standard bidding documents - world...

279
REPUBLIC OF BULGARIA MINISTRY OF FINANCE TRADE AND TRANSPORT FACILITATION IN SOUTHEAST EUROPE PROJECT CONTRACT No: RSABW – ICB1 for “Rousse – Administration Building for the Border Police”

Upload: vuongcong

Post on 20-Mar-2018

226 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

REPUBLIC OF BULGARIAMINISTRY OF FINANCE

TRADE AND TRANSPORT FACILITATION IN SOUTHEAST EUROPE PROJECT

CONTRACT No: RSABW – ICB1

for

“Rousse – Administration Building for the Border Police”

Sofia, May 2001

Page 2: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

2

Table of Contents

Section I. Invitation for Bids.......................................................4

Section II. Instructions to Bidders......................................6Table of Clauses.............................................................................................. 6

A. General……………………………………………………………………….8B. Bidding Documents…………………………………………………………

12C. Preparation of

Bids………………………………………………………….13D. Submission of Bids………………………………………………………

..17E. Bid Opening and Evaluation………………………………………………

..18F. Award of Contract………………………

………………………………..22G. Bidding Data…………………………….

………………………………..25

Section III. Forms of Bid, Qualification Information, Letter of Acceptance, and Agreement............................................28Contractor’s Bid............................................................................................ 28Qualification Information..............................................................................30Letter of Acceptance.....................................................................................33Agreement.................................................................................................... 34

Section IV. Conditions of Contract...................................37Table of Clauses............................................................................................ 37

A. General………………………………………………………………………39B. Time Control………………………………………………………………..47C. Quality Control……………………………………………………………..49D. Cost Control………………………………………………………

………..49E. Finishing the Contract

57

Section V. Contract Data...........................................................61

Section VI. Specifications................................................65

Section VII. Drawings....................................................130

Section VIII. Bill of Quantities........................................132

Page 3: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

3

Section IX. Security Forms.............................................169Annex A Form: Bid Security (Bank Guarantee).........................................170Annex B Form: Performance Bank Guarantee (Unconditional)..................172Annex C Form: Bank Guarantee for Advance Payment.............................173

Section X. Appendices………………………………………………………………… 174Appendix A. Curriculum Vitae Adjudicator……………………………….……

174Appendix B. Soil Investigation Report………………………………………….….176Appendix C. Other Contractors Working in the Area ……………………………177Appendix D. Schedule of Key Personnel…………………………………………178Appendix E. Drawings

Page 4: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section I. Invitation for Bids 4

REPUBLIC OF BULGARIASPECIFIC PROCUREMENT NOTICE

TRADE AND TRANSPORT FACILITATION IN SOUTHEAST EUROPE PROJECT (TTFSE)

Invitation for Bids (IFB)

Date: May 18th, 2001Contract Identification No: RSABW-ICB1

World Bank Loan No: 4553-BULWorld Bank Loan Name: TTFSE

1. The Republic of BULGARIA has received a loan from the International Bank for Reconstruction and Development towards the cost of Trade and Transport Facilitation in Southeast Europe Project (TTFSE) and intends to apply part of the funds to cover eligible payments under the Contract RSABW – ICB1 for improvements of “Danube Bridge”, border crossings in the town of Rousse. Bidding is open to all bidders from eligible source countries as defined in the Guidelines: Procurement under IBRD Loans and IDA Credits of January 1995 (revised January and August 1996, September 1997 and January 1999).

2. The Ministry of Finance of Republic of Bulgaria invites sealed bids from eligible bidders for the construction of an administration and communication building for the Border Police at Rousse border crossing. The building is composed of a basement and two stories with a total floor area of 987 sqm. The construction is reinforced concrete with brick bearing walls and aluminum curtain wall.

3. Bidding documents (and additional copies) in English may be purchased at the Ministry of Finance, Capital Investment Directorate, office 425, TTFSE Project Implementation Team, 102 Rakovsky Street, 1040 Sofia, Bulgaria, telephone (359 2) 9859 2709, fax (359 2) 9859 2702 for a nonrefundable fee of EUR two hundred and twenty (220) or its Bulgarian Lev equivalent (without bank service fees), for each set. The aforementioned non-refundable fee shall be deposited to the Ministry of Finance account at Bulgarian National Bank, 1, Alexsander Battenberg Sq., Sofia 1000, Bulgaria, account No 3000148400, code 66196611 (please indicate the fee is for bidding documents purchase). All bank service fees are at the expense of the bidders. For bidders from within Bulgaria please credit the equivalent of EUR (220) in Bulgarian

Lev to the to above account;

Page 5: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

5

For bidders ouside Bulgaria shall remit EUR 220 instructing its crediting in Bulgarian Lev equivalent to the above account and sent to the PIT by fax a copy of Bank’s Transfer, indicating the bidders name and address for forwarding the set of bidding documents;

Interested bidders may obtain further information at the same address.

4. Bids shall be valid for a period of 100 days after Bid opening and must be accompanied by security of BGL 20,000 or its equivalent in a convertible currency, and shall be delivered to:

Ministry of FinanceCapital Investment Directorate TTFSE ProjectProject Implementation Team, office 425102 Rakovsky Street1040 Sofia, Bulgaria

on or before 11 A.M. local time on July 2nd , 2001, at which time they will be opened in the presence of the bidders who wish to attend at the Kolegium Hall of the Ministry of Finance.

Page 6: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 6

Section II. Instructions to Bidders

Table of Clauses

A. General........................................................................81. Scope of Bid............................................................................................... 82. Source of Funds.......................................................................................... 83. Eligible Bidders..........................................................................................84. Qualification of the Bidder..........................................................................95. One Bid per Bidder...................................................................................116. Cost of Bidding.........................................................................................117. Site Visit................................................................................................... 12

B. Bidding Documents...............................................................128. Content of Bidding Documents.................................................................129. Clarification of Bidding Documents..........................................................1210. Amendment of Bidding Documents........................................................12

C. Preparation of Bids...............................................................1311. Language of Bid...................................................................................... 1312. Documents Comprising the Bid...............................................................1313. Bid Prices................................................................................................ 1314. Currencies of Bid and Payment...............................................................1315. Bid Validity............................................................................................1316. Bid Security............................................................................................ 1517. Alternative Proposals by Bidders............................................................1618. Format and Signing of Bid......................................................................16

D. Submission of Bids................................................................1719. Sealing and Marking of Bids...................................................................1720. Deadline for Sub-mission of Bids............................................................1721. Late Bids................................................................................................. 1722. Modification and Withdrawal of Bids.....................................................18

E. Bid Opening and Evaluation.................................................1823. Bid Opening............................................................................................ 1824. Process to Be Confidential......................................................................1925. Clarification of Bids................................................................................1926. Examination of Bids and Determination of Responsiveness....................1927. Correction of Errors................................................................................2028. Currency for Bid Evaluation...................................................................2029. Evaluation and Comparison of Bids........................................................2030. Preference for Domestic Bidders.............................................................21

Page 7: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 7

F. Award of Contract..................................................................2231. Award Criteria........................................................................................2232. Employer’s Right to Accept any Bid and to Reject any or all Bids..........2333. Notification of Award and Signing of Agreement...................................2334. Performance Security..............................................................................2335. Advance Payment and Security...............................................................2436. Adjudicator............................................................................................. 24

G. Bidding Data..........................................................................25

Page 8: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

8 Section II. Instructions to Bidders

A. General

1. Scope of Bid 1.1 The Employer as defined in the Contract Data, invites bids for the construction of Works, as described in the Contract Data. The name and identification number of the Contract is provided in the Contract Data.

1.2 The successful Bidder will be expected to complete the Works by the Intended Completion Date specified in the Contract Data.

2. Source of Funds

2.1 The Borrower, as defined in the Bidding Data, intends to apply part of the funds of a loan from the World Bank, as defined in the Bidding Data, towards the cost of the Project, as defined in the Bidding Data, to cover eligible payments under the Contract for the Works. Payments by the World Bank will be made only at the request of the Borrower and upon approval by the World Bank in accordance with the Loan Agreement, and will be subject in all respects to the terms and conditions of that Agreement. Except as the World Bank may specifically otherwise agree, no party other than the Borrower shall derive any rights from the Loan Agreement or have any rights to the loan proceeds.

2.2 The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all bidders from eligible countries as defined in the Procurement Guidelines. Any materials, equipment, and services to be used in the performance of the Contract shall have their origin in eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder (including all members of a joint venture and subcontractors) is not associated, nor has been associated in the past, directly or indirectly, with the consultant or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services for the preparation or supervision of the

Page 9: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 9

Works, and any of its affiliates, shall not be eligible to bid.

3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally and financially autonomous, operate under commercial law, and are not a dependent agency of the Employer.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in accordance with sub-clause 37.1.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that prequalification of potential bidders has been undertaken, only bids from prequalified bidders will be considered for award of Contract. These qualified bidders should submit with their bids any information updating their original prequalification applications or, alternatively, confirm in their bids that the originally-submitted prequalification information remains essentially correct as of the date of bid submission. The update or confirmation should be provided in Section 2.

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following information and documents with their bids in Section 2, unless otherwise stated in the Bidding Data:

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

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

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

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

Page 10: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

10 Section II. Instructions to Bidders

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

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

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

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

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

(j) proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price.

4.4 Bids submitted by a joint venture of two or more firms as partners shall comply with the following requirements, unless otherwise stated in the Bidding Data:

(a) the Bid shall include all the information listed in Sub-Clause 4.3 above for each joint venture partner;

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

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

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

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

4.5 To qualify for award of the Contract, bidders shall meet the following minimum qualifying criteria:

(a) annual volume of construction work of at least the amount

Page 11: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 11

specified in the Bidding Data;

(b) experience as prime contractor in the construction of at least two works of a nature and complexity equivalent to the Works over the last 10 years (to comply with this requirement, works cited should be at least 70 percent complete);

(c) proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment listed in the Bidding Data;

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

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

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

4.6 The figures for each of the partners of a joint venture shall be added together* to determine the Bidder’s compliance with the minimum qualifying criteria of Sub-Clause 4.5(a) and (e); however, for a joint venture to qualify, each of its partners must meet at least 25 percent of minimum criteria 4.5(a), (b), and (e) for an individual Bidder, and the partner in charge at least 40 percent of those minimum criteria. Failure to comply with this requirement will result in rejection of the joint venture’s Bid. Subcontractors’ experience and resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria, unless otherwise stated in the Bidding Data.

5. One Bid per Bidder

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

6. Cost of Bidding

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

Page 12: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

12 Section II. Instructions to Bidders

7. Site Visit 7.1 The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with Clause 10:

Section II Instructions to BiddersIII Forms of Bid and Qualification InformationIV Conditions of ContractV Contract DataVI SpecificationsVII DrawingsVIII Bill of QuantitiesIX Forms of Securities

8.2 Three copies of Sections III, V, and VIII are supplied to the prospective Bidder. The number of copies to be completed and returned with the Bid is specified in the Bidding Data.

9. Clarification of Bidding Documents

9.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (“cable” includes telex and facsimile) at the Employer’s address indicated in the invitation to bid. The Employer will respond to any request for clarification received earlier than 28 days prior to the deadline for submission of bids. Copies of the Employer’s response will be forwarded to all purchasers of the bidding documents, including a description of the inquiry, but without identifying its source.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda.

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or by cable to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by cable to the

Page 13: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 13

Employer.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend, as necessary, the deadline for submission of bids, in accordance with Sub-Clause 20.2 below.

C. Preparation of Bids

11. Language of Bid

11.1 All documents relating to the Bid shall be in the language specified in the Contract Data.

12. Documents Comprising the Bid

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

(a) The Bid (in the format indicated in Section 2);(b) Bid Security;(c) priced Bill of Quantities;(d) Qualification Information Form and Documents;(e) Alternative offers where invited;

and any other materials required to be completed and submitted by bidders, as specified in the Bidding Data.

13. Bid Prices 13.1 The Contract shall be for the whole Works, as described in Sub-Clause 1.1, based on the priced Bill of Quantities submitted by the Bidder.

13.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items for which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities.

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

13.4 The rates and prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract if provided for in the Bidding and Contract Data and the provisions of Clause 47 of the Conditions of Contract. The Bidder shall submit with the Bid all the information required under the Contract Data and Clause 47 of the Conditions of Contract.

Page 14: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

14 Section II. Instructions to Bidders

14. Currencies of Bid and Payment

14.1 The unit rates and prices shall be quoted by the Bidder entirely in the currency of the Employer’s country as specified in the Contract Data. Foreign currency requirements shall be indicated as a percentage of the Bid price (excluding provisional sums) and shall be payable at the option of the Bidder in up to three foreign currencies of any member country. Bidders quoting in any of the national currencies of the European Monetary Union or in Euro should do so in accordance with the provisions of the Bidding Data.

14.2 The rates of exchange to be used by the Bidder in arriving at the local currency equivalent and the percentage(s) mentioned in para. 14.1 above shall be the selling rates for similar transactions established by the authority specified in the Contract Data prevailing on the date 28 days prior to the latest deadline for submission of bids. These exchange rates shall apply for all payments so that no exchange risk will be borne by the Bidder. If the Bidder uses other rates of exchange, the provisions of Clause 28.1 shall apply. In any case, payments will be computed using the rates quoted in the Bid.

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

14.4 Bidders may be required by the Employer to clarify their foreign currency requirements and to substantiate that the amounts included in the rates and prices and in the Contract Data are reasonable and responsive to Sub-Clause 14.1.

15. Bid Validity 15.1 Bids shall remain valid for the period specified in the Bidding Data.

15.2 In exceptional circumstances, the Employer may request that the bidders extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing or by cable. A Bidder may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the request will not be required or permitted to otherwise modify the Bid, but will be required to extend the validity of Bid Security for the period of the extension, and in compliance with Clause 16 in all respects.

15.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), if the period of bid validity is extended beyond 60 days, the amounts payable in local and

Page 15: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 15

foreign currency to the Bidder selected for award, shall be increased by applying to both the local and the foreign currency component of the payments, respectively, the factors specified in the Bidding Data or in the request for extension, for the period of delay beyond 60 days after the expiry of the initial bid validity, up to the notification of award. Bid evaluation will be based on the Bid prices without taking the above correction into consideration.

16. Bid Security 16.1 The Bidder shall furnish, as part of the Bid, a Bid Security in local currency or in a freely convertible currency, in the amount specified in the Bidding Data.

16.2 The Bid Security shall, at the Bidder’s option, be in the form of a certified check, bank draft, letter of credit, or a bank guarantee from a reputable bank located in the country of the Employer or abroad. The format of the Bid Security should be in accordance with the form of Bid Security included in Section 8 or another form acceptable to the Employer. Bid Security shall be valid for 28 days beyond the validity of the Bid.

16.3 Any bid not accompanied by an acceptable Bid Security shall be rejected by the Employer. The Bid Security of a joint venture must define as “bidder” all joint venture partners and list them in the following manner: a joint venture consisting of “______,” “______,” and “______”.

16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the Bid validity period specified in Sub-Clause 15.1.

16.5 The Bid Security of the successful Bidder will be discharged when the Bidder has signed the Agreement and furnished the required Performance Security.

16.6 The Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b) if the Bidder does not accept the correction of the Bid price, pursuant to Clause 27; or

(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

Page 16: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

16 Section II. Instructions to Bidders

(i) sign the Agreement; or

(ii) furnish the required Performance Security.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawings and specifications. Alternatives will not be considered, unless specifically allowed in the Bidding Data. If so allowed, Sub-Clause 17.2 shall govern.

17.2 If so allowed in the Bidding Data, bidders wishing to offer technical alternatives to the requirements of the bidding documents must also submit a Bid that complies with the requirements of the bidding documents, including the basic technical design as indicated in the drawings and specifications. In addition to submitting the basic Bid, the Bidder shall provide all information necessary for a complete evaluation of the alternative by the Employer, including design calculations, technical specifications, breakdown of prices, proposed construction methods and other relevant details. Only the technical alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical requirements shall be considered by the Employer.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original of the documents comprising the Bid as described in Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked “ORIGINAL.” In addition, the Bidder shall submit copies of the Bid, in the number specified in the Bidding Data, and clearly marked as “COPIES.” In the event of discrepancy between them, the original shall prevail.

18.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3(a) or 4.4(b), as the case may be. All pages of the Bid where entries or amendments have been made shall be initialed by the person or persons signing the Bid.

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

18.4 The Bidder shall furnish information as described in the Form of

Page 17: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 17

Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids

19. Sealing and Marking of Bids

19.1 The Bidder shall seal the original and all copies of the Bid in two inner envelopes and one outer envelope, duly marking the inner envelopes as “ORIGINAL” and “COPIES”.

19.2 The inner and outer envelopes shall

(a) be addressed to the Employer at the address provided in the Bidding Data;

(b) bear the name and identification number of the Contract as defined in the Bidding and Contract Data; and

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

19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late, pursuant to Clause 21.

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Bid.

20. Deadline for Sub-mission of Bids

20.1 Bids shall be delivered to the Employer at the address specified above no later than the time and date specified in the Bidding Data.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline.

21. Late Bids 21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the Bidder.

22. Modification 22.1 Bidders may modify or withdraw their bids by giving notice in

Page 18: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

18 Section II. Instructions to Bidders

and Withdrawal of Bids

writing before the deadline prescribed in Clause 20.

22.2 Each Bidder’s modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clauses 18 and 19, with the outer and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL,” as appropriate.

22.3 No Bid may be modified after the deadline for submission of Bids.

22.4 Withdrawal of a Bid between the deadline for submission of bids and the expiration of the period of Bid validity specified in the Bidding Data or as extended pursuant to Sub-Clause 15.2 may result in the forfeiture of the Bid Security pursuant to Clause 16.

