158
Page 1 DEPT. REF 379/2012 WORKS AT SOUTH SIDE, DOCK HEAD, DOCKYARD CREEK, COSPICUA Date Published: 23 October 2012 Closing Date: 13 November 2012 at 10:00am CET This Tender is free of charge Operational Programme I – Cohesion Policy 2007-2013 Investing in Competitiveness for a Better Quality of Life Tender part-financed by the European Union European Regional Development Fund (ERDF) Co-financing rate: 85% EU funds; 15% National Funds Investing in your future IMPORTANT: No Bid Bond is requested for this tender Clarifications shall be uploaded and will be available to view/download from www.contracts.gov.mt/tenders .aspx Ministry for Infrastructure, Transport and Communications Millennia Building, Level 1, Aldo Moro Road, Marsa MRS 9065, Malta. Tel: (356) 21244041 Fax: 22209899 Email: dcs.mitc@gov.mt

1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Embed Size (px)

Citation preview

Page 1: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 1

DEPT. REF 379/2012

WORKS AT SOUTH SIDE, DOCK HEAD,

DOCKYARD CREEK, COSPICUA

Date Published: 23 October 2012

Closing Date: 13 November 2012 at 10:00am CET

This Tender is free of charge

Operational Programme I – Cohesion Policy 2007-2013 Investing in Competitiveness for a Better Quality of

Life Tender part-financed by the European Union European Regional Development Fund (ERDF)

Co-financing rate: 85% EU funds; 15% National Funds Investing in your future

IMPORTANT:

• No Bid Bond is requested for this tender Clarifications shall be uploaded and will be available to view/download from www.contracts.gov.mt/tenders .aspx

Ministry for Infrastructure, Transport and Communications Millennia Building, Level 1, Aldo Moro Road, Marsa MRS 9065, Malta. Tel: (356) 21244041 Fax: 22209899 Email: [email protected]

Page 2: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 2

WORKS AT SOUTH SIDE, DOCK HEAD, DOCKYARD CREEK, COSPICUA

Table of Contents

VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS ...............................................

A. GENERAL PART............................................................................................

1. General Instructions.............................................................................................................................

2. Timetable...............................................................................................................................................

3. Lots..........................................................................................................................................................

4. Financing ................................................................................................................................................

5. Eligibility ................................................................................................................................................

6. Selection Criteria..................................................................................................................................

7. Multiple Tenders ...................................................................................................................................

8. Tender Expenses ...................................................................................................................................

9. Site Inspection.......................................................................................................................................

B. TENDER DOCUMENTS.....................................................................................

10. Content of Tender Document...........................................................................................................

11. Explanations/Clarification Notes Concerning Tender Documents.............................................

12. Labour Law ..........................................................................................................................................

13. Law........................................................................................................................................................

C. TENDER PREPARATION ..................................................................................

14. Language of Tenders..........................................................................................................................

15. Presentation of Tenders....................................................................................................................

16. Content of Tender (Single-Envelope System)................................................................................

17. Tender Prices ......................................................................................................................................

18. Currencies of Tender and Payments ...............................................................................................

19. Period of Validity of Tenders ...........................................................................................................

20. Tender Guarantee (Bid Bond) ..........................................................................................................

21. Variant Solutions.................................................................................................................................

22. Preparation and Signing of Tenders ................................................................................................

D. SUBMISSION OF TENDERS ...............................................................................

23. Sealing and Marking of Tenders .......................................................................................................

24. Extension of Deadline for Submission of Tenders.........................................................................

25. Late Tenders .......................................................................................................................................

26. Alterations and Withdrawal of Tenders .........................................................................................

E. OPENING AND EVALUATION OF OFFERS ..............................................................

27. Opening of Tenders ............................................................................................................................

28. Secrecy of the Procedure..................................................................................................................

29. Clarification of Tenders ....................................................................................................................

30. Tender Evaluation Process................................................................................................................

31. Correction of Arithmetical Errors ....................................................................................................

F. CONTRACT AWARD .......................................................................................

32. Criteria for Award ..............................................................................................................................

33. Right Of The Contracting Authority To Accept Or Reject Any Tender .....................................

34. Notification of Award, Contract Clarifications .............................................................................

35. Contract Signing and Performance Guarantee..............................................................................

36. Commencement of Works (Order To Start Works) .......................................................................

G. MISCELLANEOUS ..........................................................................................

37. Ethics Clauses......................................................................................................................................

38. Data Protection and Freedom of Information ...............................................................................

Page 3: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 3

39. Gender Equality ..................................................................................................................................

VOLUME 1 SECTION 2 – TENDER FORM ...................................................................

VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ...................................................

1. Statement on Conditions of Employment ........................................................................................

2. Experience as Contractor.................................................................Error! Bookmark not defined. 3. Literature/List of Samples..................................................................................................................

VOLUME 1 SECTION 5 – GLOSSARY........................................................................

VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ..........

Part II - Rules governing public contracts whose value does not exceed one hundred and twenty thousand euro (€120,000) ..........................................................................................................

Part XII - Separate packages in tender offer........................................................................................

Part XIII - Appeals......................................................................................................................................

Form 2 - Data on Joint Venture/Consortium (Where applicable)Error! Bookmark not defined. Form 9 - Workplan and Programme of Works ......................................................................................

Form 10 - Graphic Work Schedule ..........................................................................................................

VOLUME 2 SECTION 1 – DRAFT CONTRACT FORM ......................................................

VOLUME 2 SECTION 2 – GENERAL CONDITIONS .........................................................

VOLUME 2 SECTION 3 – SPECIAL CONDITIONS...........................................................

Article 2: Law and language of the contract..................................................................................

Article 3: Order of precedence of contract documents.....................................................................

Article 4: Communications .......................................................................................................

Article 5: Supervisor and Supervisor's representative .......................................................................

Article 8: Supply of Documents .................................................................................................

Article 10: Assistance with Local Regulations ................................................................................

Article 11: General Obligations .................................................................................................

Article 13: Performance Guarantee ............................................................................................

Article 14: Insurance ..............................................................................................................

Article 15: Performance Programme (Timetable)............................................................................

Article 17: Contractor’s Drawings...............................................................................................

Article 18: Tender Prices .........................................................................................................

Article 22: Interference with Traffic ...........................................................................................

Article 25: Demolished Materials................................................................................................

Article 26: Discoveries ............................................................................................................

Article 30: Patents and Licences ................................................................................................

Article 31: Commencement Date ...............................................................................................

Article 32: Period of Performance ..............................................................................................

Article 34: Delays in Execution..................................................................................................

Article 35: Variations and Modifications .......................................................................................

Article 37: Work Register.........................................................................................................

Article 38: Origin...................................................................................................................

Article 39: Quality of Works and Materials ....................................................................................

Article 40: Inspection and Testing ..............................................................................................

Article 42: Ownership of Plants and Materials................................................................................

Article 43: Payments: General Principles .....................................................................................

Article 44: Pre-financing .........................................................................................................

Article 45: Retention Monies.....................................................................................................

Article 46: Price Revision.........................................................................................................

Article 47: Measurement .........................................................................................................

Article 48: Interim Payments ....................................................................................................

Article 50: Delayed Payments ...................................................................................................

Article 53: End Date...............................................................................................................

Article 66: Dispute Settlement by Litigation..................................................................................

VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE .........................................

VOLUME 3 - TECHNICAL SPECIFICATIONS................................................................

Part 1 – To be specified by the Contracting Authority in the tender document ...........................

Part 2 –The Contractor’s Technical Offer .............................................................................................

VOLUME 4 - FINANCIAL BID.................................................................................

VOLUME 5 – DRAWINGS .....................................................................................

List of drawings attached ........................................................................................................................

