel. Washers shall be cast ogee gray iron castings or malleable castings, unless washers cut from medium steel or wrought-iron plate are indicated on the plans. Bolts shall have square heads and nuts, unless otherwise stipulated. Nails shall be cut or round nails of standard form. Spikes shall be cut or round spikes or boat spikes as specified. All this hardware shall be galvanized in conformity with ASTM A153.

4.3 HANDLING AND STORAGE OF TIMBER

All timber to be used for the permanent structure shall be handled with care and shall not be used for purposes other than those indicated on the drawings except by written permission of the Engineer.

Such timber when stored on the site shall be kept in orderly stacks. Untreated timber shall be open-stacked on supports at least 12 inches above the ground surface to avoid adsorption of ground moisture and permit free circulation of air between the tiers. The stacked timber shall be protected from the weather by a suitable covering to the approval of the Engineer’s Representative.

4.4 WORKMANSHIP

Workmanship shall be first class throughout. None but competent carpenters shall be employed and all framing shall be true and exact. Unless otherwise specified, nails and spikes shall be driven with just sufficient force to set the head flush with the surface of the wood. Deep hammer marks in wood surfaces shall be considered evidence of poor workmanship and sufficient cause of removal of the workman responsible for them.

Page 95: Tender_Doc__Vet_Lab,_August_28__2012.pdf

91

4.5 HOLES FOR NAILS AND SPIKES

Nails and spikes shall not be driven into permanent structural timberwork without first drilling holes unless otherwise directed by the Engineer’s representative. Holes for nails shall be drilled with a bit one thirty second inch smaller in diameter than the nails to be used. Such holes shall be drilled to a depth three quarters the length of the nail or three-quarters the combined thickness of the members to be fastened together whichever is smaller.

Holes for spikes shall be driven with a bit one-sixteenth inch smaller in diameter than the circle inscribed in the cross-section of spike. Such holes shall be drilled to a depth three quarters the length of the spike.

4.6 HOLES FOR BOLTS, DRIFT BOLTS, DOWELS, TIE-RODS AND LAG SCREWS

Holes for bolts, round drift bolts and dowels shall be drilled with a bit one-sixteenth inch smaller in diameter than the bolt, drift bolt or dowel to be used. Holes for lag screws shall be drilled with a bit not larger in diameter than that of the body of the screw at the base of the thread. If required to prevent splitting, the hole for the shank shall be drilled to the same diameter as that of the shank. The depth of the holes for lag screws shall be approximately one inch less than the length under the head.

4.7 HARDWARE

Bolts shall be of the sizes shown on the drawing unless the written permission of the Engineer is obtained for using other sizes. The length specified shall be measured under the head. Bolts shall be galvanized unless otherwise stated or directed by the Engineer.

4.8 PAYMENT

Item –

Sq.yd, Ln. ft.

Where claddings or timber member are required to cover a specific area, measurement for payment shall be in square yards (sq. yd).

Where timber members are required to cover longitudinal sections of any given area, measurement for payment shall be in linear feet. (Ln. ft)

Page 96: Tender_Doc__Vet_Lab,_August_28__2012.pdf

92

SECTION 5 – TIMBER CARPENTRY AND JOINERY 5.1 QUALITY

All timber shall be the best quality available of the respective types, free from rot, excessively large or loose knots, splits, fungus or other defects.

5.2 SPECIES

Sawn timber for structural members, joints, trusses etc. shall be greenheart or other hardwood approved by the Engineer with the standard minimum strength characteristics as set out in the British Standard Code of Practice 112: 1967. Sawn timber for non-structural members shall be greenheart, purpleheart, kabukalli or other species approved by the Engineer.

5.3 CARPENTRY WORK

The workmanship shall be of the best quality. Scantlings and boarding shall be accurately sawn and be of uniform width and thickness throughout. Carpentry shall be accurately set out in strict accordance with the drawings and shall be pruned together and securely fixed with properly made joints. All brads, nails, screws, plugs and pins are to be provided as necessary. All timber of large scantlings is to be sawn immediately the building is commenced to allow for any shrinkage that may take place. Boarding to treads and landings of steps and staircase shall be greenheart.

5.4 NAILS, SCREWS AND BOLTS

Nails, screws and bolts where applicable shall be in accordance with BS 1202, 1210 and 916 respectively.

5.5 EXPOSED FACES

Timber which is to be exposed in the finished work shall be 'dressed' unless otherwise described or instructed.

5.6 TOLERANCES

An allowance of one-eight of an inch shall be permitted from the nominal size for each dressed face of the timber, sawn timbers shall be the full nominal thickness.

5.7 PLYWOOD

Plywood shall be external and internal quality in accordance with BS 1455 but with termite resistant glue.

Page 97: Tender_Doc__Vet_Lab,_August_28__2012.pdf

93

5.8 WALLS, FLOORING AND DOORS .

1. Newly constructed walls and concrete works are to be sealed so that no joints,

seams, cracks or crevices are visible. To paint apply one (1) coat of primer and two coats of antifungal Acrylic or urethane epoxy wall paints.

2. Metal doors shall be flush doors BS 459 Part 3; polyurethane foam core faced

both sides with steel sheet and hardwood lipped on all edges of unit size 36” x 80” x 1 ¾” thick each. Door to have cylindrical mortise lockset, SCHLAGE D Series ref D53P2, satin chromium finish ref (626) and SCHLAGE BC100 dead bolt lock chromium finish ref (626).

3. Aluminum door frames should have 4nr heavy duty hinges (each door) including building in or cutting and pinning lugs to block work reveals and bedding frames solid and pointing both sides in cement mortar (1:3) for doors as specified above.

4. Ironmongery to doors to include heavy-duty door closer, door stop, push plate and

kick plate. 5.9 PRICES

Prices for carpenters' and joiners' work shall include for all labours, cuttings, splays, notching, halving to other timbers, holes, countersinking, morticing, tenoning and wedging, pre-drilling, hardwood pins, gluing and making joints with lead, plugging with lead, plugging to concrete or block work where so described. All timber work shall be left clear and clean and the Contractor is to allow for this in his prices.

Page 98: Tender_Doc__Vet_Lab,_August_28__2012.pdf

94

SECTION 6 – BLOCKWORK 6.1 CEMENT AND WATER

Cement, sand and water shall be as described under "CONCRETE". 6.2 MORTAR

Mortar shall be mixed in 1:3 proportions on site in a similar manner to concrete. Mortar which has commenced to set is not to be re-used.

6.3 CONCRETE BLOCKS

Concrete blocks shall conform to BS 1180: 1944 of first quality, good, sound, hard and well cured and true to shape and size of the types described. Where plaster finish is required on concrete blocks, rough textured type blocks shall be supplied; when “fair face” finish is required all blocks shall be smooth textured with clean unbroken edges.

6.4 LAYING OF BLOCKS

Thoroughly wet clay blocks before laying. Solidly bed all joints of block work with mortar 3/8" thick. Tool joints of exposed block work which is not to be plastered for a depth of 3/8" before the mortar has set to form a concave joint and leave the edges of the blocks well defined.

Build block work in stretcher bond unless specifically stated otherwise and carry up regularly and truly with no part rising more than three courses above the adjoining work. Keep perpendiculars joints etc. strictly true and the whole properly bonded together. Build cross walls at the same time with main walls and properly bond together. Special care shall be taken that all vertical joints are filled with mortar. Vertical reinforcement shall be incorporated in the ‘filled blocks’ as shown on drawings. This reinforcement shall be firmly anchored into the foundations. Any defective blocks found in the work shall be cut out and replaced by sound ones at the Contractor’s expense.

6.5 PRICES

Prices for block work shall include: - All rough cuttings, cuttings and pinning up to top of walls, cutting at ends and around openings, cutting and bonding at intersection and building off beams and plates, filling exposed ends with mortar and forming and filling reveals.

Page 99: Tender_Doc__Vet_Lab,_August_28__2012.pdf

95

SECTION 7 – PLUMBING

7.1 GENERAL

The plumbing works shall be carried out by experienced craftsmen and shall be carried out in accordance with the local building by-laws. The whole of the service is to be tested and left in satisfactory working order.

7.2 WATER SUPPLY AND WASTE PIPES

PVC pipes shall conform to BS 3305: 1968 for “Unplasticised PVC pipes”. Fittings shall be of the solvent-weldable type. Traps shall comply with the provision of B.S. 3943 and have a zinc seal. Brackets and clips shall be of non-ferrous metal or P.V.C. coated steel.

7.3 SOIL PIPES

To be 4” diameter PVC pitch fiber jointed as per manufacturer’s instructions, fixed to concrete columns with metal bands and to timber parts by heavy duty timber screws and brackets. The soil pipe is to be connected to the septic tank.

7.4 WATER CLOSET

WC suite with horizontal outlet in vitreous china; Armitage Shanks MAGNIA; white glazed bowl reference 149901A cistern 9 liters capacity for side supply and overflow reference 17651AA with ball valve and standard fittings; Orion seat and cover reference 68940B1; panekta connector reference 901 4000 to convert to S trap screwing cistern to backgrounds requiring plugging; bedding and painting bowl in white cement and screwing to tiled floor with domex screws reference 7550B00

7.5 SOLDER

Plumber’s solder shall comply with B.S. 219 Grade D and flux shall be tallow.

7.6 TAPS AND STOP VALVES

Drain-off taps and stop-valves shall comply with B.S. 1010. 7.7 PRICES

Prices for plumbing shall include: - For supply of labour, plant and material for completing the works, testing and securing of all joints from leakages. Payment shall be made as per description in the Bill of Quantities i.e. in Linear feet (Lin. Ft.) and number (No.).

Page 100: Tender_Doc__Vet_Lab,_August_28__2012.pdf

96

SECTION 8 - ROOFING AND GUTTERS, GALVANIZED STEEL SHEETING

GENERAL

8.1 Roof covering shall be Industrial Profile Corrugated sheeting of approved manufacture to the gauge specified conforming in all respects to BS 3083 (for standard Industrial profile sheeting). The contractor will verify with the engineer the exact length of sheet used for roofing.

8.2 ALUMINUM SHEETING

Aluminum sheet roofing shall comply with B.S. 2855 (for corrugated sheeting) and B.S. 3428 (for toughed sheeting).Fixing aluminum sheets to timber shall be with aluminum alloy drive screws with saddles, plastic washers and covers.

8.3 FIXING ROOF SHEETING

Lay sheets as described with at least 3 full corrugated side lap or 6 inches over lap. Sheets shall be securely nailed to the roof with galvanized broad-headed roof nails of suitable length at intervals not exceeding ten inches to give continuous lines. The laying of sheets shall commence at the western-most end of the roof slopes so that exposed edges are downwind.

8.4 RIDGINGS AND FLASHINGS

Ridging and flashings shall be 26 gauge galvanized sheeting cut to the size, and bent to the profile shown and accurately fixed with galvanized drive screws and reopened washers.

8.5 WATER TIGHT

Leave roofs clean and watertight at completion to the satisfaction of the Engineer. All cavities between roof and ceiling are to be adequately ventilated.

8.6 PRICES

Prices for roofing and gutters shall include: - All materials, plant and labour required for completing the works and shall not be limited to sealing all joints and securing each member according to specifications. Payment shall be made as itemized in the Bill of Quantities i.e. in Sq. yd. (squared yards), Lin. Ft. (linear feet) and No. (Number).

Page 101: Tender_Doc__Vet_Lab,_August_28__2012.pdf

97

SECTION 9 – TILING

9.1 CEMENT FINISHINGS

Cement Finishing shall be laid with a mix of cement and sand 1:3 with the addition of 'Cementone Nr. 8', 'Lithurin', or other approved hardening compound.

9.2 CERAMIC FLOOR TILING

Ceramic floor tiling shall be accurately laid in a ⅜ inch (10 mm) thick bed of mortar or alternatively fixed with an approved adhesive to a toweled bed. Joints between tiles shall not exceed ⅛ inch (3 mm) in width and grouting shall be with white or coloured cement. Tiles bedded in mortar shall be well-soaked in clean water immediately prior to laying.

Only non-skid tile shall be used on floors. 9.3 DIVIDING STRIPS

Dividing strips shall be set accurately in position, all joints being closely made at points of intersections only. On completion of the floor finishing, the strip shall be level with the finish and completely visible.

9.4 CURING AND PROTECTION

In-situ floor finishing shall be cured and protected by covering with polythene sheet or other impervious material for at least 5 days after final toweling or grinding. Floor tiling shall be similarly covered until practical completion of the Works.