22.5 Bidders may only offer discounts to, or otherwise modify the prices of their bids by submitting Bid modifications in accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation

23. Bid Opening 23.1 The Employer will open the bids, including modifications made pursuant to Clause 22, in the presence of the bidders’ representatives who choose to attend at the time and in the place specified in the Bidding Data.

23.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened.

23.3 The bidders’ names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid Security, and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening.

23.4 The Employer will prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-Clause 23.3.

24. Process to Be 24.1 Information relating to the examination, clarification,

Page 19: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 19

Confidential evaluation, and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer’s processing of bids or award decisions may result in the rejection of his Bid.

25. Clarification of Bids

25.1 To assist in the examination, evaluation, and comparison of bids, the Employer may, at the Employer’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, telex, or facsimile, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids in accordance with Clause 27.

25.2 From the time of bid opening to the time of contract award, if any bidder wishes to contact the Employer on any matter related to the bid, it should do so in writing.

25.3 Any effort by the Bidder to influence the Employer in the Employer’s bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidders’ bid.

26. Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of bids, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities; and (d) is substantially responsive to the requirements of the bidding documents.

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

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

Page 20: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

20 Section II. Instructions to Bidders

27. Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows:(a) where there is a discrepancy between the amounts in

figures and in words, the amount in words will govern; and

(b) where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, unless in the opinion of the Employer there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern, and the unit rate will be corrected.

27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid will be rejected, and the Bid Security may be forfeited in accordance with Sub-Clause 16.6(b).

28. Currency for Bid Evaluation

28.1 Bids will be evaluated as quoted in the currency of the Employer’s country as defined in the Contract Data in accordance with Sub-Clause 14.1, unless a Bidder has used different exchange rates than those prescribed in Sub-Clause 14.2, in which case the Bid will be first converted into the amounts payable in different currencies using the rates quoted in the Bid and then reconverted to the Employer’s currency using the exchange rates prescribed in Sub-Clause 14.2.

28.2. With regard to Sub-Clause 28.1 above, prices quoted in the national currencies of the EMU countries will be converted to EUR by using the irrevocable fixed exchange rates between the former national currencies and the EUR. The amounts in EUR will then be converted to a single currency at the exchange rates established pursuant to Sub-Clause 14.2 and in accordance with the provisions of the Bidding Data.

29. Evaluation and Comparison of Bids

29.1 The Employer will evaluate and compare only the bids determined to be substantially responsive in accordance with Clause 26.

29.2 In evaluating the bids, the Employer will determine for each

Page 21: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 21

Bid the evaluated Bid price by adjusting the Bid price as follows:

(a) making any correction for errors pursuant to Clause 27;

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

(c) making an appropriate adjustment for any other acceptable variations, deviations, or alternative offers submitted in accordance with Clause 17; and

(d) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub-Clause 22.5.

29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the bidding documents or otherwise result in unsolicited benefits for the Employer will not be taken into account in Bid evaluation.

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

30. Preference for Domestic Bidders

30.1 If so indicated in the Bidding Data, domestic contractors may receive a margin of preference in Bid evaluation, for which this clause shall apply.

30.2 Domestic bidders shall provide all evidence necessary to prove that they meet the following criteria to be eligible for a 7½-percent margin of preference in the comparison of their bids with those of bidders who do not qualify for the preference. They should

(a) be registered within the country of the Employer;

(b) have majority ownership by nationals of the country of the Employer;

(c) not subcontract more than 10 percent of the Contract Price, excluding provisional sums, to foreign contractors;

Page 22: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

22 Section II. Instructions to Bidders

and

30.3 Joint ventures of domestic firms may be eligible for the margin of preference provided that:

(a) the individual partners satisfy the criteria of eligibility of Sub-Clause 30.2 (a) and (b);

(b) the joint venture shall be registered in the country of the Employer;

(c) the joint venture shall not subcontract more than 10 percent of the Contract Price, excluding provisional sums, to foreign firms; and

30.4 The following procedure will be used to apply the margin of preference:

(a) Responsive bids will be classified into the following groups:

(i) Group A: bids offered by domestic bidders and joint ventures meeting the respective criteria of Sub-Clauses 30.2 and 30.3 above; and

(ii) Group B: all other bids.

(b) For the purpose of further evaluation and comparison of bids only, an amount equal to 7½ percent of the evaluated Bid prices determined in accordance with Clause 29.2(a), (b), and (d), will be added to all bids classified in Group B.

F. Award of Contract

31. Award Criteria

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause 4.

32. Employer’s 32.1 Notwithstanding Clause 31, the Employer reserves the right to

Page 23: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 23

Right to Accept any Bid and to Reject any or all Bids

accept or reject any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Employer’s action.

33. Notification of Award and Signing of Agreement

33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex, or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

33.2 The notification of award will constitute the formation of the Contract, subject to the Bidder furnishing the Performance Security in accordance with Clause 34 and signing the Agreement in accordance with Sub-Clause 33.3.

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and sent to the successful Bidder, within 28 days following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it to the Employer.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other bidders that their bids have been unsuccessful.

34. Performance Security

34.1 Within 21 days after receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Performance Security in the amount stipulated in the Contract Data and in the form (Bank Guarantee and/or Bond) stipulated in the Bidding Data, denominated in the type and proportions of currencies in the Letter of Acceptance and in Accordance with the Conditions of Contract.

34.2 If the Performance Security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued either (a) at the Bidder’s option, by a bank located in the country of the Employer or a foreign bank through a correspondent bank located in the country of the Employer, or (b) with the agreement of the Employer directly by a foreign bank acceptable

Page 24: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

24 Section II. Instructions to Bidders

to the Employer.

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

34.4 Failure of the successful Bidder to comply with the requirements of Sub-Clause 34.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

35. Advance Payment and Security

35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to a maximum amount, as stated in the Bidding Data.

36. Adjudicator 36.1 The Employer proposes the person named in the Bidding Data to be appointed as Adjudicator under the Contract, at an hourly fee specified in the Bidding Data, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If, in the Letter of Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by the Appointing Authority designated in the Contract Data at the request of either party.

37. Corrupt or Fraudulent Practices

37.1 The Bank requires that Borrowers (including beneficiaries of Bank loans), as well as Bidders/Suppliers/Contractors under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Bank:

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

(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition;

Page 25: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 25

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Bank-financed contract.

37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and sub-clause 59.2 of the General Conditions of Contract.

G. Bidding Data

Instructions to Bidders Clause Reference

(2.1) The Borrower is the Republic of Bulgaria. The Borrower will carry out the Project through the Ministry of Finance, Capital Investment Directorate, Project Implementation Team.

(2.1) The “World Bank” means “International Bank for Reconstruction and Development (IBRD)”, and loan refers to an “IBRD loan” which, as of the date of issue of the bidding documents has been approved by the World Bank.

(2.1) The Project is Trade and Transport Facilitation in Southeast Europe. One of the targets of the Project is physical improvement of border crossing facilities which includes civil works and improvement of the utilities at six border crossings: exit and entry processing lines, new buildings, booths and canopies, truck terminal areas. The project also comprises design and supervision of the civil works.

The loan number is 4553-Bul.

(4.3) The information required from bidders in Sub-Clause 4.3 is modified as follows: None

(4.4) The qualification data required from bidders in Sub-Clause 4.4 are modified as follows: None

(4.5) The qualification criteria in Sub-Clause 4.5 are modified as follows:

Page 26: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

26 Section II. Instructions to Bidders

None

(4.5a) The minimum required annual volume of construction work for the successful Bidder in any of the last five years shall be EUR 1.5 million;

(4.5c) The essential equipment to be made available for the Contract by the successful Bidder shall be: dumpers, excavators, bulldozers, crane, concrete mixers, concrete pump, elevators.

(4.5e) The minimum amount of liquid assets and/or credit facilities net of other contractual commitments of the successful Bidder shall be EUR 0.3 million.

(8.2)(18.1)

The number of copies of the Bid to be completed and returned shall be 1 original and 3 additional copies

(13.4) The Contract is not subject to price adjustment in accordance with Clause 47 of the Conditions of Contract.

(14.1) The specified currency of the Employer’s country is: Bulgarian Lev (BGL) and all monetary transactions within the country shall be done in Bulgarian Lev.

The specified international trading currency shall be EUR.

(15.1) The period of Bid validity shall be 100 days after the deadline for Bid submission specified in the Bidding Data.

(15.3) The adjustment of Bid price in accordance with Clause 15.3 shall be calculated on the basis of an annual increase for foreign costs of 3 percent and an annual increase for local costs of 4.5 percent.

(16.1) The amount of Bid Security shall be the equivalent of BGL 20,000 in a freely-convertible currency.

(17.0) Alternative proposals to the requirements of the bidding documents will not be permitted.

(19.2) The Employer’s address for the purpose of Bid submission is: Ministry of Finance, Capital Investment Directorate, TTFSE PIT, office 425, 102 Rakovsky Street, 1040 Sofia, Bulgaria, telephone (359 2) 9859 2709 and (359 2) 9859 2706, fax (359 2) 9859 2702

The name and the identification number of the Contract is:“Rousse – Administration Building for the Border Police”

Page 27: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II. Instructions to Bidders 27

RSABW – ICB1

(20.1) The deadline for submission of bids shall be at or before 11:00 AM (local time) on July 2nd , 2001.

The date of the exchange rate is 28 days before Bid opening, i.e. June 4th , 2001.

The authority for establishing the rates of exchange shall be the Central Bank of Republic of Bulgaria.

(30.0) Domestic contractors will not receive a margin of preference in Bid evaluation.

(34.0) The Standard Form of Performance Security acceptable to the Employer shall be an Unconditional Bank Guarantee. The Unconditional Bank Guarantee shall be issued by a bank located in the Republic of Bulgaria or a foreign bank through a correspondent bank located in the country of the Employer in the amount of 10 percent of the Contract Price.

(35.0) The Advance Payment shall be limited to 15 percent of the Contract Price.

(36.1) The Adjudicator proposed by the Employer is Mr. Ivaylo Dermendjiev, 3 Pozitano St., Sofia, Bulgaria. The hourly fee for this proposed Adjudicator shall be EUR 70. The biographical data of the proposed Adjudicator is provided in Section X. Appendices.

Page 28: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section III. Forms of Bid and Qualification Information 28

Section III. Forms of Bid, Qualification Information, Letter of Acceptance, and Agreement

Contractor’s Bid

Notes on Form of Contractor’s Bid

The Bidder shall fill in and submit this Bid form with the Bid. Additional details on the price should be inserted if the Bid is in various currencies. If the Bidder objects to the Adjudicator proposed by the Employer in the bidding documents, he should so state in his Bid, and present an alternative candidate, together with the candidate’s daily fees and biographical data, in accordance with Clause 36 of the Instructions to Bidders.

[date]

To: [name and address of Employer]

We offer to execute the [name and identification number of Contract] in accordance with the Conditions of Contract accompanying this Bid for the Contract Price of [amount in numbers], [amount in words] [name of currency].

The Contract shall be paid in the following currencies:

Currency Percentage payable in currency

Rate of exchange: one foreign equals [insert local]

Inputs for which foreign currency is required

(a)

(b)

The advance payment required is:

Amount Currency(a)

(b)

We accept the appointment of [name proposed in Bidding Data] as the Adjudicator.

[or]

Page 29: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II I . Forms of Bid and Qualification Information 29

We do not accept the appointment of [name proposed in Bidding Data] as the Adjudicator, and propose instead that [name] be appointed as Adjudicator, whose daily fees and biographical data are attached.

This Bid and your written acceptance of it shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you receive.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and address of agent

Amount and Currency

Purpose of Commission or gratuity

(if none, state “none”)

We hereby confirm that this Bid complies with the Bid validity and Bid Security required by the bidding documents and specified in the Bidding Data.

Authorized Signature: Name and Title of Signatory: Name of Bidder: Address:

Page 30: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

30 Section III. Forms of Bid and Qualification Information

Qualification Information

Notes on Form of Qualification Information

The information to be filled in by bidders in the following pages will be used for purposes of postqualification or for verification of prequalification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract. Attach additional pages as necessary. Pertinent sections of attached documents should be translated into English. If used for prequalification verification, the Bidder should fill in updated information only.

1. Individual Bidders or Individual Members of Joint Ventures

1.1 Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert]

Principal place of business: [insert]

Power of attorney of signatory of Bid: [attach]

1.2 Total annual volume of construction work performed in five years, in the internationally traded currency specified in the Bidding Data: [insert]

1.3 Work performed as prime Contractor on works of a similar nature and volume over the last five years. The values should be indicated in the same currency used for Item 1.2 above. Also list details of work under way or committed, including expected completion date.

Project name and country

Name of client and contact person

Type of work performed and year of completion

Value of contract

(a)

(b)

1.4 Major items of Contractor’s Equipment proposed for carrying out the Works. List all information requested below. Refer also to Sub-Clause 4.3(c) of the Instructions to Bidders.

Item of equipment

Description, make, and age (years)

Condition (new, good, poor) and number available

Owned, leased (from whom?), or to be purchased (from whom?)

(a)

Page 31: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II I . Forms of Bid and Qualification Information 31

(b)

1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data. Refer also to Sub-Clause 4.3(e) of the Instructions to Bidders and Sub-Clause 9.1 of the Conditions of Contract.

Position Name Years of experience (general)

Years of experience in proposed position

(a)

(b)

1.6 Proposed subcontracts and firms involved. Refer to Clause 7 of Conditions of Contract.

Sections of the Works Value of subcontract

Subcontractor(name and address)

Experience in similar work

(a)

(b)

1.7 Financial reports for the last five years: balance sheets, profit and loss statements, auditors’ reports, etc. List below and attach copies.

1.8 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents.

1.9 Name, address, and telephone, telex, and facsimile numbers of banks that may provide references if contacted by the Employer.

1.10 Information on current litigation in which the Bidder is involved.

Other party(ies) Cause of dispute Amount involved(a)

(b)

1.11 Statement of compliance with the requirements of Sub-Clause 3.2 of the Instructions to Bidders.

Page 32: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

32 Section III. Forms of Bid and Qualification Information

1.12 Proposed Program (work method and schedule). Descriptions, drawings, and charts, as necessary, to comply with the requirements of the bidding documents.

2. Joint Ventures 2.1 The information listed in 1.1 - 1.11 above shall be provided for each partner of the joint venture.

2.2 The information in 1.12 above shall be provided for the joint venture.

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

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

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

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

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

3. Additional Requirements

3.1 Bidders should provide any additional information required in the Bidding Data or to fulfill the requirements of Sub-Clause 4.1 and Clause 30 of the Instructions to Bidders, if applicable.

Page 33: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II I . Forms of Bid and Qualification Information 33

Letter of Acceptance[letterhead paper of the Employer]

Notes on Standard Form of Letter of Acceptance

The Letter of Acceptance will be the basis for formation of the Contract as described in Clauses 33 and 34 of the Instructions to Bidders. This Standard Form of Letter of Acceptance should be filled in and sent to the successful Bidder only after evaluation of bids has been completed, subject to any review by the World Bank required under the Loan Agreement.

[date]

To: [name and address of the Contractor]

This is to notify you that your Bid dated [date] for execution of the “Rousse – Administration Building for the Border Police” – RSABW – ICB1 for the Contract Price of the equivalent 1

of [amount in numbers and words] [name of currency], as corrected and modified2 in accordance with the Instructions to Bidders is hereby accepted by our Agency.

(a) We accept that [name proposed by bidder] be appointed as the Adjudicator.3

(b) We do not accept that [name proposed by bidder] be appointed as adjudicator, and by sending a copy of this letter of acceptance to [insert the name of the Appointing Authority], we are hereby requesting [name], the Appointing Authority, to appoint the Adjudicator in accordance with Clause 36.1 of the Instructions to Bidders.4

1 Delete “of the equivalent” if the Contract Price is expressed wholly in one currency.2 Delete “corrected and” or “and modified” if not applicable. See Notes on Standard Form of Agreement, next page.3 To be used only if the Contractor disagrees in the Bid with the Adjudicator proposed by the Employer in the Instructions to Bidders, and has accordingly offered another candidate. If the Employer does not accept the counterproposal, the sentence should so state, and be followed by an additional sentence: “We therefore shall request the [name of Appointing Authority as named in the Contract Data] to appoint the Adjudicator in accordance with Clause 36 of the Instructions to Bidders.”4 To be used only if the Contractor disagrees in the Bid with the Adjudicator proposed by the Employer in the Instructions to Bidders, and has accordingly offered another candidate. If the Employer does not accept the counterproposal, the sentence should so state, and be followed by an additional sentence: “We therefore shall request the [name of Appointing Authority as named in the Contract Data] to appoint the Adjudicator in accordance with Clause 36 of the Instructions to Bidders.”

Page 34: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

34 Section III. Forms of Bid and Qualification Information

You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract documents.

Authorized Signature: Name and Title of Signatory: Name of Agency:

Attachment: Agreement

Page 35: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section II I . Forms of Bid and Qualification Information 35

Agreement

Notes on Standard Form of Agreement

The Agreement should incorporate any corrections or modifications to the Bid resulting from corrections of errors (Instructions to Bidders, Clause 27), price adjustment during the evaluation process (Instructions to Bidders Sub-Clause 15.3 or Clause 47 of the Conditions of Contract), selection of an alternative offer (Invitation for Bids Sub-Clause 17.2), acceptable deviations (Invitation for Bids Clause 26), or any other mutually-agreeable changes allowed for in the Conditions of Contract, such as changes in key personnel, subcontractors, scheduling, and the like.

This Agreement, made the [day] day of [month], [year] between

Ministry of Finance, 102 Rakovsky street, Sofia, Bulgaria (hereinafter called “the Employer”) on the one part and

[name and address of Contractor] (hereinafter called “the Contractor”) on the other part.

Whereas the Employer is desirous that the Contractor execute

“Rousse – Administration Building for the Border Police” – RSABW – ICB 1

(hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein.