Page 4: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 4

~~~~~~~~~~~~~~~

Page 5: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 5

VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS A. GENERAL PART 1. General Instructions 1.1 In submitting a tender, the tenderer accepts in full and in its entirety, the content of this

tender document, including subsequent Clarifications issued by the Contracting Authority, whatever his own corresponding conditions may be, which he hereby waives. Tenderers are expected to examine carefully and comply with all instructions, forms, contract provisions and specifications contained in this tender document.

No account can be taken of any reservation in the tender as regards the tender document; any disagreement, contradiction, alteration or deviation shall lead to the tender offer not being considered any further.

The Evaluation Committee shall, after having obtained approval by the Departmental Contracts Committee, request rectifications in respect of incomplete/non-submitted information pertinent to the documentation as outlined in sub-Clause 16.1(a), 16.1(b), and 16.1(c) of these Instructions to Tenderers. Such rectification/s must be submitted within two (2) working days from notification, and will be subject to a non-refundable administrative penalty of €50: failure to comply shall result in the tender offer not being considered any further.

No rectification shall be allowed in respect of the documentation as outlined in sub-Clause 16.1(d), 16.1(e) and 16.1(f) of these Instructions to Tenderers. Only clarifications on the submitted information in respect of the latter may be eventually requested.

1.2 This is a call for tenders for Works at South Side, Dock Head, Dockyard Creek, Cospicua. 1.3 This is a unit-price (Bill of Quantities) contract. 1.4 The tenderer will bear all costs associated with the preparation and submission of the tender.

The Contracting Authority will in no case be responsible or liable for such costs, whatever the conduct or outcome of the procedure.

1.5 The Contracting Authority retains ownership of all tenders received under this tender

procedure. Consequently, tenderers have no right to have their tenders returned to them. 2. Timetable

DATE TIME*

Clarification Meeting/Site Visit (Refer to Clause 9.2)

29.10.2012 10.00hrs Malta Time

Deadline for request for any additional

information from the Contracting

Authority

06.11.2012 17.00hrs Malta Time

Last date on which additional

information are issued by the

Contracting Authority

09.11.2012 17.00hrs Malta Time

Deadline for submission of tenders /

Tender Opening Session (unless otherwise modified in terms of Clause 11.3)

13.11.2012 10:00hrs Malta Time

* All times Central European Time (CET)

3. Lots 3.1 This tender is not divided into lots, and tenders must be for the whole of quantities

indicated. Tenders will not be accepted for incomplete quantities.

Page 6: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 6

4. Financing 4.1 The project is co-financed by the European Union/Government of Malta, in accordance with

the rules of European Regional Development Fund 2007-2013 programme as follows: 85% EU Funds, 15% National Funds.

4.2 The beneficiary of the financing is Projects Development Coordination Unit within the

Ministry for Infrastructure, Transport and Communications. 5. Eligibility 5.1 Participation in tendering is open on equal terms to all natural and legal persons of the

Member States of the European Union, the beneficiary country, any other country in accordance with Regulation 76 of the Public Procurement Regulations 2010.

5.2 Natural persons, companies or undertakings who fall under any of the conditions set out in

Regulation 50 of the Public Procurement Regulations, 2010 (Legal Notice 296 of 2010) may be excluded from participation in and the award of contracts. Tenderers or candidates who have been guilty of making false declarations will also incur financial penalties representing 10% of the total value of the contract being awarded.

5.3 Tenders submitted by companies forming a joint venture/consortium must also fulfil the

following requirements:

• One partner must be appointed lead partner and that appointment confirmed by submission of powers of attorney signed by legally empowered signatories representing all the individual partners. The tender must include a preliminary agreement or letter of intent stating that all partners assume joint and several liability for the execution of the contract, that the lead partner is authorised to bind, and receive instructions for and on behalf of, all partners, individually and collectively.

• All partners in the joint venture/consortium are bound to remain in the joint venture/consortium until the conclusion of the contracting procedure. The consortium/joint venture winning this contract must include the same partners for the whole performance period of the contract other than as may be permitted or required by law.

5.4 All materials, equipment and services to be supplied under the contract must originate in an

eligible country. For these purposes, "origin" means the place where the materials and/or equipment are mined, grown, produced or manufactured and/or from which services are provided.

6. Selection Criteria 6.1 In order to be considered eligible for the award of the contract, tenderers must provide

evidence that they meet or exceed certain minimum qualification criteria described hereunder. In the case of a joint venture, the joint venture as a whole must satisfy the minimum qualifications required below.

6.1.1 No evidence of economic and financial standing is required. 6.1.2 Information about the tenderer's technical capacity.

(An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for the execution of the contract, for example, by producing an undertaking by those entities to place the necessary resources at the disposal of the economic operator) This information must follow the forms in Volume 1, Section 3 Form 2 of the tender documents and include:

• evidence of relevant experience in execution of works of a similar nature over the

Page 7: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 7

past 3 years, including the nature and value of the relevant contracts, as well as works in hand and contractually committed. The minimum value of projects of a similar nature completed shall be not less than €100,000 per annum.

The minimum number of projects of a similar scope/nature completed in the last 3 years must be at least 2 in number. In so listing the end clients, the tenderer is giving his consent to the Evaluation Committee, so that the latter may, if it deems necessary, contact the relevant clients, with a view to obtain from them an opinion on the works provided to them, by the tenderer.

• Data concerning sub-contractors and the percentage of works to be sub-contracted: The maximum amount of sub-contracting must not exceed 40% of the total contract value. The main contractor must have the ability to carry out at least 60% of the contract works by his own means.

7. Multiple Tenders 7.2 A company may not tender for a given contract both individually and as a partner in a joint

venture/consortium. 7.3 A company may not tender for a given contract both individually/partner in a joint

venture/consortium, and at the same time be nominated as a sub-contractor by any another tenderer, or joint venture/consortium.

7.4 A company may act as a sub-contractor for any number of tenderers, and joint ventures/consortia, provided that it does not participate individually or as part of a joint venture/consortium, and that the nominations do not lead to a conflict of interest, collusion, or improper practice.

8. Tender Expenses 8.1 The tenderer will bear all costs associated with the preparation and submission of the

tender. 8.2 The Contracting Authority will neither be responsible for, nor cover, any expenses or losses

incurred by the tenderer through site visits and inspections or any other aspect of his tender. 9. Site Inspection 9.1 A tenderer may visit the site of the works and its surroundings for the purpose of assessing,

at his own responsibility, expense and risk, factors necessary for the preparation of his tender and the signing of the contract for the works.

9.2 A clarification meeting and/or a site visit will be held by the Contracting Authority on 29

October 2012 at 10:00 AM. Meeting point at project site area next to Entrance Gate to Dock One, Pjazza Gavino Gulija, Cospicua

B. TENDER DOCUMENTS

10. Content of Tender Document 10.1 The set of tender documents comprises the following documents and should be read in

conjunction with any clarification notes issued in accordance with Clause 24: Volume 1 Instructions to Tenderers Volume 2 • Draft Contract

• General Conditions (available online from www.contracts.gov.mt/conditions)

• Special Conditions

Page 8: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 8

Volume 3 Technical Specifications Volume 4 Model Financial Bid/Bill of Quantities Volume 5 Drawings 10.2 Tenderers bear sole liability for examining with appropriate care the tender documents,

including those design documents available for inspection, and any clarification notes to the tender documents issued during the tendering period, and for obtaining reliable information with respect to conditions and obligations that may in any way affect the amount or nature of the tender or the execution of the works. In the event that the tenderer is successful, no claim for alteration of the tender amount will be entertained on the grounds of errors or omissions in the obligations of the tenderer described above.

10.3 The tenderer must provide all documents required by the provisions of the tender document.

All such documents, without exception, must comply strictly with these conditions and provisions and contain no alterations made by the tenderer.

11. Explanations/Clarification Notes Concerning Tender Documents 11.1 Tenderers may submit questions in writing to the Contracting Authority through:

• sending an email to [email protected] • online from the Registered Users’ Questions and Answers facility within the tender’s

page • through mitc.gov.mt/tenders.aspx • fax number +356 22209899

up to 6 calendar days before the deadline for submission of tenders. The Contracting Authoritymust reply to all tenderers' questions, and amend the tender documents by publishing clarification notes, up to at least 4 calendar days before the deadline for submission of tenders.

11.2 Questions and answers, and alterations to the tender document will be published as a

clarification note on the website of the Ministry for Infrastructure, Transort and Communications (mitc.gov.mt/tenders.aspx) within the respective tender’s page. Clarification notes will constitute an integral part of the tender documentation, and it is the responsibility of tenderers to visit this website and be aware of the latest information published online prior to submitting their Tender.

11.3 The Contracting Authority may, at its own discretion, as necessary and in accordance with

Clause 24, extend the deadline for submission of tenders to give tenderers sufficient time to take clarification notes into account when preparing their tenders.

12. Labour Law 12.1 Particular attention is drawn to the conditions concerning the employment of labour in Malta

and the obligation to comply with all regulations, rules or instructions concerning the conditions of employment of any class of employee.

13. Law 13.1 By submitting their tenders, tenderers are accepting that this procedure is regulated by

Maltese Law, and are deemed to know all relevant laws, acts and regulations of Malta that may in any way affect or govern the operations and activities covered by the tender and the resulting contract.

C. TENDER PREPARATION 14. Language of Tenders 14.1 The tender and all correspondence and documents related to the tender exchanged by the

tenderer and the Contracting Authority must be written in English. 14.2 Supporting documents and printed literature furnished by the tenderer may be in another

language, provided they are accompanied by an accurate translation into English. For the purposes of interpretation of the tender, the English language will prevail.

Page 9: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 9

15. Presentation of Tenders 15.1 Tenders must satisfy the following conditions:

(a) All tenders must be submitted in one original, clearly marked “original”, and one identical copy (including all documentation as in the original) signed in the same way as the original and clearly marked “copy”.

(b) Both documents are to be separately sealed and placed in another sealed envelope/package so that the bid can be identified as one tender submission. Following the tender opening session, the copy shall be kept, unopened, at the Department of Contracts, for verification purposes only should the need arise.

(c) All tenders must be received by date and time indicated in the timetable at Clause 2 and deposited in the tender box at the entrance of the Ministry for Infrastructure, Transport and Communications, Millennia Building, Level 1, Aldo Moro Road, Marsa, MRS 9065, Malta.

(d) All packages, as per (b) above, must bear only: (i) the above address; (ii) the reference of the invitation to tender concerned; (iii) the number of the lot(s) to which the tender refers; (iv) the name of the tenderer.

16. Content of Tender (Single-Envelope System) 16.1 The tender must comprise the following duly completed documents, inserted in a single,

sealed envelope (unless their volume requires a separate submission: (a) No Bid-Bond applicable (b) General/Administrative Information(Note 2)

Statement on Conditions of Employment (Volume 1, Section 3, Form 1) Selection Criteria (c) Financial and Economic Standing(Note 2) (Not Applicable) (d) Technical Capacity(Note 3)

(i) Experience as Contractor (Volume 1, Section 3, Form 2) (e) Evaluation Criteria/Technical Specifications(Note 3) (i) Tenderer’s Technical Offer in response to specifications (Volume 3) (ii) Literature/List of Samples(Volume 1, Section 4, Form 3) (iii) Workplan and Graphic Work Schedule (Volume 1, Section 4, Forms 6 and 7) (f) Financial Offer/Bill of Quantities(Note 3)

(i) The Tender Form in accordance with the form provided in Volume 1, Section

2; (ii) A financial bid calculated on a basis of DDP for the works/supplies tendered (iii) Breakdown of the overall price, in the form provided in Volume 4 (Bill of

Quantities);

Notes to Clause 16.1:

1. Tenderers will be requested to clarify/rectify, within two working days from notification, the tender guarantee only in the following two circumstances: either incorrect validity date, and/or incorrect value.

2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete documentation, and/or submit any missing documents within two working days from notification.

3. No rectification shall be allowed. Only clarifications on the submitted information may be requested.

Page 10: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 10

Tenderers must indicate where the above documentation is to be found in their offer by

using an index. All documentation is to be securely bound/filed. Tenderers are NOT required NOR expected to submit, with their offer, any components of the tender document except those specifically mentioned in Clause 16.

17. Tender Prices 17.1 The tender price must cover the whole of the works as described in the tender documents. 17.2 The tenderer must provide a breakdown of the overall price in Euro (€). 17.3 Tenderers must quote all components of the price inclusive of taxes, customs and import

duties and any discounts. Tenderers not registered with the VAT authority in Malta, must still include in their financial offer any VAT that the contracting authority may have to pay either in Malta or the country where the tenderer is registered irrespective of the reverse charge mechanism. The financial offer will be considered as the total financial cost to the contracting authority including any VAT that may have to be paid not through the winning tenderer. Except as may otherwise be provided for in the contract, no payment will be made for items which have not been costed.

17.5 If the tenderer offers a discount, the discount must be absorbed in the rates of the Bill of

Quantities/Financial Statement. 17.6 For contracts over €500,000, where VAT is not an eligible cost, and whose output VAT is

liable to be paid in Malta, such VAT will be paid directly to the VAT Department in Malta by the Final Beneficiary.

17.7 The prices for the contract, must include all of the works to be provided. The prices quoted

are fixed and not subject to revision or escalation in costs, unless otherwise provided for in the Special Conditions.

17.8 The budget available for this tender is €45,000 excluding VAT.

VAT and all other taxes are to be quoted separately.

18. Currencies of Tender and Payments 18.1 The currency of the tender is the Euro (€). All sums in the breakdown of the overall price, in

the questionnaire and in other documents must be expressed in Euro (€), with the possible exception of originals of bank and annual financial statements.

18.2 Payments will be made upon certification of works by the Contracting Authority, based on

the invoice issued by the Contractor, in accordance with the timeframes, terms and conditions of the contract.

18.3 All correspondence relating to payments, including invoices and interim and final

statements, must be submitted as outlined in the contract. 19. Period of Validity of Tenders 19.1 Tenders must remain valid for a period of 150 days after the deadline for submission of

tenders indicated in the contract notice, the tender document or as modified in accordance with Clauses 11.3 and/or 24. Any tenderer who quotes a shorter validity period will be rejected.

19.2 In exceptional circumstances the Contracting Authority may request that tenderers extend

the validity of tenders for a specific period. Such requests and the responses to them must be made in writing. A tenderer may refuse to comply with such a request without forfeiting his tender guarantee (Bid Bond). However, his tender will no longer be considered for award. If the tenderer decides to accede to the extension, he may not modify his tender.

19.3 The successful tenderer must maintain his tender for a further 60 days from the date of

notification of award.

Page 11: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 11

20. Tender Guarantee (Bid Bond) 20.1 No tender guarantee (bid bond) is required. 21. Variant Solutions 21.1 No variant solutions will be accepted. Tenderers must submit a tender in accordance with

the requirements of the tender document. 22. Preparation and Signing of Tenders 22.1 All tenders must be submitted in one original, clearly marked “original”, and one identical

copy (including all documentation as in the original) signed in the same way as the original and clearly marked “copy”. Tenders must comprise the documents specified in Clause 16 above. It is the responsibility of the tenderers to ensure that both the original and the copy are an identical representation of one another.

22.2 The tenderer’s submission must be typed in, or handwritten in indelible ink. Any pages on

which entries or corrections to his submission have been made must be initialled by the person or persons signing the tender. All pages must be numbered consecutively by hand, machine or in any other way acceptable to the Contracting Authority.

22.3 The tender must contain no changes or alterations, other than those made in accordance

with instructions issued by the Contracting Authority (issued as clarification notes) or necessitated by errors on the part of the tenderer. In the latter case, corrections must be initialled by the person signing the tender.

22.4 The tender will be rejected if it contains any alteration, tampering, addition or deletion to

the tender documents not specified in a clarification note issued by the Contracting Authority.

D. SUBMISSION OF TENDERS 23. Sealing and Marking of Tenders 23.1 The tenders must be submitted in English and deposited in the Department’s tender box

before the deadline specified in Clause 2 or as otherwise specified in accordance with Clause 11.1 and/or 24.1. They must be submitted: EITHER by recorded delivery (official postal/courier service) or hand delivered to: Ministry for Infrastructure, Transprt and Communications, Millennia Building, Level 1, Aldo Moro Road, Marsa, MRS 9065 Malta Tenders submitted by any other means will not be considered.

23.2 Tenderers must seal the original and the copy of their tender as outlined in Clause 15. 23.3 If the outer envelope is not sealed and marked as required in Sub clause 15.1, the

Contracting Authority will assume no responsibility for the misplacement or premature opening of the tender.

24. Extension of Deadline for Submission of Tenders 24.1 The Contracting Authority may, at its own discretion, extend the deadline for submission of

tenders by issuing a clarification note in accordance with Clause 11. In such cases, all rights and obligations of the Contracting Authority and the tenderer regarding the original date specified in the contract notice will be subject to the new date.

Page 12: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 12

25. Late Tenders 25.1 All tenders received after the deadline for submission specified in the contract notice or

these instructions will be kept by the Contracting Authority. The associated guarantees will be returned to the tenderers.

25.2 No liability can be accepted for late delivery of tenders. Late tenders will be rejected and

will not be evaluated. 26. Alterations and Withdrawal of Tenders 26.1 Tenderers may alter or withdraw their tenders by written notification prior to the above

deadline. No tender may be altered after the deadline for submission. 26.2 Any notification of alteration or withdrawal must be prepared, sealed, marked and submitted

in accordance with Clause 23, and the envelope must also be marked with "alteration" or "withdrawal".

26.3 The withdrawal of a tender in the period between the deadline for submission and the date

of expiry of the validity of the tender will result in forfeiture of the tender guarantee provided for in Clause 20.

E. OPENING AND EVALUATION OF OFFERS 27. Opening of Tenders 27.1 Tenders will be opened in public session on 13 Nove mber 2012 at 10.00am as at

Clause 14 at the Ministry for Infrastructure, Trans port and Communications, Millennia Building, Level 1, Aldo Moro Road, Marsa MRS 9065, Malta. The Contracting Authority will draw up a ‘Summary of Te nders Received’ which will be published on the notice board at the reception a rea of the Contracting Authority and shall also be available for viewing o n request.

27.2 At the tender opening, the tenderers' names, the tender prices or any other information

the Contracting Authority may consider appropriate will be noted and announced. 27.3 Reductions or modifications to tender prices made by tenderers after submission will

not be taken into consideration during the analysis and evaluation of tenders. 27.4 After the opening of the tenders, no information ab out the examination,

clarification, evaluation or comparison of tenders or decisions about the contract award may be disclosed before the notifica tion of award.

28. Secrecy of the Procedure 28.1 After the opening of the tenders, no information about the examination, clarification,

evaluation or comparison of tenders or decisions about the contract award may be disclosed before the notification of award.

28.2 Information concerning checking, explanation, opinions and comparison of tenders and

recommendations concerning the award of contract, may not be disclosed to tenderers or any other person not officially involved in the process unless otherwise permitted or required by law.

28.3 Any attempt by a tenderer to approach any member of the Evaluation

Committee/Contracting Authority directly during the evaluation period will be considered legitimate grounds for disqualifying his tender.

29. Clarification of Tenders 29.1 When checking and comparing tenders, the evaluation committee may, after obtaining

approval from the General Contracts Committee, ask a tenderer to clarify any aspect of his tender.

Page 13: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 13

29.2 Such requests and the responses to them must be made by e-mail or fax. They may in no

circumstances alter or try to change the price or content of the tender, except to correct arithmetical errors discovered by the evaluation committee when analysing tenders, in accordance with Clause 31.

30. Tender Evaluation Process 30.1 The following should be read in conjunction with Clause 27. 30.2 Part 1: Administrative Compliance

The Evaluation Committee will check the compliance of tenders with the instructions given in the tender document, and in particular the documentation submitted in respect of Clause 16. The Evaluation Committee shall, after having obtained approval by the Departmental Contracts Committee, request rectifications in respect of incomplete/non-submitted information pertinent to the documentation as outlined in sub-Clause 16.1(a), 16.1(b), and 16.1(c) of these Instructions to Tenderers. Such rectification/s must be submitted within two (2) working days from notification, and will be subject to a non-refundable administrative penalty of €50: failure to comply shall result in the tender offer not being considered any further. No rectification shall be allowed in respect of the documentation as outlined in sub-Clause 16.1 (d), 16.1(e), and 16.1(f) of these Instructions to Tenderers. Only clarifications on the submitted information in respect of the latter may be eventually requested.

30.3 Part 2: Eligibility and Selection Compliance

Tenders which have been considered administratively compliant shall be evaluated for admissibility as outlined below: (i) Eligibility Criteria

• Tender Form (Volume 1, Section 2) (ii) Selection Criteria

• Evidence of technical capacity

30.4 Part 3: Technical Compliance

At this step of the evaluation process, the Evaluation Committee will analyse the administratively-compliant tenders’ technical conformity in relation to the technical specifications (Volume 3, and the documentation requested by the Contracting Authority as per sub-Clause 16(e)), classifying them technically compliant or non-compliant.

30.5 Part 4. Financial Evaluation

The financial offers for tenders which were not eliminated during the technical evaluation (i.e., those found to be technically compliant) will be evaluated. The Evaluation Committee will check that the financial offers contain no arithmetical errors as outlined in Clause 31. The financial evaluation will have to identify the best financial offer.

31. Correction of Arithmetical Errors 31.1 Admissible tenders will be checked for arithmetical errors by the Evaluation Committee.

Errors will be corrected as follows: (a) where there is a discrepancy between amounts in figures and in words, the amount in

words will prevail; (b) where there is a discrepancy between a unit price and the total amount derived from

the multiplication of the unit price and the quantity, the unit price as quoted will prevail.

31.2 The amount stated in the tender will be adjusted by the Evaluation Committee in the event

of error, and the tenderer will be bound by that adjusted amount. In this regard, the

Page 14: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 14

Evaluation Committee shall seek the prior approval of the Departmental Contracts Committee to communicate the revised price to the tenderer. If the tenderer does not accept the adjustment, his tender will be rejected and his tender guarantee forfeited.

31.3 When analysing the tender, the evaluation committee will determine the final tender price

after adjusting it on the basis of Clause 31.1. F. CONTRACT AWARD 32. Criteria for Award 32.1 The sole award criterion will be the price. The contract will be awarded to the cheapest

priced tender satisfying the administrative and technical criteria. 33. Right Of The Contracting Authority To Accept Or Reject Any Tender 33.1 The Contracting Authority reserves the right to accept or reject any tender and/or to cancel

the whole tender procedure and reject all tenders. The Contracting Authority reserves the right to initiate a new invitation to tender.

33.2 The Contracting Authority reserves the right to conclude the contract with the successful

tenderer within the limits of the funds available. It can decide to reduce the scope of the works or to ask for a discount from the cheapest compliant tenderer.

33.3 In the event of a tender procedure's cancellation, tenderers will be notified by the

Contracting Authority. If the tender procedure is cancelled before the outer envelope of any tender has been opened, the sealed envelopes will be returned, unopened, to the tenderers.

33.4 Cancellation may occur where:

(a) the tender procedure has been unsuccessful, namely where no qualitatively or financially worthwhile tender has been received or there has been no response at all;

(b) the economic or technical parameters of the project have been fundamentally altered;

(c) exceptional circumstances or force majeure render normal performance of the project impossible;

(d) all technically compliant tenders exceed the financial resources available; (e) there have been irregularities in the procedure, in particular where these have

prevented fair competition. In no circumstances will the Contracting Authority be liable for damages, whatever their nature (in particular damages for loss of profits) or relationship to the cancellation of a tender, even if the Contracting Authority has been advised of the possibility of damages. The publication of a contract notice does not commit the Contracting Authority to implement the programme or project announced.

34. Notification of Award, Contract Clarifications 34.1 Prior to the expiration of the period of validity of tenders, the Contracting Authority will

notify the successful tenderer, in writing, that his tender has been recommended for award by the General Contracts Committee, pending any appeal being lodged in terms of Part XIII of the Public Procurement Regulations (being reproduced in Volume 1, Section 6).

34.2 Unsuccessful bidders shall be notified with the outcome of the evaluation process, and will be

provided the following information: (i) the criteria for award; (ii) the name of the successful tenderer; (iii) the recommended price of the successful bidder; (iv) the reasons why the tenderer did not meet the technical specifications/notification that

the offer was not the cheapest (if applicable); (v) the deadline for filing a notice of objection (appeal); (vi) the deposit required if lodging an appeal. 34.3 The recommendations of the Departmental Contracts Committee shall be published on the

Notice Board of the Department of Contracts, and published online on the Department’s website, mitc.gov.mt.

Page 15: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 15

35. Contract Signing and Performance Guarantee 35.1 After the lapse of the appeals period, and pending that no objections have been received

and/or upheld, the successful tenderer may be invited to clarify certain contractual questions raised therein. Such clarification will be confined to issues that had no direct bearing on the choice of the successful tender. The outcome of any such clarifications will be set out in a Memorandum of Understanding, to be signed by both parties and incorporated into the contract.

35.2 Within 15 calendar days of receiving the contract (against acknowledgment of receipt) from

the Contracting Authority, the successful tenderer will sign and date the contract and return it to the Contracting Authority with the performance guarantee and the Financial Identification Form (if applicable). On signing of the contract by the Contracting Authority, the successful tenderer will become the Contractor and the contract will enter into force.

35.3 Before the Contracting Authority signs the contract with the successful tenderer, the

successful tenderer may be requested to provide the documentary proof or statements required to show that it does not fall into any of the exclusion situations listed in Clause 7 of the Tender Form (Volume 1, Section 2). The above mentioned documents must be submitted by every member of a Joint Venture/Consortium (if applicable).

35.4 If the selected tenderer fails to sign and return the contract, other required documentation,

and any guarantees required within the prescribed 15 calendar days, the Contracting Authority may consider the acceptance of the tender to be cancelled without prejudice to the Contracting Authority's right to seize the guarantee, claim compensation or pursue any other remedy in respect of such failure, and the successful tenderer will have no claim whatsoever on the Contracting Authority. The tenderer whose tender has been evaluated as [second cheapest/second most economically advantageous] may be recommended for award, and so on and so forth.

35.5 Only the signed contract will constitute an official commitment on the part of the

Contracting Authority, and activities may not begin until the contract has been signed by the Contracting Authority and the successful tenderer.

35.6 Tender guarantees (bid bonds) provided by tenderers who have not been selected shall be

released within 30 calendar days from the signing of the contract. The tender guarantee of the successful tenderer shall be released on the signing of the contract, and on submission of a valid performance guarantee.

35.7 The performance guarantee referred to in the General Conditions is set at 10% of the amount

of the contract and must be presented in the form specified in Volume 2, Section 4, to the tender document the performance guarantee shall be released within 30 days of the signing of the Final Statement of Account (Final Bill), unless the Special Conditions provide otherwise.

36. Commencement of Works (Order To Start Works) 36.1 Following the signing of the contract by both parties, the Supervisor will issue a written

notice of commencement of the works in accordance with the General Conditions, as specified by the Special Conditions.

36.2 The Contractor must inform the Contracting Authority's representative by return that he has

received the notice. G. MISCELLANEOUS 37. Ethics Clauses 37.1 Any attempt by a candidate or tenderer to obtain confidential information, enter into

unlawful agreements with competitors or influence the committee or the Contracting Authority during the process of examining, clarifying, evaluating and comparing tenders will lead to the rejection of his candidacy or tender and may result in administrative penalties.

37.2 Without the Contracting Authority's prior written authorisation, the Contractor and his staff

or any other company with which the Contractor is associated or linked may not, even on an

Page 16: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 16

ancillary or sub-contracting basis, supply other services, carry out works or supply equipment for the project. This prohibition also applies to any other programmes or projects that could, owing to the nature of the contract, give rise to a conflict of interest on the part of the Contractor.

37.3 When putting forward a candidacy or tender, the candidate or tenderer must declare that he

is affected by no potential conflict of interest, and that he has no particular link with other tenderers or parties involved in the project.

37.4 The Contractor must at all times act impartially and as a faithful adviser in accordance with

the code of conduct of his profession. He must refrain from making public statements about the project or services without the Contracting Authority's prior approval. He may not commit the Contracting Authority in any way without its prior written consent.

37.5 For the duration of the contract, the Contractor and his staff must respect human rights and

undertake not to offend the political, cultural and religious morals of Malta. 37.6 The Contractor may accept no payment connected with the contract other than that provided

for therein. The Contractor and his staff must not exercise any activity or receive any advantage inconsistent with their obligations to the Contracting Authority.

37.7 The Contractor and his staff are obliged to maintain professional secrecy for the entire

duration of the contract and after its completion. All reports and documents drawn up or received by the Contractor are confidential.

37.8 The contract governs the Parties' use of all reports and documents drawn up, received or

presented by them during the execution of the contract. 37.9 The Contractor shall refrain from any relationship likely to compromise his independence or

that of his staff. If the Contractor ceases to be independent, the Contracting Authority may, regardless of injury, terminate the contract without further notice and without the Contractor having any claim to compensation.

37.10 The tender(s) concerned will be rejected or the contract terminated if it emerges that the

award or execution of a contract has given rise to unusual commercial expenses. Such unusual commercial expenses are commissions not mentioned in the main contract or not stemming from a properly concluded contract referring to the main contract, commissions not paid in return for any actual and legitimate service, commissions remitted to a tax haven, commissions paid to a recipient who is not clearly identified or commissions paid to a company which has every appearance of being a front company.

38. Data Protection and Freedom of Information 38.1 Any personal data submitted in the framework of the procurement procedure and/or

subsequently included in the contract shall be processed pursuant to the Data Protection Act (2001). It shall be processed solely for the purposes of the performance, management and follow-up of the procurement procedure and/or subsequent contract by the Contracting Authority without prejudice to possible transmission to the bodies charged with a monitoring or inspection task in conformity with National and/or Community law.

38.2 The provisions of this contract are without prejudice to the obligations of the Contracting

Authority in terms of the Freedom of Information Act (Cap. 496 of the Laws of Malta). The Contracting Authority, prior to disclosure of any information to a third party in relations to any provisions of this contract which have not yet been made public, shall consult the contractor in accordance with the provisions of the said Act, pertinent subsidiary legislation and the Code of Practice issued pursuant to the Act. Such consultation shall in no way prejudice the obligations of the Contracting Authority in terms of the Act.

39. Gender Equality 39.1 In carrying out his/her obligations in pursuance of this contract, the tenderer shall ensure the

application of the principle of gender equality and shall thus ’inter alia’ refrain from discriminating on the grounds of gender, marital status or family responsibilities. Tenderers are to ensure that these principles are manifest in the organigram of the company where the principles aforementioned, including the selection criteria for access to all jobs or posts, at all levels of the occupation hierarchy are amply proven. In this document words importing

Page 17: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 17

one gender shall also include the other gender.

Page 18: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 18

VOLUME 1 SECTION 2 – TENDER FORM

(A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable - submitted)

Publication reference: Works at South Side Dock Head, Dockyard Creek, Cospicua - MITC 379/2012

A. TENDER SUBMITTED BY:

(This will be included in the Summary of Tenders Received)

In case of a Joint Venture/Consortium: Name(s) of Leader/Partner(s)

Nationality Proportion of Responsibilities2

Leader 1

Partner 1

Etc …

1. Add/delete additional lines for partners as appropriate. Note that a sub-contractor is not considered to be a partner for the purposes of this tender procedure. If this tender is being submitted by an individual tenderer, the name of the tenderer should be entered as 'leader' (and all other lines should be deleted) 2. Proposed proportion of responsibilities between partners (in %) with indication of the type of the works to be performed by each partner (the company acting as the lead partner in a joint venture/consortium, they must have the ability to carry out at least 50% of the contract works by its own means. If a company is another partner in a joint venture/consortium (i.e. not the lead partner) it must have the ability to carry out at least 10% of the contract works by its own means).

Work intended to be sub-contracted

Name and details of sub-contractors

Value of sub-contracting as percentage of the total cost 3

Experience in similar works (details to be specified)

1

2

(.)

3. The maximum amount of sub-contracting must not exceed [......%] of the total contract value. The main contractor must have the ability to carry out at least [......%] of the contract works by his own means. NOTE TO COMPILER: THIS SECTION IS TO BE REMOVED/MARKED NOT APPLICABLE IF NO SUB-CONTRACTING IS ALLOWED. LIAISE WITH DOC

B CONTACT PERSON (for this tender)

Name Surname

Telephone (____) ________________________ Fax (____) ________________________

Address

............................................................................................................... ............................................................................................................... ...............................................................................................................

E-mail

Page 19: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 19

C TENDERER'S DECLARATION(S)

To be completed and signed by the tenderer (including each partner in a consortium). In response to your letter of invitation to tender for the above contract, we, the undersigned, hereby declare that:

1 We have examined, and accept in full and in its entirety, the content of this tender document

(including subsequent Clarifications Notes issued by the Contracting Authority) for invitation to tender No [_________/_______] of [……/……/……]. We hereby accept the contents thereto in their entirety, without reservation or restriction. We also understand that any disagreement, contradiction, alteration or deviation shall lead to our tender offer not being considered any further.

2 We offer to execute, in accordance with the terms of the tender document and the conditions and time limits laid down, without reserve or restriction, the following works:

Works at South Side Dock Head, Dockyard Creek, Cospicua

3 The total price of our tender (inclusive of duties, VAT, other taxes and any discounts) is €_________: 4 This tender is valid for a period of 150 days from the final date for submission of tenders.

5 If our tender is accepted, we undertake to provide a performance guarantee of 10% of the contract value as required by the General Conditions.

6 We are making this application in our own right and [as partner in the consortium led by < name of the leader / ourselves > ] for this tender [Lot No]. We confirm that we are not tendering for the same contract in any other form. [We confirm, as a partner in the consortium, that all partners are jointly and severally liable by law for the performance of the contract, that the lead partner is authorised to bind, and receive instructions for and on behalf of, each member, and that all partners in the joint venture/consortium are bound to remain in the joint venture/consortium for the entire period of the contract's performance]. We are fully aware that, in the case of a consortium, the composition of the consortium cannot be modified in the course of the tender procedure.