9.5 PLASTERWORK

The mix for plasterwork shall be 1:3 cement and sand with the addition of an approved mortar plasticizer and shall be carried out in the number of coats specified. Single-coat work shall be 1/2 inch (12 mm) thick and two-coat work 3/4 inch (19 mm) thick. In two-coat work, the first coat shall be well-scored to assist adhesion of the second coat. Unless otherwise described, all internal work shall be finished with a steel trowel and all external work with a wood float. The plasterwork shall be finished with surfaces perfectly flat and flush to stand the straight-edge every way. All work shall be free from cracks, blisters or other defects and be left perfectly clean. The Contractor shall complete each section of the work in one operation. External angles shall be true and slightly rounded. Solid bases shall be thoroughly brushed to remove dust, efflorescent salts and loose particles. High suction bases shall be thoroughly wetted immediately before plastering.

9.6 CERAMIC WALL TILING

Ceramic wall tiles shall comply with the provisions of B.S. 1281 and be fixed in accordance with CP 212.

9.7 BEDS AND BACKINGS

Page 102: Tender_Doc__Vet_Lab,_August_28__2012.pdf

98

Beds and backings shall be screeded, floated or trowelled as described. The materials for beds shall be mixed with a minimum of water so that no water appears on the surface when screeded, floated or toweled. Screeded backings for wall tiling may be likely scored to assist adhesion.

9.8 Prices Prices for tiling shall include: -

For supply of labour, plant and material required for completing of the works. Rates shall also include for overheads, wastages, profits or any other as the contractor may deem necessary. Payment shall be made as per description in the Bill of Quantities i.e. in Sq. yd. (square yards).

Page 103: Tender_Doc__Vet_Lab,_August_28__2012.pdf

99

SECTION 10 –PAINTING 10.1 GENERAL

All paints are to be delivered to site in the manufacturers' sealed containers and to be used strictly in accordance with the manufacturers' instructions. All materials used unless otherwise stated shall be anti-fungus.

10.2 PREPARATION AND APPLICATION

Thoroughly dust and clean down surfaces to be painted, cut out cracks, stop holes and clean steelwork of rust in accordance with approved practice. Apply paint by brush, roller or spray with the minimum of dilution. Allow to dry well and rub down each coat of paint before the next is applied. No paint shall be applied to a damp surface, and no external painting shall be carried out during wet weather.

10.3 BRAND NAMES

The brands of paints which the Engineer will accept in these Works are Berger, TORGINOL (Guyana) Ltd. manufactured by Continental Agencies Ltd., Sissons Paints (West Indies) Limited, or ICI Paints Limited other brands as may be approved by the Engineer. However, some special paints are identified in the some of the bill of quantities and the contractor is required to proposed the brand names and other details to the Engineer for his approval

10.4 WOODWORK

All wood surfaces to be painted shall be properly rubbed down, and primed before painting. Woodwork is to be painted with one coat of lead free wood primer after which all cracks, holes etc. shall be filled with anti-fungus putty which shall be allowed to set before sanding and applying two coats of oil paint.

10.5 METAL WORK

The surfaces of metal work to be painted shall be prepared by removing dirt, grease etc. with an approved solvent and rust and scale by wire brushing and allowing to dry. Metal surfaces are to be painted with one coat of primer and two coats of oil paint allowing at least one hour drying between coats.

10.6 MASONRY

Masonry surfaces are to be prepared for painting by allowing to dry for as long as possible remaining all mortar splashes by rubbing with a pumice or flat stone and thoroughly brushing to remove dust. The priming coat shall be allowed to dry. All cracks, holes etc. shall then be filled with patent filler which shall be allowed to set and sanded to a smooth finish before the application of subsequent coats.

Page 104: Tender_Doc__Vet_Lab,_August_28__2012.pdf

100

Colours are to be specified by the Client from an approved range of colours. Prices painting shall include: - For supply of labour, plant and material required for completing of the works. Rates shall also include for overheads, wastages, profits or any other as the contractor may deem necessary. Payment shall be made in Sq. yd. or otherwise described in the Bill of Quantities.

Page 105: Tender_Doc__Vet_Lab,_August_28__2012.pdf

101

SECTION 11 – ELECTRICAL WORKS 11.1 REGULATIONS

The installations shall comply in their entirety with the requirements of the Government Electrical Inspector of Guyana, and the current edition (including up to date amendments) of the Regulation for Electrical Installation issued by the Institution of Electrical Engineers of the United Kingdom and the National Electrical Code (NEC) of the United States of America. The "Contractor" shall ensure that all tests to ascertain compliance with these regulations are carried out before the hand-over date.

11.2 ELECTRICAL SUPPLY

The electricity supply in Guyana is in a transitional state, being changed from 50 HZ to 60 HZ; as a result the frequency and voltage vary from area to area.

11.3 WORKMANSHIP

All workmanship shall be of the highest recognized standards, and in conformity with code of practice, issued by the British Standards Institution or internationally recognized equivalents.

11.4 DRAWINGS & SPECIFICATIONS

The drawings and specifications are complementary, and any discrepancy between them must be brought to the attention of the "Supervisory Consultant" for a decision. Failure to do so by the "Contractor" will result in a total cost to him for any rectification or replacement.

11.5 MATERIALS

All materials used, including those not specifically described shall be the best of their respective type, and of adequate size and strength, to ensure, the mechanical and electrical soundness of the installation. Such details being in the form of the manufacturers' literature, sketches, etc. If at anytime during the progress of the Works the Consultant shall disapprove of any material involved, the Contractor shall remove forthwith such materials from the site and substitute materials of approved quality. If any portion of the work executed shall be considered by the Consultant to be defective or imperfect or not in accordance with the terms of contract, such defective work shall be removed forthwith and re-executed, in a manner approved by the Consultant and at the expense of the Contractor.

11.6 SETTING OUT

Page 106: Tender_Doc__Vet_Lab,_August_28__2012.pdf

102

The "Contractor" shall be responsible for the accurate marking and setting out of the installation. The drawings indicate the proposed positions of the fittings and outlets, but the "Contractor" must refer to the architectural and structural details, in order to ensure integration with the other services, building structure, ceiling tile arrangement, etc.

11.7 CUTTING AWAY, MAKING GOOD & TRENCHING

Cutting away, making good and trenching will not be a part of the "Contractor's" work. The "Contractor" shall identify and accurately locate all cutting away, trenching, and other builders' work and arrange for the execution.

DESCRIPTION: The main supply shall comprise P.V.C. cables with copper conductors as sized and indicated on drawings.

INSTALLATION: The cable shall be run in high impact P.V.C. conduit, sized as indicated on the drawing, and run at high (eaves) level from the main switch (provision been made for metering) in the building to the service entrance as indicated.

11.8 MAIN SWITCH

DESCRIPTION: This shall be as indicated on the appropriate drawing. The switch shall be the H.R.C. fused type suitable for A.C. application and surface mounting. The enclosure shall be fabricated from rust proof material or material treated for application in a humid and high saline atmosphere. The enclosure shall be fitted with locking facility; if padlock is to be used, this must be provided.

INSTALLATION: The switch shall be installed, only where the distance between the supply cable entry and the main switch-gear exceeds twenty feet (20' - 0") and shall be secured to the building structure by no less than (4) four corrosion resistant screws and rawplugs. Where this is the case, it shall be sited as instructed by the "Supervisory Consultant", and positioned at a height of no less than eight feet (8' - 0") from floor level, and fixed by four #12 x 11/4" brass or similar corrosion resistant screws with appropriately sized washers. NOTE: On some sites, no supply lines of the Supply Authority existed at the time of the installation design.

11.9 METER

DESCRIPTION:

Page 107: Tender_Doc__Vet_Lab,_August_28__2012.pdf

103

The meter shall be provided and installed by the Supply Authority.

INSTALLATION:

The "Contractor" shall build the meter circuit and make provision for the installation of the meter (provide meter board). The meter shall be sited and positioned as agreed by the Supply Authority and the Supervisory Consultant.

11.10 DISTRIBUTION BOARD Note: - The existing distribution board (which has been dismantled) shall be utilized to accommodate

the 110V outlets.

DESCRIPTION (New Distribution Board) The board shall be the MCB type suitable for surface mounting. The enclosure shall be fabricated from corrosion resistant material or treated for use in a salt laden atmosphere. The breakers shall operate at their rated capacity at a minimum of 30 C without derating and have a minimum 1 c of 10,000 A symmetrical on 240V.

INSTALLATION: The board shall be fixed to the building by no less than four (4) corrosion resistant screws, washers and raw plugs. The internal wiring shall be neatly arranged connections firmly made and the neutral wire fixed on the neutral bar in a position corresponding to that of the breaker controlling the circuit. All distribution boards shall carry fixed indelible circuit charts to indicate the number and locations of lights or points (socket outlets) controlled by the breaker.

11.11 SUB-MAINS

DESCRIPTION: The cables taking the supply from the main switch-gear to the distribution boards (panel). Unless otherwise indicated, these shall be P.V.C. insulated, single core copper conductors, rated at no less than 500V, and sized as indicated on the drawings. The cables shall be red for the lines and black for the neutral or colour coded with P.V.C. tape at each termination. INSTALLATION: The cable shall be drawn in P.V.C. conduit of adequate size, making allowance for space factor. The conduit shall be run at high level (eaves) within the Administrative building, dropping down, and run below ground to link the distribution boards in the other buildings. The cable shall not be nicked, brushed or in any way damaged, to permit the ingress of water to the conductor, which may lead to low conductor reading to earth.

11.12 CONDUITS & PIPING

Page 108: Tender_Doc__Vet_Lab,_August_28__2012.pdf

104

DESCRIPTION: Adequately sized, high impact P.V.C. conduit shall be used for all high level runs within the buildings. Water tight P.V.C. piping of adequate size, shall be used for all linking of the buildings and all runs below ground level.

INSTALLATION: The conduit shall be installed in its entirety before cables are drawn in. Inspection boxes, draw boxes, bends, tees, etc., shall be accessible for the purpose of withdrawal or addition of cables. All boxes in which underground conduit (pipe) are terminated must be positioned at 2' - 0" above finished floor level. All conduit (pipe) rising below ground, must run concealed in the wall, and all boxes in which such conduit (pipe) terminate, must be flushed, and the covers (lids) must be fixed with four screws, in order to minimize vandalism. All conduit (pipe) run below ground must be permanently watertight, and be run at a depth of 18". The number of cables drawn into any conduit shall exceed that given in table B5 and B6 of I.E.E. regulations (14th edition). Conduit running below ground across open areas, shall be protected by 6" x 1" greenheart slab, and the route marked by 9" concrete cube partly buried cable marker at 20' - 0" intervals; on top of the cable marker shall be inscribed "ELECTRIC CABLES".

11.13 CABLES

INSTALLATION: The PVC/PVC/SWA cable shall be run from the switch gear to the distribution. The cable shall be run partly on the building structures and partly in free earth. Where the cable run in free earth, it must be laid on a 6" bed of sand 18" below ground and protected by cable tiles or equivalent material. Where the cable run on the building structure, it must be supported by straps, at no more than 4'0" intervals. The loop-in system of wiring shall be used in the installation of the PVC ECC cables, and joints would only be permitted when approved by the Engineer.

11.14 FLUORSCENT FITTINGS

DESCRIPTION: These shall be the surface mounting louver type, with aluminum of similar corrosion resistant louvers. The enclosure shall be fabricated from corrosion resistant material or treated for use in a saline atmosphere. The ballast shall be electronic and capable of instant start. INSTALLATION:

Page 109: Tender_Doc__Vet_Lab,_August_28__2012.pdf

105

The fittings shall be fixed firmly to the ceiling surface by no less than four (4) 1" x #8 corrosion resistant screws and washers.

11.15 SOCKET OUTLETS (Points)

DESCRIPTION: 13A Socket Outlet: This shall be the surface mounting type of non-paneled wall and the flush type on paneled walls. The outlet shall be ivory or white plated. INSTALLATION:

The outlet box shall be mounted flush in the wall at a height of 12" centre from finished floor level and 6" centre from working tops and must be effectively earthed. The outlet must be fixed to the box by no less than two (2) security screws. NOTE: A minimum of four (4) screw drivers or appropriate tools for the screws must be

provided and handed over to the Client at the completion of the project. DESCRIPTION: 10/15A Socket Outlet: These shall be the surface mounting type on non paneled walls and flush type on paneled walls. The outlet shall be ivory or white plated. The receptacle for the outlet pins shall be oblong and parallel for line and neutral and semi-circular for the earth (North American type). NOTE: The voltage supply to each outlet must be clearly and permanently marked on the wall (not on the outlet) adjacent to the outlet. INSTALLATION: Similar to that of the 13A socket outlet.

11.16 SWITCHES (For Light Control)

DESCRIPTION: These shall be suitable for use on A.C. circuits and for switching Fluorescent fittings. They shall be the surface mounting for non- paneled walls and flush type for paneled walls. Switches rated at no less than 5A shall be used on all 240V lighting circuits, and no less than 10A on all 110V lighting circuits. INSTALLATION: Unless otherwise instructed, all switches shall be positioned at a height of 4'6" centre from finished floor level, and 5" from the adjacent door jamb. The Architect's drawing must be checked to ensure that the position of the switched is not in conflict with door swings, and other structural limitations.