Now this Agreement witnesseth as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Page 36: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

36 Section III. Forms of Bid and Qualification Information

In Witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of was hereunto affixed in the presence of:

Signed, Sealed, and Delivered by the said in the presence of:

Binding Signature of Employer

Binding Signature of Contractor

Page 37: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 37

Section IV. Conditions of Contract

Table of Clauses

A. General....................................................................................391. Definitions................................................................................................ 392. Interpretation............................................................................................. 413. Language and Law....................................................................................424. Project Manager’s Decisions.....................................................................425. Delegation................................................................................................. 426. Communications.......................................................................................427. Subcontracting..........................................................................................428. Other Contractors...................................................................................... 429. Personnel..................................................................................................4210. Employer’s and Contractor’s Risks.........................................................4311. Employer’s Risks....................................................................................4312. Contractor’s Risks...................................................................................4313. Insurance................................................................................................. 4414. Site Investigation Reports.......................................................................4415. Queries about the Contract Data..............................................................4416. Contractor to Construct the Works..........................................................4417. The Works to Be Completed by the Intended Completion Date..............4518. Approval by the Project Manager............................................................4519. Safety...................................................................................................... 4520. Discoveries.............................................................................................. 4521. Possession of the Site..............................................................................4522. Access to the Site....................................................................................4523. Instructions.............................................................................................4624. Disputes.................................................................................................. 4625. Procedure for Disputes............................................................................4626. Replacement of Adjudicator....................................................................46

B. Time Control...........................................................................4727. Program.................................................................................................. 4728. Extension of the Intended Completion Date............................................4729. Acceleration............................................................................................ 4730. Delays Ordered by the Project Manager..................................................4831. Management Meetings............................................................................4832. Early Warning.........................................................................................48

C. Quality Control.......................................................................4933. Identifying Defects..................................................................................4934. Tests........................................................................................................ 49

Page 38: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

38 Section IV. Conditions of Contract

35. Correction of Defects..............................................................................4936. Uncorrected Defects................................................................................49

D. Cost Control...........................................................................4937. Bill of Quantities..................................................................................... 4938. Changes in the Quantities........................................................................4939. Variations................................................................................................ 5040. Payments for Variations..........................................................................5041. Cash Flow Forecasts................................................................................5142. Payment Certificates...............................................................................5143. Payments................................................................................................. 5144. Compensation Events..............................................................................5245. Tax.......................................................................................................... 5346. Currencies............................................................................................... 5447. Price Adjustment..................................................................................... 5448. Retention................................................................................................. 5449. Liquidated Damages................................................................................5550. Bonus...................................................................................................... 5551. Advance Payment...................................................................................5552. Securities................................................................................................ 5653. Dayworks................................................................................................ 5654. Cost of Repairs........................................................................................ 56

E. Finishing the Contract..........................................................5755. Completion.............................................................................................5756. Taking Over............................................................................................ 5757. Final Account.......................................................................................... 5758. Operating and Maintenance Manuals.......................................................5759. Termination............................................................................................. 5760. Payment upon Termination.....................................................................5961. Property.................................................................................................. 5962. Release from Performance......................................................................5963. Suspension of World Bank Loan or Credit................................................5

9

Page 39: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 39

Conditions of Contract

A. General

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

The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in Clauses 24 and 25 hereunder.

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

Compensation Events are those defined in Clause 44 hereunder.

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

The Contract is the Contract between the Employer and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in Clause 2.3 below.

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Employer.

The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Employer.

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

Days are calendar days; months are calendar months.

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

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

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

Page 40: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

40 Section IV. Conditions of Contract

The Defects Liability Period is the period named in the Contract Data and calculated from the Completion Date.

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

The Employer is the party who employs the Contractor to carry out the Works.

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

The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

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

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

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

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

The Site is the area defined as such in the Contract Data.

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

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

Page 41: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 41

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

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

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

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

The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the Contract Data.

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

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

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

(1) Agreement,(2) Letter of Acceptance,(3) Contractor’s Bid,(4) Contract Data,(5) Conditions of Contract,(6) Specifications,(7) Drawings,(8) Bill of Quantities, and

Page 42: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

42 Section IV. Conditions of Contract

(9) any other document listed in the Contract Data as forming part of the Contract.

3. Language and Law

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

4. Project Manager’s Decisions

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

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

6. Communica-tions

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

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

8. Other Contractors

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

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

9.2 If the Project Manager asks the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the

Page 43: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 43

work in the Contract.

10. Employer’s and Contractor’s Risks

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

11. Employer’s Risks

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

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

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

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

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

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

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

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

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

12. Contractor’s Risks

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

Page 44: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

44 Section IV. Conditions of Contract

are Contractor’s risks.

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

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

(b) loss of or damage to Equipment;

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

(d) personal injury or death.

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

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

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

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

14. Site Investigation Reports

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

15. Queries about the Contract Data

15.1 The Project Manager will clarify queries on the Contract Data.

16. Contractor to 16.1 The Contractor shall construct and install the Works in

Page 45: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 45

Construct the Works

accordance with the Specifications and Drawings.

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

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

18. Approval by the Project Manager

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

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

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

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

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

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

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

21. Possession of the Site

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

22. Access to the Site

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

Page 46: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

46 Section IV. Conditions of Contract

23. Instructions, Inspections and Audits

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

23.2 The Contractor shall permit the Bank to inspect the Contractor’s accounts and records relating to the performance of the Contractor and to have them audited by auditors appointed by the Bank, if so required by the Bank.

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

25. Procedure for Disputes

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

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

25.3 The arbitration shall be conducted in accordance with the arbitration procedure published by the institution named and in the place shown in the Contract Data.

26. Replacement of Adjudicator

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

Page 47: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 47

B. Time Control

27. Program 27.1 Within the time stated in the Contract Data, the Contractor shall submit to the Project Manager for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works.

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

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

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

28. Extension of the Intended Completion Date

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

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

29. Acceleration 29.1 When the Employer wants the Contractor to finish before the Intended Completion Date, the Project Manager will obtain priced proposals for achieving the necessary acceleration from

Page 48: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

48 Section IV. Conditions of Contract

the Contractor. If the Employer accepts these proposals, the Intended Completion Date will be adjusted accordingly and confirmed by both the Employer and the Contractor.

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

30. Delays Ordered by the Project Manager

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

31. Management Meetings

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

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

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

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

Page 49: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 49

C. Quality Control

33. Identifying Defects

33.1 The Project Manager shall check the Contractor’s work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Project Manager may instruct the Contractor to search for a Defect and to uncover and test any work that the Project Manager considers may have a Defect.

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

35. Correction of Defects

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

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

36. Uncorrected Defects

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

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning work to be done by the Contractor.

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

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 1 percent of the Initial

Page 50: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

50 Section IV. Conditions of Contract

Contract Price, the Project Manager shall adjust the rate to allow for the change.

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

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

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

40. Payments for Variations

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

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

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

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

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

Page 51: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 51

41. Cash Flow Forecasts

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

42. Payment Certificates

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

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

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

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

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

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

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

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

Page 52: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

52 Section IV. Conditions of Contract

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

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

43.5 All payments shall be made in the currency or currencies specified in the Contractor’s Bid subject to the following provisions. If both the specified currency and, because of membership in the European Monetary Union (EMU), the Euro is valid in the country of the specified currency, payments may also be made in Euro. In case the specified currency has ceased to be valid in the country of the specified currency because of a membership in the EMU, payments shall be made in the corresponding amount of the Euro. The conversion of the amount of the specified currency into the Euro shall in both cases be made in accordance with the statutory rate of conversion applicable in the country of the specified currency.

44. Compensation Events

44.1 The following shall be Compensation Events:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the Contract Data.

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

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

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

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

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

Page 53: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 53

of the Site.

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

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

(i) The advance payment is delayed.

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

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

(l) Other Compensation Events described in the Contract or determined by the Project Manager shall apply.

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

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

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

45. Tax 45.1 The Project Manager shall adjust the Contract Price if taxes,

Page 54: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

54 Section IV. Conditions of Contract

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

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

47. Price Adjustment

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

Pc = Ac + Bc Imc/Ioc

where:

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

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

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

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

48. Retention 48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract Data until Completion of the whole of the Works.

Page 55: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 55

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

48.3 On completion of the whole Works, the Contractor may substitute retention money with an “on demand” Bank guarantee.

49. Liquidated Damages

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

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

50. Bonus 50.1 The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the Contract Data for each day (less any days for which the Contractor is paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Project Manager shall certify that the Works are complete, although they may not be due to be complete.

51. Advance Payment

51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The Guarantee shall remain effective until the advance payment has been repaid, but the amount of the Guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest will not be charged on the advance payment.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required

Page 56: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

56 Section IV. Conditions of Contract

specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Project Manager.

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

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

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

53.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Project Manager. Each completed form shall be verified and signed by the Project Manager within two days of the work being done.

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

54. Cost of Repairs

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

Page 57: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 57

E. Finishing the Contract

55. Completion 55.1 The Contractor shall request the Project Manager to issue a certificate of Completion of the Works, and the Project Manager will do so upon deciding that the work is completed.

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

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

58. Operating and Maintenance Manuals

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

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

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

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

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

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

Page 58: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

58 Section IV. Conditions of Contract

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

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

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

(f) the Contractor does not maintain a Security, which is required; and

(g) the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the Contract Data.

(h) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

For the purpose of this paragraph:

“corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non- competitive levels and to deprive the Borrower of the benefits of free and open competition.

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

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

Page 59: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IV. Conditions of Contract 59

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

60. Payment upon Termination

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

60.2 If the Contract is terminated for the Employer’s convenience or because of a fundamental breach of Contract by the Employer, the Project Manager shall issue a certificate for the value of the work done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

61. Property 61.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Employer if the Contract is terminated because of the Contractor’s default.

62. Release from Performance

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

63. Suspension of World Bank Loan or Credit

63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the payments to the Contractor are being made:

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

Page 60: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

60 Section IV. Conditions of Contract

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

Page 61: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section V. Contract Data 61

Section V. Contract Data

Contract clause Reference

1.1 The Borrower is: Republic of Bulgaria

The “World Bank” means “International Bank for Reconstruction and Development (IBRD)”, and “loan” refers to an “IBRD loan”.

The Employer is:

Name: Ministry of Finance of Republic of BulgariaAddress: Ministry of Finance Capital Investment Directorate, TTFSE Project 102 Rakovsky street 1040 Sofia, Bulgaria Name of Authorized Representative: Victor Maystorov

The Project Manager is:

Name: Georgy StoyanovAddress: Ministry of Finance Capital Investment Directorate 102 Rakovsky street 1040 Sofia, Bulgaria

The name and identification number of the Contract is:

“Rousse – Administration Building for the Border Police”RSABW – ICB1

The Works consist of construction of an administration and communication building for the Border Police at “Danube Bridge” border crossing in the town of Rousse. The building is composed of a basement and two stories with a total floor area of 987 sqm. The construction is reinforced concrete with brick bearing walls and aluminum curtain walls.

This is the first one of the Contracts for improvements of the six border crossings which Contracts are to be awarded under the Bulgaria Trade and Transport Facilitation in Southeast Europe Project.

The Site is located in North-East Bulgaria at “Danube Bridge”

Page 62: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

62 Section V. Contract Data

border crossing, Rousse and is defined in drawings No: 2 The Start Date shall be:

15 days following Signature of Contract

The Intended Completion Date for the whole of the Works shall be:

12 months following the Start Date

2.3 The following documents are also part of the Contract:

Schedule of Key PersonnelSchedule of Other Contractors

3.0 The language of the Contract documents is: English.

The law that applies to the Contract is: the Law of the Republic of Bulgaria

13.0 The minimum insurance covers shall be:

(a) The maximum deductible for insurance of the Works and of Plant and Materials is:

5 percent of the Contract price for each and every lost but min 250 $

(b) The minimum cover for insurance of the Works and of Plant and Materials in respect of the Contractor’s faulty design is:

In accordance with applied Contract conditions

(c) The maximum deductible for insurance of Equipment is:

5 percent of the Equipment price for each and every lost but min 250 $

(d) The minimum cover for loss or damage to Equipment is:0.3 percent of the Equipment price (FLEXA plus Nature Hazard plus Burst of pipes)

(e) The maximum deductible for insurance of other property is:2.5 percent of the Contract price for each and every lost but min 200 $

(f) The minimum for insurance of other property is:0.25 percent of the Contract price, excluding theft,

Page 63: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Contract Data 63

robbery and damages, including earthquake

(g) The minimum cover for personal injury or death insurance for the Contractor’s employees and for other people is in the frame of a Workmen’s Compensation and Employer’s Liability Insurance

The total insurance amount should be equal to TCV (Total Contract Value).

21.0 The Site Possession Date shall be: within 5 (five) days after Contract signature.

25.2 Fees and types of reimbursable expenses to be paid to the Adjudicator:

70 EUR/ hour + expenses 70 EUR/ hour for intervention from home office in Sofia Travel and accommodation expenses as proven

25.3 Arbitration will take place in accordance with: Rules and Regulations of the Arbitration Court at the Bulgarian Chamber of Commerce and Industry

The place of arbitration is: Sofia

26.1 Appointing Authority for the Adjudicator: Arbitration Court at the Bulgarian Chamber of Commerce and Industry

27.0 The Contractor shall submit a revised Program for the Works within 15 days of delivery of the Letter of Acceptance.

27.3 The period between Program updates is 15 days.

The amount to be withheld for late submission of an updated Program is: EUR 2,000.

35.0 The Defects Liability Period is 365 days.

44.0 The following events shall also be Compensation Events: Not Applicable

46.0 The currency of the Employer’s country is the Bulgarian Lev (BGL).

47.0 The Contract is not subject to price adjustment in accordance with

Page 64: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

64 Section V. Contract Data

Clause 47 of the Conditions of Contract.

48.1 The proportion of payments retained is 5 (five) percent.

49.0 The liquidated damages for the whole of the Works are 0.05 percent of the final Contract Price per day.

The maximum amount of liquidated damages for the whole of the Works is 10 (ten) percent of the final Contract Price.

50.0 The Bonus for the whole of the Works is 0 percent of the final Contract Price per day. The maximum amount of Bonus for the whole of the Works is 0 percent of the final Contract Price.

51.0 The Advance Payment will be 15 (fifteen) percent of the final Contract Price and will be paid to the Contractor no later than 30 days against submission of an Unconditional Bank Guarantee for the equivalent amount.

52.0 The Performance Security shall be for the following minimum amounts equivalent as a percentage of the Contract Price:

(a) Bank Guarantee – 10 (ten) percent of the final Contract Price

The standard form of Performance Security acceptable to the Employer shall be an Unconditional Bank Guarantee of the type presented in Section IX of the Bidding Documents.

58.0 The date by which operating and maintenance manuals are required is 21 days after completion of the Works.

The date by which “as built” drawings are required is the date of issue of the Certificate of Completion.

The amount to be withheld for failing to produce “as built” drawings and operating and maintenance manuals by the date required is BGL 12,000.

60.0 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is 10 (ten) percent.

Page 65: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 65

Section VI. Specifications

Table of Contents

A. General ………………………………………………………………………………..66

1. Preamble………………………………………………………………………………..66

2. Scope of the Works…………………………………………………………………….66

3. Site Description………………………………………………………………………...66

4. Initial Technical Information …………………………………………………………..67

5. Standards and Codes …………………………………………………………………...68

6. Materials and Manufactured Items……………………………………………………..68

7. Equipment………………………………………………………………………………69

8. Works Control………………………………………………………………………….69

9. Quality Control…………………………………………………………………………69

10. Alternative Technical Proposals……………………………………………………….70

11. Safety Requirements …………………………………………………………………..70

B. Special Conditions of the Specifications……………………………………………..71

1. Construction Works…………………………………………………………………….71

2. Architectural Works…………………………………………………………………....81

3. Water Supply and Sewerage……………………………………………………..……..89

4. Heating, Ventilation and Air-conditioning……………………………………………..97

5. Electrical Works……………………………………………………………………….107

Page 66: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

66 Section VI. Specifications

A. General

1. Preamble

The current document presents the technical specifications that will be applied during completion of the Works as described in the Scope of Works.

The Contractor shall perform Works in accordance with designs for “Rousse – Administration building for the Border Police” prepared by the designers firm ARKA – ROUSSE OOD as well as with the relevant orders by the Project Manager representing the Employer.

2. Scope of the Works

The works to be carried out shall include the construction of an Administration building for the Border police (frame “A”), as required by the Employer and as specified herein.

The scope of the works shall consist of the following subprojects:

01. Administration building for the Border police02. Passable installation collector

3. Site Description

3.1. Location

The “Danube Bridge” border crossing - Rousse is one of the biggest in Bulgaria with a significant geographical location as well. It is situated in Northeast Bulgaria on the border with Romania.

After building the bridge over the Danube river in the sixties, the road flow increased and a need of extending the border post area appeared.

In this connection in the nineties began the design and construction for the expanding of the border crossing. By the existing railway, which passes over the bridge at a low level and connectsn the two countries, the border post is divided into two sub-zones - “east” and “west”.

At present the construction works in the “west” sub-zone are completed and the area is functioning as a whole border post. The inspection of the entering commercial vehicles and passengers, as well as the leaving, is performing in this sub-zone.

The construction works in the “east” sub-zone are ongoing . The main Contractor who is performing the works is Transport Forces, outfit 58210 from the town of Gorna Oriahovitza, Bulgaria. This Contractor has been working in the area from the beginning of the civil works in 1994 when needed subcontractors were appointed.

Page 67: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 67

The administration and communication building for the Border Police, subject to this project, is situated in the “eastern part “ of the east” sub-zone.

The site is a former tailing pond, filled with sand.

On completion of the whole construction works at the “Danube Bridge” border crossing, the “west” sub-zone will be for the purposes of leaving Bulgaria traffic control and the “east” one – for the purposes of entering Bulgaria traffic control.