7 We are not bankrupt or under an administration appointed by the Court, or under proceedings leading to a declaration of bankruptcy. We also declare that we have not been convicted criminally, or found guilty of professional misconduct. Furthermore, we are up-to-date in the payment of social security contributions and other taxes.

8 We accept that we shall be excluded from participation in the award of this tender if compliance certificates in respect of declarations made under Clause 7 of this declaration are not submitted by the indicated dates.

9 We agree to abide by the ethics clauses of the instructions to tenderers and, in particular, have no potential conflict of interests or any relation with other candidates or other parties in the tender procedure at the time of the submission of this application. We have no interest of any nature whatsoever in any other tender in this procedure. We recognise that our tender may be excluded if we propose key experts who have been involved in preparing this project or engage such personnel as advisers in the preparation of our tender.

10 We will inform the Contracting Authority immediately if there is any change in the above circumstances at any stage during the implementation of the contract. We also fully recognise and accept that any false, inaccurate or incomplete information deliberately provided in this application may result in our exclusion from this and other contracts funded by the Government of Malta and the European Communities.

11 Our tender submission has been made in conformity with the Instructions to Tenderers, and in this respect we confirm having included in the appropriate packages as required, the following documentation:

(a) Tender Guarantee (Note 1)

o Not Applicable

(b) General Information (Note 2)

o Not Applicable

Selection Criteria (Note 2)

Page 20: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 20

(c) Financial and Economic Standing (Note 2)

o Not Applicable

(d) Technical Capacity (Note 3)

o Experience as Contractor o Literature/List of Samples

(e) Evaluation Criteria/Technical Specifications (Note 3)

o Tenderer’s Technical Offer

o Literature /List of Samples

(f) Tender Form, and Financial Offer/Bill of Quantities (Note 3) Notes:

1. Tenderers will be requested to clarify/rectify, within two working days from notification, the

tender guarantee only in the following two circumstances: either incorrect validity date, and/or incorrect value. This is indicated by the symbol ○

2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete documentation, and/or submit any missing documents within two working days from notification. This is indicated by the symbol ○

3. No rectification shall be allowed. Only clarifications on the submitted information may be requested. This is indicated by the symbol ●

12 I acknowledge that the Contracting Authority shall request rectifications in respect of incomplete/non-

submitted information pertinent to the documentation listed in Clause 11(a), 11(b), and 11(c) of this Tender Form. We understand that such rectification/s must be submitted within two (2) working days, and will be subject to a non-refundable administrative penalty of €50, and that failure to comply shall result in our offer not being considered any further.

13 We note that the Contracting Authority is not bound to proceed with this invitation to tender and that

it reserves the right to cancel or award only part of the contract. It will incur no liability towards us should it do so.

Name and Surname: _________________________________________ I.D. / Passport Number: _________________________________________ Signature of tenderer: _________________________________________ Duly authorised to sign this tender on behalf of: _________________________________________

Company/Lead Partner VAT No: _________________________________________ (if applicable) Stamp of the firm/company: _________________________________________ Place and date: _________________________________________

Page 21: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 21

VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS

1. Statement on Conditions of Employment

Tenderers are to ensure that self-employed personnel are not engaged on this contract. Non-compliance will invalidate the contract.

It is hereby declared that all employees engaged on this contract shall enjoy working conditions such as wages, salaries, vacation and sick leave, maternity and parental leave as provided for in the relative Employment Legislation. Furthermore, we shall comply with Chapter 424 of the Laws of Malta (Occupational Health and Safety Authority Act) as well as any other national legislation, regulations, standards and/or codes of practice or any amendment thereto in effect during the execution of the contract. In the event that it is proved otherwise during the execution of the contract it is hereby being consented that the contract is terminated with immediate effect and that no claim for damages or compensation be raised by us.

Signature: .............................................................

(the person or persons authorised to sign on behalf of the tenderer)

Date: .............................................................

Page 22: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 22

2. Experience as Contractor

List of contracts of similar nature and extent performed during the past [.................] years:

Name of

Project/

Kind of works

Total value of

works the

contractor was

responsible for

Period of

Contract

Starting

Date

Percentage of

works

completed

Client/Contracting

Authority and

place

Prime

Contractor

(P)

Or Sub-

Contractor

(S)

Final

Acceptance

Issued?

• Yes

• Not Yet

(current

contract)

• No

(A) Malta

Page 23: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 23

Name of

Project/

Kind of works

Total value of

works the

contractor was

responsible for

Period of

Contract

Starting

Date

Percentage of

works

completed

Client/

Contracting

Authority and

place

Prime

Contractor

(P)

Or Sub-

Contractor

(S)

Final

Accepance

Issued?

• Yes

• Not Yet

(current

contract)

• No

(B) Abroad

Signature: ....................................................................

(the person or persons authorised to sign on behalf of the tenderer)

Date: ....................................................................

Page 24: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 24

3. Literature/List of Samples

List of Samples and Product Specifications to be submitted with tender offer

No. Items

Sample

Literature/Specs

Photo (coloured)

Checkmarks

1 Samples to items in general as required per Specifications. X

2 Specifications to items in general as required per Specifications. X

A EARTHWORKS

A.a Proposed programme for the excavation and backfilling operations X

A.b Method statement for the excavation and backfilling operations including the

protection of all historical dock head structures and features from any damages during work operations. X

B CONCRETE

B.a Programme and Method Statement for Concrete Work X

B.b Concrete Mix Designs for all concrete grades X

B.c Anti-washout admixture X

B.d Waterproofing admixture X

B.e Bagwork X X

C SERVICES DUCTS

C.a Unplasticized PVC pipes to MSA EN 1401-1. X X

D STORM WATER

D.a The Contractor must execute the works in accordance to MSA EN 12056, BS

8000 Part 14:1989 and manufacturer’s printed instructions. These instructions along with Manufacturer’s information must be provided with the tender submission. X X

D.b Pipework X X

X WATER FEATURE

1 Drawings

1.1 GRP tanks X

1.2 Waterproof connections to tanks X

1.3 Temporary tank covers X

1.4 Power installation Layout X

1.5 Electrical Distribution Diagrams X

Page 25: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 25

1.6 Control panel details X

2 Specifications to items in general as required per Specifications:

2.01 circulation pumps, sump pumps X

2.02 pipe work PVC-U X

2.03 pipe work HDPE / PP-R / PB X

2.04 pipe accessories & fittings X

2.05 ball float valve X

3 Coloured leaflets or pictures for

3.01 circulation pumps X

3.02 pipe accessories & fittings X

3.03 ball float valve X

Signature: ....................................................................

(the person or persons authorised to sign on behalf of the tenderer)

Date: ....................................................................

Page 26: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 26

Form 4 - Data on Joint Venture/Consortium (Where applicable)

1 Name

.....................................................................

2 Managing Board’s Contact Details

Address: .......................................................... ........................................................... Telephone: ........................ Fax: ........................ Email: .............................................................

3 Agency in the state of the Contracting Authority, if any (in the case of a Joint Venture/Consortium with a foreign lead partner)

Address: .......................................................... ........................................................... Telephone: ........................ Fax: ........................ Email: .............................................................

4 Names of Partners (i) ....................................................... (ii) .......................................................

(iii) .......................................................

(iv) .......................................................

5 Name of Lead Partner ........................................................

Agreement governing the formation of the Joint Venture/Consortium (Enclose Joint Venture/ Consortium Agreement)

6

Place of Signature: ..................................................

Date of Signature: ...................................................

Proposed proportion of responsibilities between partners (in %) with indication of the type of the works to be performed by each* * The company acting as the lead partner in a joint venture/consortium, they must have the ability to carry out at least 50% of the contract works by its own means. If a company is another partner in a joint venture/consortium (i.e. not the lead partner) it must have the ability to carry out at least 10% of the contract works by its own means

7

............................................. - .....% ............................................. - .....%

............................................. - .....% ............................................. - .....%

Signature: .............................................................

(the person or persons authorised to sign on behalf of the tenderer)

Date: .............................................................

Page 27: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 27

Form 5 - Sub-Contracting

If the tenderer plans to sub-contract part of the works, he must provide the following details:

Work intended to be sub-contracted

Name and details of sub-contractors

Value of sub-contracting as percentage of the total cost *

Experience in similar works (details to be specified)

* Note

• The maximum amount of sub-contracting must not exceed [......%] of the total contract value.

• The main contractor must have the ability to carry out at least [......%] of the contract works by his own means.

Signature: .............................................................

(the person or persons authorised to sign on behalf of the tenderer)

Date: .............................................................

Page 28: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 28

Form 6 - Workplan and Programme of Works

Please attach the Workplan and the Programme of Works in relation to this tender.

Signature: ....................................................................

(the person or persons authorised to sign on behalf of the tenderer)

Date: ....................................................................

Page 29: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 29

Form 7 - Graphic Work Schedule

Please attach the Graphic Work Schedule in relation to this tender.

Signature: ....................................................................

(the person or persons authorised to sign on behalf of the tenderer)

Date: ....................................................................

Page 30: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 30

VOLUME 1 SECTION 5 – GLOSSARY

Definitions Note: the present definitions are given here for convenience only, in the context of the tender procedure. The definitions set out in the contract as concluded are determining for the relations between the parties to the contract. Administrative order: Any instruction or order issued by the Engineer to the Contractor in writing regarding the execution of the works. Breakdown of the overall price: A heading-by-heading list of the rates and costs making up the price for a lump-sum contract Contracting Authority: means the final beneficiary Conflict of interest: Any event influencing the capacity of a candidate, tenderer or supplier to give an objective and impartial professional opinion, or preventing him, at any moment, from giving priority to the interests of the Contracting Authority and the Contracting Authority. Any consideration relating to possible contracts in the future or conflict with other commitments, past or present, of a candidate, tenderer or supplier, or any conflict with his own interests. These restrictions also apply to sub-contractors and employees of the candidate, tenderer or supplier. Contract value: The total value of the contract to be paid by the Contracting Authority in terms of the agreed terms and conditions. Contractor: The successful tenderer, once all parties have signed the contract. Day: Calendar day. Dayworks: Varied work inputs subject to payment on an hourly basis for the Contractor's employees and plant. Defects Notification Period: The period stated in the contract immediately following the date of provisional acceptance, during which the Contractor is required to complete the works and to remedy defects or faults as instructed by the Engineer. Drawings: Drawings provided by the Contracting Authority and/or the Engineer, and/or drawings provided by the Contractor and approved by the Engineer, for the carrying out of the works. Engineer's representative: Any natural or legal person, designated by the Engineer as such under the contract, and empowered to represent the Engineer in the performance of his functions, and in exercising such rights and/or powers as have been delegated to him. In this case, references to the Engineer will include his representative. Equipment: Machinery, apparatus, components and any other articles intended for use in the works Evaluation committee: a committee made up of an odd number of voting members (at least three) appointed by the Contracting Authority and possessing the technical, linguistic and administrative capacities necessary to give an informed opinion on tenders. Final acceptance certificate: Certificate(s) issued by the Engineer to the Contractor at the end of the defects notification period stating that the Contractor has completed his obligations to construct, complete, and maintain the works concerned. Final Beneficiary: The Department/Entity or other government body on whose behalf the Department of Contracts has issued this tender. Foreign currency: Any currency permissible under the applicable provisions and regulations other than the Euro, which has been indicated in the tender. General conditions: The general contractual provisions setting out the administrative, financial, legal and technical clauses governing the execution of contracts.

Page 31: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 31

General damages: The sum not stated beforehand in the contract, which is awarded by a court or an arbitration tribunal, or agreed between the parties, as compensation payable to an injured party for a breach of the contract by the other party. In writing: This includes any hand-written, typed or printed communication, including fax transmissions and electronic mail (e-mail). Liquidated damages: The sum stated in the contract as compensation payable by the Contractor to the Contracting Authority for failure to complete the contract or part thereof within the periods under the contract, or as payable by either party to the other for any specific breach identified in the contract. Modification: An instruction given by the Engineer which modifies the works. National currency: The currency of the country of the Contracting Authority. Period: A period begins the day after the act or event chosen as its starting point. Where the last day of a period is not a working day, the period expires at the end of the next working day. Plant: appliances and other machinery, and, where applicable under the law and/or practice of the state of the Contracting Authority, the temporary structures on the site required to carry out the works but excluding equipment or other items required to form part of the permanent works. Provisional sum: A sum included in the contract and so designated for the execution of works or the supply of goods, materials, plant or services, or for contingencies, which sum may be used in whole or in part, or not at all, as instructed by the Engineer. Site: The places provided by the Contracting Authority where the works are to be carried out and other places stated in the contract as forming part of the site. Special conditions: The special conditions laid down by the Contracting Authority as an integral part of the tender document, amplifying and supplementing the general conditions, clauses specific to the contract and the terms of reference (for a service contract) or technical specifications (for a supply or works contract). Supervisor/Engineer: The legal or natural person responsible for administering the contract on behalf of the Contracting Authority. Tender document/s: The dossier compiled by the Contracting Authority and containing all the documents needed to prepare and submit a tender. Tender price: The sum stated by the tenderer in his tender for carrying out the contract. Works: Works of a permanent or temporary nature executed under the contract. Written communications: Certificates, notices, orders and instructions issued in writing under the contract.

Page 32: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 32

VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS

Part II - Rules governing public contracts whose value does not exceed one hundred and twenty thousand euro (€120,000)

The procedure for the submission of separate packages in the tender offer is stipulated in Part II of the

Public Procurement Regulations (Legal Notice 296/2010), reproduced hereunder for ease of reference. 21(1) Where the estimated value of the public contract exceeds twelve thousand euro (€12,000) and is

issued by an authority listed in Schedule 1, any tenderer or candidate concerned shall have a right to make a complaint to the Review Board in accordance with this regulation.

(2) (a) The contracting authority shall be obliged to issue a notice and affix an advertisement, in a

prominent place at its premises, indicating the awarded public contract, the financial aspect of the award and the name of the successful tenderer. The contracting authority shall, by electronic means or by fax, inform the tenderer or candidate concerned of the publication of the award. The contracting authority shall be precluded from concluding the contract during the period allowed for the submission of appeals. (b) The award process shall be completely suspended if an appeal is eventually submitted.

(3) Any tenderer or candidate concerned who is aggrieved by the award indicated by the contract

authority may, within five working days from the publication of the notice, file a letter of objection, together with a deposit, with the contracting authority, clearly setting forth any reason for his complaint. The deposit to be paid in respect of tenders valued at less than forty-seven thousand euro €47,000) shall be four hundred euro (€400), while those between forty-seven thousand euro (€47,000) and one hundred and twenty thousand euro (€120,000) shall be 0.5% of the estimated value of the tender, with a minimum deposit of four hundred euro (€400). The letter by the complaining tenderer shall be affixed on the notice board of the contracting authority and shall be brought to the attention of the recommended tenderer.

(4) After the expiry of the period allowed for the submission of a complaint, the contracting authority shall deliver the letter of complaint, the deposit receipt and all documents relating to the public contract in question to the Review Board who shall examine the matter in a fair and equitable manner. In its deliberation the Review Board shall have the authority to obtain, in any manner it deems appropriate, any other information not already provided by the contracting authority. The Review Board shall determine the complaint by upholding or rejecting it. The written decision of the Review Board shall be affixed on the notice board of the contracting authority and copies thereof shall be forwarded to the Director of Contracts and all the parties involved.

(5) The tenderer or candidate concerned who is not satisfied with the decision granted by the Review

Board may refer the matter to the Court of Appeal (Inferior Jurisdiction) in terms of article 41(6) of the Code of Organization and Civil Procedure within a period of sixty days. Such recourse however may not delay the Head of the contracting authority from implementing the Review Board’s decision.

(6) Tender documents issued in terms of this Part shall include a clause informing tenderers that the

award of the contract is subject to the right of recourse as provided for in this regulation, a copy of which should be reproduced in the documents.

(7) The Minister shall have the authority by order to extend the provisions of this regulation in order that

recourse as provided in this regulation be made available also by authorities listed in Schedule 3 and to prescribe the procedure by which such recourse is to be granted.

Part XIII - Appeals The procedure for the submission of appeals is stipulated in Part XIII of the Public Procurement

Regulations (Legal Notice 296/2010), reproduced hereunder for ease of reference.

(1)

Any tenderer or candidate concerned, or any person, having or having had an interest or who has been harmed or risks being harmed by an alleged infringement or by any decision taken including a proposed award in obtaining a contract or a cancellation of a call for tender, may file a notice of objection with

Page 33: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 33

(2)

the Review Board. The notice shall be filed within ten calendar days following the date on which the contracting authority has by fax or other electronic means sent its proposed award decision. The communication to each tenderer of the proposed award shall be accompanied by a summary of the relevant reasons relating to the rejection of the tender as set out in regulation 44(3), and by a precise statement of the exact standstill period. The notice of objection shall only be valid if accompanied by a deposit equivalent to one per cent of the estimated value of the tender submitted by the tenderer, provided that in no case shall the deposit be less than one thousand and two hundred euro (€1,200) or more than fifty-eight thousand euro (€58,000). The Secretary of the Review Board shall immediately notify the Director that an objection had been filed with his authority thereby immediately suspending the award procedure. The Department of Contracts or the contracting authority involved, as the case may be, shall be precluded from concluding the contract during the period of ten calendar days allowed for the submission of appeals. The award process shall be completely suspended if an appeal is eventually submitted. The procedure to be followed in submitting and determining complaints as well as the conditions under which such complaints may be filed shall be the following: (a) any decision by the Departmental Contracts Committee (or a Special Contracts Committee) and by a contracting authority, shall be made public at the Department of Contracts or at the office of the contracting authority prior to the award of the contract; (b) the notice of objection duly filed in accordance with sub-regulation (1) shall be made public by the Review Board not later than the next working day following its filing; (c) within three working days of the publication of the replies the Secretary of the Review Board shall prepare a report (the Analysis Report) analysing the letter of objection. This report shall be circulated to the persons who file an objection and interested parties. After the preparatory process is duly completed, the Head of the contracting authority shall forward to the Chairman of the Review Board all documentation pertaining to the call for tenders in question including files, tenders submitted, copies of deposit receipts, any motivated letter, who shall then proceed as stipulated in Part XIV; (d) the Director or the Head of the contracting authority shall publish a copy of the decision of the Review Board at his department or at the premises of the relevant contracting authority, as the case may be. Copies of the decision shall be forwarded by the Secretary of the Board to the complaining tenderer, any persons who had registered or had an implied interest, the Director of Contracts and to the contracting authority concerned.

Page 34: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 34

VOLUME 2

VOLUME 2 SECTION 1 – DRAFT CONTRACT FORM

Financed by: European Regional Development Fund

Project: ERDF 104 – Stronger Cottonera Communities – The Citezens’ right to Accessibility and

Mobility

Contract Number: ................................................. [Contract Number]

This contract is concluded between: Permanent Secretary Ministry for Infrastructure, Transport and Communications, Millennia Building, Level 1, Aldo Moro Road, Marsa, MRS9065 Malta (hereinafter called “The Contracting Authority”) on the one part, and [Name of Contractor] [Address] (hereinafter called “The Contractor”) on the other part, Whereas the Contracting Authorityis desirous that certain works should be executed by the Contractor, viz.: Works at South Side Dock Head, Dockyard Creek, Cospicua (MITC379/2012) and has accepted a tender by the Contractor for the execution and completion of such works and the remedying of any defects therein.

It is hereby agreed as follows: 1. In this contract words and expressions shall have the meanings assigned to them in the contractual

conditions set out below. 2. The following documents shall be deemed to form and be read and construed as part of this contract, in

the following order of precedence: (a) this Contract,

(b) the Special Conditions, (c) the General Conditions, (d) the technical specifications, bill of quantities and design documentation, (e) the Contractor’s technical offer (including any clarifications made during adjudication), (f) the bill of quantities (after arithmetical corrections)/breakdown, (g) the tender form, (h) any other documents forming part of the contract. Addenda shall have the order of precedence of the document they are modifying.

3. In consideration of the payments to be made by the Contracting Authority to the Contractor as hereinafter mentioned, the Contractor undertakes to execute and complete the works and remedy defects therein in full compliance with the provisions of the contract.

4. The Contracting Authority hereby agrees to pay the Contractor in consideration of the execution and

completion of the works and remedying of defects therein the amount of:

• Contract price (excluding/including VAT/other taxes): €.....................................

• Contract price in words:................................................................. Euro

Page 35: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 35

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. VAT shall be paid in compliance with National Law (in particular the VAT Act 1998, the Act No X of 2003 and relevant Legal Notices).

5. The Contractor hereby agrees to submit a performance guarantee amounting to €............... equivalent to

10% of the contract value together with the signed contract. 6. In witness whereof the parties hereto have signed the contract. This contract shall take effect on the date

on which it is signed by the last party. Done in English in two originals: one for the Contracting Authority, and one for the Contractor.

Contracting Authority:

Contractor:

Signed by: ...........................................................

Signed by: ...........................................................

In the capacity of: ...........................................................

In the capacity of: ...........................................................

Being fully authorized by and acting on behalf of ...........................................................

Being fully authorized by and acting on behalf of ...........................................................

Date: ....................................................

Date: ....................................................

Page 36: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 36

VOLUME 2 SECTION 2 – GENERAL CONDITIONS

The full set of General Conditions for Works Contracts (Version 1.02 dated 1 December 2011) can be viewed/downloaded from:

www.contracts.gov.mt/conditions It is hereby construed that the tenderers have availed themselves of these general conditions, and have read and accepted in full and without reservation the conditions outlined therein, and are therefore waiving any standard terms and conditions which they may have. These general conditions will form an integral part of the contract that will be signed with the successful tenderer/s.

Page 37: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 37

VOLUME 2 SECTION 3 – SPECIAL CONDITIONS

These conditions amplify and supplement, if necessary, the General Conditions governing the

contract. Unless the Special Conditions provide otherwise, those General Conditions remain fully applicable. The numbering of the Articles of the Special Conditions is not consecutive but follows the numbering of the Articles of the General Conditions. Other Special Conditions should be indicated afterwards.

Article 2: Law and language of the contract 2.1 The Laws of Malta shall apply in all matters not covered by the provisions of the contract. 2.2 The language used shall be English. Article 3: Order of precedence of contract documents The contract is made up of the following documents, in order of precedence:

(a) the Contract, (b) the Special Conditions, (c) the General Conditions, (d)the Contracting Authority’s technical specifications and design documentation, (e) the Contractor’s technical offer, and the design documentation (drawings), (f) the bill of quantities (after arithmetical corrections)/breakdown, (g) the tender form,, (h) any other documents forming part of the contract.

Addenda have the order of precedence of the document they are modifying.

Article 4: Communications Any communications in respect of this contract are to made to the :

Permanent Secretary Ministry for Infrastructure, Transport and Communications Millennia Building, Level 1, Aldo Moro Road, Marsa, MRS9065 Malta through normal post or through email on [email protected]

Article 5: Supervisor and Supervisor's representative 5.8 The Supervisor shall be appointed by the Contracting Authority and his identity will be

communicated to the Contractor in writing within one (1) week of the signing of the Contract. The Supervisor shall oversee the execution of the works on behalf of the Contracting Authority with particular regard to the Conditions and the Special Conditions of the Contract, the Progress of Works, Compliance with the Specifications and Drawings and the Quality of Workmanship.

5.9 The Supervisor may also be referred to as the Engineer. 5.10 The Supervisor and/or his appointed representative shall be granted full and unencumbered

access to all areas of the project and the site of the works by the Contractor at all times. 5.11 During the course of the works, any instructions, notice, orders or other communication from the

Supervisor shall be deemed to have been issued by the Contracting Authority.

5.12 The Supervisor shall have the Authority to reject any work, materials or plant which, in his

judgement are not compliant with the Conditions of Contract or the Specifications or the Drawings and/or are deemed to be of inferior quality or standard and may order their removal and immediate replacement. Such notice of rejection shall be given to the Contractor in writing over the Supervisor’s signature and the Contractor will be obliged to take all necessary steps

Page 38: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 38

within three (3) days of receipt of such notice, to rectify the situation in accordance with said notice.

5.13 The Supervisor shall have the Authority to notify the Contractor of any works that are not

proceeding according to Schedule or not in accordance with the approved program and instruct the Contractor to rectify matters accordingly. The Contractor shall, within three (3) days of receiving such notice, take the necessary steps to rectify the situation and shall submit a revised Program of Works for approval within two (2) weeks of receiving such notice.

5.14 If the Contractor fails to comply, within the specified period, with any instruction or notification

by the Supervisor to rectify or replace any works, plant or materials or to rectify the progress of works that are not in accordance with the approved program and/or fails to furnish a revised program enabling the targets to be met, the Supervisor shall notify the Contracting Authority to this effect and the Contracting Authority shall take the necessary steps as provided for under the Contract.

5.15 All communication between the Supervisor and the Contractor shall take place in writing and any

instruction, notice or communication issued to the Contractor by the Supervisor’s appointed representative shall be deemed to have been issued by the Supervisor himself.

5.16 Notwithstanding any approval or acceptance by the Supervisor of any design documents,

calculations or design details (where applicable) as may be submitted by the Contractor all responsibility in the execution of the project and for the works incorporated therein shall rest solely with the Contractor.

5.17 Following completion of the works to the satisfaction of the Supervisor, including the remedying

of any defects therein, the Supervisor shall, within two (2) weeks of verifying that the works have been completed and all defects remedied, issue a Completion Certificate for the works and the provisions of Article 58, hereto, shall apply.

Article 8: Supply of Documents 8.5 All relevant documents, drawings and designs pertaining to the execution of the works under this

Contract will be supplied with the Tender Documents save for those Documents that are to be supplied by the tenderer as part of his tender offer and those documents to be prepared by the Contractor as part of his obligations under the Contract in accordance with Article 11 hereto.

8.6 The Contractor shall keep a full set of updated drawings, calculations, design details and any

other documents relevant to the execution of the works, on the site at all times during the execution of the works All such drawings, calculations, design details and other documents are to be made readily available for inspection and reference by the Supervisor or his appointed representative upon demand.

Article 10: Assistance with Local Regulations 10.1 All necessary Development Permits for the Project issued by the Malta Environment and Planning

Authority have already been obtained by the Contracting Authority and are hereto annexed at Volume 5 (Design Documents and Drawings). Notwithstanding this, however, it shall be the Contractor’s obligation, through his appointed Perit to ensure that all conditions, requirements and parameters stipulated by the said Development Permits are adhered to in full throughout the project.

10.2 It shall be the Contractor’s responsibility to obtain visas, work permits, authorization or licences

or other permission as may be required for and during the construction works same and to ensure that all site operations related to the execution of this Tender are in line with any legal or statutory requirements as may be applicable at all times

Article 11: General Obligations 11.1 The Contractor shall undertake all works and responsibilities involved in bringing the works to the

desired state of completion including (but not necessarily limited to) the following:

a) Detailed survey and securing of existing site,

b) Construction of hoarding around the site,

Page 39: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 39

c) Engagement of all required key staff including a Site Engineer (Perit), Quality Control

Manager, Health and Safety (Construction Site) Supervisor, Surveyor and any other professional services as required,

d) Excavation and/or build-up of the (as necessary) site to achieve the required site levels,

e) Construction of all physical works in accordance with the design documents and drawings

furnished with the Tender Documents as well as any detailed drawings or working drawings as may be issued during the execution of the works,

f) Ensuring full compliance during execution of the Works with the Specifications and

technical documents at Volume 4 of the Tender Documents, together with any task specific instructions as may be included therein,

g) Procurement of all necessary resources, materials, components and plant for the

execution of the project,

h) Managing the progress of works according to the general program attached at Volume 5 of these Tender Documents and adjusting and/or updating the programme of works periodically as the project progresses in order to maintain close compliance with the said general program,

i) Managing of progress of works by any Sub-Contractor/s engaged and ensuring that the

said progress is in line with the approved program of works and the General Program at Volume 5,

j) Managing all aspects of safety, access to and security of the site throughout the whole

project,

k) Complying with any instructions given by the Supervisor/Engineer during the period of execution as are deemed essential to the successful and proper execution of the Works and their full compliance with the technical specifications,

l) Maintaining close and regular liaison with the Supervisor appointed by the Contracting

Authority throughout the project,

m) Keeping available at all times during the project, all documents, records, work plans, work registers, programmes, drawings, structural documents, calculations, details and any other documentation relevant to the project (including for those works carried out by the Sub-Contractor/s) as may be required.

11.2 The Contractor shall be obliged to have his own Perit for the project (in addition to any other

professional staff and consultants as may be required for the proper execution of the works) in order to oversee and manage the works on behalf of the Contractor and ensure that they are being executed in accordance with the approved design.

11.3 The Contractor shall be obliged to appoint a suitably qualified and experienced Health and Safety

(Site) Supervisor for the project to assume all responsibilities in relation to same both with respect to works undertaken by the Contractor as well as those undertaken by any Sub-Contractor/s, during the whole project, in accordance with the Health and Safety Act (Chapter 424 of the Laws of Malta).

11.4 In particular, the Contractor shall assume full responsibility for compliance with the Health and

Safety Act and the provisions of LN 281 of 2004 with regards to the project and shall also comply in full with the provisions of the Construction Site Regulations insofar as they apply to the works.

11.5 The Contractor shall, insofar as it is possible, endeavour to embrace the principles of Green

Procurement’ and Energy Efficient practice with respect to the Materials, Works and Plant to be used in the execution of this Tender with an aim to reducing the carbon footprint and the energy use of the project. This may also include use of materials from ‘green’ sources and from energy efficient and environmentally friendly supply sources, use of re-cycled and reclaimed materials, together with other energy saving initiatives and design, energy efficient plant and work practices.

Page 40: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 40

11.6 The Contractor shall take full responsibility for the care of the works and the materials and plant for incorporation therein from the commencement date until completion of the project and thereafter until the date of the issue of the Final Acceptance Certificate following handing over, when the responsibility for the said care of the works or that part of the works handed over shall pass to Government provided that:

a) The Contractor shall take full responsibility for the care of any outstanding or remedial works and materials and plant for incorporation therein until such outstanding or remedial works have been completed and accepted by the Supervisor.

11.7 If any loss or damage happens to the works or any part thereof or materials or plant for

incorporation therein, during the period for which the Contractor is responsible for the care thereof, from any cause, whatsoever, the Contractor shall, at his or her own cost, rectify such loss or damage so that the works conform in every respect with the provisions of the Contract and to the satisfaction of the Supervisor.

11.8 If by reason of any accident, or failure, or other event occurring to in or in connection with the

works or any part thereof, either during the execution of the works or at any time prior to the issue of the Acceptance Certificate, any remedial or other work is, in the opinion of the Supervisor, urgently necessary for the safety of life or of the works or of adjoining property, he may, without relieving the Contractor of any of his or her duties and responsibilities under the Contract, instruct the Contractor to execute all such work or to do all such things as may, in the opinion of the Supervisor, be necessary to abate or reduce the risk to third parties or other property and the Contractor shall forthwith comply with any such instruction.

11.9 Tthe Contractor shall, not later than two (2) weeks from the date of signing of the Contract,

furnish, for the approval of the Supervisor, a detailed program of works for the whole project in the form of a Gannt Chart or a Bar Chart, clearly identifying timelines, deadlines, work packages and activities for each phase of the works in line with the General Program at Volume 5 of these Tender Documents. The Contractor shall, moreover, ensure that the program of works is kept in an updated form at all times.

11.10 The Contractor shall assume full responsibility for the entire project, including the works carried

out by any Sub-Contractor/s engaged on the works. In doing so, the Contractor shall bear full responsibility for ensuring that;

a) all workmanship, materials and plant are of a good quality, in accordance with the specifications and compliant with the provisions of the Contract,

b) all works are progressing according to schedule and where this is not the case, he instructs the Sub-Contractor in writing to rectify the situation and ensures that all necessary action is taken to comply,

c) all works carried out by any Sub-Contractor/s together with all Plant and materials used