11.17

The earth terminals of all socket outlets, and the mounting boxes shall be permanently and effectively connected to earth. All exposed non-current carrying metal parts of fittings,

EARTHING

Page 110: Tender_Doc__Vet_Lab,_August_28__2012.pdf

106

electrical components; equipment and the steel frame of the buildings shall be effectively bonded to earth. The earth loop impedance of all circuits shall be low enough to ensure the proper operation of all circuits’ breakers and fused in accordance with table 41A of I.E.E. Regulation 413-5.The earth continuity conductor shall be of copper, adequately sized, and bonded to the earth electrode to ensure compliance with the regulations. The earth electrode shall be 3/4" solid copper rod, or galvanized steel pipe of no less than 1" diameter, driven to a minimize of (8'-0") eight feet into the ground. Connection of the earth continuity conductor to the main switch and switch-gear shall be made by means of soldered or crimped lug, spring and flat washer and bolt and nut.

11.18 LABELLING

The Contractor shall supply and fix traffalyte or similar approved permanent tables, to indicate the function of all main switches and breakers on the main switch-gear and wherever the function of such items are not obvious. Printed circuit lists shall be fixed on the inside covers of all distribution boards, to indicate the lights/points on the circuit and their location. All labels shall be fixed to their respective positions before the hand-over date. The following notice, of such durability, as would remain legible throughout the life of the installation, shall be fixed in a prominent position near the main switch-gear. IMPORTANT This installation shall be inspected every year, and a compliance certificate obtained from the Government Electrical Inspector. DATE OF THE LAST INSPECTION...............................

11.19 TESTNG

The Contractor shall arrange for the installation to be inspected and tested by the Government Electrical Inspector and a certificate of compliance issued to the owner. At the time of final inspection and test, all connections at panels and all splices, etc., must be made. All breakers must be in place, and circuits continuous from breakers to all receptacles, etc., must be connected. Each entire wiring systems must be tested free from short circuits and grounds and have an insulated resistance between conductors and ground based on maximum load not less than required by the Government Electrical Inspectorate. In case of rejection of part or whole of the installation by the Chief Electrical Inspector, the Contractor shall at his own expense do any additional work supply and additional material necessary to obtain approval.

11.20

The Contractor shall ensure that whenever possible, all items used are covered by the manufacturers' warranty. All faulty items replaced under the manufacturers' warranty shall be at the Contractor's cost. Any breakdown in the installation, fault, or mal-functioning of

WARRANTY AND REPAIRS

Page 111: Tender_Doc__Vet_Lab,_August_28__2012.pdf

107

any component of the installation, due to poor workmanship or non-adherence to the regulation, shall be promptly rectified by the Contractor, at no cost to the owner, for a period not exceeding twelve (12) months.

11.21 PRICES

Prices for electrical works shall include for all labours and the necessary allowances required to complete the works. The Consultant shall make any variations in the quality or quantity of the electrical Works that may in his opinion be necessary and no such variation shall in any way invalidate the contract, but the value, if any, of all such variations shall be taken into account in ascertaining that amount of the contract price. The Contractor shall make no variation without an order in writing given by the Consultant. Payment shall be made as described in the Bill of quantities.

The grounding system shall be TN-S (figure 2), where by the fourth conductor of the armored cable shall be labeled as the neutral and the armored strands shall be employed as the Protection Earth Conductor (PE). All PE conductors, from metallic enclosures, shall be connected to the fourth bar of the bus bar (grounding bar) and hence to the 8ft grounding rod via a 55mm2 single core THW insulated cable. The cable to be employed as the grounding conductor (55mm2) shall be of color code green or green with yellow stripe as required by the NEC. The grounding bar shall be connected to the grounding conductor of the 150kVA transformer via the armored strands of the 240mm2 armored cable. The fourth conductor of the armored cable or the neutral conductor shall be connected to the fourth pole of the circuit breakers protecting corresponding feeders, except for the 150Amp which protects the feeder of the 25kVA dry type transformer.

Figure 2: TN-S Grounding System for Artificial Insemination Laboratory

The cable to provide electric power to the four High Pressure Sodium Lamps is to be of armored XLPE cable of 2x4mm2 as its cross section. This cable shall be contained in a 1”

Page 112: Tender_Doc__Vet_Lab,_August_28__2012.pdf

108

PVC-80 Rigid Conduit and shall be buried at a depth of 18” below the ground level at site. The armored strands shall be used as the grounding conductor. This conductor shall be connected to the grounding terminal of the each lamp and to the metallic supporting pole of each lamp and hence to the grounding bar. Fluorescent Lamp fixtures shall be grounded to the grounding bar via the third nude copper conductor of the 1.5mm2 flat type cable. Outlets of 120V and 240V shall be grounded similarly as outlined in the latter.

Page 113: Tender_Doc__Vet_Lab,_August_28__2012.pdf

109

SECTION: 12 – LABORATORY ACCESSORIES

12.1 Epoxy resins initial curing stage ensures complete chemical reaction throughout the material

to create a uniform work surface of the highest quality. Epoxy Resin tops are resistant to most

chemicals, moisture, impact and heat; they are the ideal solution for environments that are

corrosive or have a high level of moisture. Epoxy countertops are typically chemical resistant

and stain resistant, thus taking the worry out of chemical spills onto quality and expensive

bench toppings or laboratory countertops.

Epoxy Countertop

a. Features of Epoxy resin Countertops

:

• Laboratory grade performance

• Strong resistance to many chemicals

• Moisture resistant

• Extremely hard material

• Durable and easy to clean

• Approved for Food Services (NSF)

• Non Porous

• Never Requires Sealing

b.

Types of Epoxy Sinks

i. Lipped drop-in epoxy sinks have become the industry standard, being highly specified by Architects, Consultants and Laboratory end-users, due to the ease of installation, corrosion resistance, safety and durability of the radiuses interior and exterior edges. Various drain outlet locations are available from center to corner and end drains. Dura top Epoxy sinks are also produced with graduated depth ADA Drop-in Sink styles to accommodate the disabled lab user and conform to Americans with Disabilities (ADA) guidelines.

Lipped Drop-In Sinks

ii. Under mount Sinks

Under counter mount sinks may also be factory cut down from standard depth to conform to ADA specification and guidelines.

Epoxy resin Under mount Sinks have been installed in laboratories for well over thirty years and again are industry standards and preferred over Stainless Steel, Polypropylene, porcelin, etc. High chemical resistance, long-term durability and a wide selection of sizes make Dura top epoxy resin under mount sinks the industry standard.

Page 114: Tender_Doc__Vet_Lab,_August_28__2012.pdf

110

iii.

A complete line of epoxy resin and polypropylene outlets and accessories are available for both Drop-in and under mount style sinks.

Outlets and Accessories

c.

Some of the advantages of Dura top Epoxy sink:

• Monolithic cast epoxy resin sinks • Corrosion resistant against commonly used acids and chemicals • Mechanical strength • Shock resistance • Under counter mount • Lipped drop-in • Ease of Installation • One piece molded with separate drain outlet • Produced in all colors to match or contrast with sheet and slab material

12.2 Biological Safety Cabinet

Biological Safety Cabinet (LAFC)

12.3 Laminar Flow Cabinet

Item Dimensions: 66.0"w x 31.2"d x 61.5"h Electrical Specification: 230 volts, 50/60 Hz, 8

amps Product Subcategory: Class II, Type A2

Biological Safety Cabinets Nominal Width 5' Electrical Requirements: International Sash Opening: 10" Power Cord & Plug: Schuko Exhaust Volume: 420-462 CFM Lighting: Fluorescent

Page 115: Tender_Doc__Vet_Lab,_August_28__2012.pdf

111

12.4 Requirements

for Biosafety Level 3 Labs

A BSL3 environment shall have:

• Single pass air directional airflow • Air pressure differential (-12.5 Pa or -0.05” w.g. at each barrier door and lab • An exhaust system independent and separate from the remainder of the building • A supply system independent and separate from the remainder of the building • Single HEPA filtered exhaust • 6 air changes per hour minimum • HVAC failure alarm • Pressure differential monitors

• Single pass air directional airflow • Air pressure differential (-12.5 Pa or -0.05” w.g. at each barrier door and lab

12.5 Requirements for Biosafety Level 2 Labs

24 Laminar Air-flow Cabinet -5' Purifier Delta Series Class II, Type A2 Biological Safety Cabinet

Nominal Width (ft.): 3’ UV Light = Yes Service Fixtures:1 Electrical: 115V, 60Hz, 12A Exhaust Volume, cfm: 253–279

Page 116: Tender_Doc__Vet_Lab,_August_28__2012.pdf

112

Section VIII. Drawings See Volume II of Tender Documents for Drawings

Page 117: Tender_Doc__Vet_Lab,_August_28__2012.pdf

153

Section IX. Bill of Quantities

Preamble

A. Introduction

The Bill of Quantities shall be taken into consideration by the bidder together with the GIB and GCC and, particularly with the Specifications (technical specifications and plans).

Quantities included in the Bill of Quantities are estimates and provisional quantities. They will serve as a common basis for the evaluation of bids. The basis of calculations will be the actual quantities of work ordered and executed, those which will be measured by the contractor and verified by the Engineer, valued at rates and prices included in the Bill of Quantities submitted by the Contractor in its bid. In those cases when this valuation is not applicable or in any other case, the calculation will be made at the rates and prices that the Engineer may adjust within the terms of the Contract.

Prices furnished by the Contractor in the Bill of Quantities indicated in its bid shall include all construction plants, labour, supervision, materials, assembly, maintenance, insurances, general expenses and benefits, commitments and other obligations explicitly or implicitly specified in the Contract.

One price for each item shall be indicated in the Bill of Quantities whether quantities are included or not. The cost of the items for which the contractor may have not indicated the price will be considered covered by other prices included in the Bill of Quantities.

The total cost in accordance with the Contract will be included in the categories specified in the Bill of Quantities. Whenever an item is not indicated, the corresponding cost will be considered as distributed among the prices included for the corresponding categories of the works.

General instructions, as well as descriptions of the works and materials included in the Bill of Quantities shall not necessarily be repeated. Explicit or implicit references to sections in relation to the documents will be taken into consideration before assessing the prices for each item included in the Bill of Quantities submitted in the Bid.

The Bill of Quantities includes this Preamble, the Parts of the Bill of Quantities, the Schedules and the Summary.

Errors will be corrected by the Employer for any arithmetic errors in computation or summation as follows:-

Page 118: Tender_Doc__Vet_Lab,_August_28__2012.pdf

114

(a) where there is a discrepancy between amounts in figures and in words, the

amount in words will govern; and (b) where there is a discrepancy between the unit rate and the total amount derived

from the multiplication of the unit price and the quantity, the unit rate as quoted will govern, unless in the opinion of the Employer, there is an obviously gross misplacement of the decimal point in the unit price, in which event the total amount as quoted will govern and the unit rate will be corrected.

Except where otherwise detailed in the Bill of Quantities or specified, labour, including the supervision thereof, materials, constructional plant, temporary works, transport to and from the Site and in and about the Works, loading and unloading, laboratory testing and other things of every kind required for the execution and maintenance of the Works shall not be measured and the cost thereof shall be deemed to be included in the rates and prices in the Bill of Quantities.

The total quantity included in the final measurement of each item shall be measured to the nearest integer relative to that item, or to one decimal place if so indicated in the Bill of Quantities.

All measurement in this Contract is in accordance with the Imperial (foot-pound-second) system. The rates and prices entered in the Bill of Quantities will be deemed to include for any increased use of materials that may result.

The following abbreviations are used in the Bill of Quantities:

S.Y. square yard Yd yard

C.Y. cubic yard Ft feet

No. number % per cent

Hr. hour Dia. diameter

Lb pound Ac acre

Prov. Sum Provisional Sum Lin. linear

cfm cubic feet per minute Hp. horse power

G$ Guyana dollars Ton Imperial ton (2,240 lbs.)

Bm. Foot board measurement Gal. gallon

Page 119: Tender_Doc__Vet_Lab,_August_28__2012.pdf

115

Where in the Bill of Quantities there is a Schedule or subsidiary bill setting out the quantities of component materials and work which comprise a unit of work measured under a single item in a part of the Bill of Quantities, the said quantities shall be subject to measurement and valued at the rates and prices entered therein and the total thereof shall be the rate for the item in the part.

For items which the unit of work is given as “Sum”, otherwise than the items brought forward from a subsidiary schedule as explained above, the proportions of payments in interim payments shall be made, according to ratios based on the percentage of work or components of work completed and/or, in installments defined by the period covered by the interim certificate to the total period for which such works/facilities are provided. Such ratios and installments shall be determined by the Engineer. At any stage, during the duration of the Contract, the Engineer will be entitled to adjust such ratios and installments to correspond with any amendment to the duration of the works as related to completion of the Works.