3.2. Building Description

The building is a complex comprising two bodies (Frame “A” and Frame “B”), which are connected with a warm tie and have a general entrance control. The design complies with the Employer’s requirement and gives the opportunity for separate construction of both frames.

The current technical specifications concern the construction of frame “A” which is to be built as a first stage.

Frame “A” is composed of a basement and two stories with a floor area of: basement – 285.14 sqm, first story – 350.92 sqm, second story – 350.72 sqm.

The total floor area of frame “A” is 986,81 sqm.

3.3. Functions

As described above the “Danube Bridge” border crossing – Rousse is one of the biggest border points in Bulgaria. In addition one of the District Customs Directorates is located in Rousse. These determines the main functions of the building – as a regional center for the Border Police and as an administrative building for the border crossing.

4. Initial Technical Information

During the preparation of their bids Bidders have to: (i) analyze and verify all available data; (ii) visit and examine the Site and obtain all the necessary information as well as to make additional measurements, calculations, and investigations in order to clarify all tasks; and (iii) estimate the type of equipment and facilities needed for the completion of the works.

Failure to make the necessary investigations will not relieve the successful Bidder from the obligation to execute all tasks necessary to complete the works under the assignment without any additional compensation.

The Employer will provide all available information that could be useful for the accomplishment of the works.

Page 68: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

68 Section VI. Specifications

5. Standards and Codes

In addition to the requirements stated in these specifications and subject to any variation that may be required by the local authorities, all works performed, materials and supply as well shall conform to the provisions of the latest current edition or revision (at the time of tender) of the Bulgarian State Standards or equivalent international standards.

Details on Bulgarian State Standards for construction works and materials can be provided from The Agency for Standardization and Metrology – 21, “6 September” St., 1000 Sofia, Bulgaria (e-mail: [email protected]).

Application of other authoritative standards that ensure equal or higher quality than the standards stated above, will be accepted subject to the Project Manager’s prior review and written consent and shall not be in conflict with Bulgarian standards and legislation.

Differences between the standards specified and the proposed alternative standards shall be fully described in writing by the Contractor and submitted to the Project Manager at least 28 days prior to the date when the Contractor desires the Project manager’s consent. In the event the Project Manager determines that such proposed deviations do not ensure substantially equal or higher quality, the Contractor shall comply with the standards specified in the documents.

The Contractor shall submit to the Employer for approval a detailed list of all Standards he proposes to adopt.

At all the times the Contractor shall have on site a copy of all the approved documentation like Standards and Test Manuals.

When presenting test results, the Contractor shall clearly state the Standard Specification or Test method with which the test complies.

For all works and supply use of metric units is compulsory.

All documents will be issued in English. Official documents, which are to be presented to state or municipality authorities, will be issued in English with a copy in Bulgarian Language.

When submitted as computer files the documents shall be under WINDOWS 97: Texts in MS WORD and Tables in MS EXCEL. The drawings will be made in AutoCad.

6. Materials and Manufactured Items

Bidders shall submit in their quotations comprehensive details of all materials and their manufacturers / suppliers and of all the working methods proposed to be used for the Works.

All materials to be incorporated in the Works shall be new, unused and of the most recent or current types.

Page 69: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 69

Materials shall be delivered with the appropriate documentation and certificates. All materials shall be clearly marked for identification. Any materials that are not properly documented or which quality does not meet the standards stated in p.5 shall be rejected and shall be removed by the site.

Materials that meet other authoritative standards and which ensure substantially equal or higher quality than the standards mentioned will also be acceptable, subject to Project Manager’s consent.

In cases of materials substitution as well as in colors defining the designer’s approval should be seek.

7. Equipment

The Contractor shall submit to the Employer a detailed list of the equipment and spare parts to be used during the Works.

The list shall include also standby equipment capable of being brought instantly into use in the event of equipment failure.

During the implementation of the Works any failed equipment shall be promptly replaced by the Contractor with equipment of equal performance.

8. Works Control

The Contractor shall before starting the Works establish and during their performance daily maintain necessary documentation of works, materials and equipment.

All measurements and tests shall be performed by the Contractor and shall be saved as computer files.

The submission of any data shall be accompanied by tables and curves giving a detail presentation for different time periods.

If not indicated, the frequency of testing where necessary shall be defined by the Contractor.

The Employer shall have access at any time to the Contractor’s data.

All works waste materials shall be disposed of by the Contractor at his risk and cost in accordance with the applicable Bulgarian regulations and in a manner subject to prior approval by the Employer.

9. Quality Control

Bidders shall submit in their quotations the details of the quality control procedures.

Page 70: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

70 Section VI. Specifications

The Contractor shall provide the Project Manager, within 14 days of Contract Signature, with a Quality Plan for approval.

The Contractor shall perform the quality control in accordance with the approved plan. Subject to Project Manager’s decision, the Contractor shall carry out any test not specified in these specifications and if such test shows that the work has a defect, the Contractor shall pay for the test.

The analyses will be made by a recognized laboratory, indicated by the Employer if not otherwise instructed.

The materials or the equipment will be transport via the Employer’s roads. Any damage to these roads will be repaired without delay by the Contractor.

10. Alternative Technical Proposals

During performance of works, the Contractor can propose alternative solutions for selected parts of the works. The solutions should be accompanied by all information necessary for a complete evaluation by the Employer, including drawings, design calculations, technical specifications, breakdown of prices, proposed construction methodology, and other relevant details to support Contractors statement that the alternative solution will be at least structurally and functionally equivalent to the basic design parameters and specifications.

Employers should decide whether the alternative technical proposals to specified parts are to be permitted. Alternatives are appropriate in cases where obvious alternatives are possible to the technical solution indicated in the Bidding Documents (and potentially less costly), taking into consideration the comparative specialized advantage of potential bidders.

Technical alternatives permitted in this manner shall be considered by the Employer each on its own merits and independently of whether the bidder has priced the item as described in the Employer’s design included with the Bidding Documents.

11. Safety Requirements

All activities at the Site have to be done, based on the applicable Bulgarian law and requirements.

In case of operating with subcontractors, all regulations will be applicable for the subcontractors, and the Contractor will be acting as a coordinator.

When more than one company have to work on the same working place at the same time responsible coordinator will be appointed beforehand. He will coordinate not only necessary operations but also the risk policy.

Only trained personnel and workers who are fit to the job will be employed.

Page 71: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 71

Detailed safety requirements are described in the Special Conditions of Specifications.

B. Special Conditions of the Specifications

1. Construction works

1. 1. Administration building

1.1.1.THE THREE FLOORS OF THE BUILDING ARE: basement, first and second floor and it is envisaged as monolith technology construction. The foundation is 50 cm thick slab . The earth base is improved, and the concrete slab is envisaged on a sand base (see Drawing 1). The construction of the building is independent and separate from the neighboring building by a 5cm joint. The slab and the surrounding concrete walls of the basement are to be made from watertight concrete grading W=0.6. The facade basement walls on the outside are to be water proofed as on the attached detail. The construction of the site is mixed: spandrel beams and supporting brick walls. The facade and partitioning non-supporting walls are hollow concrete block design Flexible joints are envisaged to connect the hollow concrete and supporting construction. The covering construction above the second floor is to be a double-pitched roof from monolith reinforced concrete slabs . Openings of 100/95 cm are to be left in the partitioning walls under the roofing for stripping of the covering slab and revising during construction of the building. Part of the basement is connected and incorporated with the system of passable installation collectors ( tunnels). All needed metal construction in the collector is shown separately. It is envisaged that the seismically strains will be undertaken by brick washers, circled by columns and belts The building is seismically tested with Kc=0.15 (8 degree). The calculations for approving stiff (non-deforming) flooring constructions were made with computers to allow three degrees of flexibility at each level. Three forms of vibration of the building were studied.

1.1.2. THE COMPUTATIONS, measurements and working charts were made in accordance with Bulgarian State Standards as follows:

1) Standards for trial-loading and impact on buildings and facilities – 1989; 2) Standards for design of concrete and steel concrete construction – 1988;3) Standards for design of buildings and facilities in seismic areas – 1987; 4) Flat substantiation. Regulations for Design – 1983; 5) Standards for design of concrete construction – 1987; 6) Standards for design of masonry construction – 1985; 7) Standards for design of timber construction – 1990.

1.1.3. REQUIREMENTS FOR FOUNDATION.The mass excavations must be done within the outlines of the planned slabs , including all terraces, bay windows and other protuberances of the slabs . While doing the mass

Page 72: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

72 Section VI. Specifications

excavations the working construction design must be strictly complied with – all skews, ditches, ramps and elevations of substantiating, etc. must be considered. The activities for removing or reducing the give-way of the earth base (if any), indicated in the construction design, must be undertaken without delay.

1.1.4.WATER PROTECTION ACTIVITIES 1. In making the construction excavation, a common planning of the site must be

made to ensure quick runoff of the surface waters. Surrounding ditches with waterproof bottom must be made to handle the water in the lower areas.

2.The common excavation must be made with a grade towards the periphery, where ditches or reservoir shafts will collect the ground waters. The water must be drained immediately.

3.The old absorptive or toilet pits in the plot must be carefully cleaned and filled with concrete B-10 up to 1.5 m deep under the lower edge of the slab . The upper part of the pits (1.5 m deep) must be filled in with pure and homogenous layer-rammed loess until the total weight of the soil reaches 1.55 t/m3. Old absorptive or toilet pits, located at least 10 m from the edges of the building must be treated the same way.

4.Control must be exercised in order to detect potential leaks of water from pipes, canals, etc.

5.The embankment made from the excavations must be done immediately with pure homogenous and stable-layer rammed loess until the total weight of the soil reaches 1.55 t/m3.

6. After the building has reached a stage of leveling, around there must be made a waterproof footpath. The construction works above the leveling level may only continue after the waterproof footpath is made. It must be on an embankment of pure loess, compacted as specified in par. 5 above.

7.All connections around the building – such as canals, water pipes, power installations, etc. must be worked out before the waterproof footpath is made.

8.The basement premises of buildings with single foundations must be with a 10 cm slab of B-10 concrete, reinforced in both directions by 56 / 5m. The slab must also be above the substantiation steps, i.e. reach the columns and walls.

9.The rainwater must be caught in a common canal in accordance with a sewage and water supply design and diverted away.

10.The construction works requiring use of water must be done in separate areas in the lowest grounds, at least 25 m away from the buildings in existence and under construc-tion.

11.In disposing of the construction materials and others, , etc. the natural runoff of surface waters must not be disrupted.

1.1.5. REINFORCEMENT STEELS, REINFORCEMENT WORKS AND WELDINGThe following reinforcing steel must be used in reinforcing steel concrete construction:

1. Hot-rolled reinforcement steel with periodic sections, class A-II and A-II, in accordance with BSS5 4578-73 with Ra=270 MPa and Ra=375 MPa.

2. Hot-rolled smooth and round reinforcement steel, class A-I, in accordance with BSS 4758-73 with Ra=225 MPa. 5 Bulgarian State Standard

Page 73: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 73

3.Cold-rolled smooth wire, class B-I, BSS 92-I-52-72 only for welded nets, with Ra=315 MPa.

4.Cold shaped reinforcement steel with periodic sections, in accordance with BSS 5267-67 with Ra=210 MPa. The steel must be clear-surfaced with no rust, gaps or other noticeable defects.

5.The welded connections must be meeting the instructions for welding Bulgarian hot-rolled reinforcement steels.

6.The welded reinforcement nets must be made in accordance with the requirements of BSS 9253-74.

7.The bending of the axes of the class A-I, A-II and A-III steel rods with diameter up to 40 mm for front connections with double round shoes and rainbow welding and longitudinal stitches, must not exceed 6o.

8.The welded connections with contact power-resistance welding must meet the Instructions for Manufacture and Use of Welded Nets and Scaffolds for Reinforcement of Steel Constructions.

9.Power-bow welded connections must be cleaned from scum. Noticeably, the welded metal must not have any visible gaps, porous structure or scum.

1.1.6.CONCRETE

The classes and marks of the placed concrete must meet accurately the ones shown in the design. Their endurance characteristics must meet the Standards for Design of Concrete and Steel Concrete Constructions – 1988. Documents for all placed concrete must be kept with the site record to evidence their design endurance. The qualities of the cement, water and supplemental materials must be determined in a lab environment. The use of non-sifted river gravel is not allowed. In the presence of the project manager samples must be taken with each 50-60 m3 of concrete to be tested, in accordance with BSS 505-51.

1.1.7.THE FOLLOWING REQUIREMENTS must be made in manufacturing concrete marked B-15 or higher:

1. The cement mark must not be lower than M-300, according to BSS 27-74. 2. The concrete from concrete plants that cannot meet this standard is prohibited

for use. The setting of the concrete mixture must not be more than 8 cm. When using plasticizers, greater slump is allowed, but no more than 12 cm.

3. The use of accelerating agents is allowed, if this would not influence negatively the reinforcement and adhesion with the concrete.

4. During concrete works in winter conditions it is necessary to keep a ledger for the temperatures of the concrete in placing – the atmospheric temperatures, the wind strength, etc. If these data show deviation from normal indicators, immediate measures must be taken in accordance with the Measurements Regulations to avoid the negative impact of low temperatures on the quality of the concrete. In all cases the concrete mixture must be left to cure for 3 days above 3o t.

Page 74: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

74 Section VI. Specifications

5. Placing and vibration of concrete must be completed no later than 1.5 hrs after it is mixed.

6. The concrete must be compressed with vibrators. During the vibration the vibrating facility must not be touching the reinforcement.

7. Especially in summer conditions, the placed concrete must be kept damp at least for 7 days.

8. The concrete receiving thermal treatment must contain at least 6% moisture for 7 days and must be covered, if needed, with moisture-insulation film.

1.1.8.THE WORK JOINTS, resulting from the concrete works, must be treated as follows: 1. If concrete works are discontinued for up to 7 days, the upper surface of the laid

concrete must be cleaned from construction waste. After that the cement crust must be removed and washed, the concrete must be blasted with compressed air, then it must be well moisturized and then the new concrete may be laid.

2. If concrete works are discontinued for more than 7 days, immediately after the placing of the last layer of old concrete there must be made gaps on its surface, 3-5 cm deep, totaling 15% of the surface of the work joint. In laying the new concrete the requirements in the above paragraph must be met. The newly laid concrete must be vibrated with intensity twice higher than normal. Watering or spreading of the cement lime or cement-and-sand mortar is prohibited before the new cement is laid.

1.1.9. CONTENTS OF MORTARS – FOR 1 M3 OF MORTAR:

A) Mortar M 1: Cement M 350 – 110 kgWhite lime – 200 lRiver sand – 0.95 m3 Water – 250 l

B) Mortar M 2.5: Cement M 350 – 170 kgWhite lime – 150 lRiver sand – 0.97 m3 Water – 260 l

C) Mortar M 5: Cement M 350 – 240 kgWhite lime – 130 lRiver sand – 1 m3 Water – 270 l

1.1.10. REQUIREMENTS FOR EXTERNAL AND INTERNAL BRICK WALLS

1. The masonry must be thick or grid bricks, marked no less than M-10 and cement and lime mortar must be used.

2. The masonry must be thick or grid bricks with vertical cavities of no more than 20%.

3. In making the brick walls, the plate on which the wall is made must be clean from waste or dust and must be washed 1 hour before starting the masonry work. On it must be spread a layer of mortar and after that must the masonry begin. The spread must not be large.

Page 75: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 75

During the masonry each brick must be placed about 2-3 cm to the side and glided towards the design position to ensure close adherence to the bottom surface and partial filling of the vertical joint with mortar. Free alignment of the bricks, without pressing, gliding and arranging them is not allowed.

4. The brickwork masonry must be made in compliance with the Masonry Regulations with bricks and mortars marked as indicated in the work charts.

1.1.11. STORAGE AND KEEPING OF THE MATERIALS NEAR THE SITE IN ACCORDANCE WITH THE LABOR SAFETY REGULATIONS

1. The bricks supplied in pallets and packs must be stored in containers, no more than 2 if one is on top of the other, or if no containers are available – arranged accordingly, but no more than 1.7 m high.

2. The round trunks must be arranged no more than 1.5 m high in rows on pads with stable side supports and the width must not be less than the trunk’s length.

3. The ripped timber must be stored in stacks , the height of which does not exceed the half-width of the timber alignment, if properly arranged.

4. The small metal details must be stored on shelves, installed no higher then 1.5 m. 5. The sheet steel, shaped steel and similar must be arranged in stacks of no more

than 1.5 m high, with pads; for shaped steel the height must not exceed 1 m. 6. Reinforcement nets and metal bar constructions must be stored in stacks no higher

than 1 m and placed on pads. 7. Pipes from pipe scaffolds must be stored in stacks no higher than 1.2 m on

wooden pads with supports on the sides. 8. The bitumen must be stored in steady packing, avoiding leaks. 9. The distance from the arranged stacks of materials, details or equipment to the

edge of excavations or trenches must be determined by calculating the sustainability of the soils, but must not be less than 1 m to the edge of the natural slope or reinforcement of the excavation, if this loading has been considered in measuring the supporting facilities.

10. The piles of sand, gravel and similar materials must be sloped no more than the angle of their natural repose or surrounded by steady supporting walls.

11. The leaning of materials, details, equipment, etc. against the buildings or components of temporary or permanent buildings and facilities is prohibited. Their storage must be in accordance with the standard requirements or technical conditions.

1.1.12. LABOR SAFETY 1. In performing construction and assembly works there must be admitted

managers, team leaders or workers, acquainted with the Labor Safety Regulations in Construction and Assembly Works, 1982, as well as with the specific technology requirements for the relevant type of construction. In using assembling devices, Ordinance no 31 about the structure of lifting facilities and their safety use from 1982 must be observed.

2. All workers must be equipped with and use all protection such as belts, hard hats , gloves and special working clothes, in accordance with the requirements of the work they are doing.