are in accordance with their respective specifications, are subject to the requisite quality control testing and meet the required standards,

d) Health and Safety regulations are observed and adhered to throughout the site and for

the entire duration of the works in accordance with Chapter 424 of the Laws of Malta and all associated legislation and regulations

Article 13: Performance Guarantee 13.1 The Performance Guarantee to be provided amounts to 10% of the contract value signed between

both parties to this contract. 13.3 The performance guarantee shall be in the format given in Volume 2, Section 4 and shall be

provided in the form of a bank guarantee. It shall be issued by a bank in accordance with the eligibility criteria applicable for the award of the contract.

13.8 The Performance Guarantee shall be released following completion of the works and upon issue

of the Final Acceptance Certificate and the provisions of Article 58 hereto, shall thereafter apply.

Page 41: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 41

Article 14: Insurance 14.1 Without limiting his or her responsibilities under Sub Clause 11.2, the Contractor shall, in the

name of the Contracting Authority, and any Sub Contractor/s, carry a Contractor’s All Risk (CAR) insurance policy and insure against loss or damage for whatever cause arising or for which he is responsible under the terms of the Contract or in the course of any operations carried out by him or otherwise and in such manner that the Contractor is covered during the period of construction of the works up until the end of the Defects Liability Period and the issue of the Final Acceptance Certificate for:

a) the Site, including the works and temporary works erected thereon together with all materials and plant for incorporation therein to their full replacement cost;

b) an additional sum of at least 15% (fifteen per centum) of such replacement cost to cover the additional cost or and incidental to the rectification of loss or damage including professional fees and he cost of demolishing and removing any part of the works and of removing waste or debris of whatever nature,

c) the Contractor’s equipment and other things brought onto the site by the Contractor, for a sum sufficient to provide for their full replacement cost including delivery to the site.

Such insurances shall be made with a recognized insurer and the Contractor shall, whenever required, produce to the Contracting Authority, the policy or policies of insurances and the receipts for payments of the current premiums.

14.2 The insurance referred to in Sub clause 14.1 shall cover the cost for loss or damage for the entire

duration of the Contract and until the end of the Defects Liability Period up to the issue of the Final Acceptance Certificate, from whatsoever cause arising and shall cover for damages resulting from;

a) Fire, lightning, tornado, storms, tempests, floods and explosions, bursting or overflowing of water tanks, apparatus or pipes, earthquakes and volcanic eruptions, subterranean fire, aircraft, impact, riots, strikes, malicious damage and other insurable perils and casualties as are commonly insured against with respect to premises of similar character, and

b) Shall contain and include the clauses commonly known as Reinstatement, Public Authorities, Architects’ and Surveyors’ fees, Debris clearance, Lease, extensions, Designations of Property, Impact y own vehicle, Grantee’s improvements and Alterations.

14.3 Any amounts not insured or not recovered from the Insurers shall be borne by the Contractor in

accordance with his or her responsibilities under clause 11. 14.4 The Contractor shall insure against accident, injury or death of;

a) Any persons employed by the Contractor or any Sub Contractor/s;

b) Any Government employee engaged in any capacity in relation to the project;

c) Any visitor or visitors authorized by the Contractor to enter the site;

The Contractor shall continue to maintain such insurance for the duration of the works, until the end of the Defects Liability Period up to the issue of the Final Acceptance Certificate or until such a time as the project has been handed over and the Completion Certificate has been issued by the Supervisor. Provided that in respect of any persons employed by any Sub Contractor, the Contractor’s obligations to insure as stipulated under this Sub Clause shall be satisfied if the Sub Contractor shall have insured against the liability of such persons in such a manner that the Contractor is indemnified under the policy, but the Contractor shall require such Sub Contractor to produce, when requested or required, such policy of insurance and the receipt for the payment of the current premium.

14.5 The Contractor shall, without limiting his or her obligations and responsibilities under the

Contract, insure in the joint name of the Contracting Authority and Sub Contractors against;

Page 42: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 42

a) Death, damages or injury to any person (other than those provided for under Sub Clause

14.4); and

b) Loss of or damages to any third party property including Government Property (other than the works) which may arise out of or in consequence of the execution and completion of the works and the remedying of any defects therein, and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof and in relation thereto; and

c) Any trespass to any adjoining property any noise or any other nuisance;

d) Any losses incurred by third parties including but not limited to loss of profits that are

directly or indirectly related to the works covered by this Contract. That may arise out of the execution of this Contract.

14.6 The Contractor shall insure and maintain insured a minimum amount of insurance covering all

sums which he may become legally liable to pay as damages in respect of;

a) Accidental loss or damage to property for at least the amount as computed in accordance with the provisions of Sub Clause 14.1, and

b) Accidental Bodily Injury to any person as indicated in Sub Clause 14.4, and

c) Accidental Bodily injury to any person or damage to property as in indicated in Sub

Clause 14.6, For a limit of indemnity as may be adequate but in no case less than €1,000,000 (One Million Malta Euros) per occurrence with the number of occurrences unlimited.

14.7 The Contractor shall, within four (4) weeks from the date of the Letter of Acceptance but prior

to the Order to Start Works, whichever date is the earlier, provide evidence to the Contracting Authority that the Insurances required under the Contract have been effected and shall, within a further period of two (2) weeks provide a copy of the Insurance policies to the same Contracting Authority. Such Insurance Policies shall be consistent with any general terms agreed to prior to the issue of the Letter of Acceptance if these are different from those stipulated hereto. The Contractor shall affect all insurances for which he is responsible with insurers and in terms approved by Government.

14.8 The Contractor shall notify the insurers of any changes in the nature extent or programme for the

execution of the works and shall ensure the adequacy of the insurances at all times in accordance with the terms of the Contract and shall, whenever required or requested, produce to the Contracting Authority, the insurance policies in force and the receipts for payment of the current premiums.

14.9 If the Contractor fails to effect and keep in force any of the insurances required under the

Contract or fails to provide the policies to the Contracting Authority within the period stipulated by Sub cause 14.8 or at any other time when requested to do so under Sub clause 14.9, then notwithstanding that the Contractor shall be responsible for any damages arising, the Contracting Authority may suspend the works or take such steps as may be applicable the terms of the Contract.

14.10 The Contractor shall, within seven (7) calendar days of the Order to Start Works, furnish the

Contracting Authority any insurance policy required under this Contract. Article 15: Performance Programme (Timetable) The progress of the works shall follow that indicated in the General Program at Volume 5 of the

Tender Documents. The Program of Works shall be submitted by the Contractor not more than four (4) weeks following the Order to Start Works and shall be based on the General Program attached at Volume 5 of these Tender Documents.

Page 43: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 43

a) Upon issue of the Order to Start Works the Contractor shall immediately commence

Mobilisation and shall take possession of the Site within two (2) weeks of such Order and shall endeavour to carry out such preliminary/preparatory works as may be required and as may be commenced at that stage.

b) Within two (2) weeks of the Order to Start Works, the Contractor shall submit for

approval by the Supervisor/Engineer, a detailed Program of Works (in digital form and in hard copy) for the whole project in the form of a Gannt chart or similar, clearly identifying commencement and completion dates for each part of the Works in accordance with the General Program at Volume 5 of the Tender Documents, detailing tasks, work packages and other related activities for each of the different phases.

c) Within three (3) days of completion of the Works, the Contractor shall notify the

Supervisor and organise a Site Inspection of the finished works.

d) Within two (2) weeks of the Site Inspection and barring the remedy of any defects, poor workmanship, defective materials, finishes or other pending items notified to the Contractor in writing, the Contractor shall ensure that the site is cleaned and cleared of all material, debris, waste, plant, machinery or other equipment and shall surrender the site to the Supervisor/Engineer, together with all works an improvements erected thereon.

e) A Defects Liability Period of twelve (12) months following the issue of the provisional

acceptance certificate shall be observed and any retention monies, together with the Performance Guarantee, shall be released upon expiry of the said Defects Liability Period or the issuing of the final acceptance certificate whichever the latest.

Monies due to the Contracting Authority at the end of the Defects Liability Period, as a result of the Contractor’s default, defective works, delays in completion or any expenses entered into b y the said Contracting Authority as a result of failure by the Contractor to deliver his obligations under the Contract, shall be deducted from the retained amounts prior to their release.

Article 17: Contractor’s Drawings Pursuant to sub-Article 11.6, above, the Contractor shall, within six (6) weeks of Signing the

Contract, submit a detailed Program of Works for the whole project in the form of a Gantt Chart or a Bar Chart, detailing all work packages, tasks, contingencies and any activities necessary for the construction of the project. The Program shall list in detail the various activities and tasks in a phase by phase sequence, clearly indicating the start and completion dates for each phase of the project and which start and completion dates shall be in accordance with the General Schedule attached at Volume 5 of these Tender Documents.

Article 18: Tender Prices 18.1(a) Tender Prices are expected to include all works, activities, equipment, plant and materials

inclusive of all charges/taxes and any expenses incurred in the execution of the works and the completion of the project. In particular, the Tender Prices shall take account of the fact that all fees related to measurement and certification by the Architect shall be bourne by the Contractor himself.

18.1 (b) This Tender encompasses the execution of construction works involved in the upgrading,

embellishment and landscaping of the Xatt ir-Risq Waterfront in Cottonera and the Contractor is responsible for all such works including (but not necessarily limited to) the following:

a) Securing of (vacated) Site and Installation of Hoarding, signage, access control and security gates;

b) Procurement of all necessary plant, equipment and materials necessary for completing

all the Works envisaged in this Tender;

c) Site preparation;

Page 44: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 44

d) Execution of all physical works as specified in the Bills of Quantity and indicated on the

Drawings;

e) Supply, delivery and installation of all street furniture and lighting units as specified;

f) Transport and disposal of all waste arising during works;

g) Clearing site and cleaning up on completion of each phase;

h) Snag-Listing in conjunction with Supervisor;

i) Remedying of all defects prior to handing over;

j) Any other task that may be directly or indirectly necessary or which may be essential to the proper completion of the Works.

Article 22: Interference with Traffic 22.1 Upon taking possession of the site or a part thereof, the Contractor shall ensure that all

necessary precautions to secure the same site are taken including (but not necessarily limited to) hoarding, signage, security gates and controlled access for that part of the site where works are in hand.

22.2 The Contractor is also to ensure the free and safe access around the site and shall keep the

peripheral carriageways free from any and all obstructions that may impede the free flow of traffic to and from areas near to or adjacent to the site where works are in hand at al times. In particular, the Contractor is to ensure that free and unobstructed assess is guaranteed to:

a) Sub Contractors or other Contractors, including Government workers that may be engaged from time to time on works adjacent to or in the vicinity of the site where works are in progress.

b) Tenants of existing premises that are still occupying their present premises and

continuing their respective operations; 22.3 Contractor shall ensure that the works and installations do not impede traffic on communication

links such as roads, railways, waterways and aerodromes, save as permitted under the Special Conditions. He shall, in particular, take account of weight restrictions when selecting routes and vehicles.

Any special measures which the Contractor considers necessary or which are specified in the Special Conditions or which are required by the Contracting Authority in order to protect or strengthen sections of roads, tracks or bridges shall be at the expense of the Contractor, whether or not they are carried out by the Contractor. The Contractor shall inform the Supervisor of any special measures he intends to take before carrying them out. The repair of any damage caused to roads, tracks or bridges by the transport of materials, plant or equipment shall be at the expense of the Contractor Article 25: Demolished Materials 25.1 The Construction and Demolition waste and debris arising from the project shall remain the sole

responsibility of the Contractor and shall be transported from the site to an approved location for disposal by same and in accordance with the provisions of the Development Permission issued by the Malta environment and Planning Authority.

25.2 Stockpiling of Construction and Demolition waste on and/or around the project site shall not be

allowed except in the case of reclaimed material which is intended to be used on the project. The Contractor shall undertake to keep the site clear of all waste as far as is practicable and at all times.

25.3 Material reclaimed from demolition and/or excavation works for use on the works shall be

stockpiled or stored safely in specifically designated areas and such storage or stockpiling shall only be permissible on the part or portion of the site where works are in hand.

Page 45: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 45

Article 26: Discoveries 26.1 Any materials discovered during the course of the works shall be the property of Government and

the Supervisor shall be notified immediately of such discoveries, the custody of which shall be turned over to the appropriate authorities in accordance with the Supervisor’s instructions.

26.2 Any objects discovered during the course of the works shall likewise be the property of

Government and the Supervisor shall be notified immediately of any such discoveries, the custody of which shall be turned over to the appropriate authorities in accordance with the Supervisor’s instructions

26.3 In the event of any such discovery of objects or materials during the course of the works, the

Contractor shall exercise all due care and precautions so as to ensure that the said objects or materials suffer no damage as a result of the works.

26.4 The Contractor shall not be entitled to any compensation in respect of any materials or objects

discovered or any special efforts made with respect to same. In the event that the discovery of such objects or materials requires a temporary suspension of the works, the Contractor shall immediately advise the Supervisor of same and upon resuming works shall update the program of works to reflect the delay experienced and any extension of time as may be granted, in writing, by the Contracting Authority.

Article 30: Patents and Licences 30.1 The Contractor shall be wholly responsible compliance with any copyright or other requirements

and also with respect to Patents and Licences and shall indemnify the Contracting Authority against any claim in this respect in accordance with the provision of Article 30 in the General Conditions

Article 31: Commencement Date 31.1 Performance of the contract is to commence 3 days following the order to start works. Article 32: Period of Performance 32.1 The performance period is that of 4 weeks starting from the Commencement date as stipulated in

Article 31. Article 34: Delays in Execution 34.1 Without prejudice to what is stated in Article 34.1 of the general conditions the contractor shall

be subject to damages for delay. These damages are being liquidate to €100 per calendar day or part thereof up to 20% of the contract value

Article 35: Variations and Modifications 35.1 The parameters governing claims for compensation in respect of any decrease or increase in the

total volume of work required by the Contracting Authority shall be in accordance with the provisions of Article 35.7 and Article 35.8 of the General Conditions.

35.2 The parameters governing an increase in quantity for any item included in the Bill of Quantities

forming a part of the contract, shall be in accordance with the provisions of Article 35.9 in the General Conditions.

Article 37: Work Register 37.1 As per General Conditions Article 38: Origin 38.1 The Contractor is to furnish the Supervisor with full details of the origin of any materials, goods,

products or other items for incorporation in the works upon demand.

Page 46: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 46

38.2 If any materials, goods, products or other items for incorporation into the works are deemed to

be not in compliance with the Contract by the Supervisor, he shall advise the Contractor and the latter will take immediate steps, as necessary to remedy the situation accordingly and replace the noncompliant material, goods or product.

Article 39: Quality of Works and Materials 39.1 In addition to what is stated in Article 39.1 of the special conditions the Contractor shall, upon

the Supervisor’s first request, furnish the technical details and other relevant information as well as samples, if applicable, of any material, product, goods or other items to be incorporated into the works.

39.2 Whilst the formal acceptance or approval of the Supervisor shall not be specifically required for

use of the said materials, goods or products, if, at any time, any such materials, goods or products are deemed by the Supervisor to be below standard, defective or not in accordance with the provisions of the Contract or not in compliance with the Specifications at any time during the execution of the works, he shall notify the Contractor in writing and the Contractor shall take the necessary steps to remove the defective, substandard or unsatisfactory material, goods or products and replace them to the satisfaction of the Supervisor.

39.3 If, at any time, works or workmanship is deemed by the Supervisor to be below standard,

defective or not in accordance with the provisions of the Contract or not in compliance with the Specifications at any time during the execution of the works, he shall notify the Contractor in writing and the Contractor shall take the necessary steps to remove the defective, substandard or unsatisfactory works and replace them to the satisfaction of the Supervisor.

39.4 Wherever technical specifications refer to Standards, the Contractor is to see if such Standards

have been superseded with MSA EN ISO Standards or equivalent and use the latest revisions. Article 40: Inspection and Testing 40.1 The Contractor shall undertake to carry out all necessary tests in accordance with the

instructions of his appointed Perit. All test results shall be endorsed by the Contractor’s Perit and a copy of same furnished to the Supervisor for his records.

40.2 The Contractor shall undertake to perform tests and sampling of the ground and soil on the site

in accordance with Article 28 above and shall also perform tests on raw materials brought to the site for incorporation into the works or parts of the work. In particular, cube tests, slump tests and any other tests ordered by the Contractor’s Perit shall be carried out on all batches of concrete to be used for the fabrication of any part of the structures or otherwise incorporated into the works. Such tests shall be carried out in compliance with the specifications at Volume 3 hereto and in accordance with the instructions of the Contractor’s Perit who shall endorse all test results and furnish a copy to the Supervisor.

40.3 The purpose of testing is to establish that the key properties and technical characteristics of

materials or work that are likely to show variations in same due to factors beyond control, fall within the key properties and technical characteristics required by the specifications and, in particular, the demands placed upon such materials by structural and other requirements as determined by the structural designs and calculations submitted by the Contractor.

40.4 Pursuant to Article 40.3 above, should any materials or work be found to be defective, weak, not

to specifications or otherwise deficient in the key properties and technical characteristics required of them by their particular application in the works and by the structural designs and calculations, it shall be the responsibility of the Contractor’s Perit to ensure that such materials are either removed and replaced with appropriate items or the anomaly otherwise corrected by such remedial works as the Contractor’s Perit may so order carried out. In the event of any such situation occurring, the Contractor’s Perit shall immediately inform the Supervisor and shall also notify him of any removal and replacement or defective materials and/or any remedial works to be carried out.

Page 47: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 47

40.5 Should the Supervisor, following receipt of test results, deem that such test results fail to

demonstrate that the materials or work in question comply with the required specifications or with the requirements dictated by the structural designs and calculations he shall immediately advise the Contractor in writing and the latter shall assume full responsibility for ensuring that the defective or non compliant material or work is removed and replaced or otherwise remedied.

40.6 Notwithstanding the provisions of the preceding articles, all responsibility for ensuring that all

materials or work forming a part of or to be incorporated into the works comply with the respective specifications and the requirements of the structural designs and calculations, shall rest solely with the Contractor.

Article 42: Ownership of Plants and Materials 42.1 Payments: General Principles It shall be incumbent upon the Contractor to ensure that he has

adequate resources in respect of plant and materials on site at all times as may be required for the successful and efficient execution of the works.

42.2 With regards to the ownership of Plant and Materials on the site of the works, the provisions of

Article 42 of the General Conditions, in particular, the provisions of Article 42.2 a), shall apply. Article 43: Payments: General Principles 43.1 Payments will be made in Euro. Payments shall be authorized by the Contracting Authority, and paid by the Treasury

Department. 43.3 As per general conditions Article 44: Pre-financing 44.1 No Pre-financing is allowed for this tender. Article 45: Retention Monies 45.2 A 10% retention shall be retained from each interim payment to a maximum amount of 10% of the

contract price. The amount will be released by the Contracting Authority at the Final Acceptance of the works contemplated within this tender.

Article 46: Price Revision 46.1 The rates submitted by the Contractor in his or her Tender shall remain binding and shall remain

applicable for the entire duration of the Contract. No provision shall be made for claims by the Contractor for revision of the respective rates during the execution of the works.

46.3 Prices contained in the Contractor's tender shall be deemed:

a) to have been determined on the basis of the conditions in force 30 days prior to the

latest date fixed for submission of tenders or, in the case of direct agreement contracts, on the date of the contract;

b) to have taken account of the legislation and the relevant tax arrangements applicable at

the reference date fixed in Article 46.3(a). 46.4 In the event of changes to, or introduction of, any national or state statute, ordinance, decree or

other law, or any regulation or bye-law of any local or other public authority, after the date stated in Article 46.3 which causes a change in the contractual relationship between the parties to the contract, the Contracting Authority and the Contractor shall consult on how best to proceed further under the contract, and may as a result of such consultation decide, with the prior approval of the Contracting Authority:

a) to modify the contract; or

b) to provide for compensation for any imbalance caused by one Party to the other; or

Page 48: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 48

c) to terminate the contract by mutual agreement.

46.5 In the event of a delay in the execution of the works for which the Contractor is responsible, or

at the end of the period of performance revised as necessary in accordance with the contract, there shall be no further revision of prices within the 30 days before provisional acceptance, except for the application of a new price index, if this is to the benefit of the Contracting Authority.

Article 47: Measurement 47.1 All items of work carried out shall be measured in accordance with the provisions of LN 29 of

2010 – New Roads and Roads Works Regulations, 2010, Section 2, - Volume 4 – Method of Measurement for Road Works.

47.2 Any items not covered by this standard shall be measured in accordance with SMM7 (Standard

Method of Measurement of Building Works). All measuring fees (2%) shall be borne by the contractor and will not be the responsibility of the contracting authority.

Article 48: Interim Payments 48.1 Pursuant to Article 48 of the General Conditions, claims for payment by the Contractor shall be

made in accordance to this contract and shall be presented on a bi-weekly basis. Any other form of Interim payments or claims thereof shall not be applicable to the works in this Tender.

48.2 Where the Supervisor has reason to believe that the estimated contract value of works included

in a claim for payment by the Contractor do not tally or show a substantial discrepancy with the actual completed works on site, such payment shall be temporarily withheld and the Supervisor shall advise the Contractor in writing to revise his claim to properly reflect the works completed.

48.3 Settlement of Payments shall be made by direct credit to the Contractor’s nominated bank

account and the Contractor shall be notified in writing of such settlement. Article 50: Delayed Payments 50.1 The period quoted in Article 50.1 of the General Conditions may be subject to change according

to the particular needs of the Department 50.2 Once the deadline laid down in Article 50.1 has expired, the Contractor may, within two months

of late payment, claim late-payment interest: A contractor would become entitled to the payment of interest at 3%. By way of exception, when the interest calculated in accordance with this provision is lower than

or equal to €200, it shall be paid to the Contractor only upon a demand submitted within two months of receiving late payment.

Article 53: End Date Structural & Cohesion Funds

The commitment of Community funds ends in 31st December 2013 Article 66: Dispute Settlement by Litigation Any dispute between the Parties that may arise during the performance of this contract and that

has not been possible to settle otherwise between the Parties shall be submitted to the arbitration of the Malta Arbitration Centre in accordance with the Arbitration Act (Chapter 387) of the Laws of Malta. This law is based on “Model Law” which is the Model Law on International Commercial Arbitration adopted on June 21, 1985 by the United Nations Commission on International Trade Law reproduced in the First Schedule of the Arbitration Act.

Page 49: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 49

Page 50: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 50

VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE (LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE) Permanent Secretary Ministry for Infrastructure, Transport and Communications Millennia Building, Level 1 Aldo Moro Road Marsa MRS 9065 [Date]

Dear Sir, Our Guarantee Number .......................... for €...................... Account: [Account Holder’s Name]

In connection with the contract entered into between yourself on behalf of the Director of Contracts and [Name and Address of Contractor] hereinafter referred to as “the Contractor” as per the latter’s tender and your acceptance under [MITC 379/2012], whereby the contractor undertook the [title of contract] in accordance with Article 13 of the Special Conditions the [works/services/supplies] as mentioned, enumerated or referred to in the Specification and/or Bills of Quantities forming part of the contract documents, we hereby guarantee to pay you on demand a maximum sum of €[amount in works and numbers] in case the obligations of the above-mentioned contract are not duly performed by the Contractor.

This guarantee will become payable on your first demand and it shall not be incumbent upon us to verify whether such demand is justified. For avoidance of doubt it is hereby declared that although this instrument gives rise to legal relations between the guarantor and the beneficiary, it is hereby specifically declared for all intents and purposes of law that this guarantee does not exempt the above-mentioned Contractor from any obligations, acts of performance or undertaking assumed under the tender documents as ratified in the contract. Any payments due to the contractor in respect of the obligations entered into under the contract above referred to shall be made through this Bank. This guarantee expires on the [expiry date] and unless it is extended by us or returned to us for cancellation before that date any demand made by you for payment must be received in writing not later than the aforementioned expiry date. This document should be returned to us on utilization or expiry or in the event of the guarantee being no longer required. After the expiry date and in the absence of a written demand being received by us before such expiry date, this guarantee shall be null and void, whether returned to us or not, and our liability hereunder shall terminate. This guarantee is personal to you, and is not transferable or assignable. Yours Faithfully, ............................................. [Signatory on behalf of Guarantor]

Page 51: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 51

VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE

(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE) Permanent Secretary Ministry for Infrastructure, Transport and Communications Millennia Building, Level 1 Aldo Moro Road Marsa MRS 9065 [Date]

MITC 379/2012 Dear Sir, We, the undersigned, [name, company name, address], hereby declare that we will guarantee, as principal debtor, to [Contracting Authority's name and address] on behalf of [Contractor's name and address], the payment of [indicate the amount], corresponding to the guarantee mentioned in Article 45 of the Special Conditions without dispute, on receipt of a first written request from the beneficiary.

We further agree that no change or addition to or other modification of the terms of the contract or of the works to be performed thereunder or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee. We hereby waive notice of any such change, addition or modification. The guarantee will enter into force and take effect from the [indicate the date of payment of the sums retained under the contract] and shall be valid until the date of issue of the certificate of final acceptance. We note that you will release the guarantee and notify us of the fact at the latest within thirty days of the date of issue of this certificate. Done at ………….., ../../.. Name and first name: …………………………… On behalf of: ………………… Signature: …………….. [stamp of the body providing the guarantee]

Page 52: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 52

VOLUME 3 - TECHNICAL SPECIFICATIONS

Part 1 – To be specified by the Contracting Authority in the tender document

Note: Where in this tender document a standard is quoted, it is to be understood that the Contracting Authority will accept equivalent standards. However, it will be the responsibility of the respective bidders to prove that the standards they quoted are equivalent to the standards requested by the Contracting Authority. To reflect the requirements listed in Clause 16.1 (e) of the Instructions to Tenderers

Page 53: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 53

D O C K Y A R D C R E E K C O S P I C U A

S O U T H S I D E D O C K H E A D

C I V I L W O R K S

TECHNICAL SPECIFICATIONS - PART 1

PRELIMINARIES AND GENERAL CONDITIONS

A. Special Clauses B. General Conditions and Preliminaries C. General Requirements

Page 54: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 54

TABLE OF CONTENTS

A Special Clauses

A1 The Parties, Site and Scope of Work A2 Documentation A3 Statutory / General Obligations and Protection A4 Management, Administration and Progress A5 Resources and Temporary Works / Services A6 The Works Generally

B General Conditions and Preliminaries

B1 Employer’s Special Requirements B2 Management of the Works B3 Care of the Works B4 Prevention of Nuisance B5 Contractor’s Equipment and Facilities B6 Hand over

C General Requirements

C1 Applications of the Section

C2 Terms and Definitions C3 Description of works C4 Acts, Regulations, etc. C5 Preliminary Procedures C6 Materials Generally C7 Proprietary Materials, Components and Systems C8 Materials and Components Supplied by Employer C9 Temporary Works and Equipment C10 Supervision and Workmanship C11 Work outside Site C12 Tolerances C13 Fixings C14 Care of the Works C15 Samples C16 Testing C17 Construction Problems C18 Records C19 Drawings C20 Inspections and Covering Up C21 Making Good and Repairs C22 General Requirements for Diving Operations

Page 55: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 55

A SPECIAL CLAUSES

A1 THE PARTIES, SITE AND SCOPE OF WORK

A1.01 Employer .

Refer to Volume 1 Section 5: Glossary.

Ministry for Infrastructure Transport and Communication which may also be referred to as the Client, Contracting Authority or the Final Beneficiary for the purposes of the Contract.

A1.02 Supervisor

Refer to Volume 1 Section 5: Glossary.

The legal or natural person or organisation responsible for administering the contract on behalf of the Contracting Authority, also referred to as the Engineer.

A1.04 The Site

The site shall be known as Dockyard Creek, Cospicua - South Side. Works are located in the area of the historical Dock Head situated at the end of Dock No. 1.

A1.05 Access to the Site

The site is accessible, subject to permits and conditions by Local Authorities, from the south side via Pjazza Gavino Gulia and the old Dock No. 1 entrance gate.

A1.06 Existing Services

For the scope of these works, the Contractor shall provide his own means of electrical power, artificial lighting, water, and sanitary facilities.

A1.07 Working Area

Works are located in the area as indicated in drawing no. M187aT0021. A1.08 Site Visit

The Contractor is deemed to have visited the site and to have ascertained the nature of the site and all local conditions and restrictions likely to effect the execution of the Works.

A1.09 The Works

The Works mainly comprise civil works in the area as indicated in the tender drawings. This includes but is not limited to:

• Earthworks • In-situ concrete works • Service trenches and ducts • Minor storm water installation • Water tanks and pipes as part-installation (Phase 1) for water features • Pump and pipe installation for water circulation

Page 56: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 56

A2. DOCUMENTATION

A2.02 Contract Drawings

The Contract Drawings, which form part of this document are listed in the accompanying sheet titled ‘List of Tender Drawings’.

A2.03 Extra Copies of Drawings

Two copies of drawings will be issued to the Contractor free of charge upon the signing of the Contract. Extra copies will be issued on request but will be charged to the Contractor.

A2.04 Dimensions

Do not scale from drawings. Obtain from the Supervisor any dimensions required but not given in figures on the drawings nor calculable there from.

A2.05 Definitions

Definitions given in the preliminaries and specifications apply to terms, derived terms and synonyms in all documents. Near synonymous terms are to be interpreted in the light of the definitions.

A2.06 Reservations

The Employer reserves the right to alter any quantity or delete any item in the Bills of Quantities.

Page 57: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 57

A3. STATUTORY / GENERAL OBLIGATIONS AND PROTECTION

A3.01 Safety, Health and Welfare

Allow for complying with enactments, regulations and working rules relating to safety, health and welfare of work-people.

The contractor shall assume full responsibility and accountability regarding the safety of his/her employees and/or sub-contractors including any third parties involved in the execution of this contract.

The contractor shall be bound to conform with all the General Health and Safety Provision

requirements and Occupational Health and Safety Act of 2000 and any subsequent legislation as well as any other legislation, regulations, standards, and/or codes of practice, in effect during the execution of the contract, regarding health and safety issues, as they apply for the contractor’s particular operating situation and nature of works activities.

A3.02 Working Hours

There are no restrictions on working hours provided that: .1 any work (including access thereto) which is carried out before dawn or after dusk will be

suitably lit with artificial lighting to the approval of the Supervisor; No naked lights are to be allowed on the site area.

.2 any work carried out outside normal working hours is not a cause of nuisance or danger to the occupants or third parties;

.3 the approval of the Supervisor is obtained first, which approval shall not be unreasonably withheld.

A3.03 Public and Private Services

.1 Notify all service authorities of proposed works in due time before the commencement of site

operations. .2 Survey, identify, pay any fees and make all necessary arrangements to de-activate/re-route

and prevent damage to all services. Up hold, maintain and prevent damage to all rerouted services and do not interfere with their operation without consent of the service authorities, or private owners, or the Supervisor as appropriate.

.3 If any damage results from the execution of the Works, immediately notify the Supervisor and make arrangements for the work to be made good without delay to the satisfaction of the service authorities or private owners as appropriate.

A3.04 Trees and Shrubs

Adequately protect and preserve trees and shrubs present on the site. Replace to approval or treat as instructed any species or areas damaged or removed without approval.

A3.05 Existing Features

Prevent damage to existing buildings, fences, gates, walls, roads, bridges, paved areas, trees and other site features, which are to remain in position during the execution of the Works.

Page 58: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 58

A3.06 Existing Property

Prevent damage to existing property on the site. No access is permitted to any property not within the working area unless it is authorised by the Supervisor or the users, as applicable.

A3.07 Structural Fabric

Provide and maintain during the execution of the Works all shoring, strutting, and other supports as may be necessary to preserve the stability of new or existing buildings/ structures on the site, that may be endangered or affected by the Works.

A4 MANAGEMENT, ADMINISTRATION AND PROGRESS

A4.01 Supervision

Coordinate and supervise all Works activities.

A4.02 Insurances

Accept responsibility for co-ordination, supervision and administration of the Works, including any sub-contractors. .1 Prior to the starting of work on site submit to the Employer, through the Supervisor,

documentary evidence and/or policies and receipts for insurances which are required to be taken out by the Contractor as per Conditions of Contract.

.2 If any event occurs which may give rise to any claim or proceeding in respect of loss or damage to the Works, or injury or damage to persons or property arising out of the Works, forthwith give notice in writing to the Employer, through the Supervisor, and the Insurers. Indemnify the Employer against any loss, which may be caused by the Contractor's failure to give such notice.

A4.03 Programme

Within two weeks of starting work on site prepare in an approved form a detailed programme for the Works, making allowance for:

.1 Any sub-contractor's work.

.2 All work resulting from instructions issued in regard to the expenditure of provisional sums.

.3 All other work concurrent with the Contract.

Where the Contractor finds it impossible to assess the time implications for any provisional item and excludes it from his programme, he must confirm this when submitting the programme. Submit two copies to the Supervisor and keep one copy on site.

A4.04 Commencement of Work

Inform the Supervisor at least two week before the commencement of work on site.

A4.05 Site Meetings

Page 59: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 59

Meetings will normally be held weekly, or as directed by the Supervisor, and the Contractor is to attend all meetings and inform sub-contractors when their presence is required. At these meetings the chair will be taken by the Supervisor.

A4.06 Measurements

.1 Before starting any works submit to the Supervisor a plan showing existing spot levels of

the area of works, taken at intervals as specified by the Supervisor. .2 before starting any works, inform the Supervisor of any setting out required for the proper

execution of the said works.

A4.07 Day Work Vouchers

Before delivering to the Supervisor for verification, ensure each day work voucher is:

.1 referenced to the instruction under which work is authorised, and

.2 signed by the Contractor's person in charge as evidence that the information given in the voucher is correct.