Provisional Quantities

Items in the Bill of Quantities for which the quantities are stated to be provisional shall only be executed if they are the subject of a written instruction from the Engineer. The rates set out for such items shall be used for the valuation of works so ordered by the Engineer in writing whether the quantities shown are used wholly or in part. If the amount of work ordered by the Engineer to be executed under a Provisional Quantity item exceeds the quantity shown in the Bill of Quantities, the rate for that item set out in the Contract shall not necessarily be deemed applicable to the excess.

Provisional Sums

Provisional sums included and so designated in the Bill of Quantities shall bexpended in whole or in part at the direction and discretion of the Project Engineer.

Where in the Bill of Quantities, otherwise than in the Dayworks Part, there is an item having the words "Prov. Sum" in the Unit column, the percentage stated in any space provided for evaluating the Contractor's costs shall be used for payment only when the work is ordered to be done and the percentage shall be applied to the actual price paid, on the written order of the Engineer, for all work executed or goods, materials or services supplied by any nominated Sub-contractor as described in the relevant item in the Bill of Quantities.

Where a provisional sum is provided for collecting items measured under separate Schedules / Sub-bills, payment shall be limited to items measured under the Schedule / Sub-bill without addition.

Page 120: Tender_Doc__Vet_Lab,_August_28__2012.pdf

116

Day works

The Day works Schedule of the Bill of Quantities includes Provisional Sums for use when work is executed on a day work basis. Work shall not be executed as day work except by written order of the Engineer.

1. Labour

Payment in respect of labour employed on a day work basis shall be at the rate entered in the Day works Part.

Overtime rates shall be agreed by the Engineer and shall apply only if work during overtime is ordered by the Engineer or if the overtime occurred within the normal hours worked on the Site as approved by the Engineer. Overtime shall be paid for in the same proportion as is paid to the labour.

No payment shall be made in respect of the Contractor's Site Supervisory and Administrative staff. Gangers or charge-hands working with their gangs shall not be counted as Site Supervisory or Administrative Staff.

The rates shall include the costs in respect of portable tools such as picks, shovels, barrows, trowels, ladders, hand-saws, buckets, trestles, hammers, chisels and all items of a like nature, which for the purpose of work executed on a day work basis shall not be considered as Construction Equipment.

2. Construction Equipment

Payment in respect of Construction Equipment employed in the execution of the work on a day work basis, shall be at the rate entered in the Day works Schedule, exclusive of drivers and attendants but inclusive of fuel and consumable stores.

The time for which Construction Equipment is broken down or during which it is being serviced shall not be measured, nor shall that of any labour or other Constructional Equipment which is unable to work by reason of such breakdown or servicing.

3. Plant and Materials

Payment in respect of plant and materials used in the execution of work on a day work basis shall be the net cost of plant and materials plus the percentage thereof entered in the Day works Schedule.

The "Net cost of plant and materials" means the net cost of such plant and materials delivered by the supplier to store or stockpile on the Site. The cost of taking the plant and materials from the store or stockpile on the Site to the place where they are used shall be paid for at the appropriate day work rates for labour and Constructional Plant.

Page 121: Tender_Doc__Vet_Lab,_August_28__2012.pdf

117

The "Percentage addition to net cost of plant and materials" shall cover the costs of taking delivery and putting into the store or stockpile, storage, overheads and all other charges and costs in respect of or incidental to the procurement and handling of such plant and materials.

The Site

Site establishment of the Contractor shall be paid as set out in the Bill of Quantities.

Earthworks

The rates for earthworks shall be deemed to cover earthworks above and below water and in any material except those otherwise described, e.g. unsound material, and for which separate items are provided.

The cost of dealing with unsound material in any part of the Works shall be borne by the Contractor if in the opinion of the Engineer the unsoundness is due to failure of the Contractor to comply with the Specifications including keeping the excavation free of water.

Excavation in open cut shall be measured where the sides of the finished excavation are shown on the Drawings as free-standing.

Excavation in foundation shall be measured as the volume of the product of the horizontal area of the base of the Permanent Works to be constructed and the mean depth from the original undisturbed surface, or as the volume below the said surface displaced by the Permanent Works or to the limits of excavation shown on the Drawings, whichever is the greater and which is defined as the net excavation.

Excavation for pipelines shall be measured as the volume of the product of the horizontal area of the pipe bedding to be constructed and the mean depth from the original undisturbed ground surface. The rate shall include backfill and disposal of any surplus material.

Backfill shall be measured as the difference, if any, between the net excavation and the volume below the original undisturbed surface displaced by the Permanent Works.

Fill generally shall be measured as the net volume of fill in the Permanent Works above the original undisturbed surface, and vertically above any part of the Permanent Works, or as ordered by the Engineer.

Fill from approved borrow area shall be measured as the difference between the volume of fill generally required and the volume available from associated excavation.

Page 122: Tender_Doc__Vet_Lab,_August_28__2012.pdf

118

Concrete Work

Unless otherwise described in the Bill of Quantities, concrete work shall be measured in terms of four categories of work, namely: concrete, reinforcement, finishes and protection as described below and set out in the Bill of Quantities.

1. Concrete

Concrete including blinding shall be measured as the net volume of concrete to the dimensions specified or shown on the Drawings in the Permanent Works, but no deductions shall be made in respect of the volume occupied by reinforcement or in respect of small openings, recesses, chases and embedded fixtures having a cross-sectional area less than 0.1 Yd2.

Concrete in each class shall be measured separately in each of the following circumstances irrespective otherwise of location in the Permanent Works:

(a) Mass concrete in situ

(b) Reinforced concrete in situ

Where in the Bill of Quantities separate items are provided for concrete in particular locations or for particular types of work, it shall not be deemed to prejudice the generality of the above rules.

2. Shuttering

Shuttering shall be measured for all final surfaces of in-situ concrete which require temporary support during casting except where otherwise specified or indicated on the Drawings. Shuttering shall be measured in the following categories, irrespective of location in the Works Back shuttering, for all surfaces which will remain hidden in the Permanent Works and which are vertical or of a slope steeper than 1 in 1 Face shuttering, for plane surfaces which will remain exposed in the Permanent Works and which are vertical or of slope steeper than 1 in 1 Soffit shuttering, for plane soffit surfaces which will remain exposed and which are horizontal or of a slope not steeper than 1 in 1.

Shuttering shall not be measured for precast concrete or for concrete for bridge works.

Shuttering shall not be measured for chamfered arises not greater than 2” x 2” or for construction joints, stop ends, stepping, bond chases and the like which may

Page 123: Tender_Doc__Vet_Lab,_August_28__2012.pdf

119

be necessary in addition to the shuttering required to support the surface of the finished concrete.

No deductions shall be made from measurement of shuttering for forming holes for pipes and the like having an area at the face of shuttering less than 1 Yd 2.

3. Reinforcement

Steel bar or rod reinforcement shall be measured by mass, as calculated from the dimensions shown on the Drawings. Additional reinforcement incorporated into pre-cast work to avoid unsafe stresses during handling shall not be measured except where shown on the Drawings.

Steel wire fabric reinforcement shall be measured as the area shown on the Drawings for each weight of fabric, as detailed in the Bill of Quantities, with no allowance for laps.

Wire or other material required for supporting and securing the reinforcement in its correct position shall not be measured.

4. Finishes

Finishes shall not be subject to additional payment and shall be deemed to be included in the rates for concrete.

5. Miscellaneous

No separate payment shall be made, inter alia, for supply and testing of concrete ingredients; storage of materials; determination of mix proportions; making and testing of trial mixes; testing of concrete; control and mixing of concrete; transporting, placing and compacting concrete; finishes; construction joints (whether shown on the Drawings or not except that where a waterstop is specified or ordered by the Engineer to be incorporated in construction joints it shall be measured by length for each type and size required); moulds for transporting and fixing pre-cast work; precautions for concreting in unfavorable weather; curing; ascertaining requirements for reinforcement, bending, cutting and fixing reinforcement or working space for erection and handling of shuttering.

Fixing and Building In

Whether specified or not, no separate measurement shall be made in respect of items to be built in or fixed to masonry, block work, concrete, metalwork or timber, for painting contact surfaces, welding, drilling, bolting inclusive of bolts, nuts and washers; jointing and joint materials, shuttering, boxing out and filling thereof; grouting, packing; making good; cutting; waste; labour; materials; temporary works;

Page 124: Tender_Doc__Vet_Lab,_August_28__2012.pdf

120

construction equipment; storing; handling and all incidental work to the items concerned and their surroundings.

Painting and Preservatives

Unless otherwise provided for in the Bill of Quantities no separate measurement shall be made for complying with the painting and preservative requirements of the Specifications, the cost of which shall be included in the rates and prices relative to the items concerned. Where items are provided in the Bill of Quantities for painting, it shall be measured as the surface area covered for the top coat only.

Timber

Rates for sawn and dressed lumber shall include for supply and fixing to the required positions shown on the Drawings or as directed by the Engineer.

Rates for timber piles shall include for the provision, debarking, pitching, tarring, pointing and driving of piles to the required elevations shown on the Drawings or as directed by the Engineer.

Timber piles for foundations shall be measured in linear feet of driven pile. The rates entered by the Contractor under the appropriate items in the Bill of Quantities shall include for all the work described in the Specifications. No separate measurement of pile length shall be made for forming the pile tip, pile lengths cut off due to damage or pile lengths cut off to achieve the required elevation.

Material for timber bridge construction will be re-measured and will be paid for at rate in the Bill. Rates shall include full compensation for all costs of furnishing of materials, including equipment, tools and labour for the fabrication and erection necessary to complete all of the work in compliance with the Drawings and Specifications in a satisfactory manner.

Rates for timber works shall be inclusive of all fixing dowels, bolts, screws, spikes and other ironmongery.

Timber revetments shall be measured by the linear feet. The rate shall include for complete supply and installation including king piles, anchors piles, sheet piles, tie rods, walers and fixings.

Particular Specification

No additional payments shall be made for compliance with the Particular Specifications except where specifically shown in the Bill of Quantities.

Site Clearance

Page 125: Tender_Doc__Vet_Lab,_August_28__2012.pdf

121

The Contractor shall leave the Site clean and tidy to the satisfaction of the Engineer on completion of the Works. The disposal, storage and camp areas shall be cleaned in accordance with environmental standards. Payment shall be made on the written approval of the Engineer for work executed.

Ownership of Old Materials

All materials demolished or dismantled from the site/Building/Structures shall be the property of the client unless otherwise instructed by the Project Manager.

Page 126: Tender_Doc__Vet_Lab,_August_28__2012.pdf

122

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana BILL OF QUANTITIES

No. ITEM DESCRIPTION Unit Qty Rate Amount (G$) BILL No. 1- PRELIMINARIES

1.1 Allow for mobilization and demobilization of equipment, labour and materials to the project site. sum

1.2 Allow for providing Performance bond or Bank Guarantee sum

1.3 Allow for providing Advance Payment bond sum 1.4 Allow for Insurances sum

1.5

Provide, erect and maintain office accommodation for the Consultant. The office shall be approx. 16 sq.m floor area and of sound construction with lockable doors, windows, water supply and sanitary facilities. Regular drinking water and janitorial services shall be provided. Remove structure on completion of the works. sum

1.6 Allow for the provision and maintenance of contractor's

facilities (office, accommodation, work shed, stores etc.) sum

1.7 Allow for surveying and setting out of the works sum

1.8 Allow for all temporary works and miscellaneous items such as dewatering, providing water for the Works, transportation and safety gear for workers etc. sum

1.9 Allow for providing security of the site throughout the duration

of the project. sum Allow for the provision of safety gear for workers sum 1.10 Allow for all scaffolding as required sum

1.11 Provisional Sum for materials testing prov. sum 200,000

Allow for setting up temporary meter circuit and collaborate with GPL and provide temporary power supply to the site to facilitate construction. sum

1.12

Treat the Project Site against Termites and provide five years warranty. The Contractor shall employ a Termite Treatment Contractor from the approved list given in the Specifications who shall treat the site against termites and provide a five year warranty in the name of the Client. Sum

Total Carried to General Summary

Page 127: Tender_Doc__Vet_Lab,_August_28__2012.pdf

123

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate Amount (G$) BILL No. 2 - BUILDING WORKS

BILL No. 2.1 - REMOVAL, DEMOLITION & PREPARATION

2.1.1

Remove metal roof sheets, metal wall sheets and supports, pvc panels and supports and all affixed insulation material. Dispose as directed by the Engineer.

sq. m 1,350 2.1.2 Demolish hollow block walls and dispose of rubble off-site sq. m 100 2.1.3 Remove ceramic tiles from floor and dispose off-site.