Page 76: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

76 Section VI. Specifications

3. The construction site must be leveled and drained, maintaining the ditches clean. A 2 m high fence must surround the area of the site and there must be signs reading ATTENTION! CONSTRUCTION! ADMITTANCE OF KIDS STRICTLY PROHIBITED!

4. During work there must only be used the slings , envisaged in the Regulations, where the safety coefficient is no less than 8.

5. Every day before starting work the team leader must inspect the slings and replace the unreliable ones.

6. Before any component is lifted, the reliability of the hooks must be tested. 7. For the hooking, unhooking, guiding or manipulating the slings , there must

be designated trained workers, who are acquainted with the Technical Labor Safety regulations and the signal table and possess a certificate thereof.

8. Manually operated electric instruments, disk saws, nut-winding machines, jack-planes, drilling machines, etc. must be used by trained workers or team leaders.

9. The engineering managers, team leaders and workers are obliged to strictly follow the sequence of the types of construction and assembly works and other processes, which are part of the technology and regulations.

10. Protection covers must be made at the entrances. Warning signs must be placed in front of all danger areas, entrances, power boards, etc.

11. In performing operations with tower cranes, no more than one load can be lifted or lowered, which may not be in vertical motion during transportation. There must be put a visible sign, reading “Do not stand below the load or in the scope of the lift ”, as well as a sign showing the loading capacity of the crane.

12. It is prohibited to lift, bring down or relocate people with the tower crane.

1.1.13. FIRE PROTECTION REQUIREMENTS 1. Fire protection boards must be equipped with fire extinguishers, shovels,

bucket pump, buckets, a case-full of 0.5 m3 of sand, a barrel of 200 l of water and an asbestos blanket.

2. There must be formed a fire protection core. 3. Smoking or lighting of fire must only be allowed at designated spots.

FOR ALL ISSUES, EMERGING IN THE PROCESS OF IMPLEMENTATION THE TIMELY COOPERATION OF THE DESIGNER MUST BE SOUGHT. ALL CHANGES IN THE DESIGN, REPLACEMENTS OF MATERIALS OR ALTERATION OF THE PRESCRIBED SEQUENCE OF THE CONSTRUCTION AND ASSEMBLY WORKS MUST BE AGREED WITH THE DESIGNER!

1.1.14.TABLES

Page 77: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 77

01.01.01. SHUTTERING AND MISCELLANEOUS

Item Description Unit Quantity

01.01.01 Shuttering1 Shuttering for concrete base m2 142 Shuttering for foundation plate m2 573 Shuttering for walls over 15 cm thickness m2 5124 Shuttering addition for curvilinear outlines m2 605 Shuttering for plates, beams and belts m2 17126 Addition for curvilinear outlines m2 367 Shuttering for cornices, hoods and others m2 2328 Shuttering addition for premises up to 10 m

high m2 139 Shuttering addition for curvilinear outlines m2 2910 Shuttering for reverse beams m2 1411 Shuttering for independent beams and lintels m2 4112 Shuttering for columns m2 65813 Shuttering for staircases and landings m2 94

Miscellaneous14 Concrete transportation - payment in concrete

items m3 590.50

15 Protective masonry for hydro-insulation payment in hydro insulation items

m2 156

01.01.02. SPECIFICATION OF THE REINFORCEMENT

DiameterStory 6,5 8 10 12 14 16 18 20 TotalBasement plate 212 84 32 8710 574 358 156 - 10126Plate “A” 1540 903 311 700 973 270 195 - 4892Plate “B” 1999 1180 423 886 1202 187 191 32 6100Plate “C” 1550 1141 499 803 966 91 275 282 5607Plate “D” 1607 1045 651 340 69 8 28 247 3995Elastic joints - 140 - - - - - - 140Total in kg (by diameters) 6908 4493 1916 11439 3784 914 845 561 30860

Page 78: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

78 Section VI. Specifications

1.2. Passable installation collector ( (Tunnel)

The collector provides the connection between the built chamber and the Administrative building (block A).There are flexible supports for the heating installation and shelves for water supply, sewerage and electrical installations. The metal construction provides the rein-forcement and distribution of the installations, incoming and outgoing . They are situated in the basement of the building and in the collector’s new part, outside the building.

The section of the passable collector is 200/200 and it is envisaged to be made of concrete B 15 (mark B20), under monolithic technological method. The designer must approve the rein-forcement! The collector’s hydro-insulation should be made in accordance with that speci-fied for the whole site .

The back filling of the collector should be carried out from the two longitudinal walls, simul-taneously.

The location and the number of the movable supports in the block A collector are indicated in drawing 15..

The steel constructions are designed of hot rolled steel shapes in accordance with the BSS (Bulgarian State Standard), by welding.

The support’s fixation to the reinforced concrete construction is envisaged to be made by the steel shapes, attached to the wall through welding to the steel plates strips, fixed in advance.

After the welding, the slag should be cleaned carefully. All metal components should be placed underground and painted with two coats.In carrying out of the construction-assembly works all instructions and requirement under the Labor Safety Regulations in Construction and Assembly Works should be observed.

For all raised questions during the implementation the timely assistance of the designer is re-quired. The designer must approve all changes, related with the design concept and materials or in the construction-assembly specified technological sequence!

1.2.TABLES

Page 79: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 79

01.02. A. SHUTTERING AND CONCRETE WORKS

Item Description Unit Quantity

01.02.01. Shuttering Works01.02.01.01 Shuttering for concrete base m2 4,0001.02.01.02 Shuttering for reinforced walls over 15 cm thick m2 128,0001.02.01.03 Shuttering for plates with thickness over 15cm m2 38,0001.02.01.04 Shuttering for rectangle Inspection pits m2 4,0001.02.01.05 Shuttering for covers m2 2,0001.02.01.06 Shuttering for concrete ring m2 1,00

01.02.02. Reinforcement works (Table 01.02. 02)

01.02.03. Concrete works01.02.03.01 Concrete base GradeB10 m3 5,0001.02.03.02 Concrete Grade B15 for reservoir bottoms m3 7,0001.02.03.03 Concrete Grade B 15 for reinforced walls with

thickness over 15cm m3 64,0001.02.03.04 Concrete GradeB15 for reinforced concrete plates m3 5,5001.02.03.05 Concrete Grade B15 for reinforced walls over15cm

thick - paid in 01.02.03.03 m3 0,2001.02.03.06 Concrete Grade B10 for covers - paid in 01.02.03.01 m3 0,30

01.02.03.07 Concrete Grade B15 for concrete ring - paid in 01.02.03.04

m3 0,10

01.02.03.08 Admixture for reinforced walls up to15 cm thick - paid in 01.02.03.03

m3 0,30

01.02.04. Miscellaneous01.02.04.01 Hydro-insulation m2 140,0001.02.04.02 Masonry for protection of hydro-insulation m2 70,0001.02.04.03 Spare parts Kg. 2453,0001.02.04.04 Underground placement of iron surfaces m2 52,0001.02.04.05 Two coats of oil pain of metal constructions m2 52,0001.02.04.06 5 mm leg welding lm 53,00

Item 01.02.04.02 paid in 01.02.04.02Items 01.02.04.03 through 01.02.04.06 paid as lump sum.

Page 80: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

80 Section VI. Specifications

01.02. 02. SPECIFICATION OF THE REINFORCEMENT

Item No Ф/mm/

L/cm/

Total length by diameters /m/6.5 8 10 12 14 16 18 20

A I A III1 58 8 390 0 226.2 0 0 0 0 0 02 58 14 235 0 0 0 0 136.3 0 0 03 158 8 70 0 110.6 0 0 0 0 0 04 158 8 230 0 363.4 0 0 0 0 0 05 158 8 300 0 474 0 0 0 0 0 06 91 6.5 1245 1133 0 0 0 0 0 0 07 58 12 235 0 0 0 136.3 0 0 0 08 337 8 65 0 219.1 0 0 0 0 0 09 13 8 390 0 50.7 0 0 0 0 0 010 13 14 235 0 0 0 0 3.55 0 0 011 34 8 70 0 23.8 0 0 0 0 0 012 34 8 230 0 78.2 0 0 0 0 0 013 26 14 305 0 0 0 0 79.3 0 0 014 48 6.5 290 139.2 0 0 0 0 0 0 015 16 6.5 290 46.4 0 0 0 0 0 0 016 26 6.5 290 75.4 0 0 0 0 0 0 017 26 8 130 0 33.8 0 0 0 0 0 018 15 8 65 0 9.75 0 0 0 0 0 019 30 8 65 0 19.5 0 0 0 0 0 020 12 8 65 0 7.8 0 0 0 0 0 021 28 8 105 0 29.4 0 0 0 0 0 022 28 6.5 45 12.6 0 0 0 0 0 0 023 14 10 75 0 0 10.5 0 0 0 0 024 4 8 390 0 15.6 0 0 0 0 0 025 4 14 235 0 0 0 0 9.4 0 0 026 10 8 70 0 7 0 0 0 0 0 027 10 8 230 0 23 0 0 0 0 0 028 10 14 330 0 0 0 0 33 0 0 029 90 6.5 110 99 0 0 0 0 0 0 030 8 8 110 0 8.8 0 0 0 0 0 031 21 8 65 0 13.65 0 0 0 0 0 032 32 8 120 0 38.4 0 0 0 0 0 033 24 8 50 0 12 0 0 0 0 0 034 36 6.5 115 41.4 0 0 0 0 0 0 0

A I A III6.5 8 10 12 14 16 18 20

Total in meters: 1547 1765 10.5 136.3 286.6 0 0 0

Total in kg: 402.2 697 6.479 121.0 348.6 0 0 0

Total: 1575 kg

Page 81: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 81

Page 82: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

82 Section VI. Specifications

2. Architectural works

2.1. Administration building

2.1.1. FUNCTIONAL SOLUTION

Block A is designed as a two-storey building with a ground half- floor. It has a passage de-sign scheme, with two-side development. Each floor has restricted access area for non-offi-cials, as well as for some officials. The vertical communication between the floors is carried out through two staircases, situated at the wings of the building – one for the free access area and other for restricted access area.

The rest rooms, garages, the steward office, power-boards, dry storage batteries depot and stock depots are situated in the ground half-floor. There is an enclosed connection between the garages and the passage. A passable installation collector runs along frame A, as a part of the passable installation collectors system of the Crossing Point.

The rooms for the shift managers, the Deputy Head of the Crossing Point office, an instructions room, the police investigation rooms, two working premises, a refugees room, rest rooms for women and men and sanitary personnel offices are designed for the first floor, in the free access area. Three detention premises with an anteroom, rest rooms and a store-room, two working premises, UPS, photo laboratory with a studio and a dark room are designed for the restricted access area. The section for detained persons is designed with 38 cm exterior walls, double interior walls leading to the next premises (25 cm + 12 cm) with 6 cm air space, and double interior walls between the lock-up premises (12 cm + 12 cm) with 6 cm air space.

On the second floor, at the free access area, will be situated the office of the second Deputy Head of the Crossing Point, the Head of the Crossing Point office and the office of the Deputy Head of the Regional Border Control Service, the Secretary office, five working premises, a doctor's consulting room and rest room, as well as rest rooms for men and women. In the restricted access area a room with a weapons store for the official on duty, three working premises, separate premises for a server, a telephone automatic exchange with a distributor and cabinets for the Structural cabel system are envisaged.

The officer-on-duty room, the Deputy Head of the Crossing Point office, the Head of the Crossing Point office, and the office of the Deputy Head of the Regional Border Control Service are facing the border control and customs check zone for the entering vehicles at the territory of the Republic of Bulgaria.

At the Southern-Western wing of frame A, a dense ornamental arched wall, directed towards the entrees in the Crossing Point, is envisaged. On this wall the state emblems could be installed, because of the excellent visibility from there and before the waiting place for border control.

Page 83: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 83

The roof of frame A is designed flat, double-pitched.

2.1.2. BUILDING SYSTEM, IMPLEMENTATION STAGES, EXTERIOR AND INTE-RIOR FINISHES

1. The building system is monolithic, with framed reinforced concrete construction. 30 cm hollow concrete blocks are the main material for the external walls, as the most cost-effective solution for the heat engineering requirements. Part of the external walls is made of bricks (earthquake resistant washers and walls of the premises for the detained persons). The interior walls are designed of 12 cm hollow concrete blocks, except the earthquake resistant washers and the walls of the premises for detained persons.

2. The external and interior finishing materials are described in detail in the detailed working schemes, bills of quantities, architectural details and schemes for woodworks, suspended ceilings and floorings.

For the facade external finishes the following materials are envisaged: for the baseboard - facing stone veneer (type gliz or Balchik stones) colored plasters (type “Cerezit”) aluminum curtain wall with vacuum-packed glass and interrupted thermo-bridge,

(color type 5009, RAL catalogue)

For the interior finishes the following materials are envisaged: for the floorings – terracotta, rolled floorings (tyoe Rouvitex) and granite and fitted

carpet, partially in the luxury area of the building; for the walls – mainly interior plasters (paints) – (type “Cerezit”); for the ceilings – suspended ceilings and plasters (type “Cerezit),.

If it is necessary to replace any of the materials or color identifications, the approval of the designer is required.

2.1.3. ARCHITECTURAL DETAILS

The following architectural details, required for the concluding engineering works, are developed:

Roof insulation; Thermal and hydro insulation; Railings; Iron, non-standard doors, covers and grids Shaping of joints.

In implementing the specific installation , the recommendations of the relevant producer should be observed.

In performance of ironware works the specified sizes in the drawings should be synchronized with the actual sizes before the making of the relevant component. All iron components

Page 84: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

84 Section VI. Specifications

should be painted with color blue (type 5009, RAL catalogue). The materials under the design could be replaced only after designer and project manager's permission.

2.1.4. ALUMINUM FRAMING SCHEMES

In the project an aluminum curtain wall with interrupted thermo bridge and double vacuum-packed glass are envisaged for all facade glasses, window – displays and doors. It is recommended that the aluminum framing be installed after preliminary fixed “black block for window or door”, made of welded shapes. When placing aluminum framing on bricks and concrete walls this recommendation is mandatory.For some interior framing – for some of the doors and window-displays – aluminum woodwork framing is envisaged as well. This aluminum framing should be made of shapes, without interrupted thermal bridge and single glass.

The entire aluminum framing is painted (color type 5009, RAL catalogue).

2.1.5. FLOORINGS

The floorings of the all premises are indicated on the detailed working schemes, and for some floorings are developed schemes for placement of the different materials – different colors terracotta, granite and fitted carpets. For the flooring works various joining solutions and glues could be used, but under the instructions of the relevant producer.

For the selection of the different floorings – color and type and other – specification the designer’s assistance is required.

2.1.6. SUSPENDED CEILINGS

For some of the premises with false ceilings there are schemes developed and attached. Suspended ceilings, type “Armstrong”, with size 60/60 are envisaged.

In the schemes the specified places for the lighting fittings and ventilation grids are indicated.

For the selection of the lamellas’ colors and line shapes of the false ceilings the designer’s assistance is required.

2.1.7. TABLES

Page 85: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 85

Item Description Unit Quantity

02.01.01. Masonry02.01.01.01 Hollow concrete masonry02.01.01.01.01 12 cm thickness m2 63002.01.01.01.02 25 cm thickness m2 23302.01.01.01.03 30 cm thickness m2 20802.01.01.01.04 Lintels

1250/250/250/100/200 No 202.01.01.01.05 Lintels

1000/120/250/70/200/12 No 1602.01.01.01.06 Lintels

1150/120/250/90/200/12 No 4002.01.01.01.07 Lintels

1150/250/250/90/200/25 No 302.01.01.01.08 Window arch 600/300/250 No 114

02.01.01.02. Brick masonry02.01.01.02.01 One (1) brick m3 10302.01.01.02.02 Addition for lime-cement paid in 02.01.01.02.01 m3 10302.01.01.02.03 Half (1/2) brick m2 13802.01.01.02.04 Addition for lime-cement solution paid in

02.01.01.02.03m2 138

02.01.01.02.05 Lime-cement transportation paid in items 02.01.01.02.01 through .02.01.01.02.03

m3 30.50

02.01.02. Plastering02.01.02.01. Internal plaster on concrete walls and ceiling m2 48002.01.02.02. Internal plaster on brick walls m2 60002.01.02.03. Putty on plaster m2 108002.01.02.04. Putty on hollow concrete walls M2 180302.01.02.05. Putty on stair-wells M2 261Items 02.01.02.03 through 02.01.02.05 paid in 02.01.02.01 and 02.01.02.0202.01.06. Flooring02.01.06.01. Cement coating on floors garages, stores,

collector M2 152

02.01.06.02. Cement coating on boards M2 24.5002.01.06.03. Flooring with rolled covering (type Rouvitex) M2 29002.01.06.04. Leveling cement coating M2 29002.01.06.05. Boards for flooring with rolled covering M2 33202.01.06.06. Flooring with terracotta M2 38602.01.06.07. Boards from terracotta M2 15.4002.01.06.08. Wooden (plastic) boards in premises with

Page 86: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

86 Section VI. Specifications

terracotta m2 34102.01.06.09. Terracotta flooring on stair-wells m2 7302.01.06.10. Boards from terracotta m2 4

02.01.07. Iron works02.01.07.01. Solid iron door 90/200 ( No 4 , dwg 24) kg 54002.01.07.02. Iron door with a grid 90/200 (No3, dwg. 25) kg 32402.01.07.03. Iron door with a manhole 90/200 (No 4, dwg.