Give reasonable notice to the Supervisor of the commencement of any work for which day-work vouchers are to be submitted.

A4.08 Covering Up

If and where any part of the works will be covered up give not less than 48 hours notice to the Supervisor before covering up.

A5. RESOURCES AND TEMPORARY WORKS / SERVICES

A5.01 Locations

Inform the Supervisor of the intended siting of all organic soil heaps, spoil heaps, temporary works and services.

A5.02 Maintenance

Maintain, alter, adapt and move temporary works and services (including temporary access) as necessary. Clear away when no longer required and make good.

A5.03 Attendance

Any provision of temporary works and services for nominated sub-contractors, public bodies and others will be limited to items included in general attendance and other attendance as specified elsewhere.

A5.04 Roads

Within the working area provide as necessary all temporary roads, tracks, crossings and hard standings required for use by the Contractor, sub-contractors, suppliers and public bodies.

Page 60: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 60

A5.05 Accommodation

Provide as necessary temporary sheds, offices and other temporary buildings required for use by the Contractor's and domestic sub-contractors.

A5.06 Protection

Erect temporary protective walls, hoarding, screens, guard rails and the like as may be necessary for protecting persons and property, for the proper execution of the Works and for meeting the requirements of the Planning Authority or other authority.

A5.07 Notice Board / Billboard

Obtain the approval of the Supervisor and provide a suitable temporary notice board /

billboard displaying: • Development Title • Permit Number • Project Commencement Date • Name of Site Manager • 24 Hour Contact Number • Lead Contractor • Other Contractors • Firm of Periti • Name of Employer • OHSA Health and Safety Officer • Name of Supervisor • Name of Project Supervisor • Names of other Specialized Consultants

A5.08 Telephones

No fixed line installation will be available for use.

A5.09 Water

Provide clean, fresh water for the Works and make temporary arrangements for storing and distributing about the site.

A5.10 Lighting and Power

Provide suitable means of supply for electrical power and all necessary equipment to provide sufficient light. Obtain Supervisor's approval of the proposed temporary lighting arrangements. Take responsibility for operation and maintenance and arrange supervision by and indemnification of the appropriate sub-contractors, and pay costs arising.

A6. THE WORKS GENERALLY

A6.01 Good Practice

Where workmanship is not fully specified in the Contract Documents it is understood to be in accordance with good standard practice.

Page 61: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 61

A6.02 Workmanship

The Works are to be carried out by or under the close supervision of experienced tradesmen, skilled in the particular type of work or in the operation of the particular type of plant described.

A6.03 Setting Out

Check the dimensions and position of the works against those shown on the drawings, and record the results on a copy of the drawings. Take levels with respect to a fixed benchmark and record the results on the same copy of the drawings. Notify the Supervisor of any discrepancies and obtain instructions before proceeding. Inform the Supervisor when overall setting out is complete and before starting excavation.

Page 62: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 62

B GENERAL CONDITIONS AND PRELIMINARIES

Note: Allow for preliminary and general costs (in addition to those previously referred to in the Tender Document) for the management and execution of the Works. Temporary works include adapting and maintaining as necessary and clearing away and making good when no longer required. Protection includes taking whatever means are necessary to prevent damage and / or deterioration due to weather, works activities or any other cause. Comply with Acts, regulations, byelaws and any orders issued by those with authority over the Works (subject to the Supervisor's approval)

B1 Employer’s Special Requirements

B1.01 Schedule of existing conditions:

Before work commences on site, prepare and agree with the Supervisor a survey of the condition of the site and all features and vegetation that are to be protected.

B2 Management of the Works

B2.01 Generally:

Provide on site and off site management and administration of the Works and all those engaged in the construction. Provide all necessary documentation including additional drawings.

B2.02 Liaison:

Liaise with the Employer, consultants, sub-contractors, police, the local council and all other authorities and parties concerned with the Works.

B2.03 Coordination: Coordinate and supervise all Works activities. B2.04 Quality assurance:

Operate a system of inspection and testing to ensure that the Works attain the quality specified.

B2.05 Ordering Works:

Order all work including materials and equipment in adequate time; firm orders should not be placed directly from the BQ.

B2.06 Labour and Welfare: Provide the following:

i) Insurances of work people as required by statute (see also the Tender Document) ii) Everything necessary for the safety, health and welfare of all persons on the site including

providing safety helmets to BS EN 960 for the use of visitors B2.07 Records:

In addition to maintaining a Works diary, which shall record general activities on a daily basis, keep adequate records and provide any necessary equipment as stated at Section C.

Page 63: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 63

B2.08 Giving notice: Give the Supervisor adequate notice of the following:

i) Starting and completion dates of significant activities ii) Dates when work due to be covered up iii) Overtime (for reasons of supervision and / or security) iv) Claims for extension of time or progress disturbed etc. v) Defects or extra work etc. detected in existing buildings.

B2.09 Master Programme:

As soon as possible after the execution of the contract, prepare and distribute a Works programme as follows:

i) In a readily understandable format (e.g. a bar chart) ii) Showing commencing and finishing dates of all major activities and all work by sub-

contractors. iii) Showing when critical information is required from the Supervisor and others. iv) Send two copies to the Supervisor and other consultants. v) Distribute to other interested parties vi) Update and distribute copies, as stated above, whenever changes occur.

B2.10 Progress meetings: Arrange progress meetings at regular intervals and when required.

B3 Care of the Works

B3.01 Use of the site: Use only for the construction of the Works. B3.02 Site and adjacent property: Protect the site and property adjacent to the site and not forming part of the Works. B3.03 Paved areas: Protect site roads, paths, paved areas and access routes. B3.04 Existing services: Protect all live services and temporarily divert if necessary. B3.05 Existing building:

Protect all parts of adjacent existing buildings/structures and any contents, which are to be retained unaltered.

B3.06 New work: Protect all new work and maintain in new condition until hand over. B3.07 Weather protection: Protect the Works from adverse weather conditions. B3.08 Cleanliness:

Page 64: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 64

Keep the Works clean and tidy at all times. Do not allow rubbish and debris to accumulate, cause obstructions or be a fire risk.

B3.09 Drying out: Check that no conflicting instructions are given in the specification (e.g. humidity levels,

testing screeds etc., for moisture content, maintenance of a specified humidity level). B3.10 Security: Safeguard the Works and stored materials from theft, vandalism or other damage by persons. B3.11 Watching: Provide watching and lighting (if not allowed for under hoardings or other temporary works). B3.12 Fire precautions: Protect the Works against fire. Provide:

i) Adequate fire fighting equipment and instructions for use. ii) Warning devices

B4 Prevention of Nuisance

B4.01 Nuisance generally:

Prevent smoke, dust, fumes, spillage, pollution of waterways and other harmful activities. No bonfires will be allowed. Dispose of waste foodstuffs (e.g. from mess rooms) to discourage flies and other pests. Comply with any reasonable requests from the public and adjacent contracting firms or other.

B4.02 Noise:

Keep noise down to as low as can be practicably attained. Avoid the use of noisy tools (e.g. percussion tools) or restrict their use to agreed times. Use mufflers and acoustic enclosures when necessary. Ban the use of radio receivers, music players and the like. Comply with BS 5228 Noise control on construction sites.

B4.03 Electrical Interference: Do not cause any interference to radio and TV receivers, computers or other instruments in

adjacent properties. B4.04 Vibration: Prevent any form of shock or vibration being transmitted to other buildings/structures. B4.05 Keep highways clean:

Prevent soil and debris being deposited on the public highway and immediately remove any unavoidable deposits. Pay any charges for repairs etc. Ensure that all trucks or plant transporting material are adequately covered to avoid flying dust or debris.

B4.06 Trespass by plant:

Do not permit plant to encroach over or upon adjacent sites; trespass by crane jibs into airspace is a particular consideration.

Page 65: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 65

B5 Contractor’s Equipment and Facilities

Note: The items listed below are those considered to be normally required by a contractor; allow as appropriate for these and any further items needed for the Contractor’s proposed methods of undertaking the Works. The siting of temporary buildings, vehicle parking and storage areas etc. shall be in approved locations.

B5.01 Site access:

Access site from entries as specified by Supervisor. Do not cause obstruction on public road. B5.02 Major Plant:

Mechanical equipment of every description including that required for hoisting, earthwork, general activities and all forms of transport including transport of personnel.

B5.03 Minor plant and tools: Small mechanical and non-mechanical plant and tools. B5.04 Scaffolding and platforms:

Scaffolding and other means of vertical access, fans, gantries, ladders, mobile towers and platforms, safety and weather enclosures.

B5.05 Props etc.: Shores, props, struts and bracing etc. B5.06 Protective covers: Casings, screens, dust covers, tarpaulins and other protective materials. B5.07 Barriers: Hoardings, fencing, gates and guard rails etc. B5.08 Signs: Signs, notices and markers etc. (but excluding site notice board) B5.09 Roads etc.: Tracks, ramps, crossings, hard standings, vehicle parking areas and footways etc. B5.10 Open storage areas: Compounds and hard standings etc. B5.11 Water: Clean, drinkable water including means of distribution and fittings and meters. B5.12 Lighting and power:

Artificial lighting and power from appropriate energy sources including means of distribution and fittings (and meters if required). Provide a level of lighting that is adequate for undertaking finishing and detail work as specified.

B5.13 Water disposal: Pumps and systems to prevent and / or remove unwanted water regardless of source from the

Works generally.

Page 66: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 66

B5.14 Buildings:

Huts and other removable / demountable buildings for offices, storage, sanitation and welfare etc. (Do not use the Works for storage without approval).

B6 Handover

B6.01 Cleaning:

Thoroughly clean the works on completion and leave fit for continuation of the construction process.

B6.02 Handover: Upon completion:

1. Provide the Supervisor with one copy of each manufacturer’s standard printed operating and maintenance instructions relating to all proprietary goods and systems used in the Works, if any.

2. Place all spares and materials etc, ordered for maintenance purposes in the Employer’s store or where directed, all properly labelled and listed.

3. Make arrangements and agree dates in respect of making good any defects. 4. Provide the Supervisor with a copy of any guarantees on materials and / or workmanship

of any specified items.

C GENERAL REQUIREMENTS

C1 Application of the Section

C1.01 Scope: The clauses which follow apply to all work sections. C1.02 Use by Contractor:

Read in conjunction with all other sections. If any part of the specifications is detached by the Contractor for use by other parties, ensure a copy of this section is also provided.

C1.03 Pricing:

The cost of compliance with this section should be deemed to be included generally in the price for the work or with the price for related requirements in The Specifications and Bill.

C2 Terms and Definitions

C2.01 Supervisor: Supervisor employed by Employer to take charge of the works. C2.02 Approval:

Approval or directions given by the specifier in writing. Unless otherwise specified in the written approval, approval is limited to the visual appearance of the work, materials or components involved and shall not relieve the Contractor from compliance with specification.

Page 67: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 67

C2.03 As directed: As defined for ‘approval’. C2.04 As shown on drawings:

This is an implied term deemed included with the specification, i.e. everything that needs to be drawn is shown on drawings and details as appropriate.

C2.05 As specified:

This term means that the work to which it refers is described somewhere in the contract documentation (e.g. on drawings or in a BQ), not necessarily in the specification.

C2.06 BQ: The Bill of Quantities C2.07 MSA EN: European technical standard as adopted in the Malta. C2.08 BS and BS EN: British Standard Specification and European technical standard as adopted in the UK. C2.09 DIN and DIN EN: Deutsche Industrie Normen and European technical standard as adopted in Germany. C2.10 Fix only:

The fixing of material and components obtained from sources as directed. In addition to the actual fixing the term shall mean:

i) Obtaining all necessary information from suppliers. ii) Unloading; and storing if necessary. iii) Protecting and insuring as if purchased by the Contractor. iv) Assembling, and or dismantling and reassembling if necessary. v) Returning any chargeable packings and passing credit to the Employer.

C2.11 Fuel: Electricity, gas, oil and any other source of energy. C2.12 Materials: Materials, components and accessories of every description. C2.13 Provisional sum:

A sum provided for the entire cost of anticipated work that cannot be properly drawn or described.

C2.14 Weather:

Specified requirements for weather precautions and protection refer to rain, gales, excessive sunshine, drying winds, flooding or any other state of the weather, which could cause damage or otherwise interfere with the execution of the Works.

C2.15 Temporary

Any works specified in this Contract which is not intended to remain a fixed item within the project. Such items include scaffolding, fencing, shoring, gates etc. and are to be removed

Page 68: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 68

only on approval by the Supervisor in Charge even if after the termination of this contract but not exceeding 12 months from the date of such termination. No claims can be made for any of these items remaining in place after the termination of the contract.

C3 Description of Work

C3.01 Dimensions / sizes:

Unless otherwise indicated, any dimensions stated in descriptions are in the sequence of length, width and height.

C3.02 Description:

Unless otherwise indicated, any description of work to be undertaken shall be deemed to include:

i) Materials and components as specified and all labour in fitting and fixing in position

including cutting and wastage. ii) Use of plant, tools and temporary works of every description. iii) All matters of general application as set forth in Sections 1 and 2.

C4 Acts, Regulations, etc. C4.01 Compliance: Comply with:

i) Codes of practice published by BSI and the major trade organisations. ii) MSA EN Standards, BS EN, BS and DIN Standards referred to in this specification or any

updated versions of the specified standard. iii) BRE Digests and other authoritative documents prepared by the major government

organisations. iv) Printed directions issued by the manufacturer of proprietary materials and components

used (whether specified or not). C4.02 Compliance qualification:

Excluding statutory documents, compliance is subject to this specification, which takes precedence over the above documents.

C4.03 Provision of documents:

Provide any relevant part of the above documents for use on site if necessary for the efficient execution of the work or if so directed.

C4.04 Currency of documents: The Contractor shall check the currency of documents and their amendments.

C5 Preliminary Procedures

C5.01 Setting out:

Refer to the relevant Articles in the General Conditions of Section 2 in Volume 2 C5.02 Before commencing work:

Page 69: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 69

Liaise with all parties concerned and arrange liaison between trades. Do not start or continue any part of the work until:

i) Environmental conditions are suitable for the type of work involved. ii) Supervisors are satisfied that operatives understand what is required. iii) Related preceding work is fully completed and, if necessary, tested and approved.

C6 Materials Generally

C6.01 Delivery Procedure: Arrange and programme deliveries to the site so that materials:

i) Are dispatched wrapped, if liable to damage. ii) Are transported under cover, if intended to be kept dry (i.e. if there is a risk of rain). iii) Arrive in a sequence suited to incorporation into the Works. iv) Arrive in quantities that minimise site storage but do not delay the works. v) Can be used within stated shelf life.

C6.02 Checking deliveries: Examine the following and check for compliance with specification:

i) Delivery tickets and certificates. ii) Labels and marks; check particularly that the correct proprietary and MSA EN/ BS EN

grade and type references are indicated in a positive manner. iii) Condition of material, particularly any in damaged wrappings or containers.

C6.03 Record of deliveries:

Refer to the relevant Articles in the Special Conditions of Section 3 in Volume 2. C6.04 Standard of acceptance:

Refer to the relevant Articles in the Special Conditions of Section 3 in Volume 2. C6.05 Handling and storage:

As soon as materials are checked on to the site, carefully handle and securely store them in a manner that provides adequate protection from mechanical, damage, distortion, contamination and deterioration. Subject to consideration for the type of materials being handled, comply with the following:

i) Whenever possible, mechanically handle on / in the suppliers’ pallets and cases etc.

directly off delivery vehicles into store. ii) Use lifting hooks, slings and forks etc. only at places indicated / intended by the

manufacturer and supplier; protect vulnerable edges with spreaders placed under the load.

iii) Do not tip any materials intended to be used as whole units (e.g. blocks, paving etc.). iv) Store to minimise double handling and to facilitate usage in the sequence of first

delivered, first used; and so that any particular item or consignment can be identified with its delivery documents.

v) Only bulk materials intended to be used in or on the ground (e.g. fill, turf, etc.) shall be stored in contact with the ground.

vi) Materials unavoidably stored in the open shall be stored on self - draining hard surfaces and covered over to give protection from the weather and contamination.

vii) Provide level bearers, platforms, racks, etc. for materials prone to distortion. Store rolled materials on end or on flat, fully supportive surfaces.

Page 70: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 70

viii) Do not overload or otherwise damage the Works; seek approval for heavy storage on suspended construction. Do not overload scaffolding with distributed materials.

ix) Do not stack manually handled materials high (i.e. the highest stored item must be able to be lifted down, not dragged).

x) Materials not intended to be mixed (e.g. different aggregates) and incompatible material should be stored separately or with effective division.

xi) Store inflammable materials (e.g. timber, bitumen products) in small, separated lots. xii) Store highly inflammable materials exceeding 50 litres, in non-combustible stores or in a

well-ventilated room of min 1/2 hour fire resistance. Forbid smoking. xiii) Store materials prone to frost damage (e.g. adhesives, water based preparations) in frost -

free areas. xiv) Store materials prone to moisture damage (e.g. hydroscopic materials such as cements

and plasters) in the dry with good air circulation. xv) Store materials prone to heat damage (e.g. thermoplastic materials) away from heat

sources. C6.06 Removal from store: Refer to the relevant Articles in the Special Conditions of Section 3, Volume 2. C6.07 Source restrictions:

Unless otherwise specified, use a single source of supply for materials and components having characteristics that:

i) Differ according to source of supply or manufacture. ii) Could affect their appearance or performance.

C6.08 Selection:

Unless specific requirements are indicated, self-finished and decorative materials and components shall be subject to selection and approval.

C6.09 Unspecified Items:

Ensure that any and all materials, which are left to the choice of the Contractor, are to be good quality, fit for their intended purpose and in compliance with good building practice.

C6.10 Purpose-made components:

All components shall be deemed to be purpose-made unless indicated to be proprietary or readily identifiable as standard articles. Ready-made components may be provided in place of components implied to be purpose-made if they conform to specification.

C6.11 Protective Finishes:

Apply protective coatings after fabrication; make good any subsequent exposure of the protected material to the standard of the coating.

C7 Proprietary Materials, Components and Systems C7.01 Generally:

Strictly observe all manufacturers’ written instructions, particularly in respect of handling, storage life and conditions, preparing, fixing and protecting.

C7.02 Conflicting Instructions:

Page 71: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 71

Should a manufacturer’s instructions and this specification be at variance, seek instructions from the specifier.

C7.03 Documents:

Ensure that the manufacturer’s instructions and other information are at the site whilst the related work is being executed. Retain these documents and upon completion of the Works hand them to the specifier in suitable folder(s) together with a contents list.

C7.04 Contractor’s option:

Specification of proprietary materials and components is not necessarily binding. Subject to approval by the Engineer, the contractor may suggest alternatives of equal quality, performance and appearance for the approval of the Engineer.

C8 Materials and Components Supplied by Employer

C8.01 Generally:

From the time that the Contractor takes control thereof, insure, transport, handle, store, fix and protect as though any such items were supplied by the Contractor for use in the Works. If necessary, ascertain values for insurance from the Employer.

C8.02 Collection:

Contractor must collect the materials and components himself providing all necessary transportation to site.

C9 Temporary Works and Equipment

C9.01 Generally:

The choice, design and use of temporary works and equipment are the Contractor’s responsibility entirely but the following general recommendations should be observed, particularly when they affect the appearance and performance of the Works:

i) Fit for intended purpose and in serviceable condition. ii) When used for mixing materials, kept clean. iii) Safe. iv) Not detrimental to the Works. v) Not over-loading or stressing the Works in any way.

C9.02 Standby equipment:

Ensure adequate supply of stand-by equipment and materials so that there will be no let or hindrance to the progress of the Works.

C10 Supervision and Workmanship

C10.01 Generally:

Undertake all work with skill and care in order to produce work fit for its intended purpose and of good quality.

C10.02 Supervision:

Page 72: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 72

Provide competent supervision by experienced personnel familiar with the CP’s and other requirements of this specification for all stages of the work and all site activities including material handling and storage.

C10.03 Safety:

The safety of personnel on the site is beyond the scope of this specification; however, it is recommended that a safety officer attends at the Works with particular attention to the known risk areas such as scaffolding, plant, high level and underwater/diving work.

C10.04 Craftsmanship:

Undertake work by or under the direct supervision of operatives with, experience and competence. Craftsmen shall undertake work requiring special skill. Do not permit apprentices to work unsupervised.

C10.05 Standard of workmanship:

Unless otherwise specified the standard of workmanship described in the relevant CP will be acceptable.

C11 Work Outside Site

C11.1 Safety and insurance etc.: Refer to the relevant Articles in the Special Conditions of Section 3 in Volume 2.

C12 Tolerances

C12.01 Generally :

Work within dimensional limits that are suited to the structural stability and final appearance of the Works.

C12.02 Code of practice:

When tolerances are not specified, comply with the recommendations of BS 5606 Accuracy in building.

C13 Fixings

C13.01 Generally:

Subject to specified requirements, fix everything that is intended to be fixed in such a manner that it stays fixed; observe the following qualifications to this requirement:

C13.02 Durability: Select fixings proof against any corrosion likely to occur in their position in use.

Page 73: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 73

C13.03 Rigidity: Use fixings suited to the likely stresses and vibration in use. C13.04 Appearances: Visible fixings to match or suit the items being fixed. C13.05 Items to be removed: Fix with accessible and removable fixings such as screws or bolts. C13.06 Masonry nails: Do not use without approval. C13.07 Avoid damage:

Do not damage anything being fixed (i.e. mirrors, tiles, etc.) or anything receiving fixing (i.e. plastered surfaces, tiles, painted surfaces etc. etc.).

C14 Care of the Works

C14.01 Cleanliness:

Keep the Works and the equipment used for its construction clean. Accumulate debris in suitable predetermined areas and promptly remove from site. Remove any graffiti as soon as applied, including that applied to hoardings and temporary works. Do not permit smoking in finished areas of the Work (e.g. decorated areas).

C14.02 Overloading: Do not overload or stress the Works in any way (e.g. plant, storage). C14.03 Protection generally :

Protect the Works, during construction and as portions reach completion, against any form of damage or deterioration. Such protection shall include coverings, guard rails, temporary heating or other appropriate methods.

C14.04 Unfavourable weather: Obtain local weather forecasts and take precautions against adverse weather conditions. C14.05 Fire precautions:

In addition to the requirements of the relevant Acts and Regulations, take special precautions to avoid the outbreak of fire. Cease any work involving naked flames or sparks at least 45 minutes before work stops for the day. Do not permit any accumulation of inflammable debris. Forbid smoking in fire-risk areas. Do not take any flammable liquids or gases into the building other than that needed for one day’s work.

C15 Samples

C15.01 Small samples:

Provide small samples for inspection and selection as and when required together with supporting literature and details of availability and other relevant matters.

Page 74: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 74

C16 Testing

C16.01 Generally:

Regardless of any specified tests, undertake regular checks and tests to ensure that the work is functional and as specified.

C17 Construction Problems

C17.01 Work not buildable:

If any specified materials, components or drawn details appear to be unfit for purpose or difficult to apply as intended, or if considered being likely to be detrimental to the Works at any time, the Contractor is bound to discuss such problems with the Supervisor as soon as they arise.

C18 Records

C18.01 Generally:

Refer to the relevant Articles in the Special Conditions of Section 3 in Volume 2. C18.02 Event to be recorded:

Record all events relevant to the construction of the Works, which shall include (but is not limited to) those mentioned below:

i) All drawings or other documents issued or requested. ii) All instructions issued to the Contractor and the action taken; this shall include verbal

instructions and the date of written confirmation. iii) Adequate details of day works. iv) Weather conditions including temperatures, rain, wind and other conditions which are

abnormal. v) Records of tests if not recorded elsewhere. vi) Any poor workmanship observed or reported; and condemned work stating the reasons. vii) Delays and their causes. viii) Details of labour and plant. ix) Details of work originally classified as provisional. x) Details in support of any claims for extra payment. xi) Measurements and cost information to support valuations and the final account. xii) Commencing and completion dates of significant stages of the work, with particular

reference to work which requires time to cure or dry out (e.g. screeds). xiii) Adequate photographs xiv) The names of personnel involved in critical activities.

C19 Drawings C19.01 Checking:

Refer to relevant Articles in the Special Conditions of Section 3, Volume 2.

Page 75: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 75

C19.02 Shop drawings:

For parts of the Works for which only general design and layout drawings are provided, prepare any detail, shop or installation drawing which is necessary and indicate any departures from the design drawings. Submit drawings for approval at least 14 days before the relevant work is due to commence.

C19.03 Record drawings:

Record full details of setting-out positions and benchmarks etc, grid lines and all other critical dimensions of the Works. Submit to the Supervisor at handover.

C20 Inspections and Covering Up

C20.01 Giving Notice:

Refer to the relevant Articles in the Special Conditions of Section 3, Volume 2. C20.02 Inspections:

Refer to the relevant Articles in the Special Conditions of Section 3, Volume 2.

C21 Making Good and Repairs

C21.01 Defective Work: Make good any and all defective work to an approved standard. C21.02 Trade liaison:

Arrange for each trade to undertake work out of sequence and/or leave work temporarily unfinished as necessary to assist work by others. Cut away and perform all general builders’ work and make good on completion.

C22 GENERAL REQUIREMENTS FOR DIVING OPERATIONS

C22.1 All underwater construction may be executed by a specialist diving contractor.

C22.2 The Diving Contractor shall fully comply with all the requirements of the Diving at Work

Regulations, the Approved Code of Practice (Inland Inshore) and all other statutory

requirements. The minimum number of personnel in a diving team shall be six unless agreed

otherwise in writing by the Engineer. SCUBA diving shall not be used unless agreed in writing

by the Supervisor.

Page 76: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 76

C22.3 All divers shall be in possession of a commercial diver training certificate, current certificate

of medical fitness and current first aid certificate, all of which shall be to a standard

recognised by the HSE. These documents should be available on site, for inspection by the

consultants. Non-availability of, or non-compliance with, any of the above will immediately

render the driver to a non-diving role.

C22.4 The Diving Contractor shall furnish a copy of their insurance certificates, and all other

necessary notification details, to the Supervisor a minimum of 7 days (or other agreed period)

before diving operations commence.

C22.5 The Diving Contractor shall, prior to the commencement of diving projects and operations

submit to the Supervisor for approval a Risk Assessment and a Dive Plan. These shall include

statements of method, supervision, personnel, equipment and programme.

C22.6 Failure to comply with the above may result in termination of the contract.

Page 77: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 77

D O C K Y A R D C R E E K C O S P I C U A S O U T H S I D E D O C K H E A D

C I V I L WO R K S

TECHNICAL SPECIFICATIONS – PART 2

GENERAL SPECIFICATIONS

A. EARTHWORKS B. CONCRETE WORKS C. SERVICE MAIN TRENCHES AND DUCTS D. STORM WATER E. WATER FEATURES (PART-INSTALLATION)

ANNEX - List of samples, product specification, images, drawings, method statements, programmes etc. to be submitted together with tender offer.

Page 78: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 78

A EARTHWORKS To be read in conjunction with Preliminaries, General Conditions and General Requirements. A 1 GENERAL REQUIREMENTS A 1.01 Code of Practice The provisions of BS 6031: 2009 - Code of Practice for Earthworks and BS EN 1997 UK National

Annex to Eurocode 7. Geotechnical design. General rules, shall be held to be incorporated in these Specifications unless stated otherwise.

All operations shall be carried out at the discretion of the Supervisor and, if weather conditions

are such as to preclude the satisfactory completion of any operation or cause unnecessary nuisance or distress to owners or users of adjoining property, the Contractor shall suspend operations if the Supervisor so instructs.

All excavation shall be carried out in any materials encountered to the lines and levels shown

on the Drawings or as directed by the Supervisor and shall be to the satisfaction of the Supervisor.

Excavation shall be carried out by hand or machine digging as found expedient for the work to

be executed, including grading and trimming the bottom of excavations to the precise levels required. The Contractor shall take all precautions necessary to avoid damage to existing infrastructure, structures and historical findings.

The sides of excavations in open cut shall be trimmed and made safe to the satisfaction of the

Supervisor.

A1.02 Programme and Method Statement of Excavation Works

The Contractor shall submit with his tender offer a proposed programme and method

statement for the excavation and backfilling operations for approval. The methods of excavation and backfilling adopted shall have regard to:

a) the historical nature of the site with its old hard stone structures to be protected from

any damages b) working within a sea water environment c) working around existing concrete structures and service duct installations.

SITE CONDITIONS A 1.03 Scope of Excavation and Backfilling Works The extent of the work is indicated on the tender drawings. The major part of excavation and backfilling works is located within the footprint of the

historical Dock Head. Excavation of material within the limits of the Dock Head area shall be carried out in stages:

1. Removal of existing material down to Mean Sea Level, followed by an inspection by

the Supervisor to assess remaining backfill material. 2. Removal further material as instructed by the Supervisor up to 500mm below Mean

Sea Level. 3. Depending in the existing site conditions localised underwater excavation at lower

levels may be required in the area where bagwork adjacent to the existing dolphin blocks is to be executed.

Cleaning works of existing culverts and trenching works for the laying of service ducts and

storm water pipes right into the Gate House area are to be executed on the west side of the Dock Head.

Page 79: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 79

A 1.04 Ground Description

The description of ground conditions given is a generic rendering of a visual inspection of the

area. Notwithstanding the Contractor shall be deemed to accept that ground conditions may vary from those indicated and that such variations are all covered by his offer. The Contractor shall excavate to the formation levels indicated by the Supervisor.

It is assumed that the excavation of the Site shall be carried out generally in compacted fill

material. Moreover, where the Contractor becomes aware of anomalous conditions in the fill which may be affected by the excavation, or which may affect the stability of the site or of adjoining property or structures, he shall notify immediately the Supervisor, and shall await instructions before proceeding with the excavation.

A 1.05 Existing Services

Make all necessary enquiries from Local Authorities and Statutory Undertakers concerning the

possible existence of live services on the site. Report findings to the Supervisor and agree on procedures.

Page 80: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 80

A 2 MATERIALS A 2.01 Underwater fill material Selected well graded granular material for use below water shall be natural gravel, natural

sand, crushed gravel, crushed rock other than argillaceous rock, Material properties required for acceptability shall be tested by the contractor prior to

incorporation into the permanent works. Grading for materials shall be defined and tested in accordance with BSEN933-2 (off site) Grading of the material shall comply with the following limits:

Underwater fill material

range of Grading

Nominal aperture

of sieve size

Percentage by mass passing through sieve

75mm 0 - 100

37.5mm 0 - 100

10mm 0 - 100

5mm 0 - 85

600µm 0 - 45

63µm 0 - 5

The material shall have a minimum uniformity coefficient of 10, where the uniformity

coefficient is defined as the ratio of the particle diameters D60 to D10 on the particle distribution curve, where:

D60 is the particle diameter at which 60% of the soil by weight is finer D10 is the particle diameter at which 10% of the soil by weight is finer Plasticity Index: Non-plastic according to BS 1377: Part2. Acceptability testing of fill materials shall be carried out by an approved materials testing

laboratory. The following tests need to be carried out at the specified frequency:

Test Frequency Grading/Uniformity coefficient 5 per source Plasticity Index/Liquid Limit 5 per source Organic matter Water soluble sulphate 5 tests per source Oxidisable sulphates and total potential sulphate content

5 tests per source

The Contractor shall provide copies of all test reports and certificates of the fill materials proposed to be incorporated into the permanent works to the Supervisor for approval before they are deposited and compacted into the permanent works.

A 2.02 Granular Sub-base Material Type 1 Type 1 granular material made up of crushed rock, crushed slag, crushed concrete or well

burnt, non-plastic shale. The material shall be well graded and lie within the grading envelope

Page 81: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 81

given below. Rubble from building demolition shall not be used unless it has been passed through a crusher. Scarified asphaltic material shall not be used.

The material passing the 425mm BS sieve shall be non-plastic as defined by BS 1377, and tested

in compliance therewith.

Sub-base Type 1 Range of Grading

Nominal aperture of sieve size

Percentage by mass passing through sieve

75mm 100

37.5mm 85 - 100

10mm 40 - 70

5mm 25 - 45

0.06mm 8 - 22

0.08mm 0 - 10

The particular size shall be determined by the washing and sieving

method of BS 812: Part 103. The material shall have a 10% fines value of 50kN or more when tested in compliance with BS

812 except that samples shall be tested in a saturated and surface dried condition. Prior to testing, the selected test portions shall be soaked in water at room temperature for 24 hours without previously having been oven dried.

A 2.03 Geotextiles Used to Separate Earthworks Materials Geotextiles required as part of the Works to separate earthworks materials shall be

manufactured from synthetic or other fibres and be in the form of thin permeable membranes. The Contractor shall provide evidence to the Supervisor, before the geotextile is incorporated

in the Works, that the geotextile will be sufficiently durable, when installed in contact with the materials to be separated, to maintain its integrity.

Geotextiles shall be protected at all times against mechanical or chemical damage. Those

susceptible to damage by light shall not be uncovered between manufacture and incorporation in the Works. Temporary exposure shall not exceed 5 hours.

Samples shall be taken from the consignment of geotextile to be used in the Works. Samples

and test pieces cut from them shall comply with sub-Clause 7) of this Clause and test pieces shall be tested at a laboratory to prove that the geotextile meets the following criteria:

(i) The geotextile shall sustain a tensile load of not less than 5kN/m, determined in a ‘wide

strip’ tensile test carried out in accordance with BS 6906: Part 1. The characteristic strength shall be taken as the value of the strength of the material below which not more than 5% of the test results may be expected to fall. This represents the strength at 1.64 standard deviations below the mean strength.

(ii) The geotextile shall allow water to flow through it, at right angles to its principal plane,

in either direction, at a rate of not less than 10 litres/m²/s under a constant head of water of 100 mm, determined in accordance with BS 6906 : Part 3. The flow rate determined in the test shall be corrected to that applicable to a temperature of 15°C using published data on variation in viscosity of water with temperature.

Page 82: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 82

(iii) The geotextile shall have a size distribution of pore openings such that the mean 0

90, is between 100 microns and 300 microns, determined in accordance with BS 6906: Part 2.

The geotextile shall be overlapped by at least 300 mm, or other dimension recommended by

the manufacturer. The layer of material on which the geotextile is to be placed shall not have protrusions or

sharp projections which are likely to damage the geotextile during installation or in service. The method of installation shall ensure that the geotextile is in continuous contact with the surface on which it is to be placed and the geotextile shall not be stretched or bridged over hollows or humps. Operation of construction plant directly on the installed geotextile will not be permitted and its covering with fill material shall take place immediately after its laying.

All samples and test pieces cut from them shall be maintained in a clean and dry condition,

except for normal contamination and wetting during testing, and shall be retained by the Contractor. Prior to determination of pore size and tensile strength, test pieces shall be conditioned and brought into equilibrium at a temperature of 20° ± 2°C, and a relative humidity of 65 ± 5%. The dry weight of the geotextile tested shall be quoted in g/m².

The number of tests on samples shall be as requested by the Supervisor.

A 3 WORKMANSHIP A 3.01 Definitions "Return, fill and consolidate" shall mean all handling necessary to return the earth, which has

previously been excavated and deposited in heaps around the foundations. The operation is to be carried out in layers as described, each layer being carefully watered and consolidated by ramming until the excavation has been made good.

"Cart away" shall mean the disposal of the surplus excavation materials away from the site as

directed by the Supervisor. PRELIMINARY SITE WORK

A 3.02 Records

The Contract shall carry out a photographic survey of the existing site prior to the