Remove all mortar used to fix tiles and make floor good sq. m 55

2.1.4 General Clearing of Building. Clear building of all toilet bowls, cupboards, sinks, glass bottles etc. sum

2.1.5

Pressure wash and thoroughly clean all remaining building elements (drains, floor, portal frame, mono rails etc.) Including for removal and reinstatement of concrete drain covers. sum

2.1.6

Sand blast and remove all paint and corrosion from building's steel elements (portal frames, mono rails etc.) Sandblasting should be so controlled such that there is no resultant damage to steel elements. sum

Total Carried to Main Building Summary

Page 128: Tender_Doc__Vet_Lab,_August_28__2012.pdf

124

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES No. DESCRIPTION of WORKS Unit Qty Rate Amount (G$)

BILL No 2.2 - BLOCKWORK & CONCRETE WORKS

Hollow Concrete Block in cement / sand (1:3 ) mortar

2.2.1

Supply, place and fix hollow concrete blocks (100*200*400) in position, to form walls. Note, all block walls meeting at right angles to be "tied in" to each other. sq. m 1,450

Allow for the encasement of steel columns with hollow concrete blocks, including plastering nr 20

2.2.2 Supply, place and fix in position parade vent blocks. Blocks to be laid in cement/sand (1:3) mortar. sq.m 10

2.2.3 Allow a sum for making openings in block wall for doors and windows sum

Concrete window frames (20Mpa strength)

2.2.4

Cast concrete window frames. Frames to be reinforced with two 6mm dia. bars in long. direction ; 6mm dia. distribution bars@150mm. Rate to include for reinforcement and formwork. cu. m 5

Concrete door frames (20Mpa strength)

2.2.5

Cast concrete frames around wooden door frames. Concrete frames to be reinforced with two 6mm dia. bars in long direction; 6mm dia. distribution bars@150mm. Rate to include for reinforcement and formwork. Note, wooden door frames measured separately. cu. m 5

Concrete drain covers (20Mpa strength)

2.2.6

Cast concrete drain covers. Covers to be reinforced with 10mm dia. bars @150mm in both directions. Rate to include for reinforcement and formwork. cu. m 2.5

Repairs to existing concrete floor and concrete drains

Supply, place and compact concrete (20Mpa strength) for repairs to damaged areas of existing concrete floor and concrete drains. Inclusive of all cutting out, preparation, reinforcement and formwork. cu. m 155

2.2.7 Allow for cutting and drilling of HCB walls to install electrical system and plumbing system sum

2.2.8 Allow for the construction of Guard Huts as directed by the Engineer.

Prov. Sum 1,200,000

2.2.9 Allow for the construction of Incinerator Base and Generator Building

Prov. Sum 2,500,000

Total Carried to Main Building Summary

Page 129: Tender_Doc__Vet_Lab,_August_28__2012.pdf

125

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate

Amount (G$)

Bill No. 2.3 - ROOF & CEILING Roof Structure

2.3.1 Supply and install the following:

2.3.1.1

Zinc/aluminium alloy trapezoidal profile sheeting (full length or max. length available), 26 gauge factory painted both sides. Color to be specified. Rate to include truss head stainless steel tapping screws, complete with neoprene washers. Measured net. sq. m 900

2.3.1.2

26 guage plain sheet ridge flashing 750mm wide with minimum end laps of 225mm. Rate to include truss head stainless steel tapping screws, complete with neoprene washers. Measured net. m 47

2.3.1.3

Metal eaves beam to edge of roof structure as directed by Engineer. inclusive of fixing cleats, bolts etc kg 800

2.3.1.4

Standard metal 150mm wide Gutter Profile ; 8 kg/m complete with fixing bolts and downspouts kg 800

Drop Ceiling

2.3.2 Supply and install the following:

2.3.2.1

50mm wide x100mm deep x 20guage "C" shaped galvanised metal sheet rock studs as ceiling joists. Joists to be spaced @600mm crs. and supported on each purlin with suitable size steel flats. Ceiling joists to run perpendicular to purlins. Allow for transverse ceiling joists at all joints between sheets of sheet rock.

sq. m of ceiling 900

2.3.2.2

12 mm thk. water resistant sheet rock. Including all necessary fittings (screws, joint compound and filler, joint tape and sanding etc). sq. m 900

2.3.2.3 50 mm Cornice timber molding to ceiling m 1,000

2.3.2.4 Allow a sum for making all openings in ceiling to accommodate recessed lighting fixtures sum

Total Carried to Main Building Summary

Page 130: Tender_Doc__Vet_Lab,_August_28__2012.pdf

126

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES No. DESCRIPTION of WORKS Unit Qty Rate Amount (G$)

Bill No. 2.4 - WINDOWS AND DOORS 2.4.1 Door Framing

2.4.1.1

Supply and install factory made heavy duty metal door frame (for single door) fabricated from 50mmx150mm members, complete with heavy duty cadmium plated hinges, adjustable striker plate, rubber silencer buffers and metal lugs for building in; "Wipecoat" finish. (Door type D2, D3 & D4) nr 32

2.4.1.2

Supply and install factory made heavy duty metal door frame (for double door) fabricated from 50x150mm members, complete with heavy duty cadmium plated hinges, adjustable striker plate, rubber silencer buffers and metal lugs for building in; "Wipecoat" finish. nr 6

2.4.1.3

Supply and install factory made heavy duty metal door frame (for single door) fabricated from 50mmx150mm members, complete with heavy duty cadmium plated hinges, adjustable striker plate, rubber silencer buffers and metal lugs for building in; aluminium milled finish. (Door type D5 & D8) nr 11

2.4.2 Metal Doors (in coated galvanized mild steel - Factory made)

2.4.2.1

Supply and install flush door; 20 gauge pre-expanded small cell honey comb core fixed with non flammable adhesive; 3no. 10 gauge hinge reinforcement plates; 16 gauge reinforcement to top and bottom closer channels; continuous vertical interlocking seamed edges:

2.4.2.2

900mm wide x 2030mm high x 45mm thk. including for 1 nr. framed opening of size 150mm x 600mm for and including Georgian wired polished plate glass (D2) nr 19

2.4.2.3 900mm wide x 2030mm high x 45mm thk. (D3) nr 7 2.4.2.4 750mm wide x 2030mm high x 45mm thk. (D4) nr 6

2.4.2.5 1800mm wide x 2030mm high x 45mm thk. double door (D6) inclusive of suitable "CAL ROYAL" locks nr 6

Timber Doors

2.4.3

Supply and install doors in softwood and plywood: flush doors to BS 459 part 3; semi-solid core, faced both sides with 6mm thk. plywood and lipped on all edges with hardwood:

750mm wide x 2030mm high x 45mm thk. (D5) nr 3 MDF Doors

2.4.4

Supply and install medium density fibreboard doors: flush doors to BS 459 part 3; semi-solid core, faced both sides with medium density fibreboard and finished with 1.5mm high pressure laminate on all sides:

700mm wide x 1500mm high x 30mm thk. (D8) nr 8 Total Carried Forward

Page 131: Tender_Doc__Vet_Lab,_August_28__2012.pdf

127

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate Amount (G$) Bill No. 2.4 - WINDOWS AND DOORS (con't) Total Brought Forward

IRONMONGERY

2.4.5 Supply and install "CONSORT" range face fix indicator bolts, satin crome finish. (for door type D8) nr 8

2.4.6 Supply and install "CONSORT" range stainless steel door stops (DS 75) nr 47

2.4.7 IRONMONGERY; supply and install "CAL-ROYAL" range

2.4.7.1

BA SERIES(ANSI GRADE 1) BARRINGTON (CYLINDRICAL LOCKSET) SATIN CHROME FINISH BA-20 (PRIVACY). (for door type D4 & D5) nr 9

2.4.7.2

BA SERIES (ANSI GRADE 2) BARRINGTON (CYLINDRICAL LOCKSET)SATIN CHROME FINISH BA-00 (ENTRANCE) (for door type D2 & D3) nr 26

2.4.7.3 overhead door closers with back check, power size 2-4; stainless steel finish nr 44

2.4.8 Supply and install single sided key-less door lock with electronic keypad as directed by Engineer nr 3

Windows / Extractors / Air Curtains

2.4.9

Supply and install aluminium framed (pre-painted black) windows, complete with all necessary hardware - 0.75m wide x 1.5m high Sash windows with fly mesh nr 44

2.4.10

Supply and install aluminium framed (pre-painted black) windows, complete with all necessary hardware - 0.75m wide x 0.75m high Sash windows with fly mesh nr 13

2.4.11 Supply and install 10"x10" electric extractor fans, inclusive of all electrical works nr 9

2.4.12 Supply and install 10"x10" electric extractor fans with metal ductwork, inclusive of all electrical works nr 5

2.4.13

Supply and install security grills to windows. Grills to be fabricated from 12mm dia. mild steel bars and painted with anti-corrosive paint (3 coats). Pattern to be as directed by the Engineer. sq. m 65

2.4.14 Supply and install electrically powered non-circulating air curtains as directed nr 3

Total Carried to Main Building Summary

Page 132: Tender_Doc__Vet_Lab,_August_28__2012.pdf

128

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate Amount (G$) Bill No. 2.5 - PLUMBING INSTALLATION

All sanitary fixtures to be adult sized. WC suites, wash basins to be Armitage Shanks, vitreous china, white.

2.5.1

Supply and install WC suites,vitreous china(European made) comprising of 100mm P trap bowl, 2 1/2 gal. capacity low flush cistern, flushing pipe system, hinged seat and cover and fixing to concrete floor. Cistern fixing to concrete wall. All screws to be brass alloy. nr 10

2.5.2

Supply and install Lavatory Pedestal Basin of vitreous china (European made) waste fittings, stay and plug, including fixing on concealed cast iron brackets. nr 6

PVC Pipes and Fittings (Water Supply/Waste Water piping)

2.5.3

Allow for the supply and installation of complete plumbing system to and within all buildings within compound. Plumbing system is to be designed and installed according to sound laboratory plumbing engineering practice and as directed by the Engineer. All plumbing fittings are to be of high quality and are subjected to the approval of the Engineer. sum

Sundries 2.5.4 Supply and install white ceramic toilet tissue dispenser nr 10

2.5.5 Polished plate glass mirror size 0.61m x 0.71m x 6mm thk. Plug and screwed to rendered HCB wall. nr 6

2.5.6 Supply and install 450mm long towel rack - chrome finish. nr 6 Septic Tanks

2.5.7

Allow for the dewatering and cleaning of existing septic and pre-treatment tanks as directed by the Engineer. The dewatering and cleaning will have to be done by an sanitation service provider approved by the Engineer. nr 2.0

2.5.8

Allow for the supply and installation of the following items for the two (2) existing septic tanks as directed by the Engineer:

2.5.8.1 Filter box, including for filter materials Sum - 2.5.8.2 Pipe and pipe fitting to septic tank Sum - 2.5.8.3 Reinforced concrete covers to septic tank Sum -

2.5.9

Allow for the construction of a Soak-away (filter bed) for the waste water from the pre-treatment tank as directed by the Engineer

Prov. Sum

750,000

Total C/F

Page 133: Tender_Doc__Vet_Lab,_August_28__2012.pdf

129

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate

Amount (G$)

Bill No. 2.5 - PLUMBING INSTALLATION (cont’d) Total Brought Forward

2.5.10

Supply and install electrical water pump and pipe system. The pump shall be Stuart and Turner or equivalent approved by the Engineer made with the following properties: 20 or 25mm dia. inlet and outlet, 110/220V, Qmax 35 l/min, Hmax 20m, Suction liftmax 6m, 0.5 Hp. nr 1

2.5.11

Allow for potable water supply connection to buildings from main water line with a 25 mm dia. service connection for the provision of potable water. Include for all excavation, backfill with approved materials and all high pressure pipes and fitting. m 125

2.5.12 Allow for the supply and installation of fire safety equipment including fire extinguishers, fire hoses etc.

Prov. Sum 1,200,000

2.5.13

Supply and install kitchen cupboard Supply and install cupboard complete with single bowl/double drainboard sink (stainless steel) and fibreglass countertop. Overall plan area of cupboard to be 1.8m2. Cupboard shall have top/front drawers and compartments with shelves and doors below. Rate all inclusive. nr 1

Total Carried to Main Building Summary

Page 134: Tender_Doc__Vet_Lab,_August_28__2012.pdf

130

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate

Amount (G$)

Bill No. 2.6 - FINISHES

2.6.1 Wall Finishes

2.6.1.1

Supply and lay ceramic tiles (glazed) 200mmx300mm to washroom walls. Pattern of tiles to be approved by Engineer. Tiles to laid with approved paste, joints to be grouted with matching colour cement. sq. m 145

2.6.1.2 Supply mortar (cement and sand mix (1:3)) and plaster all block work with 12mm thk mortar. sq. m 2,900

2.6.1.3

Supply mortar (cement and sand mix(1:3)) and create 100mm wide x 12mm thk. bands around all windows m 250

2.6.2 Floor Finishes

2.6.2.1

Supply and lay ceramic tiles (non-skid) 200mmx300mm to washroom floor. Tiles to be laid on thin set, joints to be 3mm, straight both ways, grouting to joints with matching colour cement and flush pointing. Including cutting and laying all ends, edges, angles, intersections etc. Pattern and color of tiles to be approved by Engineer. sq. m 70