26)kg 540

02.01.07.04. Iron rails kg02.01.07.05. Safety rails kg 1833.5002.01.07.06. Iron pipe for arrested kg02.01.07.07. Iron lid 0,8/0,60 kg 3602.01.07.08. Iron frame with mesh for the under roof space kg 14.402.01.07.09. Iron grid kg 7702.01.07.10. Iron grid kg 1502.01.07.11. Iron grid with frame kg 9602.01.07.12. Iron grids kg 76.802.01.07.13. Iron works transportation t 4

02.01.08. Carpentry works02.01.08.01. Smooth pressed doors 70/200/12 (wooden) No 1702.01.08.02. Smooth pressed doors 90/200/12 (wooden) No 3702.01.08.03. Smooth pressed doors 90/200/25 (wooden) No 1802.01.08.04. Transportation m2 11802.01.08.05. Oil paint on the doors m2 35402.01.08.06. Oil paint on the iron works m2 84

02.01.09. Roofing works02.01.09.01. Cement coating for slope –12 cm thickness m2 39002.01.09.02. Hydro-insulation with rolled type insulation – 2

layers m2 44602.01.09.03. Rainwater collector No 302.01.09.04. Heat insulation of roof plate 6 cm (type Fibran) m2 33102.01.09.05. PVC sheets m2 33102.01.09.06. Reinforced cement coating m2 33102.01.09.07. Steel sheet lining on board m2 3702.01.09.08. Asphalt roofing paper under steel sheet m2 1402.01.09.09. Boards m3 0.502.01.09.10. Lintels profiled lm 18602.01.09.11. Wooden blocks for steel sheet joining through

50 cm No 186

02.01.10. Second story roofing

Page 87: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 87

02.01.10.01. Heat insulation for ceiling plate - 8 cm thickness (type Fibran) M2 24.5

02.01.10.02. PVC sheets M2 24.502.01.10.03. Reinforced cement coating – 3 cm M2 24.502.01.10.04. Roof boarding – 2 cm M2 2602.01.10.05. Covering with rolled hydro insulation – 2 layers M2 2602.01.10.06. Skirt of rolled hydro insulation M2 12.502.01.10.07. Gutters M 1302.01.10.08. Water spout M 602.01.10.09. Water drain vessel No 102.01.10.10. Heat insulation with 5 cm thickness (type

Fibran) M2 29102.01.10.11. Heat insulation with 8 cm thickness (type

Fibran) M2 2402.01.10.12. Bituminous ground coat M2 15102.01.10.13. Bituminous hydro-insulation M2 11902.01.10.14. Heat insulation 50 mm (type Fibran XP BT) M2 3902.01.10.15. Heat insulation 50 mm (type Fibran XP) M2 9102.01.10.16. Geotextile panel M2 98.502.01.10.17. Lime-cement plaster M2 24802.01.10.18. Facing stone revetment veneer M2 7102.01.10.19. Board elbow of lime stone M2 3202.01.10.20. Facade angles Lm 5502.01.10.21. Edges angles - inside Lm 30002.01.10.22. Facade angles around roof - eaves Lm 6502.01.10.23. Angles at bay window and entrance Lm 2302.01.10.24. Fiberglass on heat insulation M2 31602.01.10.25. Lime plaster on fiberglass M2 9702.01.10.26. Glue under heat insulation M2 31602.01.0.27. Putty (type Cerezit CT 85) M2 21902.01.10.28. Priming paint (type Cerezit CT 16) M2 21902.01.10.29. Prime /water + paint/ (type Cerezit CT 16) M2 25802.01.10.30. Paint (type Cerezit CT 14) M2 31702.01.10.31. Paint – ochre (type Cerezit CT 44) M2 50602.01.10.32. Paint – white (type Cerezit CT 44) M2 12202.01.10.33. Paint – dark brown (type Cerezit CT 44) M2 9102.01.10.34. Angles at flooring on stairs with terracotta M2 9102.01.10.35. Boards at flooring changes – brass (plastic) M2 32.502.01.10.36. Flooring with stone slabs M2 13

02.01.11. Aluminum curtain wall and framing02.01.11.01. Stairs display window – vacuumed-packed glass,

with an interrupted thermo-bridge (dwg 41)(i) 275/270 cm(ii) 275/122 cm

NoNo

21

Page 88: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

88 Section VI. Specifications

02.01.11.02. Aluminum display window 240/80 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 35 and 36) No 3

02.01.11.03. Aluminum display window 240/160 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 35 and 36) No 22

02.01.11.04. Aluminum display window 120/80 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 35 and 36) No 4

02.01.11.05. Aluminum display window 80/80 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 35 and 36) No 12

02.01.11.06. Aluminum display window 60/60 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 35 and 36) No 2

02.01.11.07. Aluminum garage door 250/270 cm (dwg. 35 and 36)

No 4

02.01.11.08. Aluminum display window 60/240 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg 34) No 1

02.01.11.09. Aluminum display window 250/250 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg 34) No 1

02.01.11.10. Aluminum display window 100/250 cm single glass (dwg 34) No 2

02.01.11.11. Aluminum display window150/250 cm single glass (dwg 33) No 1

02.01.11.12. Aluminum display window298/250 cm single glass (dwg. 37) No 1

02.01.11.13. Aluminum display window298/250 cm single glass (dwg. 37) No 1

02.01.11.14. Aluminum display window225/250 cm single glass (dwg 33) No 1+1

02.01.11.15. Aluminum display window 120/160 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg.38) No 8

02.01.11.16. Aluminum display window 250/250 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 38) No 1

02.01.11.17. Aluminum display window (450+130)/285 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 39) No 1

02.01.11.18. Aluminum display window 288/285cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 40) No 1

Page 89: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 89

02.01.11.19. Aluminum display window 285/285 cm vacuumed-packed glass, with an interrupted thermo-bridge (dwg. 40) No 1

02.01.11.20. Aluminum carpentry 135/60 cm single glass (dwg. 42) No 1

02.01.11.21. Transportation of aluminum carpentry m2 240

Page 90: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

90 Section VI. Specifications

3. Water Supply and Sewerage

3.1. Administration building

The computations are made in accordance with Bulgarian State Standards: Standards for Design of Water Supply and Sewerage Systems in Buildings – 1986, revised 1988, 1995, 1996 and Labor Safety Regulations in Construction and Assembly Works

3.1.1.WATER SUPPLY

The building will be situated in “East” zone and will comprise two blocks – A and B. For the needs of the zone a joint water-meter unit for cold water, installed in the water-meter shaft was designed . For the engineering service lines, passable installation collector (tunnels)are designed and constructed. For our building a unit from chamber No 3 of the existing collector will be implemented, and the new collector will occupy parts of the basement of the building.

The supply of cold and hot water for the building will be secured from the existing collector’s net. There are three lines. For the hot water supply in the “East” zone a group user’s station, located in the basement of “Confiscated goods and clearance warehouse”, has been designed. Through a pipe distributor in the passable installation collectors this group user’s station will feed hot water to all the buildings in the zone, including this one.

For the gauging of the utilized hot and cold water use a water-meter will provide an opportunity for splitting up the costs between the agencies, located in the territory of the “East” zone. For gauging the utilized cold water, a joint water-meter is envisaged for the two blocks – A and B, which will be installed in the installation collector at its entry in the building. The water-meter flow will be for 30 m3 per hour. Due to the circulation net, the number of the hot water water-meter flow is highest. The water-meters for utilized hot water in block A will be for 3 m3 per hour.

The dimensioning of the installations for cold, hot and circulation water was carried out in accordance with Art.55, of Bulgarian standard “Standards for design of water supply and sewerage systems in buildings” and is in a table layout. The building installation will be of a classic type with down distribution. The distribution at the basement will be hung on walls and ceilings and together with the vertical branches will be made of galvanized pipes ( polypropylene pipes should be avoided).

The open installation in the basement will be heat insulated against condensation and heat loss.

The installations of the sanitary unit will be dug into the ground and will be made of polypropylene pipes.

Page 91: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 91

Due to safety reasons, the installations of the sanitary unit in the detained persons rooms are designed in a way so that the starting and stopping of the water is performed outside the sanitary unit by the security.

Fire extinguishing water stream of 2,50 l per second from the fire protection panels, will be installed in the walls. It will be set in a way permitting the separated hose line to be crossed in 2m. The fire protection panels will be equipped with 19 mm nozzles and hoses of 20 m length.

3.1.2. SEWERAGE

The water removed from the sanitary facilities will be carried out through PVC pipes with 32, 50, 110 and 160 mm.

The roof will be flat and it will be drained through inner PVC drainpipes of 110 mm. The horizontal distributor, disposed in the basement, will be made of PVC pipes and suspended on the walls and ceilings. The drainage of the sanitary units in the basement will be implemented through pipes, implanted in the base foundation slab. The sewerage joints between the buildings will be made of PVC pipes with 160 and vitrified clay pipes with Ф 200 mm, depending on their loading. The sewerage joints are dimensioned, according to the relevant regulations .

Some of the building’s premises are air-conditioned. For the condensation drainage an installation of PVC pipes of 50 mm and glued joint with 32 mm, installed in the walls and connected to the main sewerage of the building has been designed .

In the storage battery premise there will be dry capsulated batteries , so no neutralization shaft for collection of spilled waters will be needed. The waters from the floor-cleaning and toilet wash-basin sanitation for personnel use, could not be drained by gravity from the storage battery premise, so a drawing reservoir 40/40/40 cm and an immersed mono-phased pump with Q=1.25 l. per second and H=4 m, are envisaged for this purpose.

With the engineering works the requirements of “Labor Safety Regulations in Construction and Assembly Works” and all relevant regulations should be observed.

3.1.3. SANITARY, LABOR SAFETY AND FIRE PROTECTION MEASURES

Besides the provisional rules and standards for labor safety in construction and assembly works, the requirements within all relevant Regulations on labor safety, concerning construction activities are also compulsory.

The required specific measures that need to be taken in preparing the construction site are:

1. In shaping slopes with height over 3 m and steep more than 1:1, the site workers should work with protection belts and cords, fixed on a solid base.

Page 92: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

92 Section VI. Specifications

2. During the works, excavating machines should be standing on solid and flat grounds, without exceeding the excavation machine’s permissible slope according to its technical certificate.

3. The installation works by the protected excavation should be carried out under the direct guidance of the technical manager.

4. During the excavating machine operations, carrying out of any assistance works between the excavating machine and the face are permitted, as well as in the operating zone or behind the excavating machine.

5. The standing of people under the installations in the process of their assembly is prohibited, as well as any construction and assembly works.

6. Before the lifting of a certain construction, its weight should be determined.7. If, during the lifting of the construction, its position is varied or the cable is

twisted, the construction should be lowered carefully and after it is fixed, it can be lifted again.

8. The temporary couplings between the components should be set firmly on steady supports.

9. The carrying out of installation works in the zone of power –transmission lines with high voltage is prohibited.

10. During the carrying out of construction and assembly works, the performing organization is obligated to provide labor safety conditions.

11. For avoidance of work injuries specific measures should be undertaken. Each worker or engineering manager, working for the first time or placed on a different job, should be instructed in accordance with applicable technical labor safety rules. This training should be carried out on the basis of written materials, all prepared in advance by designated officials.

The following training is available:a/ introductory;b/ practical; c/ periodic.

12. The site should be equipped with a medical cabinet with first-aid supplies.The sanitary maintenance, the organization of working places and working culture are responsibilities of the site managers.

3.1.4. TABLES

Page 93: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 93

Item Description Unit Quantity

03.01.01. Water supply03.01.01.01. Drilling openings in concrete wall with thickness

20 cm and section up to 30/30 cm No 1203.01.01.02. Water-line of galvanized iron pipes Ф ½” No 2603.01.01.03. Water-line of galvanized iron pipes Ф ¾” lm 3503.01.01.04. Water-line of galvanized iron pipes Ф 1” lm 3003.01.01.05. Water-line of galvanized iron pipes Ф 1 ¼” lm 2903.01.01.06. Water-line of galvanized iron pipes Ф2” lm 3803.01.01.07. Water-line of Polypropilen-Polymutan Ф20x1.8mm lm 8303.01.01.08. Water-line of Polypropilen-Polymutan Ф25x2.3mm lm 3003.01.01.09. Pipe plugs of galvanized iron Ф ½” No 4903.01.01.10. Stop valves without a bleeder Ф ½” No 1303.01.01.11. Stop valves with a bleeder Ф ½” No 303.01.01.12. Stop valves without a bleeder Ф 1 ¼” No 203.01.01.13. Stop valves without a bleeder Ф 2” No 403.01.01.14. Slide stop valves without a bleeder Ф ½” No 903.01.01.15. Slide stop valves with a bleeder Ф ½” No 1203.01.01.16. Slide stop valves with a bleeder Ф ¾” No 203.01.01.17. Slide stop valves with a bleeder Ф 1” No 303.01.01.18. Slide stop valves with a bleeder Ф 1 ¼” No 303.01.01.19. Water taps nickel-plated Ф ½” No 203.01.01.20. Extenders for water taps nickel-plated Ф ½” No 203.01.01.21. Mixing taps for wash-basins and sinks No 1603.01.01.22. Bath-shower taps No 203.01.01.23. Fire-precaution hydrant (set) installed in a

preliminarily excavated niche No 603.01.01.24. Supports for pipe-line in the basement No 3803.01.01.25. Supports for vertical branches No 1103.01.01.26. Hot water gauge Ф ½” – 3 m3/hour No 803.01.01.27. Heat-insulation on suspended pipe-line in the

basement of the building made for Ф 20 mm Ф 25 mm

Ф 32 mm Ф 50 mm

lmlmlmlm

30203026

03.01.02 Sewerage03.01.02.01. Pipeline elbow Ф 150 - 90 No 103.01.02.02 Vitrified Clay pipes Ф 200mm lm 903.01.02.03. Pipe cross single H 200/150-45 No 103.01.02.04. Pipeline elbow Ф 200 - 90 No 103.01.02.05. Pipes PVC with factory fittings Ф 50 mm lm 68

Page 94: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

94 Section VI. Specifications

03.01.02.06. Pipe cross single PE 50/50-45 No 2703.01.02.07. Pipes PVC with factory fittings Ф 110 mm lm 8403.01.02.08. Pipe cross single PE 110/110 - 67 No 903.01.02.09. Pipe cross single PE 110/110 - 45 No 703.01.02.10. Pipe cross single PE 110/50 - 45 No 1303.01.02.11. Pipeline elbow Ф 110 - 90 No 203.01.02.12. Control pipes TK - 110 No 2803.01.02.13. Transition 110/50 mm No 303.01.02.14. Pipes PVC with factory fittings Ф 160 mm lm 2403.01.02.15. Pipe cross single PE 160/160 - 45 No 103.01.02.16. Pipe cross single PE 160/110 - 45 No 403.01.02.17. Pipeline elbow Ф 160 - 90 No 203.01.02.18. Control pipes TK - 160 No 503.01.02.19. Pipes PVC without sockets with pasted joints

Ф 32 mm lm 3003.01.02.20. Cast iron pipes Ф 150 mm for sewerage ventilation lm 1003.01.02.21. Bell trap siphon Ф 100/50 mm No 12

03.01.02.22. Siphon with below drainage Ф 105/50 mm No 203.01.02.23. Ventilation hats Ф 150 mm No 503.01.02.24. Toilet wash-basins middle format No 1603.01.02.25. Semi-china cantilevers for toilet wash-basins No 1603.01.02.26 Sinks German silver made – single, including a

siphon – BSS 14741No 1

03.01.02.27 Sinks German silver made – double, including a siphon – BSS 14741

No 1

03.01.02.28 Lavatory pans with low flushing cistern made of faience (back run off), including armoured hose for cistern, semi-china law located cistern, shvimer, lavatory board and semi-china joints (arches) – BSS 14741

No 9

03.01.02.29 Wall type urinals No 203.01.02.30 Testing of sewerage density up to Ф 150 mm lm 15003.01.02.31 Supports for horizontal sewerage installed in the

basement No 2203.01.02.32 Supports for vertical sewer branches No 2503.01.02.33 Fitting reinforced concrete B 10 for mantle 60/40

cm m3 2.503.01.02.34 Fitting reinforced concrete mantle 60/40 cm lm 13.603.01.02.35 Excavation to 4 meters width and to 2 meters depth m3 11003.01.02.36 Back-fill of excavation m3 11003.01.02.37 Congestion compaction of back-fill embankment

through mechanical tamping in 20 cm thick layers m3 11003.01.02.38 Reinforcement Ф 6 mm – welded meshes in square

15/15 cm – 20.6 m x 4 kg kg 83

Page 95: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 95

03.01.02.39 Reinforcement steel Ф 6.5 mm kg 20003.01.02.40 Concrete Grade B 15– pad foundation – 20.6 m x 1

x 0.1 m3 2.103.01.02.41 Cement solution for pipes stabilization – for

deviation No 1 m3 0.403.01.02.42 Suction-pump P=0.3kW, H=4m’, Q=1,25 l/sec -

installation No 103.01.02.43 Stop valve without a bleeder Ф 1” No 103.01.02.44 Back-pressure valve Ф 1” No 1

Page 96: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

96 Section VI. Specifications

3.2. Passable installation collector – BSS: Standards and Regulations for Design of Collectors for Engineering Structures in Towns and Villages – 1975

The development comprises installation collector from the chamber No 3 ( from the existing collector) to the administrative building.

The system is composed of installations for cold, circulation and hot water. The cold water supply system is dimensioned to provide to the maximum flow per second of the drinking and domestic purposes water at 2.5 l. per second fireproof flow.

The hot water supply system is dimensioned to provide the required flow for the administra-tive building with a flow of 0.5 l. per second hot water.

In the installation collector the pipes should be placed on brackets and insulated against con-densation and heat losses with glass wool, 50 mm, Rabitz wire net and anticorrosive tape.

The places for the pipe placement in the collector, the level, shelves, compensators, movable and stationary supports are on the Heating and ventilation drawings . They are shown with cross-section on specified places.

For all lines to the separate buildings, for vertical branches and for the line from the high-way in the chamber No 3, stop valves are envisaged. The valves will give an opportunity for separation of small areas in emergencies, as well as an opportunity for circulating flow regu-lation.