commencement of works and submit a digital copy (CAD) together with two hardcopies to the Supervisor.

Furthermore the Contractor shall also carry out level surveys

1. prior to the execution of works, 2. at the end of the excavation operations and 3. after the backfilling to the required levels has been completed

with respect to a fixed benchmark [Mean Sea Level]

o on a 2.0m x 2.0m grid, o with special features to be recorded separately

The results are to be recorded in plan. A digital copy (CAD) together with two hardcopies of

each survey shall be submitted to the Supervisor.

A 3.03 Unrecorded Features

Where old service pipes, drains, etc. not identified in the survey of services are encountered,

Page 83: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 83

obtain instructions from the Supervisor before proceeding.

A 3.04 Underground Voids and Historical Features

The Contractor shall report any underground tanks or wells, discovered before or during the excavation, and shall not enter or disturb such voids until the necessary checks have been carried out by the appropriate authorities, and relative instructions issued. The same applies to any historical items such as wall, paving and other features.

A 3.05 Safety

Take adequate precautions to ensure the safety of excavations and everything affected by them. Ensure that excavations cause no risk of damage to adjacent structures. Erect barriers or other means to prevent falls into excavated areas.

A 3.06 Stability of Existing Structures All excavation shall be carried out in such a way as not to endanger the stability or safety of

any existing structure or any part of the Permanent or Temporary Works. Any temporary measures necessary in order to comply with this requirement shall be agreed with the Supervisor.

A 3.07 Setting Out and Levelling Further to what is stated elsewhere in these documents, the Contractor shall, before

commencing any excavation, satisfy himself that any dimensions, setting out and site levels, whether spot or contour, as indicated on the Drawings, are correct. If not satisfied with their accuracy, he should give a written note to the Supervisor and ask for instructions, as otherwise no claim will be entertained.

A 3.08 Excavated Profile

Excavate fill to the required profile using methods to give a uniform profile true to the

required lines and levels. Remove all loose material. Finished horizontal surface must be within a tolerance of ± 25mm of stipulated level.

A 3.09 Excavation Materials

Materials arising from the excavations unless otherwise indicated are to be considered as

belonging to the Contractor unless otherwise stated or as directed by the Supervisor. Remove from site as work proceeds.

A 3.10 Excess Excavation

Should there be any excavations in excess of that required for the Works, the Contractor shall

at his own expense make good the ground with material, approved and specified by the Supervisor.

Note that the reinstatement with lean-mix concrete or concrete of a higher grade may be

ordered.

A 3.11 Surplus Material

Page 84: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 84

The Contractor shall cart away all material extracted from the site, as a result of the

excavation, from the site, in securely loaded and covered vehicles, taking care to prevent the spreading of mud and debris on the adjoining highways; and shall be disposed of in accordance with local regulations at approved and authorised tips. The Contractor shall take all the necessary steps to ensure that the external areas and access roads are left clean and tidy during all stages of the work. Materials are to be disposed of in such manner as to maximise re-cycling and re-use.

A 3.12 Topfill

Before beginning general excavation, break up existing road and pavement surfaces from the

area of excavation down to the level of fill. Keep separate from excavated loose material. A 3.13 Topsoil Not applicable. A 3.14 Soft Areas Soft areas which, in the opinion of the Supervisor, are unsuitable for bearing the overlying

construction and applied loadings, shall be removed to such depths and widths as are directed by the Supervisor, and the material excavated shall be removed from the Site. The excavation shall be back-filled with suitable properly compacted fill material as directed by the Supervisor.

A 3.15 Excavation The measurements of all excavations and subsequent disposal are those before excavating and

to any depth required. The increase in bulk and any extra excavation required for planking and strutting and formwork for concrete, are to be allowed for by the Contractor.

The Contractor is to allow in his rates for all double handling of excavated material and

wheeling and depositing spoil heaps as may be necessary. Excavations for foundations and other substructures will be in accordance with the Drawings

and requirements of the estimated bearing pressure of the ground. Bottoms of excavations shall be levelled and thoroughly cleaned of all dust and loose material.

Contractor is to allow for this in his rates for excavation. The Contractor must give reasonable notice to the Supervisor when foundation excavations are

ready for inspection and no concrete is to be poured or work of similar nature commenced until such excavations have been approved.

In the event of the Contractor excavating below the levels or beyond the widths shown or

directed without written instructions, the Contractor shall, at his own expense, fill the excavation to the proper level specified, with concrete of the same quality to be used in the foundations.

A 3.16 Keeping Site Dry The Contractor shall, at his own expense, take all necessary measures and shall allow for

keeping the Site of Works, with the exception of the Dock Head area, free of any ground or rain water. Water shall not be allowed to accumulate in excavations and the Contractor shall install and maintain such pumping or other water control measures as necessary - due regard being paid to the stability of adjacent structures. Any damage caused by inadequacy of these water control measures shall be made good at the Contractor’s own expense. In order to keep the Site dry, the Contractor shall:

Page 85: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 85

a) form any drainage channels, whether temporary or permanent, at no extra charge to the Employer, and at positions to be agreed with the Supervisor.

b) provide, maintain and run sufficient pumps on Site, together with all related equipment to

remove all water from the Site of Works and to remove any silt or debris left by the work. c) obtain and maintain any consents necessary in respect of pumping of water as described in

(b) above, and give any notices required and pay any fees due in connection therewith. d) not, without written permission from the Supervisor, use any method of keeping the

excavation free from water which involves continuous pumping so as to withdraw water from the foundations of adjoining Sites.

BACKFILLING A 3.17 Underwater fill material Use backfill materials as specified in clause A2.01 unless instructed otherwise by the

Supervisor. Protect existing hard stone structures at all times against any mechanical damages and if

required carry out works by hand. Care shall also be taken whilst working around existing and newly laid pipes. Prepare backfill material around pipes in such a manner that allows for sufficient space for the

required minimum thickness of concrete surround to the pipes as shown in the drawings. A 3.18 Granular Sub-base Material Type 1 Any fill for sub-grade to footings and ground slabs shall be inert Type 1 as specified in clause

A2.02 unless instructed otherwise by the Supervisor. The material shall be transported, laid in 150mm layers and compacted by means of a steel-

wheeled vibrating roller with a minimum roll load of 55kN per metre width without drying out or segregation. Each layer shall be given a minimum of eight passes. Plate bearing tests shall be carried out according to DIN 18134 to establish compliance with the required elastic modulus of subgrade reaction. Plate bearing tests shall be carried out at the locations and at the frequency stipulated by the Supervisor. Testing in the dock head recessed area can be carried out with a drop weight dynamic plate bearing test indicating the equivalent static plate bearing test.

The sub-base shall be finally blinded with sand or crushed fine material to form a smooth level

surface, with a tolerance of +0/-22mm. For the sub-base material under foundations and slabs, the sub-base shall be compacted to not

less than 98% of the maximum dry density of the material as per BS 1377. A minimum value of Ev2 of 120 MN/m

2 and a maximum Ev2/Ev1 ratio of 2.2 shall be achieved over the Type 1 layer.

TRENCH EXCAVATION AND FILLING A 3.19 General Trench excavation shall be carried out in any material to the lines, levels, falls, etc. as

required. Trenches are to be formed by a machine that produces a clean-sided trench of the required foundation width. Final trimming shall be made as necessary by hand, to achieve a trench bottom that is scraped level and clean.

Page 86: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 86

A 3.20 Notification A minimum of 3 working days’ notice of when trenching Works are to be undertaken shall be

given to the Supervisor in order that inspection can be made. A 3.21 Trench Width All trenches shall be excavated to the minimum width necessary to permit proper laying and

jointing of pipes, cables, etc. A cavity of adequate size shall be excavated in the sides and bottom of trenches at each pipe or cable joint and sling position to allow ample working space for making a sound joint and to allow free withdrawal of slings without damage to the pipes or the cables.

A 3.22 Excess Trenching

Should there be any trenching in excess of that required for the Works, the Contractor shall at

his own expense make good the ground with material, approved and specified by the Supervisor.

Note that the reinstatement with lean-mix concrete or concrete of a higher grade may be

ordered. A 3.23 Timbering Trenches shall be properly and adequately timbered or otherwise revetted and maintained to

ensure their stability and the safety of the workmen. Where directed by the Supervisor, the Contractor is to leave any or all timbering in the

trenches. Any timber so left is to be measured and paid for at agreed rates providing that, in the opinion of the Supervisor, the necessity for leaving it is not due to careless workmanship.

A 3.24 Control of Water Trenches shall be kept free of water at all times by pumping or other means. A 3.25 Soft Material Any soft ground or loose rock in the bottom of trenches shall be cut out and along with any

inequalities in excavation, filled up with a sand bed or concrete blinding as appropriate to the requirement of the trench bottoming.

A 3.26 Refilling Trenches After pipe laying and testing, pipes and the remainder of the trench shall be refilled with

grade C15 concrete unless instructed otherwise by the Supervisor or specified in the drawings. Concrete close or below water level shall be grade C25 concrete with anti-washout admixture as specified.

A 3.27 Planking and Strutting The Contractor is to allow in his rates for excavation, all necessary planking and strutting. The

Contractor is at all times responsible for the safety of the excavations. He is to provide all necessary planking to ensure this. Should any damage result to the excavations or Works, the Contractor will be held entirely responsible for any necessary extra works required or needed by virtue of this, and such works will be entirely at his own expense.

A 3.28 Reinstatement of Excavation Prior to backfilling, all formwork and support timber shall be removed from the bottom of the

excavation. Support timber shall only be removed to a height consistent with preventing collapse of the excavation and shall be progressively withdrawn as filling proceeds.

Page 87: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 87

No formwork or support timber shall be abandoned by the excavation without the specific approval of the Supervisor. Filling and ramming shall be added to make the rock soft and cohesive.

All reinstated excavated material to foundations must be solidly tamped at every 250 mm

backfill. No voids are to be left in the filling and every effort should be made to return the maximum

volume of backfill into the excavation. The Contractor is to select material for backfilling, which is to be the best of the excavated

material, free from:

a) top soil, roots and other vegetable matter b) soil with high moisture content c) combustible or perishable material d) any material not capable of being satisfactorily compacted

The Contractor shall plug any pipes cut off at the perimeter of excavations with foundation

grade concrete rammed in to refusal (but not less than 300mm). PROTECTION A 3.29 Generally Provide general protection as specified in the General Requirements of Part 1. A 3.30 Sides of excavation In addition to the safety precautions previously mentioned, protect the side of excavations

from deterioration and ensure that there is no risk of soil falling into concrete placed within them.

Page 88: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 88

B CONCRETE WORKS

To be read in conjunction with Preliminaries, General Conditions and General Requirements. B1 GENERAL REQUIREMENTS B1.01 Definitions

In this Specification, the following definitions apply for the purposes of this Specification:

Design calculations The calculations produced generally by the Engineer, and by the contractor for some specialist work.

Drawings General arrangement drawings (GAs): Plans and sections indicating the layout and dimensions of the structure. The drawing will be in sufficient detail to allow the formwork to be constructed and will show or reference all inserts, cast-in items and holes. GAs may also indicate the locations of concrete grades and finishes.

Design information drawings: Drawings showing the design information required to enable reinforcement detail drawings to be produced.

Reinforcement detail drawings: Drawings showing the layout of the various types of reinforcement used in the construction of the structure.

Reinforcement schedules: Schedules giving the details of each reinforcing bar to be cast into the concrete.

Builders work drawings: Drawings showing co-ordinated builders work (holes, cast in services, fixings etc).

Erection drawings: Drawings or sketches indicating any special requirements or methods that the contractor must use to erect the structure in a safe manner.

As-built drawings: Drawings indicating what was built.

Temporary works drawings: Drawings showing necessary falsework, formwork and propping used to construct the structure in a safe manner.

Employer The individual or company placing the contract with the contractor.

Engineer

Page 89: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 89

The individual or organisation responsible for the design of the structure.

Falsework The temporary structure used to support a permanent structure until it is self supporting.

Formwork The part of the falsework used to give the required shape, finish and support to the poured concrete.

Precast concrete Concrete elements cast in formwork and fabricated at a location separate from the final position in the structure.

Prestressed concrete Concrete that is subjected to pre-tensioning or post-tensioning.

Reference panels Full-size concrete panels of Type A and Type B finishes manufactured by CONSTRUCT and available for inspection at various locations around the UK.

Contractor The Contractor constructing the structure.

Site The designated place where the contractor will construct the structure.

Spacers All chairs, blocks, supports and devices of a special nature required to hold the reinforcement in the correct position during concreting.

Structure The concrete structure comprising any or all of the following elements: columns, walls, slabs, beams, bracing, stairs, foundations and sundry items designed by the Engineer.

Temporary works coordinator The named individual of the contractor responsible for coordinating the temporary works for construction of the structure.

Page 90: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 90

B2 MATERIALS, WORKMANSHIP & CONSTRUCTION B2.01 GENERAL 1 Quality of materials

All materials used in the structure shall comply with this specification and current versions of standards referred to therein. The engineer may specify samples for testing and the contractor shall arrange for such samples to be supplied, identified, stored and tested and the results delivered to the engineer in accordance with the relevant British Standards.

2 Standard of workmanship

The standard of workmanship shall be in accordance with this Specification, the relevant clauses of BS 6349, BS 8110 and all statutory requirements.

Proprietary products and materials shall be used in accordance with the manufacturer’s written instructions.

3 Modifications

The contractor shall obtain the agreement of the engineer to any modifications to the requirements of this Specification in writing before any work is started.

4 Coordinated information

The contractor shall ensure that coordinated information is submitted to the engineer for agreement before work is started on site.

5 Acceptance procedures

i) An acceptance procedure for the issue of construction information shall be agreed with the engineer before construction of any work.

ii) Information shall be supplied / agreed as stipulated in this Specification to an agreed

timescale and the engineer shall comment on the information within five working days of receipt.

iii) Acceptance or agreement by the engineer shall have no effect unless given in

writing. No such acceptance or agreement shall in any way relieve or diminish the obligations of the contractor under the Contract.

6 Setting out the structure The contractor shall set out the structure to the given setting out information. 7 Construction loads

During construction the contractor shall ensure that the structure is not subjected to loads which will cause short-term or long-term distress and shall take account of the maturity of the concrete at the time of loading.

8 Water-resisting construction

i) Where water-resisting construction is specified all construction and materials shall meet the recommendations of BS 8102:1990 and details shall be submitted by the contractor to the engineer for agreement.

ii) Where water-resisting construction with a waterproofing system is specified, the

contractor shall submit to the engineer before starting work written confirmation from the waterproofing system supplier that the proposed concrete mix, placing methods, release agents, curling compounds, movement joint details, surface

Page 91: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 91

finishes, reinforcement support methods an loads will not adversely affect the performance of the waterproofing system.

B2.02 QUALITY ASSURANCE 1 Quality management system

The contractor shall operate an agreed quality management system to MSA EN ISO 9000:2005 unless otherwise agreed with the engineer which shall be accessible for audit.

2 Documentation All documentation shall be available for inspection during the contract period. B2.03 TESTING 1 Test results

The contractor shall supply three copies of all test results to the engineer as soon as they are available.

2 Additional inspections and tests

If the engineer requires more inspection and testing to be carried out than that specified it shall be at the contractor’s expense if the results do not meet the Specification requirements. Otherwise all costs shall be additional to the contract

3 Test nonconformity

i) Any test results which do not meet the specified criteria shall be reported to the engineer. In the light of this nonconformity, the contractor shall propose a course of action to the engineer for agreement, within one week of reporting the results. The material to which the test nonconformity applies shall be deemed to be unacceptable unless further testing or analysis proves otherwise and all associated costs shall be borne by the contractor. Any remedial works shall be at the contractor’s expense.

ii) A course of action shall be agreed within a further week.

B2.04 DRAWINGS AND REINFORCEMENT SCHEDULES 1 Standards, numbering and revisions Drawings shall comply with the following requirements:

i) Drawing standards shall be as set out in MSA EN ISO 4157: Parts 1-3:2000. Revisions and status shall be clearly shown, including dates when revisions were made. A circle or cloud around revisions to drawings should identify revisions made for the latest revision number or letter used. Such revisions should be described in a brief narrative form on the drawing corresponding to the latest revision number or letter.

ii) A register of drawings received and issued by the contractor shall clearly identify the

following information: name of company which produced the drawing, drawing number with revision number or letter, dates received and issued by the contractor.

iii) The method of circulation, number of drawings to be issued and schedule of dates

when drawings will be issued for comment and when comments will be returned shall be agreed with the engineer.

2 As-built drawings.

Page 92: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 92

The contractor shall provide sufficient information to the engineer to allow coordination of the production of as-built drawings.

3 Reinforcement schedules

The contractor shall be responsible for the accuracy of any reinforcement schedules produced by the contractor. Scheduling of reinforcement shall be in accordance with BS 8666:2005 and MSA EN ISO 3766:2003/ AC:2004.

4 Builders work drawings

Sufficient information shall be provided to enable builders work drawings to be produced. 5 Erection drawings

Any special stability requirements during erection must be clearly indicated. The contractor will be responsible for the production of these drawings.

6 Formwork drawings The contractor is to produce formwork drawings for concrete works with a F3 surface finish for

the approval of the Supervisor prior to the execution of the Works. In addition to drawings and calculations showing the geometry and member size and spacing of each item of formwork or falsework, the Contractor shall submit drawings showing his standard formwork and falsework details which shall include: (a) Details of joints and seals between shutter facing boards, shutter face and concrete at

construction joints and adjacent shutters at butt joints and corners to effectively prevent loss of grout and maintain accurate alignment.

(b) Details of shutter facing material. (c) Details of fixing ‘plant on’ pieces onto the shutter face. (d) Details of fixing and maintaining the alignment of waterstops.

B3 FALSEWORK & FORMWORK B3.01 STANDARDS

Design and construction of falsework and formwork shall be in accordance with the following where applicable:

• BS 5975:2008 Code of practice for falsework. • Formwork: a guide to good practice (Concrete Society, second edition1995) • CIRIA Report 136 Formwork striking times - criteria, prediction and methods of assessment (CIRIA, 1995) • BS 8110:1997 Structural use of concrete. Part 1 Code of practice for design and

construction. • BS 6349:2000 Maritime Structures. Part 1 Code of practice for general criteria.

B3.02 TYPES OF MATERIAL

i) Formwork materials shall suit the method of construction to be used and the surface finish required for the final work.

ii) Permanent formwork may be used subject to the agreement of the engineer.

B3.03 RELEASE AGENTS

i) The contractor shall choose release agents to suit the method of construction and the finish required, and shall take note of the requirements of subsequent trades.

Page 93: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 93

ii) All release agents used shall be non-staining, non-injurious to the finished concrete and shall not be adversely affected by the weather.

B3.04 FORMWORK USE

i) Formwork shall be constructed so as to contain the concrete, to give the required surface finish to the concrete and to adequately support the concrete in the desired final position throughout the period of use.

ii) Where structural concrete relies on permanent or temporary support from the

ground, the contractor shall ensure that the support is adequate for concrete operations.

iii) Formwork shall be clean and clear of all debris, free water and ice before concrete is

placed.

iv) Concrete shall not be cast directly against existing construction or faces of excavations without the prior agreement of the engineer.

v) Where curved or domed concrete surfaces are specified, the formwork shall be

curved or domed accordingly. The alternative of replacing a curved or domed concrete surface with a series of small connecting planar surfaces will not be permitted unless:

(a) The concrete surface will be covered by tiles, (b) The Contractor has demonstrated to the satisfaction of the Engineer that the

irregularities on the concrete surfaces due to such alternative will not affect the final smoothness of the tiled surface, and

(c) The Supervisor’s approval is given.

B3.05 BLOCK OUTS AND CAST-IN ITEMS

i) The contractor shall clear out block out items after concreting.

ii) The contractor shall set out and fix all cast-in items shown or referenced on the drawings.

iii) Any clashes between holes, cast-in items and reinforcement shall be resolved before

any concrete is placed. B3.06 FORMWORK TIES

i) Through-ties may be used to support vertical faces of formwork other than in water-resisting construction or as agreed with the engineer.

ii) Non ferrous metal shall be left in the concrete cover zone when formwork has been

struck.

iii) The contractor shall make good any holes left exposed to view in the faces of the concrete to the agreement of the engineer.

iv) In water-resisting construction, methods of fixing framework which result in holes

through the concrete section when formwork is removed shall not be used.

v) In water-resisting construction, ties used shall be of a type to maintain water resistance of the construction.

B3.07 STRIKING

i) The concrete shall be supported in the required position until it has adequate strength, as determined by the contractor, to support its own weight and any construction loads, without short-term or long-term distress.

ii) Formwork may be struck at a time determined by the contractor, considering the concrete strength at the time of removal, the ambient conditions and by the curing

Page 94: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 94

and protection of the concrete that is to be used when the formwork has been removed.

iii) Formwork shall be removed carefully to avoid damaging the concrete surface. Any

damage so caused shall be made good by the contractor to the acceptance of the engineer.

iv) The exact sequence of propping / repropping and backpropping through the structure

shall be set out in a method statement prepared by the contractor, shall be agreed with the engineer in advance, and shall have no damaging effect on the permanent structure.

B3.08 CONSTRUCTION JOINTS AND POUR SIZES

i) The contractor shall position and form construction joints to suit the structure and so as not to cause any short-term or long-term distress to the structure, all to the agreement of the engineer.

ii) The contractor shall carefully prepare construction joint surfaces to expose the

coarse aggregate to provide a key by a method to be agreed with the engineer.

iii) Pour sizes, except as agreed otherwise between the contractor and engineer, shall be as shown as in Table 1 below.

Table 1: Maximum areas and dimensions of concrete pours for different types of construction.

B3.09 WATER-RESISTING CONSTRUCTION 1 Hydrophilic water bar

Hydrophilic sodium bentonite based butyl rubber swelling water bar. Swells in contact with water to seal construction joints. The water bar shall be capable of extending more than 150% over the original volume on being exposed to water continuously for 10 days. The water bar shall have a tensile strength of 0.6 N/mm2 Ensure site conditions are satisfactory for installation. Fixed in place according to the manufacturer’s fixing instructions. Prepare all surfaces in accordance with material manufacturer's instructions. Lapped according to manufacturer’s minimum specified lap length. Ensure that water bar is not swollen prior to pouring of concrete Protect the installed waterbar from any damage prior to pouring of concrete.

i) In water-resisting construction, waterstops shall be used in all construction joints and movement joints in accordance with the manufacturer’s written instructions. The contractor shall obtain the agreement of the engineer for the methods to be used to maintain the waterstops in their correct locations and to prevent damage while the concrete is being placed and during and after removal of the formwork.

Page 95: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 95

ii) The contractor shall submit to the engineer for agreement drawings indicating the positions of joints and details of waterstops to be used. Details shall include schedules of all junction pieces, which shall be purpose made, and isometric layouts of waterstops.

iii) Where waterstops within the concrete section are proposed, the contractor shall

submit to the engineer for agreement details of the methods to be used to ensure full compaction of the concrete around the waterstop.

B4 REINFORCEMENT B4.01 MATERIALS 1 General All reinforcement shall comply with the requirements of BS 6349 Part 1:2000 Clause 58.4.7, BS

4449:2005+A2:2009, BS 4482:2005, BS 4483:2005, BS 8666:2005 as appropriate. Reinforcement in accordance with BS 4449:2005 shall be ductility class B.

2 Reinforcement supply and testing

i) The contractor shall submit details of the source and supplier of reinforcement to the engineer for agreement.

ii) Unless otherwise agreed by the engineer, all reinforcement suppliers shall hold a

valid Certificate of Approval for manufacture and/or fabrication issued by the UK Certification Authority for Reinforcement Steel (CARES). The UK CARES Certificate of Approval Number shall be stated on all documentation.

iii) If reinforcing steel is cut and bent by a supplier other than a UK CARES-approved

supplier, the fabricator shall operate a quality management system to BS EN ISO 9001:2008, which shall be approved as part of the contractors’ quality management system.

iv) All reinforcement shall be delivered in clearly identified, tagged bundles, mats or

prefabricated assemblies and shall be stored on site in a manner so as not to be contaminated or otherwise damaged. Fabric shall be stored flat.

v) All dimensions shall be to the reinforcement schedules given in BS 8666:2005 unless

otherwise specified.

vi) Reinforcement shall not be dropped from a height, mechanically damaged or shock loaded in any way.

3 Spacers

i) The contractor shall detail, supply and fix all spacers. The materials and workmanship shall be in accordance with BS 8110: Part 1: 1997, Clause 7.3 and BS 7973:2001 Spacers and chairs for steel reinforcement and their specification. The contractor shall ensure that the spacers have the required performance characteristics.

ii) In exposed finish work the type of spacer used shall be agreed with the CA before any

work is started. 4 Couplers

i) The contractor shall submit details of the source and suppliers to the engineer for agreement.

ii) All manufacturers/suppliers shall be registered members of the UK CARES Quality

Assurance scheme or equivalent unless agreed otherwise by the engineer. 5 Continuity strips

Page 96: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 96

Proprietary continuity strips can be used subject to agreement by the engineer. 6 Reinforcement protection coat

1. Anti-corrosive cement based, polymer modified coating for steel reinforcement bars.

2. Minimum adhesion to steel reinforcement of 2 N/mm2 according to ASTM C 882- 78.

3. Blocks reinforcement corrosion resulting from carbonation or chloride ingress.

4. Fully compatible with subsequent build-up layers. 7 Chemical anchoring

1. All anchoring of reinforcement/metal inserts into the concrete shall be executed with a fast-curing injectable adhesive anchoring grout.

2. The adhesive shall be capable of transferring the full tensile strength of the anchor into

the adjacent concrete. 3. The adhesive shall be applied according to the manufacturer’s recommendations

B4.02 WORKMANSHIP 1. General All reinforcement shall be fixed in position in accordance with the reinforcement detail

drawings and reinforcement schedules. Any alterations to the reinforcement shall be carried out only with the prior written agreement of the engineer.

At the time of placing concrete, reinforcement shall be clean, free of corrosive pitting, loose

rust and mill scale and other substances that may adversely affect bonding with concrete. Light surface rust will be accepted.

All cutting, bending and fixing shall be in accordance with BS 6349: Part 1:2000, Clauses

58.4.9 and BS 8110: Part 1: 1997, Clauses 7.2 and 7.3. 2 Tying and welding

i) Tying of reinforcement shall be carried out with black annealed mild-steel 16-guage tying wire. All ends shall be bent away from the concrete face and all loose ends shall be removed before placing the concrete.

ii) Welding of reinforcement shall be in accordance with the requirements of BS 8110:

Part 1: 1997, Clause 7.6 and BS EN ISO 17660-1:2006, BS EN ISO 17660-2:2006 Specification for metal arc welding of steel for concrete reinforcement. Welding procedures and welder qualifications shall be subject to the agreement of the engineer.

3 Projecting reinforcement All reinforcement ends left projecting from cast concrete shall be free of release agents and

shall be protected against damage and corrosion, although light surface rusting will be accepted.

B5 CONCRETE & CONCRETING B5.01 CONCRETE 1. General

Page 97: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 97

i) Concrete shall conform to BS 8500-2:2006 and shall be as specified in Appendix A of this specification.

ii) Procedures for producing concrete shall be in accordance with MSA EN 206-

1:2000/A1:2004 section 9 and BS 8500-2:2006 Section 13. Procedures for ensuring conformity of concrete shall be in accordance with MSA EN 206-1:2000/A1:2004 and BS 8500-2:2006 Section 12.

iii) The contractor shall submit, as appropriate, details of the proposed concretes in

accordance with MSA EN 206:2000 Clause 7.2 and BS 8500-1:2006 Clause 5.2 to the engineer for approval.

iv) The chloride content of the proposed concrete including chlorides contained in the

admixtures shall be limited by MSA EN 206-1:2000 Clause 5.2.7. The engineer shall provide evidence of conformity.

v) Calcium chloride shall not be included in any concrete.

vi) Precautions shall be taken to restrict the amount of sulphate in the proposed

concrete to 4% SO3 by mass of cement except when using lightweight aggregates and blastfurnace slag aggregates [Note: Guidance is given in BS 8500-1:2006 Annex A.7.4 and A.7.6].

vii) The contractor shall provide evidence of conformity to the provisions to minimise the

risk of damage by alkali-silica reaction given in BS 8500-2:2006 Clause 5.2.

viii) No additions or changes to the fresh concrete shall be made after batching, without prior agreement of the engineer.

ix) Daily maximum and minimum atmospheric shade temperatures shall be recorded

using a calibrated thermometer(s) located close to the structure.

x) Recycled aggregate and recycled concrete aggregate shall conform to BS 8500-2:2006 Clause 4.3 and to the additional requirements given in Appendix A to this specification.

2 Plant - Ready-mixed concrete

i) Ready-mixed concrete shall be supplied by a producer from a plant holding current accredited third party certification meeting requirements of MSA EN 206-1:2000 Annex C. The contractor shall provide the engineer with confirmation of the producer’s certification in accordance with MSA EN 206-1:2000 Annex C.3.

ii) Details of ready-mixed concrete plants proposed for use shall be submitted by the

contractor to the engineer. Contingency plans shall be in place before starting work in the event of supplies being interrupted during a pour due to a plant breakdown. Where feasible, details of a suitable back-up plant/supplier should be submitted to the engineer for agreement.

3 Plant - Other concrete

For supplies of concrete from sources other than plants holding current third party certification, the contractor shall submit information to the engineer that the production and conformity control systems used are in accordance with MSA EN 206-1:2000/A1:2004 Clauses 8, 9 and 10.1 and also BS 8500-2:2006 Clauses 12 to 14.

4 Supply and transport All concrete shall be supplied and transported to the point of discharge from the

mixer/agitator truck in accordance with the requirements of MSA EN 206-1:2000/A1:2004 Clause 7 and BS 8500-2:2006 Clause 14. Delivery ticket information shall be in accordance with MSA EN 206-1:2000/A1:2004 Clause 7.3 and BS 8500-2:2006 Clause 11 as relevant and shall be completed and available before discharging concrete into the structure. All delivery tickets shall be retained by the contractor until the structure is handed over to the Employer.

Page 98: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 98

Where a ticket is marked “non-conforming” a copy shall be passed to both the contractor and the engineer within 24 hours of placing the concrete.

5 Non-shrink flowable expansive grout

a. The non-shrink grout shall be a pre-blended cement based, expansion stabilized, flowable and fibre-reinforced.

b. Does not include any aggregates susceptible to Alkali Silica Reaction. c. Does not contain chlorides. d. Does not exhibit any shrinkage after initial expansion.

e. The grout shall be capable of a achieving a compressive strength of 20MPa after 1 day

and a compressive strength of 70N/mm2 after 28 days.

f. The grout shall be capable of a achieving a flexural strength of 1.5MPa after 1 day and a flexural strength of 9N/mm2 after 28 days.

B5.02 CONCRETING 1 Placing and compaction

i) Above water level, concrete shall be placed and compacted in the structure in accordance with BS 8110: Part 1: 1997, Clause 6.2.2. Underwater concrete shall be placed in the structure in accordance with BS 6349: Part 1:2000 Clause 58.4.12 and Technical Report 36 “Underwater Concreting” published by The Concrete Society.

ii) Concrete shall be placed and fully compacted so as to avoid cold joints and

honeycombing and to minimise segregation, excessive blemishes or other defects in the hardened concrete.

iii) Kickerless construction shall be in accordance with Kickerless construction (British

Cement Association, 1996). Where kickers are used, they shall be monolithic with the slab, of sound construction and at least 100mm high.

iv) For water-resisting construction kickers shall be cast 150mm high and monolithic with

the slab.

v) Arrangements for premature stoppage of a pour shall be agreed and in place before work starts. Should premature stoppage of a pour occur, the contractor shall agree with the engineer the extent and timing of any necessary remedial work before resumption of placing.

2 Concreting in extreme weather

i) For concreting in cold weather, the recommendations of BS 8110: Part 1: 1997, Clause 6.2.4 shall be followed and further guidance may be found in BS 8500-1:2006 Annex A 9.2.

ii) For concreting in hot weather the recommendations of BS 8110: Part 1: 1997, Clause

6.2.5 shall be followed and further guidance may be found in BS 8500-1:2006 Annex A.9.3.

B5.03 CURING AND PROTECTION 1 Curing The surface of the concrete shall be cured to avoid premature drying out. Methods of curing

and curing periods shall be in accordance with BS 8110: Part 1: 1997, Clause 6.2.3, BS 6349:Part1:2000, Clause 58.4.11 and as agreed with the engineer. Curing membranes shall be compatible with any finishes to be applied subsequently.

Page 99: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 99

2 Protection

i) All surfaces shall be protected from the effects of adverse weather in accordance with BS 8110: Part 1: 1997, Clause 6.2.3.3. The structure shall be protected against damage.

ii) Damage occurring shall be made good by the contractor. Methods to be used shall be

proposed by the contractor for agreement with the engineer.

iii) The faces of cast concrete that will be visible in the completed structure shall be protected from rust staining.

iv) If concrete is to be placed in a large volume pour, if a rich concrete is used or if the

section is thicker than 500mm, consideration shall be given to the concrete temperature rise above ambient and to reducing the risk of early thermal cracking. The contractor shall ensure that the temperature of the concrete does not exceed 65oC and that the temperature differential does not exceed the appropriate values given in Concreting deep lifts and large volume pours (CIRIA, 1995), Table 2.

Where a risk of thermal cracking is identified, the location of temperature monitoring

apparatus and interpretation of the temperatures recorded shall be agreed with the engineer prior to installation.

B5.04 CONFORMITY AND IDENTITY TESTING DURING CONCRETING OPERATIONS

i) The producer shall carry out sampling and testing for conformity during concreting operations in accordance with MSA EN 206-1:2000/A1:2004, Section 8 and BS 8500-2:2006, Section 12. Where the producer identifies a non-conformity that was not obvious at delivery, this shall be reported to the engineer and the Employer within 24 hours of the contractor receiving notification.

ii) The contractor shall carry out testing in accordance with MSA EN 12350:2000 Testing

fresh concrete to ensure concrete consistence, and where relevant air content, at delivery is in accordance with this specification.

If water or other material is added to the concrete truck mixer drum before discharge, in

accordance with MSA EN 206-1:2000/A1:2004 Clause 7.5 additional identity testing for strength shall be carried out where designated or designed concretes are used.

Concrete cubes shall be tested in accordance with MSA EN 12390 in a UKAS accredited

laboratory, or equivalent, independent of contractual parties. Where identity testing is required for designed concretes as defined in Appendix A of this

specification, the contractor is to inform the producer that identity testing for strength is required. The criteria for acceptance will be that given in MSA EN 206 Appendix B.

B5.05 INSPECTION 1 Inspection before placing The contractor shall inspect the formwork, spacers, fixed reinforcement and inserts before

placing the concrete and shall only allow concrete to be placed once the work is satisfactory and the engineer has had reasonable opportunity for inspection.

2 Inspection after placing

i) After the specified period of curing, the contractor shall inspect the relevant work. If any remedial measures are necessary, the contractor shall submit details to the engineer for agreement.

ii) In water-resisting construction, inspection to identify defects which may lead to

water penetration shall be carried out jointly with the contractor and engineer before backfilling or covering up. Further inspection shall be jointly carried out to identify any water penetration after backfilling.

Page 100: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 100

Any leaks or damp patches shall be repaired by methods proposed by the contractor and agreed with the engineer, in accordance with BS 8102: 1990, Clause 8.8 and 8.9 and CP 102: 1973.

B5.06 SURFACE FINISHES 1 Formed finishes as defined by BS 8110 Unless a finish is specified, Type A shall be provided.

i) Basic finish requires compliance with all relevant clauses of this Specification.