Total Carried to Main Building Summary

Page 135: Tender_Doc__Vet_Lab,_August_28__2012.pdf

131

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate

Amount (G$)

Bill No. 2.7 - PAINTING & HIGH PERFORMANCE COATINGS

Items 2.7.1 to 2.7.3.2 to be applied by trained and experienced applicators approved by the Engineer

2.7.1 Flowfresh MF Flooring System to Laboratory Floor - 130 mil DFT

2.7.1.1

Prepare concrete floor surface by light grind/scarify to produce anchor profile as directed by the Engineer. Supply and apply Flowprime @ 200sq.ft per gal. as primer sq. m 800

2.7.1.2

Supply and apply Flowfresh MF over primed floor to a dry film thickness of 130 mils. Color to be Khaki. sq. m 800

2.7.2 Internal Wall Coating

2.7.2.1

Prepare surface as directed by the Engineer. Supply and apply Pre-Prime 167 @ 1250 sq.ft per gal. as primer. sq. m 185

2.7.2.2

Supply and apply Devthane 359 over primed walls to a dry film thickness of 5 mils. Color to be white. sq. m 185

2.7.3 Ceiling Coating

2.7.3.1

Prepare surface as directed by the Engineer. Supply and apply Tru-Glaze WB 4030 @ 250 sq.ft per gal. as primer. sq. m 800

2.7.3.2

Supply and apply Tru-Glaze WB 4418 over primed ceiling to a dry film thickness of 2 mils. Color to be white. sq. m 800

2.7.4 External Wall Coating

2.7.4.1

Supply and apply latex block filler plus 2 finish coats of latex acrylic emulsion paint with germicide to general surfaces. Color of paint to be determined by the Engineer. sq. m 1,450

2.7.4.2

Supply and apply latex block filler plus 2 finish coats of latex acrylic emulsion paint with germicide to general surfaces - 100mm wide. Color of paint to be determined by the Engineer. m 250

Total Carried to Main Building Summary

Page 136: Tender_Doc__Vet_Lab,_August_28__2012.pdf

132

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate Amount (G$) Bill No. 2.8 - LABORATORY WORKS

Bio-safety Level 3 Lab

2.8.1

Design, supply and install all equipment to create a Bio-safety Level 3 environment within the TB Lab as per specifications including: sum

1) independent air supply system with all duct work 2) negative air pressure system

3) exhaust system fitted with HEPA filtration system, including all duct work

4) air pressure monitor with pressure readings accurate to within 0.001” WG with audio and visual alarms identifying unsatisfactory conditions.

Bio-safety Level 2 Labs

2.8.2

Design, supply and install all equipment to create a Bio-safety Level 2 environment within the Microbiology Lab as per specifications including:

1) negative air pressure system sum 2) appropriate HVAC system sum

2.8.3 Design, supply and install all equipment to create a Biosafety Level 2 environment within the Lab as per specifications

1) negative air pressure system sum 2) appropriate HVAC system sum

Laboratory Cupboards with Countertops (factory made units, installed by specialist firm)

2.8.4

Supply and install 25mm thk. black epoxy resin countertops with 100mm high backsplash and with epoxy drop-in sinks placed as per drawing, supported on 18 gauge metal casework cabinets with doors and drawers as required. Cabinets to be finished with electrostatically applied urethane powder paint (Chameleson CH). Rate all inclusive. Contractor to provide detailed drawings of each unit offered, for approval, prior to supply. Units installed in the following labs:

serology - approx. 10.1 sq.m plan area sum microbiology - approx. 9.1 sq.m plan area sum parasitology room - approx. 11.7 sq.m plan area sum dissection - approx. 3.3 sq.m plan area sum pathology - approx. 13.8 sq.m plan area sum tb - approx. 6.3 sq.m plan area sum sample reception - approx. 3 sq.m plan area sum patologist room - approx. 2.2 sq.m plan area sum histopathology - approx. 12.9 sq.m plan area sum media prep. - approx. 4.7 sq.m plan area sum decon. - approx. 3.6 sq.m plan area sum pcr 1 - approx. 2.6 sq.m plan area sum pcr 2 - approx. 1.9 sq.m plan area sum pcr 3 - approx. 2.6 sq.m plan area sum Total Carried Forward

Page 137: Tender_Doc__Vet_Lab,_August_28__2012.pdf

133

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. DESCRIPTION of WORKS Unit Qty Rate Amount (G$) Total Brought Forward

Bill No. 2.8 - LABORATORY WORKS (cont’d)

2.8.5

Supply and install laboratory hands-free sink with all accessories in the TB lab as directed by the Engineer nr 1

2.8.6

Supply and install laboratory emergency shower unit with all accessories as directed by the Engineer nr 2

2.8.7 Supply and install laboratory eye wash station as directed by the Engineer nr 2

2.8.8 Supply and install Biological Safety Cabinet (Class 2) total exhaust with stand as per specifications nr. 1

2.8.9 Supply and install Laminar Flow Cabinet as per specifications nr. 2

2.8.10

Allow for the installation of gas lines to the laboratory

Prov. Sum

2,000,000

2.8.11

Supply and install factory made overhead 18 gauge metal casework cabinetry. Size to be 750mm wide x 625mm high x 325mm deep; with double doors. Including mounting brackets. Finished as per cabinetry in item 2.8.4. nr 25

Total Carried to Main Building Summary

Page 138: Tender_Doc__Vet_Lab,_August_28__2012.pdf

134

Electrical Installation of Veterinary Diagnostic Lab

Item Nr. Description of Works Unit Qty Rate Amount

1 Allow for the removal of existing H-structure, fencing and post, clearing of the distribution substation area

Sum … --… 20,000

2 Allow for Inspection and Certification of Electrical Installation Sum … -…… 10,000

13.8kV Spur

3

Provisional Sum for the supply of all materials and labor for the installation of a 130m 13.8kV spur consisting of Aluminium Alloy Conductor (AAC), 1/0 (50mm2), 7 strands from the nearby power utility distribution line, including the plating of adequate sized poles, insulators, lighting arresters and grounding of the latter, according to the standards of the national power utility company for a 500kVA local distribution substation

Prov. Sum … … 3,000,000

4

Supply and Installation of 1x35mm2 TYPE MV-105 insulated with solid dielectric ethylene-propylene Rubber (EPR), a copper tape shield and an overall jacket of polyvinyl-chloride (PVC) or chlorinated polyethylene (CPE)

m 45 36,000 1,620,000

Distribution Substation

5

Provisional Sum for the construction of a distribution substation-as detailed in attached drawing including placement of danger sign according to the standards of the national power utility company for a, 415V, 3φ 800 Amp Service

Prov. Sum … … 4,000,000

6

Provisional Sum for the Supply and Installation of a 500kVA 13.8kV-415/240V, Δ/Yn 3φ pad mounted transformer including grounding of tank and neutral of the latter by a 95mm2 bare copper wire, including associated lighting arresters for the transformers

Prov. Sum … … 6,000,000

7 Supply and Installation of adequate sized fuse link and RCO for primary and secondary side of transformer bank

Sum … … 500,000

8 Supply and Installation of CU-AL line tap connectors for 2x300mm2 copper cable Nr 3 5,000 15,000

Page 139: Tender_Doc__Vet_Lab,_August_28__2012.pdf

135

9

Supply and Installation of 15kV EPR, 3 Core, 1x35mm2 copper conductor, corrugated aluminum armour, PVC sunlight resistant jacket cable

m 46 45,000 2,070,000

10 Supply and Installation of 15kVstand off Insulator kit Nr 1 70,000 70,000

11 Supply and Installation 15kV, 3 conductor, outdoor terminator kit for 35mm2 conductor cable

Nr 1 100,000 100,000

12 Supply and Installation of copper lugs for 35mm2 conductor Nr 3 5,000 15,000

13 Supply and Installation of galvanize cable clamps for cable outer diameter Nr 10 2,500 25,000

14 Supply and Installation of galvanized 3mm thick by 3m long sheet steel cable shield Nr 1 30,000 30,000

15

Provisional Sum for the construction of concrete cable trench as indicated in drawing # at locations as shown in the Electrical Installation Design for VDL-Lighting

sum … … 3,000,000

Total C/F 20,475,000 Total B/F 20,475,000 Moulded Case Circuit Breakers

16

Supply and Installation of the following IEC 60947-2 rated TP, Icu ≥ 35kA, Ue ≥ 480 MCCB (UL 489 CSA C22.2) including adequate sized enclosure (NEMA 2/IP30), bolts and nuts and all other fittings and accessories for its firm and safe installation:

16.1 1000 Amp Nr 2 800,000 1,600,000 16.2 315 Amp Nr 2 300,000 600,000 16.3 200 Amp Nr 1 250,000 250,000 16.4 175 Apm Nr 3 195,000 585,000 16.5 163 Amp Nr 2 175,000 350,000 16.7 100 Amp Nr 13 135,000 1,755,000 16.8 60 Amp Nr 2 115,000 230,000 16.9 50 Amp Nr 2 75,000 150,000

16.10 25 Amp Nr 5 50,000 250,000 16.11 15 Amp Nr 2 30,000 60,000 Miniature Circuit Breakers

17 Supply and Installation of the following IEC 60947-2 rated, Icu ≥ 10kA, Ue ≥ 240 MCB:

Page 140: Tender_Doc__Vet_Lab,_August_28__2012.pdf

136

17.1 60 Amp Nr 4 8,000 32,000 17.2 25 Amp Nr 184 6,000 1,104,000 17.3 15 Amp Nr 80 4,500 360,000

Load Centers

18 Supply and Installation of the following UL listed Circuit Breaker Panels:

18.1 125Amps, 20 Pole, 3φ-4W Circuit Breaker Panel Nr 1 164,000 164,000 18.2 125Amps, 12 Pole, 3φ-4W Circuit Breaker Panel Nr 7 125,000 875,000 18.3 60Amps, 3 Pole, 3φ-4W Circuit Breaker Panel Nr 2 45,000 90,000 18.4 125Amps, 32 Pole, 1φ-3W Circuit Breaker Panel Nr 3 120,000 360,000 18.5 125Amps, 24 Pole, 1φ-3W Circuit Breaker Panel Nr 1 115,000 115,000 Power and Distribution Cables

19

Supply and Installation of the following Armoured XLPE Insulated (BS5467/BS6724) Copper Cables according to BS 7671 (application of adequate sized cable gland, respectively) :

19.1 4x400mm2 m 180 55,000 9,900,000 19.2 4x240mm2 m 80 40,000 3,200,000 19.3 4x120mm2 m 70 30,000 2,100,000 19.4 4x95mm2 m 10 26,000 260,000 19.5 4x55mm2 m 70 23,000 1,610,000 19.6 4x50mm2 m 10 20,000 200,000 19.7 4x35mm2 m 70 18,000 1,260,000 19.8 4x25mm2 m 60 16,000 960,000 19.9 4x10mm2 m 300 14,000 4,200,000

19.10 4x4mm2 m 25 10,000 250,000 19.11 4x6mm2 m 30 8,000 240,000 19.12 3x70mm2 m 60 25,000 1,500,000 19.13 3x50mm2 m 15 18,000 270,000 19.14 3x35mm2 m 15 15,000 225,000 19.15 3x16mm2 m 10 13,000 130,000 19.16 3x6mm2 m 200 7,500 1,500,000

20 Supply and Installation of the following PVC Insulated (BS6004) Copper Cables according to BS 7671

20.1 1x2.5mm2 role 44 38,000 1,672,000 20.2 1x4mm2 role 44 55,000 2,420,000

Page 141: Tender_Doc__Vet_Lab,_August_28__2012.pdf

137

20.3 3x4mm2 role 2 65,000 130,000 Total C/F 61,432,000 Total B/F 61,432,000 Grounding Conductor

21 Supply and Installation of the following PVC Insulated (BS6004) Copper Cables according to BS 7671

21.1 1x95mm2 m 40 15,000 600,000 21.2 1x70mm2 m 50 12,000 600,000 21.3 1x35mm2 m 50 10,000 500,000 21.4 1x10mm2 m 90 7,500 675,000

22 Supply and Installation of 1x35mm2 solid, un-insulated copper conductor m 180 4,500 810,000

23 Supply and Installation of 8ft x 5/8" grounding rod and clamp Nr 20 10,000 200,000

Lighting Fixtures

24

Supply and Installation of 2x4 2x32W T8 Lamps- T8 Flush Mounted Fluorescent Vapor Proof Lighting Fixture 120-277V with Reflector Fluorescent Lamp and all other necessary fittings and ascessories for its firm and safe installation

Nr 165 30,000 4,950,000

25

Supply and Installation of 2x2 2x18W T8 Lamps- T8 Flush Mounted Fluorescent Vapor Proof Lighting Fixture 120-277V with Reflector Fluorescent Lamp and all other necessary fittings and ascessories for its firm and safe installation