For free personnel movement and for avoiding hindering the shelves for the power boards, the lines from the installation in the collector to the blocks are envisaged to be implemented 2,5 m above the collector’s floor and disposed vertical and closely to the collector’s wall. A second option with supporting blocks, arranged on 0.1 m from the floor, is envisaged, as well .

The cold, circulation and hot water supply should be insulated after the hydraulic test for strength and water density, according to the requirements Regulations for Construction and Assembly Works. The installation will be operative under working pressure, P = 0,4 MPa and stand-by pressure, P= 0,66 Mpa.

For the East zone hot water supply a group user’s station, located in the basement of the warehouse for confiscated goods and customs clearance, with a pipe distributor in the pass-able installation collectors for the hot water supply of all buildings, is envisaged.

The circulation is carried out through pumps at the station . The pumps are switched on by a timer and are switched off when the temperature of the water in the circulation net provid-ing the water for the user’s station is equal to the temperature of the hot water coming from the water heater.

Page 97: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 97

The movable supports, as quantities are indicated in section 4.2.2..Heating,ventilation and Air-conditioning Systems to facilitate the construction . In carrying out of the construction works, the requirements of the Labor Safety Regulations in Construction and Assembly Works and the relevant mandatory legislative provisions should be observed.

3.2.1. TABLES

Item Description Unit Quantity

03.02.01. Water supply system03.02.01.01. Water-supply from galvanized iron pipes Ф11/2” lm 4003.02.01.02. Water-supply from galvanized iron pipes Ф 2” lm 3903.02.01.03. Water-supply from galvanized iron pipes Ф 2 ½’’ lm 7203.02.01.04. Pipe plugs of galvanized iron Ф 2” No 203.02.01.05. Pipe plugs of galvanized iron Ф 2 1/2” No 103.02.01.06. Stop valves without bleeder Ф 2” No 103.02.01.07. Stop valves with bleeder Ф 2 1/2” No 203.02.01.08. Slide stop valves without bleeder Ф 1 1/2” No 203.02.01.09. Slide stop valves without bleeder Ф 2” No 403.02.01.10. Slide stop valves without bleeder Ф 2 1/2” No 203.02.01.11. Stop valves with hand wheelsФ 50 mm No 203.02.01.12. Anticorrosive insulation made with two coats

anticorrosive tape (75 m2) kg 3503.02.01.13. Water-meter for cold water 30 m3 per hour No 103.02.01.14. Supply and installation of flanges with diameter

50/2” before and after the Water-meter No 203.02.01.15. Rabitz wire net kg 8203.02.01.16 Glass wool cord Ф50 mm kg 675

Page 98: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

98 Section VI. Specifications

4. Heating, Ventilation and Air-conditioning

4.1. Administration building The computations are made in accordance with the following Bulgarian State Standards: Standards and Regulations for Heating, Ventilation and Air-conditioning Installations – 1986, Fire-precaution Construction-Technical Standards – 1986, revised 1994

4.1.1. SITE BASIC DATA

This is a two-story building with a ground half-floor. The exterior walls will be made of hollow concrete, 30 cm. The floors will be made of reinforced concrete plate with heat insulation. The roof slab will be a reinforced concrete plate with heat insulation and walls will be reinforced concrete with heat insulation.

Windows – aluminum curtain wall

Winter heating temperature, according to calculations –17 C.Summer temperature for the air-conditioning systems, according to calculations +37 C.Heating period with duration of approximately 175 days.

Installations solution

At the sub-site the following installations are developed: Heating installation Ventilation system Air-conditioning system

4.1.2. HEATING INSTALLATION

The thermal energy supply for the heating of the building comes from “Iztok” Thermo-electric Power plant through the user’s station, located in the warehouse for seized goods and clearance.The heat-transfer of the heating installation has forced circulation, 90/70 C water.

4.1.3. HEATING FACILITIES WITH ACCESSORIES

The heating facilities will be made of cast iron radiators. The heating facilities should be installed on the specified places, according to the drawings attached.

On each heating facility a thermo-regulating radiator valve and a stop valve should be installed.

4.1.4. PIPE SYSTEM WITH ACCESSORIES

Page 99: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 99

The pipe system should be made of black gas pipes with sizes as indicated in the heating system scheme attached.

The heat-transfer will be through the horizontal pipe system. The horizontal pipe system should be installed in the ground half-floor and in the relevant passable installation collector.The vertical standpipes should be exposed.The deaeration of the heating installation must be performed locally, with an installed manual deaerator for each heating facility.20 cm insulation should be installed on all pipelines in the ground half-floor.

The links between the heating facilities and vertical standpipes is made through crossed polyethylene, fittings and distributive valves and collectors. For the achievement of the service, the decrease of the unions heat release and overheating protection of floorings, the pipes should be placed in corrugated tubing. The distributive valves and collectors should be installed in the indicated places in the drawings attached. An automatic deaerator should be installed on each collector and a manual deaerator on each radiator.

For the heating installation the following requirements are to be followed :

1. The installation of the polyethylene connections should be carried out under the air temperature over 10o C.

2. The instructions of the supplier and the following technological sequence should be observed:

A clean plate surface for the placement of the horizontal pipe system is required; Installation of crossed polyethylene pipes with no less than minimal permissible

bending radiuses; Hydraulic density testing of the pipes and pipe joints to the floor collectors, and the

heating facilities under pressure of 3 Kg/cm2, before their filling; Filling of tested pipe joints with cement-sand mortar M10; Hydraulic density testing of the pipe joints after grouting tightening under pressure of

3 Kg/cm2.3. Until the completion of flooring installation the carrying out of any construction

works on freshly filled pipe joints is permitted.4. For observation of the technological sequence, a working schedule for installation

works should be developed.5. After the completion of installation works of heating installations and after placement

of floorings, an installation testing under pressure of 3 Kg/cm2 should be carried out for the installations works quality guarantee.

6. The heating installation should be adjusted after the site completion under the air temperature below 6o C.

4.1.5.VENTILATION SYSTEM

The following ventilation systems are developed: (i) exhausting ventilation – accumulator (ii) exhausting ventilation – photo laboratory

Page 100: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

100 Section VI. Specifications

The exhaust ventilation installations will be for general exchange. The suction of the polluted air from the premises will be implemented through ducts , placed above and to the side. With the envisaged air ducts and fans the air will be emitted over the building’s roof.

The air ducts should be made of galvanized iron sheet with 0,82 mm thick. For decreasing of ventilation installations noise the following measures are envisaged:

Fan noise-killing boxes; Soft joints between the fans and air ducts.

All air-ducts crossing the first and the second floor of the building should be insulated up to the limit of fire stability – 45 min. through fire stable paint. This way the installation of fire-barrier valves will not be necessary.

4.1.6. AIR-CONDITIONING SYSTEM

The air-conditioning of the premises envisaged will be carried out through independent air-conditioners.

The selection of the air-conditioners was on the basis of heat savings, internal and external surfaces and windows.

The selected air-conditioners maintain the air temperature of the premises.

In installing the air-conditioners, the requirements of the manufacturer and specific requirements of the air-conditioner’s certificate should be observed.

The air-conditioners are in a “split” system. The inner facilities should be installed in the air-conditioning premises and the exterior facilities on the building’s roof.

4.1.7. TABLES

Item Description Unit Quantity

04.01.01. Heating installation04.01.01.01 Heating bodies04.01.01.01.01 Cast iron radiators type 500/160/60 mm No 50704.01.01.01.02 Overall assembly of cast iron radiators with length

up to 10 gills, including removal, fitting, valve and union installation, as well as cold testing No 51

04.01.01.01.03 Ditto but with length up to 20 gills No 704.01.01.01.04 Angle valve for radiator Ф 1/2 No 5604.01.01.01.05 Compound union Ф 1/2” No 56

04.01.01.01.06 Secure valves for hand deaeration of radiators Ф 3/8”

No 58

Page 101: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 101

04.01.01.01.07 Secure valves installation No 5804.01.01.01.08 Make of heating facilities out of smooth pipes Ф 2” m’ 9604.01.01.01.09 Assembly of heating facilities made of smooth

pipes over 3 lines (10 lies) and length 2,5m No 204.01.01.01.10 Ditto but up to length 2,0m No 204.01.01.01.11 Hot testing of heating facilities No 6204.01.01.01.12 Oil paint of radiators m2 18004.01.01.01.13 Angle valve for radiator No 204.01.01.01.14 Compound union Ф 3/4” No 204.01.01.01.15 Straight radiator valve Ф1/2” No 404.01.01.01.16 Compound union Ф 3/4” No 404.01.01.01.17 Installation of straight radiator valve with Ф 1/2” No 4

04.01.01.01.18 Ditto but compound union Ф1/2” No 4

04.01.01.02 Piping system04.01.01.02.01 Black gas pipes Ф 1/2” m 8004.01.01.02.02 Ditto but Ф 3/4” m 80

04.01.01.02.03 Ditto but Ф 1” m 5004.01.01.02.04 Ditto but Ф 1 1/4” m 604.01.01.02.05 Ditto but Ф 1 1/2” m04.01.01.02.06 Laying of black gas pipes Ф 3/4” m 62

04.01.01.02.07 Ditto but Ф 1” m 5004.01.01.02.08 Ditto but Ф 1 1/4” m 604.01.01.02.09 Ditto but Ф 1 1/2” m04.01.01.02.10 Installation of radiator valve Ф 1/2” m 80

04.01.01.02.11 Installation of collector and radiator joints Ф 3/4” m 18

04.01.01.02.12 Supply and installation of slide valves with bleeder Ф ½” No 4

04.01.01.02.13 Supply and installation of slide valves Ф 3/4” No 4

04.01.01.02.14 Ditto but Ф 1” No 10

04.01.01.02.15 20mm heat insulation on pipes with Ф 100/108mm m2 204.01.01.02.16 PE-X pipes – cross-linked polyethylene –diffusive

protection E H Ф 16/2 m 76004.01.01.02.17 Laying of PE-X pipes m 760

04.01.01.02.18 Corrugated PVC pipes for PE-X Ф 16/2 m 71004.01.01.02.19 Distribution knot with 2 unions, set of union nuts,

etc. No 2

Page 102: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

102 Section VI. Specifications

04.01.01.02.20 Ditto but with 3 unions No 104.01.01.02.21 Ditto but with 4 unions No 404.01.01.02.22 Ditto but with 5 unions No 204.01.01.02.23 Ditto but with 6 unions No 504.01.01.02.24 Collector with 2 unions, with an inspection union,

etc. No 204.01.01.02.25 Ditto but with 3 unions No 104.01.01.02.26 Ditto but with 4 unions No 404.01.01.02.27 Ditto but with 5 unions No 204.01.01.02.28 Ditto but with 6 unions No 504.01.01.02.29 Overall assembly of collectors No 2804.01.01.02.30 Oil paint on pipes m2 30

04.01.02. Ventilation Installation04.01.02.01. Exhaust ventilation – accumulator04.01.02.01.01 Making and installation of air ducts from

galvanized sheet iron, rectangle, straight with P up to 1200 mm

m2 12

04.01.02.01.02 Ditto but façade air ducts m2 204.01.02.01.03 Make of canvas collars for fans with P up to 1200

mm No 204.01.02.01.04 Making and installation of flanges for air duct from

steel shapes, rectangle with P up to 1200 mm No 2204.01.02.01.05 Making and installation of controllable grids on air

ducts, of size up to 0,2 m2 No 204.01.02.01.06 Installation and engineering inspection of ducted

fan No 104.01.02.01.07 Mechanical adjustment of ventilation h. 2404.01.02.01.08 Testing of fan with V up to 10000 m3 per hour No 104.01.02.01.09 Controllable horizontal grids type 400/100mm No 204.01.02.01.10 Ventilator V=200m3 per hour, H=260 Pa, п =1800

rev. per minute, 230v, N el.= 0,188 kilowatt No 104.01.02.01.11 Steel construction made of steel shapes for the fan t. 0,0304.01.02.01.12 Installation of the steel construction t. 0,0304.01.02.01.13 Making and installation of ventilation cap with P up

to 1200 mm No 1

04.01.02.02 Exhaust ventilation – Photo laboratory

04.01.02.02.01 Making and installation of air ducts from galvanized sheet iron, rectangle, straight with P up to 1200 mm m2 4,3

04.01.02.02.02 Making and installation of façade air ducts from

Page 103: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 103

galvanized sheet iron, rectangle, right with P up to 1200 mm m2 1,3

04.01.02.02.03 Make of canvas collars for fans with P up to 1200mm No 2

04.01.02.02.04

Making and installation of flanges for air duct of steel shapes, rectangle with P up to 1200 mm No 16

04.01.02.02.05 Making and installation of controllable grids for air ducts, of size up to 0,2 m2 No 2

04.01.02.02.06 Installation and engineering inspection of ducted fan No 1

04.01.02.02.07 Mechanical adjustment of ventilation h. 2404.01.02.02.08 Testing of fan with V up to 10000 m3 per hour No 1

04.01.02.02.09 Making and installation of ventilation cap with P up to 1200 mm No 1

04.01.02.02.10 Steel construction made of steel shapes for the fan t. 0,02

04.01.02.02.11 Installation of steel construction t. 0,02

04.01.02.02.12 Controllable horizontal grids type 400/100mm No 2

04.01.02.02.13 Ventilator V=200m3 per hour, H=260 Pa, п =1800 rev. per minute, 230v, N el.= 0,188 kilowatt No 1

04.01.03. Air-conditioning system04.01.03.01. Installation and engineering inspection of air-

conditioners No 604.01.03.02. Air-conditioner,

V=870 m3/hour, cold power - 6,5 kW, heat power – 7,2 kW, N el. = 3,2 kW, 220 V, dimensions: inner body 295/1080/183 mm, G=13 kg and outer body 620/810/350 mm, G=61 kg

No 1

04.01.03.03 Air-conditioner, V=410 m3/hour, cold power – 2,55 kW, heat power – 3 kW, N el. = 0,84 kW, 220 V, dimensions: inner body 298/815/179 mm, G=8 kg and outer body 520/700/210 mm, G=25 kg

No 1

04.01.03.04 Air-conditioner, V=410 m3/hour, cold power – 2,55 kW, heat power – 3 kW, N el. = 0,84 kW, 220 V, dimensions: inner body 298/815/179 mm, G=8 kg and outer body 520/700/210 mm, G=25 kg

No 2

04.01.03.05 Air-conditioner V=200 m3/hour, cold power – 2,05 kW, heat power – 2,3 kW, N el. = 0,68 kW, 220 V, dimensions: inner body 265/765/168 mm, G=7 kg and outer

No 2

Page 104: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

104 Section VI. Specifications

body 520/700/210 mm, G=22 kg04.01.03.06 Make of outward construction of steel shapes for

air-conditioners t. 0,104.01.03.07 Assembly of the outward construction for the air-

conditioners t. 0,1

4.2. Passable installation collector

The computations are made in accordance with the following Bulgarian State Standards: Standards and Regulations for Heating, Ventilation and Air-conditioning Installations – 1986, Standards and Regulations for Design of Collectors for Engineering Structures in Towns and Villages – 1975, Standards and Regulations for Design of Heat-transferring Nets

The following supply pipes are envisage to be placed in the collector:- Hot water heat-pipe lines from the user's station, 90/70 C.- Hot water heat-pipe lines for domestic purposes;- Cold water-supply;- Power cables;- Connection cables.

4.2.1. COLLECTOR’S ROUTINGThe collector’s routing is indicated in a Drawing.

4.2.2. CROSS-SECTIONThe cross-section of the collector is with 2000 x 2000 mm size.The collector’s sizes are fixed in compliance with the Standards and Rules for Collectors Designs for Engineering Supply Pipes in Urban Areas. On one side of the collector, the hot water heat-pipe lines from the group user’s station should be placed, and on the other- the hot water heat-pipe lines for domestic purposes and water supply for cold water. Above the supply pipes, shelves for power and connection cables are envisaged – shown in the cross- section.

4.2.3. PLACEMENT OF THE SUPPLY PIPES IN THE COLLECTORSThe slopes of the supply pipes are equal to the slopes of the collectors.

The power and connection cables are indicated in Electrical installation section; Water supplies are indicated in the Water supply and sewerage system section; Heat-pipe lines are indicated in Heating and ventilation systems section.

4.2.4. VENTILATION OF THE COLLECTOR Forced ventilation is designed for the collector. In the specified section, air exhaust is envis-aged.

4.2.5. LIGHTING AND ELECTRICAL INSTALLATIONS – indicated in Electrical instal-lation section.

Page 105: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 105

4.2.6. DRAINAGE OF THE COLLECTOR is within the existing drainage system for the East zone collectors.

4.2.7. CONSTRUCTION OF THE COLLECTOR AND FACILITIES. The collector will have reinforced concrete construction, indicated in the Construction section.

4.2.8. SUPPORT STRUCTURE FOR PIPELINES AND CABLES. The support structures for attachment are indicated in the Construction section.

4.2.9. DISPOSITION OF INSPECTION PITS AND INSTALLATION OPENINGS – indi-cated in Drawing No 57. In connecting the collector with the building a fireproof door is en-visaged.

4.2.10. EXTERNAL HEAT-PIPE LINE. A heat-pipe line from the user's station with index 90/70 C is installed in the collector.

The heat-pipe line should be placed on sliding supports which are placed on steel brackets . The heat-pipe line should be made of seamless steel pipes, 89x 4 mm. For heat insula-tion a glass wool cord, Rabitz net and anticorrosive coating – incombustible, with 5 cm over-lap, is envisaged.

In the ground half-floor of block A, an extension of the external collector is made. The spe-cific way for placement of the supply lines in the collector is indicated in the drawings at-tached.