ii) Type A finish is as defined by BS 8110: Part 1: 1997, Clause 6.2.7.3 Type A. The resulting finish shall be similar to the regional Reference Panels.

iii) Type B finish is as defined by BS 8110: Part 1: 1997, Clause 6.2.7.3 Type B. The

resulting finish shall be similar to the regional Reference Panels.

iv) Type C finish shall be as specified as per NSCS part 2.

Further reference is made to Formed Finishes as below and these are defined as follows:

F1 – Finish F1 generally applies to formed surfaces upon or against which fill material, grout or concrete is to be placed. Form tie rod ends on surfaces which will be in contact with fill material shall be protected from moisture if they will be below the water table or water line. Protection shall consist of recessing the tie rod ends and filling the recesses with dry pack or other approved material or by a waterproofing system approved by the supervisor. Form tie rod ends on surfaces which will be in contact with fill material but will be above the maximum water table elevation may be cut off flush with the formed surfaces or may be recessed without filling.

F2 – Finish F2 generally applies to all formed surfaces not permanently concealed by fill material, grout, or concrete, or not required to receive finish (F3 or F4)

F3 – Finish F3 generally applies to formed surfaces, the appearance of which is considered to be of special importance, such as surfaces of structures prominently exposed to public view. Pits, bugholes and other defects are to be inspected by the Supervisor. Before rectification the Contractor is to prepare and submit method statement(s) in accordance with BS EN 1504 Part 1-10, including mix designs and sample treatments, for the required correction(s) for the approval by the Supervisor. The proposed method is to ensure the same or better density, strength and durability properties than the surrounding concrete. Surface finish and colour of corrected areas are to match surrounding concrete.

F4 – Finish F4 generally applies to formed surfaces for which accurate alignment and evenness of surface are of paramount importance from the standpoint of eliminating destructive effects of water such as for suction or draft tubes.

2 Unformed finishes Unless a finish is specified Type U1 shall be provided.

i) Type U1 finish. The concrete shall be levelled to produce a closed uniform surface. No further work shall be carried out.

ii) Type U2 finish shall be produced by floating, or a similar process, to produce a

level, uniform surface.

iii) Type U3 finish shall be produced by trowelling, or a similar process, to produce a dense, smooth surface.

Page 101: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 101

iv) Type(s) U4 finish shall be produced by further working of either U1, U2 or U3 type of

finish, as specified in Appendix A to this Specification. 3 Surface cracking The contractor shall take all reasonable actions to minimise surface cracking. Unless

otherwise specified isolated cracks of width up to 0.3mm will be accepted in localised areas. Cracking that will allow corrosion of reinforcement, unsightliness, unacceptable water

leakage, impair durability or reduce structural adequacy shall be rectified by the contractor as agreed with the engineer.

B6 ADMIXTURES

B6.1 General

1. Generally, admixtures should conform to BS EN 934-2.

2. Admixtures should not impair the durability of the concrete nor combine with the constituents to form harmful compounds nor increase the risk of corrosion of the reinforcement.

3. Calcium chloride and chloride-based admixtures should never be added to concrete which is to be reinforced, prestressed or is to contain embedded metal or cement conforming to BS 915 or to BS 4248.

4. If two or more admixtures are to be used in the same concrete mix, data should be obtained to assess their interaction and to ensure their compatibility.

5. Admixtures are permitted in designed and prescribed mixes and, with certain restrictions, in designated mixes but are not permitted in standard mixes.

6. Accelerating and retarding admixtures shall be used only where an accelerated or retarded set has been specified.

B6.2 Anti-washout admixture

The anti-washout admixture is to be microsilica based with a minimum dosage of 30kg / m3 of concrete. It shall improve the concrete’s cohesion and be thixotropic inducing.

B6.3 Waterproofing admixture

The waterproofing admixture shall consist of a pore blocker waterproofing admixture with a base of colloidal silicates.

B7 PRECAST CONCRETE

B7.01 GENERAL

This section deals with additional considerations for structures partly or wholly of precast construction.

B7.02 MANUFACTURE AND SUPPLY

1 General

i) The contractor shall submit details of the proposed concrete plant to the Supervisor for agreement before starting work.

ii) The precast concrete plant shall operate an agreed quality management system to MSA EN ISO 9000:2005, unless otherwise agreed with the Supervisor. This system shall include appropriate methods of checking the work to ensure that the precast components are constructed in accordance with all the contractual requirements.

Page 102: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 102

The relevant Standards applicable to the project shall be identified in the Quality Plan, where not specified elsewhere in the documentation.

iii) Before any precasting is carried out the contractor shall agree with the Supervisor all details of manufacture, supply and testing.

iv) Permitted dimensional deviations shall be in accordance with BS 8110: Part 1: 1997,

Clauses 6.2.8.3 to 6.2.8.6 inclusive and 6.2.8.8. Before manufacture the contractor shall ensure that adequate allowances have been made for all construction tolerances to ensure proper final fit up of the structure.

Reference shall also be made to BS 8110: Part 1: 1997, Clause 5.2.4.

v) The contractor shall keep records of the unit mark, the composition of the unit, the date of manufacture, the date of release from the mould and the curing regime. These records shall be kept on site and made available for inspection.

2 Reinforcement

Cages shall be made up and securely fixed in accordance with the reinforcement detail drawings to provide adequate rigidity and to ensure that the specified cover and fit within the mould are achieved.

i) Reinforcement up to 12mm in diameter that projects from the face of the units may be bent to facilitate the casting or demoulding of the unit subject to agreement for each case. The reinforcement shall not be rebent to its final position in the structure before the concrete has achieved two-thirds of its specified characteristic strength.

ii) For concrete surfaces to be exposed in the finished structure spacer blocks shall not be used unless agreed with the Supervisor.

3 Steam curing

Precast units may be steam-cured at atmospheric pressure subject to the agreement of the

Supervisor and to the following conditions:

i) The total chloride ion content of the concrete from the aggregate, water and any

admixtures shall not exceed 0.1% of the weight of cement.

ii) Steaming shall not be started until at least two hours after completion of casting.

iii) The temperature in the enclosure surrounding the units shall not exceed 60°C when

measured close to the surface of the units.

iv) The contractor shall take adequate precautions to prevent the units being damaged

by an excessive rate of cooling.

v) Curing, with or without steam, shall be continued until the concrete has reached at

least two-thirds of its specified characteristic strength.

4 Demoulding

For precast concrete units cast under factory conditions the minimum period before removing the formwork shall be at the discretion of the contractor on the basis of the assessed compressive strength of the unit.

No unit shall be lifted from the base on which it was cast before the concrete has attained its design demoulding strength and in no case less than 8 N/mm2, and is strong enough to prevent the unit from being damaged, overstressed or distorted, having due regard to the demoulding equipment to be used.

B7.03 MARKING

i) Each precast unit shall be clearly marked before delivery in accordance with the drawings to indicate its weight, location and orientation in the structure in order to facilitate correct erection.

Page 103: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 103

ii) All marks shall be positioned so that they are hidden from view or may be removed without marking the concrete surface.

B7.04 STORAGE

i) If precast units cannot be delivered to site and installed directly into their final positions, the contractor shall arrange suitable storage to ensure that no deterioration or damage occurs. Storage shall be on firm supports clear of the ground. The contractor shall submit storage proposals to the Supervisor.

ii) Storage instructions for precast units shall include the storage position, the allowable support points, the maximum height of any stack and any protective measures required.

iii) Unit faces to be exposed in the finished construction shall be protected from mechanical damage, dirt, staining, rust marks or other disfiguration.

B7.05 HANDLING AND ERECTION

i) The contractor shall determine the need for any additional reinforcement or fittings that may be necessary for handling the units until they are incorporated into the structure. The contractor shall make provisions for temporary works purposes and shall make good any inserts, holes etc. used for lifting or other temporary works purposes.

Any inserts or fixings required by the contractor to be cast in the concrete and permanently exposed either externally or within the cavity of the building envelope shall be of stainless steel unless agreed otherwise by the Supervisor. In other conditions, any protective treatment shall be as agreed with the contractor.

ii) The contractor shall ensure that any precast concrete unit to be incorporated into the structure is kept stable in its erected position until such time as the element can safely carry the construction loads without distress. The overall stability of the structure shall be maintained at all times during erection.

B7.06 ALIGNMENT OF PRECAST UNITS

Precast units shall be positioned in the frame to the tolerances given in Section 8, Construction accuracy.

Any deviation from the permitted tolerances shall be evaluated by the contractor who shall submit proposals for remedial work for agreement with the Supervisor.

B7.07 MORTAR

Mortar for bedding precast units shall be made of cement, sand and water in the proportions, by volume, of:

1 part of CEM I Portland cement 2 parts of sand to MSA EN 13139:2002 Aggregates for mortar. The quantity of water required to achieve a mix suitable for the jointing details shown on the drawings shall be determined by the contractor.

No other ingredients shall be added without approval. Mortar designated as dry-packed shall be of such a consistency that it can be properly compacted by ramming.

B7.08 CONCRETE INFILL

The surfaces of precast units shall be thoroughly cleaned and wetted. Concrete shall be placed avoiding segregation, and compacted thoroughly to eliminate voids. Precast units shall be prevented from moving until the concrete infill has gained sufficient strength to ensure stability.

B7.09 COMPOSITE CONSTRUCTION

The surfaces of precast units shall be thoroughly cleaned and wetted. Concrete shall be placed avoiding segregation, and compacted thoroughly to eliminate voids. Precast units shall be

Page 104: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 104

prevented from moving until the concrete infill has gained sufficient strength to ensure stability.

B7.10 CONNECTIONS

Connection details shall be compatible with the design assumptions. Details shall be submitted to the Supervisor by the contractor for agreement.

B8 CONSTRUCTION ACCURACY B8.01 GENERAL

i) The following clauses give the permitted deviations and locations of the structure as defined on the drawings. The location of the reference grids for the overall positioning of the structure shall be agreed by the engineer and the contractor before the structure is set out.

ii) The tolerances given in this section are NOT cumulative. The contractor shall carry

out regular checks on the structure. If an accumulation of tolerances results in a position which is out of tolerance the contractor shall propose remedial measures for agreement with the engineer.

B8.02 SIZE OF ELEMENTS 1 Slab thickness Permitted deviation on slab thickness shall be as follows: Thickness t ∆ mm

__________________________________________ Up to and including 150mm ± 6 mm Over 150mm up to and including 600mm ± 10mm Over 600mm up to and including 1m ± 15mm Over 1m ± 20mm 2 Formed elements

The linear dimension of formed elements shall be accurate to within the following distances (where L is length, height or width of element in the direction considered).

L ∆ mm

_________________________________________ Up to and including 600mm 8 mm Over 600mm up to and including 1.5m 10mm Over 1.5m up to and including 8m 15mm Over 8m up to and including 15m 20mm Over 15m up to and including 30m 30mm Over 30mm 30mm + 1mm per metre or part over 30m B8.03 TWIST OF ELEMENTS

The distance from any one corner to the plane containing the other three corners shall be accurate to within the following:

L ∆ mm

_________________________________________ Up to and including 600mm 6 mm Over 600mm up to and including 3m 10mm Over 3m up to and including 8m 15mm Over 8m 15mm + 2mm per metre or part over 8m B8.04 SQUARENESS OF ELEMENTS Permitted deviation on squareness shall be as follows:

L ∆ mm _________________________________________

Page 105: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 105

Up to and including 600mm 6 mm Over 600mm up to and including 2m 10mm Over 2m up to and including 4m 15mm Over 4m 15mm + 1mm per metre or part over 4m B8.05 POSITION ON PLAN

i) The position on plan of any element of the foundation relative to the intended position shall be accurate to within ± 30mm.

ii) The position on plan of any element above the foundation relative to the intended

position shall be accurate to within ± 10mm measured at floor level.

iii) The position on plan of slab edges relative to the intended position shall be accurate to within ± 10mm measured at floor level.

B8.06 LEVEL OF ELEMENTS

The following tolerances are for surfaces that will receive further levelling finishes and are “pre strike”.

i) Permissible deviation from intended level shall be ± 10mm. ii) The top surface of any foundation shall be within ± 15mm of the intended level. iii) Intersecting beams intended to be at the same level shall be accurate to within ±

10mm. iv) Deviation in level between two points 6m apart shall be less than 15mm. v) Deviation at any point under a 3m straight edge placed at any position on floor shall

be less than 10mm. B8.07 CAST-IN FIXINGS No fixing shall be more than 10mm from the intended position. B8.08 VERTICALITY OF ELEMENTS Plumb over a height including beams or edges above each other shall be accurate to within the following:

Height ∆ mm _________________________________________ Up to and including 1.5m 5 mm Over 1.5m up to and including 2.5m 10mm Over 2.5m up to and including 4m 15mm Over 4m up to and including 8m 20mm Over 8m 20mm + 1mm per metre or part over 8m

(with a maximum of 50mm) B8.09 BOW OF ELEMENTS

i) Unspecified bow measured between extremities shall not exceed the following: Length ∆ mm _________________________________________ Extremities up to & including 1.5m apart ± 5mm Over 1.5m up to and including 3m apart ± 8mm Over 3m up to and including 5m apart ± 10mm Over 5m up to and including 8m apart ± 15mm Over 8m ± 15mm + 1mm per metre or part over 8m (with a

maximum of 25mm)

ii) Permitted deviation to specified pre-camber Specified ∆ Permitted deviation mm ____________________________________________________

Page 106: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 106

Up to and including 20mm ± 5mm Over 20mm and up to and including 40mm ± 10mm Over 40mm ± 15mm B8.10 ABRUPT CHANGES OF CONTINUOUS SURFACES WHERE FINISH IS NOT SPECIFIED

Permitted up to 3mm but at construction or movement joints up to 5mm as measured on the nominal surface of the finish face.

B8.11 CAST-IN FOUNDATION BOLTS Pre-set foundation bolt or bolt groups when prepared for adjustment. Deviation from

specified position. ± 3mm from specified position at top of foundation ± 25mm/-5mm bolt level

Pre-set foundation bolt or bolt groups when not prepared for adjustment (bolts in cones or sleeves).

Deviation from specified position.

± 5mm from specified position at top of foundation ± 25mm/-5mm bolt level 25mm min clearance in cone or sleeve at top of foundation

Pre-set wall bolt or bolt groups when not prepared for adjustment. Deviation from specified position.

± 3mm position in plan and elevation ± 40mm/-5mm in embedment B8.12 COVER TO REINFORCEMENT

Unless otherwise specified, tolerances shall be in accordance with BS 6349: Part 1: 2000, Clause 58.4.9.

B9 SYNTHETIC FIBRE REINFORCEMENT B9.01 MATERIAL

Synthetic Fiber Reinforcement:

1. Material: 100 percent virgin homopolymer polypropylene fibrillated fibers, containing no reprocessed olefin materials.

2. Conformance: ASTM C 1116, Type III. 3. Fiber Length: 12mm 4. Alkali Resistance: Alkali proof. 5. Absorption: Nil. 6. Specific Gravity: 0.91. 7. Melt Point: 160 degrees C

B9.02 SUBMITTALS

Product Data: Submit manufacturer’s product data, including application rate and mixing instructions.

Samples: Submit manufacturer’s sample of synthetic fiber reinforcement.

Manufacturer’s Certification:

Page 107: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 107

1. Submit manufacturer’s certification that synthetic fiber reinforcement complies with specified requirements.

2. Submit evidence of manufacturer’s ISO 9001:2000 certification. 3. Submit evidence of satisfactory performance history of synthetic fiber reinforcement.

B9.03 QUALITY ASSURANCE

Manufacturer’s Qualifications:

Synthetic fiber reinforcement manufactured in ISO 9001:2000 certified facility.

Minimum 10-year satisfactory performance history of specified synthetic fiber reinforcement.

B9.03 DELIVERY, STORAGE, AND HANDLING

A. Delivery:

Deliver synthetic fiber reinforcement in manufacturer’s original, unopened, undamaged containers and packaging, with labels clearly identifying product name, unique identification number, code approvals, directions for use, manufacturer, and weight of fibers. B. Storage:

1. Store synthetic fiber reinforcement in clean, dry area indoors in accordance with

manufacturer’s instructions. 2. Keep packaging sealed until ready for use. C. Handling:

Protect synthetic fiber reinforcement during handling to prevent contamination.

B9.04 EXECUTION

1. Add synthetic fiber reinforcement to concrete mixture in accordance with manufacturer’s instructions.

2. Add synthetic fiber reinforcement into concrete mixer before, during, or after batching

other concrete materials. 3. Application Rate: Add synthetic fiber reinforcement at minimum application rate of 0.9

kg/m3 of concrete. 4. Mix synthetic fiber reinforcement in concrete mixer in accordance with mixing time and

speed of ASTM C 94 to ensure uniform distribution and random orientation of fibers throughout concrete.

D10 BAGWORK FOR UNDERWATER CONCRETE WORKS

D10.1 Bagwork

D10.1.1 Heavy duty hessian sandbags or similar approved bags 360mm x 860mm (14" x 34").

D10.1.2 Bags shall be placed in position by divers and temporarily pegged or weighted as required and

filled with concrete or grout. The open ends shall be secured with metal cable ties or sewn up

immediately before placing.

D10.1.3 Each bag shall be filled in one operation. Day or construction joints will not be acceptable

within any individual bag.

Page 108: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 108

D10.1.4 The bags shall be placed in brick bond fashion and flattened into

position. The open ends of the bags shall be directed away from the outside surface and the spaces between bags and between layers of bags shall be kept as small as practicable. Bags shall not be disturbed after placing.

D10.2 Concrete (or Grout) for Bagwork

D10.2.1 Concrete with a minimum cement content of 450kg/m3 and a minimum grade of C35 shall be

used as bag infill. An anti-washout admixture shall be used within the concrete mix.

D10.2.2 Concrete shall be provided by readymix supplier in accordance with their mix design approved

by the Supervisor prior to commencement of deliveries.

Page 109: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 109

D Service Main Trenches and Ducts To be read in conjunction with Preliminaries, General Conditions and General Requirements. D 1 MATERIALS D 1.1 Generally Comply with other work sections: Work in this specification for external works is wholly or partially specified in other work

sections; comply with those sections in respect of similar materials and workmanship subject to any qualifications and additional requirements given hereunder.

D 1.2 Ducts for pipes or cables Unplasticized PVC pipes to be in accordance with MSA EN 1401-1. D 1.3 Manholes Concrete grade 20 sulphate resistant unless otherwise specified in drawings. D 1.4 Manhole covers Manholes in areas open to vehicular traffic (construction plant) are to be covered with a steel

plate of sufficient thickness. Plates are to be properly secured in the ground. Manholes in areas solely accessible by pedestrians are to be covered with timber boards of

sufficient thickness. Boards are to be properly secured in the ground. D 1.5 Drawlines To the requirements of service undertakers. For all other services 6 mm diameter nylon draw

cord in each length of duct where required. D 2 Workmanship D 2.1 Service trenches Excavate to specified depths and adequate widths for service pipe, cable or duct as follows:

a) Before commencing excavations clear the site along the route of the trenches of rubbish, shrubs, general vegetation etc.

b) Break up and remove surface pavings, etc. If such surfaces are to be reinstated, cut back

to a neat edge to facilitate this. c) Excavate with care in the vicinity of the service authority's main. d) Break up and remove surface beds and pavings, old foundations, disused drains and

manholes and all other obstructions in the ground. e) Enlarge the trenches where necessary for the construction of valve chambers, etc. f) Report any voids, tanks or other potential hazards encountered and seek instructions.

Backfill any voids caused by removing obstructions with hardcore (Type 1) thoroughly compacted or with material as instructed by the Supervisor.

g) Report any existing live services as soon as encountered and protect pending instructions:

notify all authorities concerned. If work proceeds adjacent to live pipes and cables etc., excavate by hand and provide all necessary temporary support and protection. Backfill and compact with equal care.

Page 110: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 110

h) Plug any disused drain pipes cut off at the perimeter of excavations with foundation grade concrete rammed in to refusal (but not less than 300mm).

i) Remove mud, rock projections, boulders and hard spots. Trim level and form an evenly

graded trench bottom.

j) Give notice for Supervisor to inspect trench for each section of the work. k) On completion of service mains backfill to the required levels.

D2.2 Laying ducts D 2.2.1 General

a) Lay straight to line, true to gradient or level on an even continuous bed. b) Clearance between pipesducts where they cross shall be a minumum of 50 mm. c) Space pipes which form multiple cable ducts 100 mm (minimum) apart.

D 2.2.2 Drawlines Leave in position one 6 mm diameter nylon draw cord in each length of duct unless required

otherwise by the service undertakers. D 2.2.3 Seal Ends of pipeducts terminated inside buildings as directed by Supervisor. D 2.2.4 Mortar.Protection

Protect from ingress of debris. During construction, temporarily seal all exposed ends. D 2.3 Pipeduct structural/ protective surround below sea level– concrete D 2.3.1 Location:

Footprint of historical Dock Head Area within underwater backfill material. D 2.3.2 Timing:

To be included in Contractor’s method statement for the approval of Supervisor.

D 2.3.3 Pipeducts:

• Temporary support: To the approval of Supervisor. Prevent flotation. • Height above backfill: 300 mm (minimum).

D 2.3.4 Surround, to full width of trench but not less than 300 mm: • Depth: To a minimum of 300 mm above crown of pipeduct or as shown on drawings.

D 2.4 Pipeduct structural/ protective surround – concrete D 2.4.1 Location:

Close to buildings (where structural stability may be affected by the trench, or where a pipeduct needs protection).

D 2.4.2 Concrete blinding:

Over full width of trench. Allow to set.

D 2.4.3 Pipeducts:

Page 111: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 111

• Temporary support: Folding wedges of compressible board. Prevent flotation. • Height above blinding: 100 mm (minimum).

D 2.4.4 Surround, to full width of trench: • Depth: To 150 mm above crown of pipeduct or as shown on drawings.

D 2.5 Service testing Where services require testing undertake tests before backfilling. D 2.6 Documentation The Contractor is to prepare record drawings and shall submit a digital copy (CAD) together

with two hardcopies to the Supervisor. D 3 PROTECTION D 3.1 Generally

Provide general protection as specified in Part 1, Section C - General Requirements.

Page 112: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 112

D STORM WATER To be read in conjunction with Preliminaries, General Conditions and General Requirements. D.1 GENERAL

All pipe sizes given refer to their nominal bore diameter.

The Contractor must execute the works in accordance to MSA EN 12056, BS 8000 Part 14:1989 and manufacturer’s printed instructions. These instructions along with Manufacturer’s information must be provided with the tender submission.

D.2 MATERIALS

Cement used for the work to be sulphate resistant to BS 4027. Unless otherwise specified.

Concrete grade 20 sulphate resistant mix for beds, manholes etc. unless otherwise specified.

Lean mix concrete not richer than 1.18.

Hardcore to be hard, impermeable incombustible, imperishable and chemically inert material broken down to pass through 100mm ring in all directions and free from fines. Ensure freedom from timber particles liable to spread dry rot.

UPVC pipes to be in accordance with MSA EN1329-1 and MSA EN 1401-1. PE pipes to be in accordance with BS EN 13244-2:2002 Chambers can also be supplied according to BS EN 13598-1.

Plastic pipes having rigid joints specified to have solvent welded joints.

D3 WORKMANSHIP D3.01 General

Set up and maintain an accurately ascertained site datum level on an established benchmark. Agree route, depth and drain gradient with Supervisor. Clearly mark out trench route; (and widths when known) including inspection chamber positions.

Excavate trenches as follows: a. Clear the site along the route of the excavations. b. Break up and remove surface paving, etc. If such surfaces are to be reinstated,

cut back to a neat edge to facilitate reinstatement. c. Programme the excavations so that there is always the shortest time period

possible between trenching and pipe laying. If unavoidable delays occur, protect the trench bottoms or leave a final layer for hand removal.

d. Excavate the trenches to the minimum practicable width but not less than 450mm or 1.5 times pipe diameter plus 250mm, whichever is the greater. Excavate by open cut methods unless otherwise approved. Trench sides to be vertical up to 300mm above top of pipe. Normally acceptable alternatives are described in MSA EN 1610.

e. Remove obstructions. f. Report any voids or live services g. Plug any disused drains h. Form a firm evenly graded trench bottom. i. Remove any soft or hard spots and replace with compacted granular material to

produce a consistent bearing. j. Protect the bottom (e.g. with suitable blinding on pipe bedding) or lay pipes

immediately. k. Enlarge the trench excavations for manhole construction.

Page 113: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 113

l. Keep excavations free from water. m. Keep excavations safe. Remove any trench support progressively as compaction

proceeds.

When laying pipes undertake checks as follows: a. Ensure that pipes are clean, straight, not deformed or damaged in any way and

with factory-applied coating or seals in good condition. b. Check trench bottom for correct gradient with sight rails and boning rod (or

suitable equipment). Trim if necessary. c. Lay pipes to correct line and level by means of boning rods of other suitable

methods. Do not lay more than one pipe in the same trench without approval, including those at different levels.

d. Make changes of direction at inspection chambers unless otherwise specified. e. Support pipes evenly along the full length of the barrels; to facilitate this, and

jointing, form small depressions under each socket or coupling to give approximately 50mm clearance under the pipe.

f. Lay pipes from lowest part of drain run with sockets facing up the fall. g. Do not cover the pipework until it is tested and passed in accordance with BS

8000: Part 14:1989. Testing is to be carried out in convenient sections. Give due notice of testing for witnessing by the Supervisor or his representative

h. Lay pipes supported at least 100mm above the formation on compressible blocks;

hard material may be used if removed as concrete is placed. Join the pipes. i. Place concrete bed at least 100mm each side of pipe. j. Place concrete haunching. k. Surround pipe with minimum 100mm lean mix concrete on all sides. l. Backfill with lean mix concrete. Joint plastic pipes as follows: a. Use of fittings and jointing methods recommended by the manufacturer of each

type of plastic pipework. b. Use the recommended adaptors when jointing to pipes of different materials or

to appliances, etc. c. Make provision for thermal movement. At push-fit joints push the pipe fully in

and slightly withdraw (about 5mm). Use slide-fit pipe brackets at suitable spacings.

d. Obtain approval before making any joint or using any fitting not included in a

manufacturer’s range. e. When solvent welded joints are used, insert sufficient ring joint fittings to

permit thermal movement. Construct Masonry Blockwork chambers as follows:

a. Commence as soon as connecting drains are tested and approved and construct

in one continuous operation until completed. Do not construct any chamber

Page 114: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 114

smaller than the minimum sizes given in Table 8 of BS 8301. Build the sides directly off the concrete base. Use cement mortar (1:1.25:3).

b. Flush up all joints to ensure chambers are watertight. c. Build in pipes flush with internal face and provide lintels over pipes 225mm

diameter or larger. d. Point the joints with a neat flush joint as the work proceeds. e. Cast or pre-cast a reinforced concrete cover slab with rebated opening for the

inspection cover. f. Bed the inspection cover frame in cement mortar (1:3) with the cover in position

to prevent distortion (except when heavy covers are used) and neatly haunch all round. If necessary raise the frame to required levels on additional course(s) of brickwork.

g. Bed the cover in grease manufactured for this purpose.

Backfilling to be commenced only after concrete has hardened and compacted at 200mm deep layer intervals with mechanical equipment.

Work on existing drains as follows: a. Carefully excavate and locate existing drains scheduled for new connections. b. Inspect existing drains as uncovered and report the condition if other than

satisfactory. c. Provide suitable diversions of shut-off periods before cutting into any live drains. d. Carefully cut into the existing pipework and disinfectant as necessary. Provide

all necessary new pipe lengths, saddles, double sockets or other means of making connections, joint and test as specified.

e. Carefully cut into the existing side, taking care not to cause damage beyond the

area being cut. Cut away benching, insert channel (s) as required, connect the new pipe(s) and make good all work distributed.

f. Backfill around existing drains with the same care specified for new pipework.

Page 115: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 115

E WATER FEATURES E 1 SCOPE OF WORK This specification relates to the manufacture, works testing, supply and delivery to site,

erection, connecting-up, site testing, adjusting and commissioning of the equipment as detailed below for the first phase of the works pertaining to the water feature at the Dock Head, in ‘Dockyard Creek, Cospicua’

E 2 RELATED DOCUMENTS This Specification shall be read in conjunction with the Conditions of Contract and any

supplementary specifications, schedules and drawings issued with it. In the event of a discrepancy between the Specification and its related documents the Tenderer must inform the Supervisor.

E 3 REGULATIONS The installations shall comply with all the relevant statutory instruments and regulations

current at the date of Tender, and in particular with the following: E 3.1 The IEE Regulation for the Electrical Equipment of Buildings.

E 3.2 All applicable current MSA or EN/British Standards.

E 3.3 Any special Health & Safety and Electrical regulations issued by the

Local Authority. E 4 ELECTRICITY SUPPLY Unless otherwise indicated all apparatus and wiring shall be suitable for use with a 1-phase,

3-wire, 230 volt or 3-phase, 4-wire & earth, 400v 50Hz earthed neutral system. CP1013 for earthing. Note, mains supply shall be 3-phase. Since several single phase pumps will be connected, contractor must balance loads.

E 5 EXTENT OF WORKS

The works shall comprise the whole of the labour and materials necessary to form a complete installation (referred to as ‘Phase 1’) and such tests, adjustments and commissioning as are prescribed in subsequent clauses and as may otherwise be required to give an effective working installation to the satisfaction of the Supervisor. All plumbing shall be pressure tested to 4 bar for 8 hrs, prior to concrete works. All pipe ends to be plugged with completion of water feature works. All pipes through reservoir walls shall be puddle-flanged.

Page 116: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 116

The words `Complete Installation’ shall mean not only the major items of plant and equipment conveyed by this specification, but all the incidental sundry components necessary for the complete execution of the works and for the proper operation of the installation, with their labour charges, whether or not these sundry components are mentioned in detail in the tender documents issued in connection with the contract. No extra cost will be allowed once the contract is let for any omission in this respect.

In the Water Feature General Description, a complete picture of the whole installation is given. This is done so that the reader understands what the ultimate goal expected by the Client should be. However, the works shall be executed in two phases, and in two distinct tenders/works contracts. Although sufficient explanations have been given for the bidder to understand which items form part of phase 1 and phase 2, the bidder may submit queries using the appropriate channels and procedures where he feels some issue may be unclear.

E 6 SPACE FOR PLANT

The contractor shall ensure that all the plant and equipment to be supplied by him can be installed in the available space and that there is adequate access to admit all plant and equipment to its position and for maintenance. On signing of the contract, the tenderer shall take in hand the duty of providing further details to the Supervisor and follow the construction of the water feature in order to install fixed equipment such as basin drain, inlets, etc., throughout.

E 7 COMMENTS BY THE TENDERER Any comments by the tenderer on the efficiency of the design, the availability of the plant and equipment, materials and labour and the time required for the completion of the work shall be made in writing when the tender is returned. The tenderer may opt to offer alternatives, which should however provide the same required end result. The alternatives would be considered only if they provide simpler solutions, better performance, overall improvement, same quality and reliability, and no increase in cost.

E 8 DRAWINGS

E 8.1 GENERAL

Unless otherwise indicated, the contractor shall provide the following drawings to the satisfaction of the Supervisor:

• Two sets of proposed layouts, indicating general description of the service, and showing

routing of services, location of equipment, and pipe work, capacities and type of plant and equipment proposed, size and type of cables, distribution system and any other detail which would clarify the intent of works the contractor is tendering for. The set shall comprise of the following drawings:

a. Water Feature Distribution Layout. b. Lighting and Power installation Layout. c. Water Feature Pump-pipes arrangement works Layout. d. Electrical Distribution Diagrams.

• Four sets of Builder’s work drawings, and other details.

• Four sets of detailed Pump-pipes arrangement drawings and other details • Four sets of drawings of any variations approved by the Supervisor. • Four complete sets of purpose-made diagrams detailing separately all the composite

electrical circuit and wiring layouts within the installations.

The first set of drawings as detailed above shall be sent enclosed with the tender and shall form part of the contractor’s offer.

Page 117: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 117

The second set of drawings as detailed above shall be sent to the Supervisor not later than and within five weeks of the acceptance of the tender or such other time as agreed by the Supervisor.

E 8.2 BUILDERS’ WORK DRAWINGS Builders’ work drawings shall show, fully dimensioned in metric units, all foundations, bases,

plinths, trenches, drains, holes required and the overall sizes and mass of the plant concerned. With the agreement of the Supervisor, opening holes, fixings etc., other than in plant rooms, may be marked out on site instead of on drawings.

E 8.3 ELECTRICAL DIAGRAMS

• Composite circuit and layout diagrams for electrical services shall detail not only all circuitry within control panels, but also connection diagrams for all external equipment, such as starters, control devices, together with all interconnecting wiring from the main point of supply onwards and all terminal markings.

• The size and types of all cables shall be indicated on the layout diagrams, together with the

ratings of all such items as MCB’s, fuses, switches, etc. • Circuit diagrams shall, where possible, be so arranged that the main sequence of events is

from left to right and top to bottom of the diagram. Diagrams shall generally comply with BS 3939.

• If abbreviations are used for the designation of components and integral schedule shall be

provided on the drawings to explain the meaning of the abbreviations. • A print of each of the composite circuits and layout diagrams shall be fixed securely to the

inside of the hinged front of the main electrical panels, as appropriate, or in such other positions as maybe agreed with the Supervisor, and shall be protected by non-flammable transparent material. Where inadequate space exists the prints shall be suitably reduced in size.

• Individual circuit and layout drawings from components manufacturers will not be accepted

in lieu of composite diagrams. • PLC Logic diagrams, and programs description shall also be included.

E 8.4 ‘AS INSTALLED’ DRAWINGS

• The contractor shall provide `As Installed’ drawings on completion of the work and as a condition precedent to the certification by the Supervisor that the work is complete.

• Each drawing shall be in accordance with BS 308, Part 1 and shall be digital CAD format and

two sets of hardcopies • During the course of the works the contractor shall maintain a fully detailed record of all

changes from the tender drawings to facilitate easy and accurate preparation of the `As Installed’ drawings and to ensure that these drawings are in all respects a true record of the installation.

• The drawings shall show:

a. The complete installation, including the sizes and runs of all pipe work. b. The precise location of all pipe work which is buried within the structure and those

sections of any external distribution pipe work which are laid solid in the ground. c. Any special thermal or other protecting envelopes around services which are buried. d. The geographical location and identification number of each circuit control valve in

accordance with the labeling and circuit control diagram required by clause. e. The names of the manufacturers, model and type numbers and all details of duty and

rating of all items of plant.

Page 118: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 118

f. The following details:

• the position of all apertures; • the size and type of all cables; • the size and type of conduits and trunking and number of cables enclosed

therein; • circuit identification and loading; • routes of all cables run in ducts and positioning of any joints; • schematic and wiring diagrams of systems not covered by the main installation

drawing.

g. The contract number, the name of the contractor and the date of installation.

E 9 OTHER INFORMATION The contractor shall prepare for submission with the tender manufacturer’s technical data

giving full information as to dimensions, material, performance and all information pertinent to the adequacy of the equipment proposed by himself for the approval of the Supervisor.

The manufacturer’s technical data shall cover the major equipment and plant, light fittings

and electrical panels, etc. These are listed in the List of Manufacturers in the Appendix. Name, size catalogue numbers and references shall be clearly marked to indicate the

particular item. E 10 PAINTING & LABELLING Any steel works (brackets, supports, cable trays, walk over platforms, etc.) shall be hot dipped

galvanized, then primed and painted with two coats of paint (colour to be defined by Supervisor).

The contractor shall ensure:

• That surfaces are cleaned before they are painted; • That those parts of the installation required to be left unpainted (e.g. brass work, plastics,

etc) shall be so left; • That the pipe work services are correctly identified in order to facilitate the use of approved

paint of the correct colour to comply with BS 1710 and the Supervisor’s instructions. • All equipment and pipe work, cabling, etc. shall be well labelled.

Continues:

Page 119: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 119

E 11 DOCK HEAD WATER FEATURE E 11.1 GENERAL DESCRIPTION (COMPLETE WATER FEATURE) Items pertaining to Phase 1 (this tender) shall be labelled accordingly This water feature has two aspects to it. The first involves a rectangular excavated pit, which

includes an ‘original’ stone, old staircase descending into the sea. Although this pit is somehow interconnected with the sea close-by, there is a necessity for circulating and ‘changing’ the water. A sea water-rated surface pump shall be installed inside a fibreglass tank nearby, and it shall pump away sea water to the sea via a small-bore pipe. Meanwhile, ‘new’ sea water shall re-enter (by gravity) the pit via a 110mm pipe which shall connect directly to the open sea in the dock. Strainer cages shall be placed to prevent waste matter to clog the pump / pipes. (these are all phase 1 works)

The other part of the water feature consists of two walk-through illuminated and variable

height fountain jets, and two powerful pond foggers. (these are all phase 2 works).These shall be housed beneath the decking, in two distinct fibre glass lined pits which are interconnected for water level equalizing. The pits may overflow to the sea, particularly during rainfall, when excess surface run off water may reach these pits. (the tanks and relevant pipework are part of phase 1 works)