Nr 8 26,000 208,000

26

Supply and Installation of Designers Edge L-1770-70W-HPS-BR ECOZONE 70-Watt High Pressure Sodium Dusk to Dawn Security Light, Bronze, as directed by engineer

Nr 12 25,000 300,000

27

Supply and Installation of Induction Cobra Head, Street Light, Multi-Tap, 240V ballast with 100W HPS Lamp (ANSI Code S54) supported by a 3" 20ft galvanized pole anchored by a concrete base as directed by engineer

Nr 10 125,000 1,250,000

28

Supply and Installation of Medium size fixture: 32 watt, 240V compact fluorescent lamp with die-formed reflector of heavy gauge steel in white finish with clear vandalproof polycarbonate

Nr 6 53,000 318,000

Page 142: Tender_Doc__Vet_Lab,_August_28__2012.pdf

138

refractor as directed by engineer

29

Supply and Installation of Wet Location Red LED Exit Sign 120/277V Battery Backup with all necessary fittings and ascessories for its firm and safe installation

Nr 2 30,000 60,000

30 Supply and Installation of Emergency Light Low Profile 120/277V White with all necessary fittings and ascessories for its firm and safe installation

Nr 5 8,000 40,000

Receptacles

31 Supply and Installation of 20 Amp Switched Socket 120V Duplex UL listed flush mounted Outlet with metallic base

Nr 128 9,000 1,152,000

32

Supply and Installation of 30 Amp Switched Socket 240V Duplex UL listed flush mounted Outlet with metallic base and other necessary accessories and fittings for its firm and safe installation

Nr 20 12,000 240,000

33

Supply and Installation of 60Amp Switched Socket 240V Duplex UL listed flush mounted Outlet with metallic base and other necessary accessories and fittings for its firm and safe installation

Nr 1 20,000 20,000

Switches

34

Supply and Installation of single pole single gang 10 Amp flush mount UL Listed switch with metallic base and other necessary accessories and fittings for its firm and safe installation

Nr 34 8,500 289,000

35

Supply and Installation of single pole single gang 10 Amp two way flush mount UL Listed switch with metallic base and other necessary accessories and fittings for its firm and safe installation

Nr 4 8,500 34,000

36

Supply and Installation of single pole two gang 10 Amp flush mount UL Listed switch with metallic base and other necessary accessories and fittings for its firm and safe installation

Nr 1 8,500 8,500

37

Supply and Installation of single pole three gang 10 Amp flush mount UL Listed switch with metallic base and other necessary accessories and fittings for its firm and safe installation

Nr 5 8,500 42,500

Page 143: Tender_Doc__Vet_Lab,_August_28__2012.pdf

139

38

Supply and Installation of 20 Amp DP UL Listed Switch with corresponding sized metallic base and neon indicator and other necessary accessories and fittings for its firm and safe installation

Nr 14 8,000 112,000

Total C\F 73,841,000 Total B\F 73,841,000 Climatization

39

Supply and Installation of the 24000 BTU/hr UL Listed (Peak/Gree) 220V, 1φ Air Condition Units with all necessary accessories and fittings for its firm and safe installation, including supporting brackets for condensers made of suitable material for local environmental condition and insulated copper tubes:

Nr 1 210,000 210,000

40

Design, supply and install complete laboratory central air conditioning system, including all ductwork, diffusers etc. Consideration should be given for the use of HEPA filters within the system. Power supply to be 3 phase. Successful contractor shall submit detailed designs/drawings of proposed entire air conditioning system within three weeks of commencement, for review and approval, prior to installation.

Nr 1 11,500,000 11,500,000

41

Supply and Installation of Extractor Fan-Bathroom 220V, 1φ, 60Hz with all necessary fittings and ascessories for its firm and safe installation

Nr 9 25,000 225,000

42

Supply and Installation of TD-SILENT Acoustic Inline Mixed Flow Duct Fan 220V, 1φ, 60Hz with all necessary fittings and ascessories for its firm and safe installation

Nr 1 60,000 60,000

43

Supply and Installation of Heat Extractor Inline Mixed Flow Duct Fan 220V, 1φ, 60Hz with all necessary fittings and ascessories for its firm and safe installation

Nr 3 75,000 225,000

44

Supply and Installation of Air Curtain, 220V, 60Hz, 1φ to fit at the two main entrance/exit of the building, with all necessary fittings and accessories for its firm and safe installation

Nr 2 150,000 300,000

Internal Transformers

Page 144: Tender_Doc__Vet_Lab,_August_28__2012.pdf

140

45 Supply and Installation of the following Dry type Transformers, Square D or Equivalent:

46 15kVA Primary 240V/ Secondary 120V-3W, 1φ General Purpose Dry Type Transformer Nr 3 500,000 1,500,000

47 10kVA Primary 240V/ Secondary 120V-3W, 1φ Sealed Dry Type Transformer Nr 1 360,000 360,000

48 500VA Primary 240V/ Secondary 120V-3W, 1φ Sealed Dry Type Transformer Nr 2 100,000 200,000

Metallic Trunking

49 Supply and Installation of the following Metallic Trunking with all necessary fitting and accessories for its safe and firm installation

49.1 6"x 6" lgth 10 25,000 250,000 49.2 4"x 4" lgth 20 15,000 300,000 PVC Trunking

50 Supply and Installation of the following PVC Trunking with all necessary fitting and accessories for its safe and firm installation

50.1 16mm x 16mm lgth 25 500 12,500 50.2 25mm x 16mm lgth 50 800 40,000 50.3 50mm x 50mm lgth 12 1,200 14,400 50.4 50mm x 25mm lgth 12 1,000 12,000 50.5 100mm x 100mm lgth 8 4,500 36,000 Bus Bar Chamber

51 Supply and Installation of the following BSEN60439-1, Icu=63kA 550V, 3φ 4WBus Bar

51.1 1000 Amp Nr 1 880,000 880,000 51.2 400 Amp Nr 2 200,000 400,000 51.3 200 Amp Nr 1 150,000 150,000 51.4 100 Amp Nr 1 110,000 110,000

Total Carried to Main Building Summary 90,625,900

Page 145: Tender_Doc__Vet_Lab,_August_28__2012.pdf

141

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

Bill No. MAIN BUILDING SUMMARY

2.1 REMOVAL, DEMOLITION & PREPARATION 2.2 BLOCKWORK & CONCRETE WORKS 2.3 ROOF & CEILING 2.4 WINDOWS AND DOORS 2.5 PLUMBING INSTALLATION 2.6 FINISHES 2.7 PAINTING & HIGH PERFORMANCE COATINGS 2.8 LABORATORY WORKS 2.9 ELECTRICAL WORKS TOTAL carried to main summary

Page 146: Tender_Doc__Vet_Lab,_August_28__2012.pdf

142

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. ITEM DESCRIPTION Unit Qty Rate

Amount (G$)

BILL No. 3 - EXTERNAL WORKS BILL No. 3.1 - SITE CLEARING & FILLING

3.1.1 Demolish existing guard hut and trestle and dispose of materials off-site as directed by Engineer sum

3.1.2

Dismantle existing fence and dispose of materials as directed by the Engineer. Care should be taken whilst dismantling to salvage most of the materials as possible. sum

3.1.3 Remove entrance gate and demolish gate posts, dispose off-site as directed by the Engineer sum

3.1.4

Clear and grub heavy vegetation along fence line, 3m on both sides. Including removal of all stumps and roots sq.m 1,900

3.1.5

Clear compound of all vegetation, garbage, derelict equipment etc. and leave clean and tidy upon completion of the Works sq.m 5,565

3.1.6 Supply, place and compact clay fill to low spots within compound as directed by Engineer cu.m 600

Total Carried to Summary

Page 147: Tender_Doc__Vet_Lab,_August_28__2012.pdf

143

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES No. ITEM DESCRIPTION Unit Qty Rate Amount (G$)

BILL No. 3 - EXTERNAL WORKS BILL No. 3.2 - Fence

3.2.1 Excavate for foundation, stockpile excavated material for re-use cu.m 100

3.2.2 Supply, place and compact white sandfill in layers not exceeding 150mm thk. cu. m 30

3.2.3 Supply, place and compact 50mm thk. blinding (1:6 cement/sand ratio) on sandfill. sq. m 145

3.2.4 Supply, cut and fix formwork, including all struts, shores, ties and chamfers. sq. m 280

3.2.5 Supply, cut, bend and fix steel reinforcement as detailed in the drawing:

10mm dia mild steel kg 1400 12mm dia mild steel kg 1300

3.2.6

Supply, place and compact structural concrete in-situ within formwork and around reinforcement to lines and levels. 25Mpa strength cu. m 35

3.2.7 Supply and install 50mm dia. schedule 40 galvanised posts, 2.55m long. Inclusive of pvc cap on top. no. 110

3.2.8 Supply, place and fix hollow concrete blocks (100*200*400) in position. sq. m 190

3.2.9

Supply and install 25mm dia. schedule 40 galvanised horizontal top and bottom rails between vertical posts. Note, fixing by welding no. 218

3.2.10 Supply and fix10 gauge chain link to fence, 1.8m high. Fixing by welding to posts and horizontal rails. sq. m 575

3.2.11 Construct concrete gate posts including base. Rate to include for reinforcement and formwork cu.m 1

3.2.12 Fabricate and install metal gate as per drawing, including locking device. no. 1

3.2.13 Supply mortar and plaster all hollow blocks, concrete pedastals and concrete posts. sq. m 380

3.2.14 Supply, place and compact clay backfill over foundation on both sides of fence cu.m 100

Total Carried Forward

Page 148: Tender_Doc__Vet_Lab,_August_28__2012.pdf

144

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. ITEM DESCRIPTION Unit Qty Rate

Amount (G$)

BILL No. 3.2 - Fence (cont'd) Total Brought Forward

3.2.15

Supply & apply one (1) coat concrete primer & two finishing coat of water based paint to all expose concrete surfaces. Color as specified by Engineer. sq. m 575

3.2.16

Supply & apply one (1) coat anti corrosive primer & two finishing coat silver metallic oil paint to chainlink, posts, horizontal rails and gate. Sum --

Total Carried to General Summary

Page 149: Tender_Doc__Vet_Lab,_August_28__2012.pdf

145

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. ITEM DESCRIPTION Unit Qty Rate Amount (G$) BILL No. 3.3 – Canal Filling

3.3.1 Construct "stop off" in northern canal as directed nr. 2

3.3.2 De-water canal within "stop off" sum

3.3.3

Excavate canal within "stop off" to remove soft and unsuitable material and dispose off site as directed cu.m 250

3.3.4 Import suitable clay and infill canal cu.m 550

3.3.5 Excavate new canal as directed cu.m 550

3.3.6 Supply and install 450mm dia. HDPE tube as directed. Include for excavation and backfilling (Provisional Item) m 12

Total Carried to General Summary

Page 150: Tender_Doc__Vet_Lab,_August_28__2012.pdf

146

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. ITEM DESCRIPTION Unit Qty Rate Amount

(G$) BILL No. 3.4 - Concrete Trestle

3.4.1 Allow for the excavation for foundation cu.m 10 3.4.2 Supply, level and compact with white sand fill cu.m 30

3.4.3

Supply, cut, fix into position formwork vertical and horizontal class F3 of good quality to sides and soffit of beams and slabs as directed by the Engineer. sq.m 115

3.4.4

Supply ,cut, bend and fix into position high tensile steel reinforcement for base.walls and slabs as directed by the Engineer

(a) columns 16 mm dia rebars kg 458 12 mm dia rebars kg 143 8 mm dia rebars kg 220 (b) beam 8 mm dia rebars kg 90 12 mm dia rebars kg 55 (c) Slabs 12 mm dia rebars kg 360 (d) Foundation 16 mm dia rebars kg 350 10 mm dia rebars kg 213

3.4.5

Supply, place and compact structural concrete (30Mpa strength) in-situ within formwork and around reinforcement to lines and levels in foundations, column, beams, and slabs cu.m 24

3.4.6

Supply and install 6" x 8" x 16" HCB in stretcher bond 1:3 cement/sand mortar, core filled with concrete and ½" dowels cast into foundation at 2' crs. sq.m 25

3.4.7

Supply and installation of 450 gallons polyurethane water tank. Include for of all necessary pipes and fittings from water trestle to building as directed by the Engineer No. 6

3.4.8

Allow for the fabrication and installation of ladder with 1 1/2" Vertical Galvanised pipes with 5/8" MS steel rods (2' wide) as directed by the Engineer. Rates are deemed to include for all welding and apply of 2 coats of anti-corrosive paint to ladder. Sum

3.4.9

Supply and apply one undercoat and two finish coats of emulsion paint with germicide to trestle. Color of paint to be determined by the Engineer. Sum

Page 151: Tender_Doc__Vet_Lab,_August_28__2012.pdf

147

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana BILL OF QUANTITIES

No. ITEM DESCRIPTION Unit Qty Rate Amount

(G$)

BILL No. 3.5 - Internal Roads

3.5.1

Allow for mobilization and demobilization of equipment, labour and materials to the project site. sum

Repairs to existing road within compound 3.5.2 Clear and grub existing roads sq.m 650 3.5.3 Scarify existing roads sq.m 650

3.5.4 Supply, place and compact crusher run to base @ 100 mm thick cu. m 65

3.5.5 Apply prime coat to base sq.m 650

3.5.6

Supply, place and compact 38mm thk. asphaltic concrete. Minimum marshall stability of asphaltic concrete to be 6kN. sq.m 650

Construction of new roads within compound

3.5.7

Clear, grade and grub roadway within construction limits, removing all trees, stumps, roots, garbage, etc. and dispose offsite. sq.m 200

3.5.8

Excavate subgrade to formation level. Stockpile suitable excavated material for shoulder construction. Dispose of remainder as directed. cu. m 140

3.5.9 Construct shoulders with approved clay material. cu. m 23

3.5.10 Supply, place and compact white sand fill - 300mm thk. cu. m 60

3.5.11 Supply, place and compact white sand/sand clay (40:60) sub base - 200mm thk. cu. m 40

3.5.12 Supply, place and compact crusher run as base -150 mm thk. cu. m 30

3.5.13 Apply prime coat to base sq.m 200

3.5.14

Supply, place and compact 38mm thk. asphaltic concrete. Minimum marshall stability of asphaltic concrete to be 6kN. sq.m 200

Construction of parking lot

3.5.15

Excavate subgrade to formation level. Stockpile suitable excavated material for shoulder construction. Dispose of remainder as directed. cu. m 150

Total Carried Forward

Page 152: Tender_Doc__Vet_Lab,_August_28__2012.pdf

148

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

No. ITEM DESCRIPTION Unit Qty Rate Amount

(G$) BILL No. 3.5 - Internal Roads Total Brought Forward

3.5.16 Construct shoulders with approved clay material. cu. m 100

3.5.17 Supply, place and compact white sand fill - 300mm thk. cu. m 90

3.5.18 Supply, place and compact white sand/sand clay (40:60) sub base - 200mm thk. cu. m 60

3.5.19 Apply prime coat to base cu. m 300

3.5.20

Supply, place and compact 38mm thk. asphaltic concrete. Minimum marshall stability of asphaltic concrete to be 6kN. sq.m 300

Total Carried to General Summary

Page 153: Tender_Doc__Vet_Lab,_August_28__2012.pdf

149

Rehabilitation of the Veterinary Diagnostic Laboratory, Mon Repos, East Coast Demerara, Guyana

BILL OF QUANTITIES

Bill No. GENERAL SUMMARY 1 PRELIMINARIES

2 MAIN BUILDING

3 EXTERNAL WORKS

3.1 Site Clearing & Filling 3.2 Fence 3.3 Canal Infilling 3.4 Concrete Trestle 3.5 Internal Roads SUB - TOTAL Add 10% of sub-total for contingencies

Total Bid Price

Page 154: Tender_Doc__Vet_Lab,_August_28__2012.pdf

150

Section X. Security Forms

Page 155: Tender_Doc__Vet_Lab,_August_28__2012.pdf

151

Bid Security (Bank Guarantee) ________________________________ [insert bank’s name, and address of issuing branch or office]

Beneficiary:…………………………………………………………

Date: ………………………………………………..

BID GUARANTEE No.: ………………………………………………

We have been informed that …………………………………………………………………. (hereinafter called "the Bidder") has submitted to you its bid dated ………………………….. (hereinafter called "the Bid") for the execution of Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana under Invitation for Bids No. …………………………. (“the IFB”).

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

At the request of the Bidder, we ………………………….. hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of …………………………………………………………………………………………………………………….(G$.......................................................................) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”) of the Bidding Documents; or

(c) having been notified of the acceptance of its Bid by the Contracting Agency during the period of bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB.

This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the Contract signed by the Bidder and of the Performance Security issued to you by the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder that the Bidder was unsuccessful, or (ii) twenty-eight days after the expiration of the Bidder’s Bid. Consequently, any demand for payment under this Guarantee must be received by us at the office on or before that date.

Page 156: Tender_Doc__Vet_Lab,_August_28__2012.pdf

152

This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458. _____________________________ [signature(s) of authorized representative(s) ]

Page 157: Tender_Doc__Vet_Lab,_August_28__2012.pdf

153

Bid Security (Bid Bond) BOND NO. …………………………………………………. BY THIS BOND ……………………………………………………………………………….. as Principal (hereinafter called “the Principal”), and ……………………………………………………………………………………………, authorized to transact business in ………………………………………………………………….., as Surety (hereinafter called “the Surety”), are held and firmly bound unto ……………………………………………………….. as Oblige (hereinafter called “the Contracting Agency”) in the sum of ………………………………………………………………………………………………………………………………………………………………..(G$......................................), for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has submitted a written Bid to the Contracting Agency dated the …………. day of ………….., …………., for the Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana. (hereinafter called the “Bid”). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal: (1) withdraws its Bid during the period of bid validity specified in the Form of Bid; or

(2) refuses to accept the correction of its Bid Price, pursuant to ITB Sub-Clause 28.2; or

(3) having been notified of the acceptance of its Bid by the Contracting Agency during the period of Bid validity;

(a) fails or refuses to execute the Agreement in accordance with the Instructions to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders;

then the Surety undertakes to immediately pay to the Contracting Agency up to the above amount upon receipt of the Contracting Agency’s first written demand, without the Contracting Agency having to substantiate its demand, provided that in its demand the Contracting Agency shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred. The Surety hereby agrees that its obligation shall remain in full force and affect up to and including the date 28 days after the date of expiration of the Bid validity as stated in the Invitation to Bid or extended by the Contracting Agency at any time prior to this date, notice of which extension(s) to the Surety being hereby waived.

Page 158: Tender_Doc__Vet_Lab,_August_28__2012.pdf

154

IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be executed in their respective names this [insert number] day of [month], [year] Principal: _______________________ Surety: ______________________________ Corporate Seal (where appropriate) _______________________________ ____________________________________ [insert signature(s) of authorized [insert signature(s) of authorized representative(s)] representative(s)] _______________________________ ____________________________________ [insert printed name and title] [insert printed name and title]

Page 159: Tender_Doc__Vet_Lab,_August_28__2012.pdf

155

Bid Validity Declaration Date: ………………………………

Name of contract: Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana

Contract Identification No: …………………………….. Invitation for Bid No.: …………………………………..

To: ____________________________ We, the undersigned, declare that: 1. We understand that, according to your conditions, bids must be supported by a bid validity declaration.

2. We accept that we shall be suspended from being eligible for bidding in any contract with the Contracting Agency for the period of time of ………….. starting on ………………………, if we are in breach of our obligation(s) under the bid conditions, because we:

(a) have withdrawn our Bid during the period of bid validity specified by us in the Bid Submission Sheet; or

(b) do not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”) of the Bidding Documents; or

(c) having been notified of the acceptance of our Bid by the Contracting Agency during the period of bid validity, (i) fail or refuse to execute the Contract Form, if required, or (ii) fail or refuse to furnish the performance security, in accordance with the ITB.

3. We understand this bid validity shall expire if we are not the successful bidder, upon the earlier of (i) our receipt of your notification informing us that we are not the successful bidder; or (ii) twenty-eight days after the expiration of our bid.

4. We understand that if we are a JVCA, the Bid Validity Declaration must be in the name of the JVCA that submits the bid. If the JVCA has not been legally constituted at the time of bidding, the Bid Validity Declaration shall be in the names of all future partners as named in the letter of intent.

Signed ………………………………………..

Name ………………………….

Duly authorized to sign the bid for and on behalf of ……………………….

Dated on ……………… day of ……………………., 2011.

Page 160: Tender_Doc__Vet_Lab,_August_28__2012.pdf

156

Performance Bank Guarantee (Unconditional)

Bank Name:…………………………………………………………….…. Beneficiary: ……………………………………….……… Date: …………………………………………………………. PERFORMANCE GUARANTEE No.: …………………………………….. We have been informed that …………………………………………….. (hereinafter called "the Contractor") has entered into Contract No. …………………………..dated with you, for the execution of Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana.(hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required. At the request of the Contractor, we ……………………. hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ………………………………………………………………………………………………….……………(G$.......................................................) such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein. This guarantee shall expire no later than twenty-eight days from the date of issuance of the Taking-Over Certificate, calculated based on a copy of such Certificate which shall be provided to us, or on the ……………day of …………………., 2010 whichever occurs first. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded. _____________________ Signature(s) of an authorized representative(s) of the Bank

Page 161: Tender_Doc__Vet_Lab,_August_28__2012.pdf

157

Performance Bond [The Surety/successful Bidder providing the Bond shall fill in this form in accordance with the instructions indicated in brackets, if the Contracting Agency requires this type of security] By this Bond, …………………………………………………………. as Principal (hereinafter called “the Contractor”) and …………………………………………………… as Surety (hereinafter called “the Surety”), are held and firmly bound unto …………………………………………………….. as Obligee (hereinafter called “the Contracting Agency”) in the amount of ………………………………………………………………………………………………….(G$...........................................), for the payment of which sum well and truly to be made in the types and proportions of currencies in which the Contract Price is payable, the Contractor and the Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Whereas the Contractor has entered into a Contract with the Contracting Agency dated1

(2) obtain a Bid or bids from qualified bidders for submission to the Contracting Agency for completing the Contract in accordance with its terms and conditions, and upon determination by the Contracting Agency and the Surety of the lowest responsive Bidder, arrange for a Contract between such Bidder and Contracting Agency and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “Balance of the Contract Price,” as used in this paragraph, shall mean the total amount payable by the Contracting Agency to the

the ……………… day of …………………….., 2011 for Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana in accordance with the documents, plans, specifications, and amendments thereto, which to the extent herein provided for, are by reference made part hereof and are hereinafter referred to as the Contract. Now, therefore, the Condition of this Obligation is such that, if the Contractor shall promptly and faithfully perform the said Contract (including any amendments thereto), then this obligation shall be null and void; otherwise it shall remain in full force and effect. Whenever the Contractor shall be, and declared by the Contracting Agency to be, in default under the Contract, the Contracting Agency having performed the Contracting Agency’s obligations thereunder, the Surety may promptly remedy the default, or shall promptly:

(1) complete the Contract in accordance with its terms and conditions; or

1 Date of Letter of Acceptance or Agreement.

Page 162: Tender_Doc__Vet_Lab,_August_28__2012.pdf

158

Contractor under the Contract, less the amount properly paid by the Contracting Agency to the Contractor; or

(3) pay the Contracting Agency the amount required by the Contracting Agency to

complete the Contract in accordance with its terms and conditions up to a total not exceeding the amount of this Bond.

The Surety shall not be liable for a greater sum than the specified penalty of this Bond. Any suit under this Bond must be instituted before the expiration of one year from the date of issuance of the Certificate of Completion. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Contracting Agency named herein or the heirs, executors, administrators, successors, and assigns of the Contracting Agency. In testimony whereof, the Contractor has hereunto set its hand and affixed its seal, and the Surety has caused these presents to be sealed with its corporate seal duly attested by the signature of its legal representative, this …………… day of ……………., 2011. Signed by …………………………………………………………… on behalf of ………………………………. in the capacity of ………………………………………. In the presence of ……………………………………………. Date …………………………………………………. Signed by ………………………………………………………. on behalf of …………………………in the capacity of ………………………………………… In the presence of ……………………………………………………. Date ……………………………………………..

Page 163: Tender_Doc__Vet_Lab,_August_28__2012.pdf

159

Bank Guarantee for Advance Payment Bank Name:…………………………………………………………………… Beneficiary:………………………………………………………………………….. Date:……………………………………………………………….. ADVANCE PAYMENT GUARANTEE No.: ……………………………………………… We have been informed that ………………………………………………………….......(hereinafter called "the Contractor") has entered into Contract No. ……………………………dated ………………………. with you, for the execution of Rehabilitation of the Veterinary Diagnostic Laboratory at Mon Repos, East Coast Demerara, Guyana hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, an advance payment is to be made against an advance payment guarantee in the sum or sums indicated below. At the request of the Contractor, we …………………………………………….. hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of …………………………………………………………(G$...........................................) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor used the Advance Payment for purposes other than the costs of mobilization in respect of the Works. It is a condition for any claim and payment under this guarantee to be made that the Advance Payment referred to above must have been received by the Contractor on its account number ……………………………………………… at …………………………………………………… The maximum amount of this guarantee shall be progressively reduced by the amount of the Advance Payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the Interim Payment Certificate indicating that eighty (80) percent of the Contract Price has been certified for payment, or on the ……………. day of …………………….,2011 whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458. _____________________ Signature(s) of authorized representative(s) of bank