The pits shall consist of glass reinforced fibre tanks, some details of which have been proposed

in the drawings, but further studies and construction drawings are to be defined by the water feature contractor, and liaised with the architects, during construction planning. (these are all phase 1 works)

The contractor must detail all levels, dimensions, seals, penetrations, excavations and

builder’s work necessary. The water feature shall operate in one of three ways:

• Vertical water jets ONLY, of variable, playing or fixed height • Constant height vertical water jets AND fogging effect • Fogging effect only

The operation of these shall be programmed and set according to the operator’s requirements. There shall be 2 in number electrical control panels. The one to be provided in phase 1 shall

power up and control the surface pump and the sump pump which provide circulation of the sea water.

The phase 2 control panel shall power up and control the jets pumps and foggers, the lights,

the chlorination dosing system, the mains water top-up timer & solenoid valve. Contractor to read drawings carefully. Contractor to submit ‘his own’ work shop drawings,

clearly showing all plumbing and electrical lines. E 11.2 SUBMERSIBLE WATER JET PUMP UNIT (Phase 2) A combined unit incorporating submersible pump, water jet nozzles and lights set as shown on

the architectural drawings shall be supplied. The positioning of the nozzles is particular to the floor finishes and draining pattern. The floor finishes in the area of the fountain shall be laid to falls with a slight gradient towards the fountain pumps. A reservoir / GRP tank shall lie beneath the fountain, and water shall be drawn by the submersible pumps which have the nozzle, RGB-LED lights and floor mounting plate complete of drain slots, as detailed in the drawings. The pumps shall be mounted on special levelling blocks so as to set the correct finish. The pumps will be appropriately anchored. Contractor / supplier shall specify traffic load that these pumps can withstand. The architectural detail provided in the tender shall be studied, in conjunction with levels, construction, materials, etc.

The pump-nozzles shall incorporate drain slots and removable top plate for repairs and

maintenance.

Page 120: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 120

Each pump shall be individually wired directly to the control panel. The pumps shall be specially designed to produce vertical water jets at varying heights, intermittently and with varying coloured lighting, all controlled from the PLC built-into the control panel.

Contractor shall submit a detailed description of the fountain jet performance programs pre-

set in the controller. The lights would come on during dark hours only. This would be set onto a timer control mode. The make-up water shall be chlorinated locally via an in-line venturi type, settable dispenser,

installed at the bottom of the control panel, on the mains water top-up line. The contractor shall also provide a floating chlorine table dispenser, to be placed in the GRP tanks.

The pump units shall be complete of outer sleeve, top stainless steel plate with dismantling

screws, circular drain slots, 1 x ½” nozzle; red, green, blue (RGB) LED lamps, and stainless steel submersible pump.

The contractor shall submit full specifications for the above unit, in particular, its performance

curve, power absorbed, maximum starts-per-hour, and the electrical protection devices (such as thermal overload) supplied in the control panel.

The water jet is required to operate at varying heights between 30cm and 2.0m Expected motor power rating for these pump: 1.5kw -1ph – 50Hz Main features:

• Robust stainless-steel construction • Easy maintenance • IP68 submersible lights & pump • AISI304 stainless steel grade • High impact resistance & anti-vandal protection • Good corrosion resistance • Customized programmed performance • Capable of working in groups as modular, choreographed or synced, possibly with

music to provide shows • Jet to be cascade or geyser or foam type • To include adjusting valve • Swivel connector • 2-stage strainer

Lighting power: max. 60 watts.

E 11.3 PIPE WORK (Applies to both Phase 1 & Phase 2) Source water supply pipe work shall be in 22mm dia. polybutelene push-fit type or 25mm dia.

high density polyethylene or PP-R pipe. The pipe shall be run buried in an appropriate manner such that no damage would be made to it by other trades or by the children playing in the area.

All other pipe work may be in heavy gauge uPVC (PN6) solvent weld type as used on swimming

pool installations. The contractor is advised to review carefully all drawings, those pertaining to the Architectural

features and those describing the water features and equipment. Should the contractor wish to submit different equipment to that specified, he may do so subject to approval. The contractor must substantiate reasons for changing equipment, yet maintaining the original concept. The contractor may ask for clarifications at the appropriate time.

The contractor must submit details as listed in the ‘sample and specification’ list.

Page 121: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 121

E 11.4 CONTROL PANELS Contractor shall manufacture and certify two electrical control panel to perform the following

control operations: Phase 1 Panel

• Power up, protect (thermal & dry running) the sea water surface pump used for circulation. • Control the above by timer • Power up sump pump in same compartment above. • Provide earth leakage and other safety switchgear.

Phase 2 Panel

• Via PLC, control the 2 submersible pumps, to produce a ‘dancing’ cascade jets effect, of varying heights between 0.3 and 2.0m, in a pre-set array programme.

• Via PLC, control the 2 submersible pumps, to produce a ‘dancing’ cascade effect following a musical input. (liaise with third parties re the music source and loudspeaker location)

• Operate the pond foggers. • Operate the fountain on a timer based schedule. • Activate the illumination system, during dark hours via a timer • Include in-line chlorinator on the top-up mains pipework • Include mains top up timer controlled solenoid valve • Control panel shall include mechanical extractor fan to run 24x7.

Submit circuit diagram and all details pertaining to the electrical works in connection with the control panel. Include certification, testing report and safety checks carried out.

E 11.5 GRF TANK/S (Phase 1) Provide a reinforced and ribbed GRF tank suitable for burial as indicated on drawings. The tank

may be required to be weighted down using concrete, due to its base level being below the mean sea water level. The tank shall be sized according to the various items it shall house, i.e. the fountain pump, pond fogger, ball float valve, overflow pipe, drainage water (returns). Full design and specification must be submitted by the contractor, including a method statement of how this tank shall be installed on site so that there will be a seamless joint with the rest of the civil works. All pipe entry/outlets shall be in flanged fibre reinforced, water tight PVC and cable entries shall include marine grade water tight grommets. Temporary covers for the GRP tanks shall be provided in phase 1

E 11.6 POND FOGGER (Phase 2) The pond fogger shall be suitable for exterior/outdoor operation, and capable of emitting a

magical, dry ice-like fog effect in seconds. The pond fogger shall use ultrasonic sound waves, not chemicals, and shall be safe for any person who may be touching the water. It shall have multiple openings. It shall include a floating ring and outdoor transformer. The unit shall not heat or cool the water - fog is created using only ultrasonic technology. This unit shall be suitable for running continuously for approximately 4-5 hours while submerged in up to minimum 200mm of water.

E 11.7 SEA WATER PUMP & SUM PUMP (Phase 1) This shall be a (swimming pool type) surface pump (c/w strainer basket) suitable for operation

with chemically neutral, slightly contaminated sea water, with possible maximum grain size of 10mm dia.

Pump shall include float switch link and controls. In this application, the float switch shall

protect pump from running dry. Otherwise, so long as there is a return of sea water into the nearby pit, the pump shall run continuously. A timer control and thermal overload protection shall be included in the control panel.

Page 122: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 122

The pump shall include plastic housing and noryl impeller/s and stainless steel AISI 316L shaft. The manufacturer shall clearly state that this pump is suitable for sea water application and for continuous running applications.

The motor shall be single phase, and adequately protected (IP55). Cable supply shall include

earthing. The cable shall be Marine grade. Switchgear shall include all necessary safety cut-outs.

All bearings shall be grease-lubricated, sealed for life. Head: 1.2 Bar Flow : 9m3/hr Power : 1100watts x 1phase x 240v x 50Hz Minimum cable length: 10m x HO7RNF_Marine grade The pump shall be installed on a ‘shelf’ within the GRP tank, which includes suction and

discharge water tight pipe work, however a sea water rated sump pump shall also be installed at the bottom of the GRP tank, to provide emergency water removal, if the need arises, thus preventing the surface pump to get wet.

Page 123: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 123

Part 2 –The Contractor’s Technical Offer

Page 124: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 124

VOLUME 4 - FINANCIAL BID

D O C K Y A R D C R E E K C O S P I C U A S O U T H S I D E D O C K H E A D

C I V I L WO R K S

Preambles to Bill of Quantities

TABLE OF CONTENTS

o Method of Measurement

o Descriptions

o Composite Items

o Units and Symbols

o Abbreviations

o Definitions

o Dayworks

o Preliminaries

Page 125: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 125

Method of Measurement • Remeasurement shall be carried out in accordance with the 'Standard Method of Measurement of

Building Works - SMM7, Seventh Edition Revised 1998, incorporating Amendments 1 + 2', Drawings and Specifications.

• All rates are to include the coverage of items stated in the Bill of Quantities and in accordance with the

'Standard Method of Measurement of Building Works - SMM7, Seventh Edition Revised 1998, incorporating Amendments 1 + 2', Drawings and Specifications.

• All quantities are to be measured net to the nearest whole unit. Work shall be measured net as fixed in

position except where otherwise stated in a measurement rule to the work. • Quantities measured in tonnes shall be given to two decimal places. Other quantities shall be given to

the nearest whole unit except than any quantity less than one unit shall be given as one unit. • Measured Items are deemed to be ‘supply and fix’ unless otherwise stated. Dimensions used in

calculating quantities shall be taken to the nearest 10 mm (I.e. 5mm and over shall be regarded as 10 mm and less than 5mm shall be disregarded)

• The units and classifications as stated in the bills of quantities shall prevail over the standard method of

measurement unless specifically agreed otherwise. Descriptions • Dimensions stated in descriptions are generally in the sequence length, width, height. Where ambiguity

could arise, the dimensions shall be identified. • Headings and sub-headings in the bills of quantities shall be read as part of the descriptions of the items

to which the headings apply. • The use of a hyphen includes the range of dimension between and the two dimensions stated. • Unless otherwise specifically stated as excluded in a Bill of Quantities or herein, the following shall be

deemed to be included with all items: a) Labour and all costs in connection therewith. b) Materials, goods and all costs in connection therewith. c) Assembling, fitting and fixing of materials and goods in position. d) Plant and all costs in connection therewith. e) Waste of materials. f) Square cutting g) Establishment charges, overhead charges and profit. Composite Items Work to be manufactured off site may be combined with another to be fixed on site into one item even though the rules require the items to be measured separately. Items shall be deemed to include breaking down for transport and installation and subsequent re-assembly etc. Units and Symbols The following units, symbols and abbreviations are used in this method of measurement and bills of quantities:

m metre

m2 square metre

m3 cubic metre

mm millimetre

nr number

kg kilogramme

Page 126: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 126

t metric tonne

h hour

LS Lump Sum

PS Provisional Sum

> Exceeding

< less than

% Percentage

- Hyphen

€ Euro Abbreviations

min. Minimum

n.e. not exceeding

MEPA Malta Environment & Planning Authority

BOQ Bill of Quantities

Approx. Approximate or Approximately

HCB Hollow Concrete Blocks

Drg Or Drw - Drawing

uPVC Unplasticised Polyvinyl Chloride

GRP Glass Reinforced Plastic

Definitions Any references in the Bills to Specifications and/or Drawings are for convenience only and in pricing the Bills the Contractor is to take into account all relevant requirements of the Specifications and Drawings. The terms "include", "is included', "including" and similar, are used to indicate that the materials or items in question shall not be measured as separate items, but their costs are to be included in the rate of the item in which they occur. The word "extra" or "extra over" used in the Bills means the additional cost of the work in question over and above the cost of items already measured. Dayworks

Where the work cannot be properly valued by means of measurement, contemporary records are kept by the contractor and duly signed and approved by the Supervisor for payment purposes. The use of dayworks for payment purpose is at the discretion of the Employer or his representative. All daywork rates for labour shall include and take into account supervision, insurance, overheads, and equipment (other than mechanically operated equipment), profit, etc. All day work rates for mechanical equipment shall include and take into account operators and attendants, fuel and power, lubricating oils, maintenance, sharpening of tools, replacement of spare parts, consumables, costs of licences, insurance, etc. All Daywork hourly rated items are to be measured for the duration of use for the purposes of the project and will exclude travel time to arrive at the site by staff equipment, idle time & rest time. Contractor is to give sufficient evidence to the Supervisor of the activities to be undertaken for approval prior to commencement of the works.

Page 127: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 127

Preliminaries The pricing of the Preliminaries section shall include for all the obligations, liabilities and services required by the Contract, as well as all other sundries which have not been included in other sections of the Bill of Quantities. Zero rates in the Preliminaries section shall mean that relative costs are already included within other rates of the Bill of Quantities.

Page 128: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 128

Item

Description Quantity Unit Rate Amount

Dock Head Part 01

A Preliminaries / General conditions

A10 Project Particulars Name, nature and location

Project: Lanscaping Works at Dockyard Creek Works: Dock head, Civil Works Location: Dockyard Creek, Bormla Names and addresses of Employer Client: Ministry for Infrastructure, Transport

and communications Address: Millennia Building, Level 1

Aldo Moro Road Marsa MRS 9065 Malta

Page 129: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 129

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A12 The site / existing buildings Site Boundaries

A1201 As indicated on Drawing ref. M187aT0021 1 Item Site Status

A1202 Some works have been carried out on site by

previous contractor; the Tenderer is requested to visit the site before pricing items in this Bill of Quantities 1 Item

Existing Buildings and structures on or adjacent

to the site

There are known existing old buildings and structures at close proximity of the site. It is the Contractor's responsibility to visit the site and ensure that these buildings and structures shall have no influence on the smooth running of the project.

A1203

Particular attention to be paid to the protection of historical structures and features in cluding British Buildings, Gate house, existing old hard stones and existing culvert, crane rails and cannon bollard 1 Item

Existing Mains / Services There are known existing services in the site

A1204 It is the Contractor's responsibility to take

all reasonable measures to ensure that any disclosed or undisclosed services are reported to the relevant Authorities as soon as these are uncovered and to ensure that adequate safety precautions are in place 1 Item

Access to the Site As indicated in the relevant section and by

Supervisor The Contractor is reminded that other

Contractors might be working on adjoining areas, and full collaboration and cooperation between Contractors shall be required

A1205 The Contractor is strongly advised to

visit the site and acquaint himself with all constraints on access which may occur. 1 Item

Page 130: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 130

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

Parking Observe parking restrictions currently in

force

A1206 as directed by the Supervisor 1 Item

Use of the site Do not use the site for any purpose other

than:

A1207 carrying out the works 1 Item

Surrounding land/ building uses Adjacent or nearby uses are

A1208 strictly to be advised by the Supervisor 1 Item

Page 131: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 131

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A31 Employer's Requirements: Provision, content and use of documents

Employer's requirements or limitations Construction drawings

A3101 The Employer will provide construction documents as stipulated in the Contract or as agreed with the Supervisor 1 Item

Revised construction drawings

A3102 The Employer will provide revised construction documents as stipulated in the Contract or as agreed with the Supervisor 1 Item

Shop Drawings

A3103 Where indicated in the contract documents,

the Contractor shall provide hard copies and one data copy of all necessary shop, builder's and manufacturer's drawings and method statements or the like for the Supervisor's approval; type and format of data to be agreed. 1 Item

As build drawings

A3104 Where indicated in the Contract documents, the Contractor shall provide as built drawings to the satisfaction and approval of the Supervisor 1 Item

Development Permit

A3105 The contractor shall comply with all conditions of the planning Authority's permit ref. PA 2002/09 1 Item

Availability of Approved plans

A3106 The contractor must provide space where

copies of the approved plans may be housed on site, and must cooperate with all MEPA and Employer's staff, providing access to them on the site at all reasonable times.

Page 132: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 132

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A34 Employer's Requirements: Security / Safety / Protection

Noise and pollution control Contractor is to make provisions against

noise, dust contamination and any form of pollution to adjacent areas for the duration of the works.

A3401 Fixed charge 1 Item Or

Time-related charge

A3402 ____ weeks @ € _____ per week 1 Item

Roads and footpaths Maintain road and footpaths within and

adjacent to the site and keep clear of mud and debris

A3403 Fixed charge 1 Item Or

Time-related charge

A3404 ____ weeks @ € _____ per week 1 Item

Works adjacent to services: comply with service authorities and statutory undertakers recommendations

A3405 Fixed charge 1 Item Or

Time-related charge

A3406 ____ weeks @ € _____ per week 1 Item

Security Take adequate precautions to safeguard the

site, the works and materials from damage and theft

A3407 Fixed charge 1 Item Or

Time-related charge

A3408 ____ weeks @ € _____ per week 1 Item

Page 133: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 133

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

Disposal of hazardous waste Carefully dispose of all hazardous materials

as specified in the tender/contract documents and in compliance with the relevant legislation in force

A3409 Fixed charge 1 Item Or

Time-related charge

A3410 ____ weeks @ € _____ per week 1 Item

Protection of the sea Prevent spillage of oil, dust, chemical and

solid matters in the sea

A3411 Fixed charge 1 Item Or

Time-related charge

A3412 ____ @ € _____ per week 1 Item

Waste handling and disposal Includes: Rubbish, debris, spoil, containers

and surplus materials; Keep the site and the works clean and tidy at all times

The contractor shall comply with the provisions of Legal Notice 337 of 2001, Waste Management (Permit and Control) Regulations and Legal Notice 106 of 2007, Waste Management (Activity Registration) Regulations. In particular waste material generated shall, if not reused, be deposited at facilities approved by MEPA.

A3413 Fixed charge 1 Item Or

A3414 Time-related charge ____ @ € ______ per week 1 Item

Electromagnetic interference Prevent excessive electromagnetic

disturbance to apparatus outside the site

A3415 Fixed charge 1 Item Or

Time-related charge

A3416 ____ weeks @ € _____ per week 1 Item

Page 134: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 134

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

General Site management Comply with General Site Management

Practice requirements that form part of the Specifications (unless covered elsewhere in the Preliminaries)

A3417 Fixed charge 1 Item Or

Time-related charge

A3418 ____ weeks @ € _____ per week 1 Item

Health and Safety Comply with General Health and Safety

Provision requirements that form part of the Specifications (unless covered elsewhere in the Preliminaries)

A3419 Fixed Charge 1 Item Or

Time-related charge

A3420 ____ weeks @ € _____ per week 1 Item

Comply with Occupational Health and Safety Authority Act 2000 and any subsequent legislation

A3421 Fixed charge 1 Item Or

Time-related charge

A3422 ____ weeks @ € _____ per week 1 Item

Fire prevention Prevent personal injury, death and damage

to the works and other property from fire

A3423 Fixed charge 1 Item Or

Time-related charge

A3424 ____ weeks @ € _____ per week 1 Item

Page 135: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 135

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A36 Employer's Requirements: Facilities/ Temporary works/ Services

Surveys

Carry out photographic survey of exsting site prior to commencement of the Works and all surveys required for setting out of the works and in/out-surveys for agreeing re-measurement; including providing and erecting permanent setting-out marks of the quantity and quality as per specifications or as required by the Supervisor

A3601 Fixed charge 1 Item Or

Time-related charge

A3602 ____ weeks @ € _____ per week 1 Item Temporary signs, screens and roofs

Where indicated in the contract documents, provide and obtain approval of a temporary name board displaying the project's information, as indicated or as required by the Supervisor or relevant Authority

A3603 Fixed charge 1 Item Or

Time-related charge

A3604 ____ weeks @ € _____ per week 1 Item

Page 136: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 136

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A40 Contractor's general cost items: Management and staff

Provision and management of staff Generally

A4001 Fixed charge 1 Item Or

Time-related charge

A4002 ____ weeks @ € _____ per week 1 Item

Page 137: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 137

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A41 Contractor's general cost Items: Site accommodation

Site accommodation / Compound and offices

Unless otherwise provided by the Employer, design, construct and install contractor's compound including offices, storage areas, shelters, services etc... and remove on completion of the works; all to the Supervisor's approval

A4101 Fixed Charge 1 Item Or

Time-related charge

A4102 ____ weeks @ € _____ per week 1 Item

Page 138: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 138

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A42 Contractor's general cost items: Services and facilities

Temporary Services Provide, maintain, alter, adapt and remove

all necessary temporary services including fresh water, compressed air, electrical supplies etc…

A4201 Fixed charge 1 Item Or

Time-related charge

A4202 ____ weeks @ € _____ per week 1 Item

Provide Sources of temporary water and electricity on the site, including distribution, maintenance, fittings, appliances and cost of consumption

A4203 Fixed charge 1 Item Or

Time-related charge

A4204 ____ weeks @ € _____ per week 1 Item

Lighting

Provide adequate temporary lighting to internal and external areas of the site consistent with Health and Safety requirements and with good working practices; ensure all working areas and escape roots are adequately lit at all times

A4205 Fixed charge 1 Item Or

Time-related charge

A4206 ____ weeks @ € _____ per week 1 Item

Fuels Generally

A4207 Fixed charge 1 Item Or

Time-related charge

A4208 ____ weeks @ € _____ per week 1 Item

Page 139: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 139

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

Safety, health and welfare Provide, maintain and remove all necessary

first aid facilities in accordance with the Specifications and with relevant legislation in force

A4209 Fixed charge 1 Item Or

Time-related charge

A4210 ____ weeks @ € _____ per week 1 Item

Sanitary facilities

A4211 Provide and remove adequate common sanitary facilities 1 Item

Storage of materials Generally; unless otherwise provided by the

Employer

A4212 Fixed charge 1 Item Or

Time-related charge

A4213 ____ weeks @ € _____ per week 1 Item

Cleaning

Continuously keep the site and immediate surroundings clean and in a workmanlike condition free from debris, surplus materials and other type of loose matter which could disturb the proper conditions of any roads or adjoining buildings and structures

A4214 Fixed charge 1 Item Or

Time-related charge

A4215 ____ weeks @ € _____ per week 1 Item

Page 140: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 140

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

Protection of works in all sections

Protect at all times the whole of the works including providing fences, gates, hoardings, screens, fans, planked footways, guardrails and similar items as required and as deemed necessary at all times by the Supervisor

A4216 Fixed charge 1 Item Or

Time-related charge

A4217 ____ weeks @ € _____ per week 1 Item

Keep the site and the works free of seeping water and drain away surface water

A4218 Fixed charge 1 Item Or

Time-related charge

A4219 ____ weeks @ € _____ per week 1 Item

Provision of small plant and tools Generally

A4220 Fixed charge 1 Item Or Time-related charge

A4221 ____ weeks @ € _____ per week 1 Item

Page 141: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 141

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

Building file Allow for providing and continuously

updating a detailed diary of log all the works, as per Contract documents including:

Site labour force, Materials used, Plant

used Weather conditions etc.

A4222 Keep all data in an orderly manner in a

Building File 1 Item

Permits and license fees Allow for applying for and obtaining any

permits and licenses necessary to carry out the works, including any associated costs

A4223 except where indicated in the contract

documents that such items will be at the Employer's cost 1 Item

Allow for applying for and providing mains

supply meter from Enemalta, including any associated costs

A4224 except where indicated in the contract

documents that such item will be at the Employer's cost 1 Item

Page 142: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 142

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A43 Contractor's general cost items: Mechanical Plant

Mechanical plant All plant and transportation means necessary

to carry out the works

A4301 Fixed charge 1 Item Or

Time-related charge

A4302 ____ weeks @ € _____ per week 1 Item

Page 143: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 143

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A44 Contractor's general cost items: Temporary Works

Temporary works allow for all temporary roads, walkways,

scaffoldings and propping, fencing and hoardings

Generally

A4401 Fixed charge 1 Item Or

Time-related charge

A4402 ____ weeks @ € _____ per week 1 Item

Traffic regulations and diversions

A4403 Fixed charge 1 Item Or

Time-related charge

A4404 ____ weeks @ € _____ per week 1 Item

Page 144: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 144

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

A60 Ancillary Items Provision of any other facilities and

obligations

A6001 deemed necessary and/or included in Conditions of Contract not otherwise listed in these preliminaries and Bill of Quantities 1 Item

Page 145: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 145

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

C Existing Site/buildings/services

C90 Alterations - Spot Items Remedial works to existing structures Existing reinforced concrete beam/wall

(approx. 17.5m long) cutting existing exposed/uncovered bar

reinforcement including cleaning and treatment of bar ends using approved material

C9001 as per detail E, drg M187aS310 or as

directed by the Supervisor; including carting away 1 Item

Saw-cut top concrete surface of existing

beam/wall

C9002 as per detail E, drg M187aS310 or as directed by the Supervisor; including carting away 1 Item

Existing reinforced concrete shaft as per

Section B1 drg M187aA303 remove existing formwork and construct part

of reinforced concrete wall including all necessary formwork, reinforcement and making good

C9003 approx. 2.0m deep underwater; as shown

on drawings 1 Item

Page 146: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 146

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

D Ground Work

D20 Excavating and filling Site preparation Clearing site from debris General cleaning and clearing of the site

area as shown on Drawing ref. M187aT0021;

D2001 load, transport any debris and materials (left by others) within site boundaries, and dump in approved dumping site including dumping fees 1 Item

Cleaning existing culvert ready to receive pipe network and concrete

(pipes and concrete measured separately)

D2002 Care to be taken under and around existing steel rails 1 Item

Excavating To reduce levels Maximum depth n.e. 4.0 m

D2003 in any type of material; including temporary support and working space; as specified 148 m3

Pits Maximum depth n.e. 4.0 m

D2004 in any type of material; including temporary support and working space; as specified 9 m3

Extra over any type of excavating irrespective

of depth Excavation below mean sea level (MSL)

D2005 as per drawings and specifications 68 m3 around existing services crossing excavation

D2006 Existing uPVC pipe 1 nr below mean Sea level Next to concrete

structures Provisional

D2007 in any type of material (at sides of dolphin blocks) to be instructed by the Supervisor 20 m3

Page 147: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 147

Amount Carried Forward to Summary Page €

Item Description Quantity Unit Rate Amount

Disposal Surface water

D2008 on the surface of the site and the excavations, including all necessary pumping 1 Item

Ground / Sea water

D2009 including all necessary pumping 1 Item Excavated material Off-site

D2010 including any type of excavated or broken out material (rate includes tipping charges) 157 m3

Filling to make up levels average thickness > 0.25m selected well graded granular material for

use below water as per specifications

D2011 obtained off site; including supply, spreading, levelling and compacting as specified 278 m3

Amount Carried Forward to Summary Page €

Page 148: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 148

Item Description Quantity Unit Rate Amount

E In Situ concrete / Large precast concrete

E05 In situ concrete construction generally

Grade C10 Lean mix

Poured in existing culvert / trench to surround services pipes (pipes measured separately)

Thickness exceeding 150 mm

E0501 Unreinforced 8 m3

Grade C 15 - 10-20 mm aggregate Beds Thickness not exceeding 150 mm

E0502 Blinding layer; unreinforced 14 m3

Grade C 25 - 10-20 mm aggregate Beds Thickness exceeding 150 mm

E0503 Unreinforced, poured on or against earth or unblinded hardcore (for Water tanks) 2 m3

Mass concrete

E0504 Poured between compacted fill and water tanks as per detail C, Drg. M187aS310 and specifications 5 m3

E0505 Poured between existing precast dolphin

blocks and bag work as per Drg. M187aS310 and specifications 9 m3

Extra over concrete elements (unless included in main item)

For additives; measured

E0506 Anti-wash out admixture as per specifications 16 m3

E0507 Sulfate resistant mix; as per specifications 10 m3

Heavy duty Hessian sandbags with C35 dry

mix concrete with anti-washout admixture laid and secured with metal cable ties

E0508 360 x 860mm overall; as shown on drawing M187aS310 and Specifications 3 m3

Amount Carried Forward to Summary Page €

Page 149: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 149

Item Description Quantity Unit Rate Amount

E20 Formwork for in situ concrete Sides of foundations Plain vertical; curved on plan to blinding

layer

E2001 Height n.e. 250mm high 10 m

Amount Carried Forward to Summary Page €

Page 150: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 150

Item Description Quantity Unit Rate Amount

E40 Designed Joints in in situ concrete Formed isolation joints comprising of 12mm thick,

500mm deep approx. expanded polystyrene including pvc sheeting, as per drawings and specifications

E4001 vertical; straight 26 m

E4002 vertical; curved-on-plan 24 m

Amount Carried Forward to Summary Page €

Page 151: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 151

Item Description Quantity Unit Rate Amount

P Building fabric sundries

P30 Trenches/Pipeways/Pits for buried engineering services

Excavating trenches, including extra over items for breaking out existing materials such as rock, concrete or hard pavings; working below ground/sea water level, in stable or unstable ground including earthwork support, approved backfilling material, compacting, and disposal of surplus excavated material etc.

for flexible pipes not exceeding 200 mm nominal size (pipes and concrete surround measured separately) including trimming and working around existing features and structures

P3001 in existing concrete culvert as indicated

n.e. 250mm deep (Provisional) 10 m

P3002 for 500 wide; average depth 250 - 500mm 15 m Pipes uPVC laid in trenches; Including all joints in

running lengths, and fittings and connection to other structures/services

P3003 50mm diameter 166 m

P3004 110mm diameter 49 m

P3005 150mm diameter 39 m

Beds and Surrounds Grade C15 - 20 mm aggregate including all formwork and anti-washout

admixtures, to falls etc. (pipes measured separately)

P3006 for 110 uPVC pipes; 300mm thick

surround 15 m

P3007 for 2 x 120 uPVC pipes; 300mm thick surround 3 m

P3008 for multiple pipes, in trench as indicated

on drawings 38 m Amount Carried Forward to Summary Page €

Page 152: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 152

Item Description Quantity Unit Rate Amount

Manholes / Inspection Chambers

including excavation, disposal of excavated material, concrete walls and base, internal rendering to walls, all necessary sleeves to adjacent pipework as per drawings and specifications

including sulfate resitant mix, all necessary formwork, reinforcement, backfilling around manhole pit with C15 Concrete and formation of services inlets and outlets as necessary (manhole roof / covers by others)

P3009 internal dimensions 800 x 550 x 150mm

deep to invert level 1 nr

P3010 Internal dimentions 200 x 200 x 120mm deep to invert level 1 nr

P3011 internal dimensions 1220 x 390 x 650mm

overall depth to invert level as per section D1 Drg. M187aA291 1 nr

P3012 internal dimensions 800 x 1000 x 650mm

deep to invert level 1 nr

P3013 internal dimensions 800 x 800 x 430mm deep to invert level 1 nr

Sundry Items Lockable and vandal proof box fixed to

existing wall withing gate house space

P3014 for circulation pump timer, power and electrical mains meter (timer, power and mains meter measured separately) 1 nr

heavy duty temporary steel covers fixed

with bolts to structures

P3015 to manholes and tanks as per specifications and as directed by the Supervisor 9 nr

Amount Carried Forward to Summary Page €

Page 153: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 153

Item Description Quantity Unit Rate Amount

R Disposal Systems

R12 Drainage below ground

Excavating trenches, including extra over items for breaking out existing materials such as rock, concrete or hard pavings; working below ground/sea water level, in stable or unstable ground including earthwork support, approved backfilling material, compacting, and disposal of surplus excavated material etc.

for flexible pipes not exceeding 200 mm nominal size (pipes and concrete surround measured separately) including trimming and working around existing features and structures

R1201 for 1 x 150mm uPVC pipes; average depth

500 - 1000mm 15 m Beds and Surrounds Grade C15 - 20 mm aggregate including all formwork and anti-washout

admixtures, to falls etc. (pipes measured separately)

R1202 for 1 x 150mm diameter, as specified 15 m

Pipes uPVC laid in trenches; Including all joints in

running lengths, terminations and connections to Manhole sumps

R1203 150mm diameter; including temporary

blockage of pipes 25 m Testing and commissioning Allow for recommended test to all drainage

pipe networks; as specified Complete system to stormwater, including

provision of water (unless provided by the Employer), other necessary supplies and certificate 1 Item

Amount Carried Forward to Summary Page €

Page 154: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 154

Item Description Quantity Unit Rate Amount

S Piped supply System

S15 Fountains/Water features Supply, install, test and commission the

equipment complete with all related accessories all as specified.

Dock head Water Feature

S1501 Surface pump, suitable for operation with

sea water as specified, to be installed in GRP-tank; complete of Valves, unions, seating, mountings, brackets, supports, cabling, float switchgear, grommets, labelling, for a complete working installation. 1 nr

S1502 sump pump, for the above GRP tank,

inclusive of all as above and as necessary, as well as float switchgear, flexible hoses stainless steel jubilee clips, etc. 1 nr

S1503

pipework, uPVC PN6 dia. 50mm on the above, from pump to sea discharge as shown, including all fittings and anchoring, sealing, etc. 1 LS

S1504 non return valve (brass body), 2" on the

above pumps 2 nr

S1505 uPVC PN6 pipe work (as shown on drawings) and as necessary. These may be 50mm PN6 pressure pipe run through 110/120 PVC sleeve.

a. suction for circulating pump 1 LS b. discharge to sea 1 LS c. 50mm conduit/duct for pumps electrical

supply from control panel. 1 LS

S1506 GRP tank for sea water pump , inclusive of

all pipe entries, flanges, sleeves, grommets, etc., include for dimensioned drawing to be submitted for approval prior to fabrication and temporary cover. 1 nr

S1507 cabling from control panel to pumps,

including conduit sealing grommets, setting of float switches,etc. 1 LS

Amount Carried Forward to Summary Page €

Page 155: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 155

Item Description Quantity Unit Rate Amount

S1508

GRP tank for pond foggers & water jets pumps, inclusive of all pipe entries, flanges, sleeves, grommets, etc., include for dimensioned drawing to be submitted for approval prior to fabrication and temporary cover. 2 nr

S1509 conduit (for future cabling_Phase2),

including sealing grommets, settings,etc. 1 LS

S1510 Control panel for the circulating pump and

sump pump power and controls, to include all safeties and pump protection switchgear, extractor fan, indication lamps, etc. submit drawing before fabrication, for approval, include all cabling, grommets, etc.. 1 nr

S1511 Pipework related to the above: a. 3 x 50mm ducts between the two walk-

through GRP fountain tanks, for electricals 1 LS b. 1 x 110 PN6 PVC level equalizing pipe 1 LS c. storm water overflow 110mm PVC 2 LS d. 3 x 50mm ducts from control panel to

GRP tank/s for electricals 1 LS e. 110mm dia. PN6 PVC sea water supply 1 LS

S1512 any other item not specifically listed above 1 LS Amount Carried Forward to Summary Page €

Page 156: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 156

Item Description Quantity Unit Rate Amount

Z Daywork Schedule To be read in conjunction with Preambles to

the Bill of Quantities Labour

L001 Unskilled labourer 15.00 HR L002 Semi-skilled labourer 15.00 HR L003 Skilled labourer 15.00 HR Plant Plant rates are inclusive of fuel, travelling

time , maintenance and operator

P001 Tipper truck up to 20 m3 5.00 HR P002 Ready mix truck 5.00 HR P003 Mini excavator 5.00 HR P004 Hydraulic wheeled excavator - JCB or similar 5.00 HR P005 Excavator - 25 ton 5.00 HR P006 Mobile crane - 18 ton 5.00 HR P007 Bobcat 5.00 HR P008 Air compressor 5.00 HR P009 Small hand held tools 5.00 HR Material

M001 Approved fill Material 15.00 m3

M003 C10 concrete 5.00 m3 M004 C15 concrete 5.00 m3 M005 C20 concrete 5.00 m3 M006 C25 concrete 5.00 m3 M007 C30 concrete 5.00 m3

M008 Reinforcement bars up to 12mm diameter 100.00 kg M009 Reinforcement bars over 12mm diameter 100.00 kg uPVC pipes

M010 50mm diameter 5.00 m M011 110mm diameter 5.00 m M012 200mm diameter 5.00 m Notes: All quantities above are PROVISIONAL All Rates include overheads and profits and

exclude VAT the price of any other material shall be

accepted on presentation of fiscal invoice

Amount Carried Forward to Main Summary €

Page 157: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 157

Item Section Amount

Summary

A Preliminaries / General conditions Page Nr 1 Page Nr 2 Page Nr 3 Page Nr 4 Page Nr 5 Page Nr 6 Page Nr 7 Page Nr 8 Page Nr 9 Page Nr 10 Page Nr 11 Page Nr 12 Page Nr 13 Page Nr 14 Page Nr 15 Page Nr 16 Page Nr 17

C Existing Site/buildings/services Page Nr 18

D Ground Work Page Nr 19 Page Nr 20

E In Situ concrete / Large precast concrete

Page Nr 21 Page Nr 22 Page Nr 23

P Building fabric sundries Page Nr 24 Page Nr 25

R Diposal System Page Nr 26

S Piped supply System Page Nr 27 Page Nr 28

Z Daywork Schedule Page Nr 29

Total Amount € ( Excluding VAT) €

Page 158: 1_Civil Works, Dockyard Creek, Cospicua - South Side, Dock Head

Page 158

VOLUME 5 – DRAWINGS

Design Documents, including Drawings

Section 5.1

List of drawings attached

LANDSCAPING WORKS AT DOCKYARD CREEK, COSPICUA

Drawing Register ISSUED 2012-10-04

S O U T H S I D E - D O C K H E A D

Drawing Ref

rev

Drawing Title Size Scale

M187aT00 0 Dock Head Civil Works - Working Area A3 1:25

M187aA29 2 GATEHOUSE SECTIONS AND DETAILS A0 varie

M187aA30 2 DOCKHEAD UNDERGROUND SERVICES_INCL WITHIN SLAB A0 1:5

M187aA30 2 DOCKHEAD FINISHES PLAN (for info only) A0 1:5

M187aA30 2 DOCKHEAD SECTIONS DETAILS A0 varie

M187aA30 0 Restoration of Dock Head Cope Edge (for info only) A1 1:100, 1:50,

M187aA30 0 DOCKHEAD UNDERGROUND SERVICES_BELOW SLAB A0 1:5

M187aS31 0 Dockhead - Structural Layout & Details A1 1.25, 1:100,

M187aA10 1 Gavino Gulia - Existing Underground Services A0 1:10