4.2.9. TABLES

Item Description Unit Quantity

04.02.01 Passable collector – outward part04.02.01.01 Seamless steel pipes Ф 89 х3,5 lm 3404.02.01.02. Laying of seamless steel pipes Ф 89 х 3,5 lm 3404.02.01.03. Density testing of pipe-line with Ф up to 108

mm under hydraulic pressure lm 3404.02.01.04. Construction of movable support for iron bars

82/89mm and steel structures t. 0,1504.02.01.05. Assembly of movable support and steel

structures t. 0,1504.02.01.06 Make of glass wool insulation cord, 50mm

thick for return pipes and 30mm thick for supply pipes; water-supply Ф 100 х 4mm; Rabitz wire net and anticorrosiva tape incombustible coating m2 25

04.02.01.07 Cold flush-out of water-supply system, Ф up to 108 mm lm 34

Page 106: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

106 Section VI. Specifications

04.02.01.08 Hot flush-out of water--supply system, Ф up to 108mm lm 34

04.02.01.09. Automated movable shutter with actuating mechanism No 1

04.02.01.10. Assembly of the shutter No 104.02.01.11. Make of steel pipe Ф 600 х 4 mm, elbow of

105 C with grids for ejection of air out of the collector t. 0,3

04.02.01.12 Laying of the steel pipe t. 0,304.02.01.13 Make of anti-fire wall with door 900/1800mm, No 1

04.02.02. Passable collector – inward part04.02.02.01. Black gas pipes with Ф1” lm 2004.02.02.02. Ditto but with Ф1 1/4” lm 6004.02.02.03 Ditto but with Ф1 1/2” lm 25

04.02.02.04. Ditto but with Ф2” lm 504.02.02.05. Laying of black gas pipes with Ф1” lm 2004.02.02.06. Laying of black gas pipes with Ф1 1/4” lm 6004.02.02.07. Laying of black gas pipes with Ф1 1/2” lm 2504.02.02.08. Laying of black gas pipes with Ф2” lm 504.02.02.09. Seamless steel pipes with Ф 89 х 3,5 mm lm 804.02.02.10. Laying of seamless steel pipes with Ф 89 х 3,5

mm lm 804.02.02.11. Make of smooth bent elbows with Ф up to 89 х

3,5 mm No 704.02.02.12. Pipe-lines density testing lm 11804.02.02.13. Cast –iron slide valve with

diameter 80, pressure 0,6 MPa No 204.02.02.14. Cast –iron slide valve with diameter 50,

pressure 0,6 MPa No 304.02.02.15. Installation of cast –iron slide valve with

diameter up to 100 mm No 504.02.02.16. Steel flanges with diameter 80, pressure 0,6

MPa No 604.02.02.17. Steel flanges with diameter 50, pressure 0,6

MPa No 404.02.02.18. Installation of flanges for pipes with Ф 82/89

mm No 1004.02.02.19. Supply and installation of slide valves without

bleeder with Ф1” No 304.02.02.20. Supply and installation of slide valves with

bleeder withФ1 ½” No 204.02.02.21. Installation of flange coupling to a pipe with

Page 107: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 107

Ф1 ¼” No 204.02.02.22. Making and installation of blind with Ф up to

2” No 204.02.02.23 Seamed steel pipes with Ф 219 х 6,0 m 304.02.02.24. Making and installation of caps with Ф 219

mm No 404.02.02.25. Making and installation of unions up to Ф 2” No 404.02.02.26. Ditto but with Ф up to 106/ 144 mm No 404.02.02.27. Installation of water distributor and water-

catcher No 204.02.02.28. Make of steel shapes structure for collectors

and pipes t. 0,0404.02.02.29. Assembly of the steel shapes structure t. 0,04

04.02.02.30. Thermometer for temperature up to 100C with immersible section No 3

04.02.02.31. Installation of the thermometers No 304.02.02.32. Make of gauging device for the thermometers No 304.02.02.33. 6 atmosphere pressure gauge with regular

protection and red marking No 204.02.02.34. Installation of pressure gauges No 204.02.02.35. Pet cock for pressure gauge with Ф ¾” No 204.02.02.36. Nipple with Ф ¾” No 204.02.02.37. 20 mm heat insulation along pipes and

collectors m2 3504.02.02.38 Make of movable supports t. 0,10004.02.02.39. Cold flush-out of water- supply system, Ф up

to 108 mm m 118

04.02.02.40 Installation of movable supports t 0,100

04.02.02.41 Hot flush-out of water- supply system, Ф up to 108 mm m 118

Page 108: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

108 Section VI. Specifications

5. Electrical works

The calculations in this section are made in accordance with the following Bulgarian State Standards: Regulations for make- up of electrical devices Regulations for technical maintenance of power users Regulations No 2/1999 for design of electrical devices in buildings Standard for light-technical calculations Standards for lightning rods of buildings and exterior equipment Fire protective construction-technical regulations Labor safety regulations

5.1. Administration building

5.1.1. THE FOLLOWING TYPES OF INSTALLATIONS have been developed in this design:

lighting installation; evacuation lighting; contact installation, powered by the electricity system; contact installation, powered by the UPS; telephone installation; radio sound installation; clock installation; structural cable system (SCS); lighting conducting installation grounding installation; automatic telephone switchboard with distributor; inverter (UPS) TV control; perimeter security.

5.1.2.ELECTRIC POWER SUPPLY

The power boards Tм, T20, T21 and T22 are installed in two separate basement premises.

The power board Tм is supplied through two lines from the kiosk switchgear in the East zone (kiosk switchgear No1): the first line is direct, while the second one goes through the diesel aggregate power board. If the resistance has dropped, it automatically starts the generator , disconnects the switchgear and supplies resistance to Tм through its own generator. When the normal power supply is restored (from the electricity system) all goes back to the primary ways and the generator is switched off automatically. The power board serves as a distribution board with respect to electricity power supply from the diesel generator to the other power boards in the East zone, where diesel generator busbars are envisaged. The normal power supply for these busbars is from the system, while the diesel generator supplies power in emergencies.

Page 109: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 109

The power board T20 is supplied by the UPS group through the board of the group and is called Tpr in the design. This board (T20) serves as a distribution board for the power received through the UPS and essentially supplies the computers in the building. The power board Tpr is directly supplied through the kiosk switchgear.

The power board T21 is supplied directly from kiosk switchgear No 1. From there are powered the projection lighting, the regional lighting, the lighting of the collector, barriers B1 and B2 in front of the administrative building.

The power board T22 is the main power board of the administrative building. It is supplied from Tм, i.e. it is always ensured by the diesel generator . This board on a radial principle supplies the sub-boards of the administrative building.

5.1.3. LIGHTING INSTALLATION (WORKING LIGHTING) The power supply of this installation is from the relevant floor power board, while for the basement installation the power board T22 serves as a power board . For the premises that have no false ceilings (garages and the larger part of the premises in the basement), the wiring to the switches and lighting buttons is implemented with a bridge wire buried in the mortar for brick walls, or within cavities in the walls for hollow concrete block walls. For the false ceilings a connector with PVC insulation is envisaged placed into corrugated pipes. In both cases the section of the wire is 1.5 mm2.

5.1.4. EVACUATION LIGHTING Emergency lighting bulbs are envisaged along the passages, the staircase, in front of the premises for detained persons, in the rest rooms, the premises where the power boards will be located, the room for the officer on duty and the weaponry room . The installation for these lamps should be implemented only with a wire, drawn into a corrugated pipe and no switches will be installed in the circuit. These should be installed at 2.00 m height.

5.1.5. CONTACT INSTALLATION, POWERED BY THE ELECTRICITY SYSTEM It should be implemented with the lighting installation and consist of PVC insulated wire in a corrugated pipe along the passages above the false ceilings in the premises. There will be double insulated power wire from the distributor boxes to the contact (plug). The section of the wires should be 4 mm2 to the ending distributor box and 2.5 mm2 to the contact. The contacts should be installed on 60 cm centers above the floor, if the drawings do not explicitly show other heights (eg., in the garages, the passages, the photo laboratory). All contacts in the building without exception should be grounded three-wire plugs with a neutral ground . The moisture-resistant contacts should be hidden.

5.1.6. CONTACT INSTALLATION, POWERED BY THE UPS There are lines, installed from power board T 20 to the storey boards, to ensure the UPS power supply. . From the UPS to the computer working stations there is an insulated wire cased in a corrugated pipe. The section of these lines is 3x4 mm2 to the ending distributor box and 3x2.5 mm2 to the contacts, i.e. the lines are always three-conductor-type lines. The contacts of this installation are with two contact sockets and a contact pin, where the third

Page 110: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

110 Section VI. Specifications

conductor is connected to the pin. An ground busbar, insulated from the board, is envisaged for the access floorboards, so the third conductors of each current circuit could connect to it. This busbar is in turn connected to a similar-size busbar in power board T20. An insulated wire with copper core 1x50 mm2 should lead to it. This wire should be made from a special grounding through drilling. Its grounding resistance should be below 1OM. This way the installation can guarantee reliable grounding for each computer, regardless of where it is installed.

5.1.7. TELEPHONE INSTALLATION The telephone installation should be implemented in comparatively small number of areas . The structural cable system (SCS) ensures a computer connection and telephone connection for each working station. A “pure” telephone installation will be made only in the locations , where no computer outlets would be available, but phones are needed. In the basement and on the second floor the ending distributor boxes, powered by the telephone distributor with PVC insulated cables are located. From each of those distributor boxes a telephone line with stranded telephone conductor single insulation 2x0.5 will be installed, where telephone outlets (plugs) are envisaged. The wire should be drawn in a corrugated PVC pipe, concealed under the plaster. All telephone plugs should be installed 70 cm above the floor.

5.1.8. RADIO SOUND INSTALLATION

In the room of the duty officer a radio loudspeaker system should be installed with three channels for microphone, radio, CD or tape. The first channel will allow interruption of the transmission and emitting an emergency message from all loudspeakers, connected to the system. This will include those locally switched off from their own switch buttons. The second channel will be based on the same principle. The third channel will be for external (outside) sound emission, so its outlet will be a two-wire installation , in contrast with the former two, which will be four-wire installations . In the area , where the power boards T20 and T21 will be located, one radio distributor box will be installed, to which the signal from the three channels of the radio sound system will lead. This box will be a telephone ending distributor box, where terminal aligners for connection with the outgoing cables will be installed. The internal installation will be implemented with a wire single insulated 4x1.5 mm2 for a main line to 4x0.75 mm2 for the loudspeakers. No radio contacts are envisaged, since four-socket radio contacts are not available for resistance over 100V. The installation will end in the distributor box on terminals, as envisaged for all distributor boxes in the building.

5.1.9. CLOCK INSTALLATION DISTRIBUTOR BOX

In the room of the duty officer the base clock will be installed (mother-clock). In the working areas of the separate buildings and in the administrative building will be installed secondary one-sided clocks, the digits of which will be 57 mm high, and which will be managed by the base clock. In the passages of the administrative building there will be two-sided clocks.

Page 111: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 111

In the area , where the power boards T22 and Tм will be located, one distributor box for the clock installation will be installed. It is a telephone ending box 100” with internal terminal aligners for connection with the outgoing lines. In the administrative building the clocks will be powered with 12V from the power supply block of the base clock. The power supply resistance for the clocks in the other buildings will have to be 220V, because of the distance between them and the base system. The installation in the building must be with control wires with double insulation, drawn in corrugated pipes and ending with distributor boxes on WAGO terminals for connection with the clock. Above the false ceilings and along the trays in the passageways the cables will be placed free. The clocks envisaged in the design will show the time to the hour and minute.

5.1.10. STRUCTURAL CABLE SYSTEM (SCS)

In the building there will be separate locations for the server and communication cabinets, where the cables leading from the working stations end. Both areas are supplied with air conditioning. All working areas in the administrative building are envisaged with outlets from the computer network and end with a double contact (socket) with two couplings RJ 45. From each such contact to the communication cabinet on the second floor will be drawn two FTP cables – screening cables, four pair, category 5. The two cables will be drawn into a common corrugated 23 mm pipe from the contact, installed 50 cm above floor level, above the false ceiling. The pipe should be installed into the mortar , if a brick wall, or in a cavity made in advance, if a hollow concrete wall. Above the false ceiling and along the trays in the passageway, the cables and pipe should be placed freely to reach the location of the communication cabinet. PVC pipes will run from the second floor to the collector in the basement of the building, to accommodate the cables that will be installed from the communication cabinets to the working stations in the other buildings of the Border Crossing Point.

5.1.11. LIGHTNING RODS

A lighting conductor will be installed on a steel pipe 5 m long above the roof. The protected area of one such installation covers a radius of 86 m on the roof level of the building. From the steel pipe to three grounding facilities should be installed steel lightning rods 10, on supporters with the same diameter. 1.5 m above the roof connectors will be installed to link the lightning rods and grounding facilities. Each grounding facility must be implemented from galvanized pipes 2½” and 3 m long, placed 0.80 m into the ground . The grounding resistance for each grounding facility must be below 20 OM.

5.1.12. GROUNDING INSTALLATION

Along the cable shelves of the collector, on both sides of it, a grounding busbar is envisaged. It should have multiple grounding along the length of the collector and should be connected to the kiosk switchgear grounding . The power boards Tм, T20, T21 and T22 should be

Page 112: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

112 Section VI. Specifications

connected to this grounding installation, while the access floor should be grounded through the power lines.

5.1.13. AUTOMATIC TELEPHONE SWITCHBOARD (ATS) AND DISTRIBUTOR

In a separate area on the second floor a telephone switchboard will be installed. Next to it will be installed a distributor for 1000 pairs with connecting reglets LSA to link with the ATS and distributing LSA to link with the telephone cables. The area will contain the electricity power supply for the ATS, as well as the grounding for it. The area is supplied with air conditioning. Also, a link is envisaged with the SCS, since most telephone stations in the building are connected to this system. For the telephone cables installed to the other buildings on the territory of the Border Crossing Point, vertically installed PVC pipes will be installed from the ATS to the switchboard of the collector in the basement of the building.

5.1.14. INVERTER (UPS)

In the present administrative building of the Border Crossing Point there is installed and working an aggregate YRMN 30-220 of the company ASEA. It is powered by 35 hermetically sealed storage batteries HAWKER, type 3VB15, 6V, 131 Ah. The whole set should be installed in the new administrative building. In the basement of the building a storage battery premise is envisaged with the same number and type of batteries. From there to the power board Tb a connection should be made through a PVC insulated wire A 2x70 mm2 and the same wire should lead to the inverter. The inverter should be installed on the first floor in a separate location , where the power boards Tb and Tpr should be installed. The second power board, Tpr, will be linking the inverter with the power board T20 and the kiosk switchgear. The power board T20 will serve as a distributor board for the resistance flowing from the inverter to all power boards in both zones. The power board Tpr should be directly supplied from the Tм and the kiosk switchgear. In cases of malfunctioning of the inverter the computer power supply installation will switch to direct supply from the electrical system . To install the listed cables in the premise of the inverter a cable tray? is envisaged, as well as pipes wherein these could be drawn through the walls and under the floor of the area .

5.1.15. TV CONTROL (VIDEO CONTROL)

The TV cameras in the administrative building are connected with the room of the duty officer where the surveillance monitors and the system apparatus are installed. From these cameras to the apparatus room the cables will be drawn in corrugated pipes concealed beneath the plaster walls. When their routing goes through areas, for which cables trays ? grids are envisaged, these cables will be placed into the cable trays along with the weak current cables.

5.1.16. PERIMETER SECURITY

Page 113: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 113

Perimeter security will consist of two branches for each zone with four power cables with cooper cores, PVC insulation and PVC protective sheath, 24x1.5 mm2 , routed to the room of the duty officer .All the necessary pipes running from the collector to the room of the duty officer e , wherein the installation cables will be drawn,will be installed.

5.1.17. MEASURES ON LABOR AND SAFETY PROTECTION

Dust fire extinguishers will be put above the power boards Tм, T20, T21 and T22 – one in each location . Dielectric paths 80 cm wide should be placed in front of the power boards. The power boards should be grounded to the grounding circuit of the collector, while through the power supply cables their neutral grounding should be ensured. Within the power boards, supplying the air conditioning and ventilation facilities, there will be a system to freeze their operation in cases of fires. All contacts in the building are grounded three-wire plugs with a neutral grounding . Both grounding systems should be given careful consideration – there should not be a common galvanized linkage between them, but they should be insulated from one another. The storage batteries should be capsular and, according to the suppliers’ recommendation , should not be placed in the locations planned to be offices. In addition, individual protection should be supplied for the storage batteries area such as rubber gloves, protection glasses and aprons.

5.1.18.FIRE ALERT

The fire alert of the building is performed with an addressable fire alert system (AFAS). The system should be installed in the room of the on-duty officer in Block A, powered by the building’s UPS. The system will be supplied with two linear modules and the site (the border crossing) will be connected to three fire alert circuits (FAC).Fire alert circuit FAC-1 is only designated for the West Zone. Fire alert circuit FAC-2 is designated only for the collector in the East Zone, the warehouse for detained goods and the technical customs building. Fire alert circuit FAC-3 is designated only for the administrative building, Block 1 and 2. The fire alerts and supplementary facilities are as follows:

- maximum differential addressable fire alert; - fiber-smoke fire alert, addressable; - manual addressable fire alert;- fire siren; - insulator for short circuit; - adapter; - addressable fire alert switchboard with two linear modules; - capsule-enveloped storage batteries.

The installation linking the detectors in the administrative building is implemented with a telephone wire PVC insulated 2x0.75 mm2. In the premises with false ceilings the wire should be placed above the detectors , drawn through corrugated pipes. Where there are cable shelves along their path, the wire should be freely tied to them. Where the ceilings are ordinary, it should be placed in plastic channels from the wall to the detector . It should be

Page 114: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

114 Section VI. Specifications

drawn horizontally and vertically along the walls in corrugated pipes, concealed under the mortar. To allow easy drawing, there are more distributor boxes than the number of split-wires to the detectors . For all boxes where electricity is directed (connections to the wires), terminals are envisaged . In some facilities, conductors of the control cables, with double insulation with the relevant necessary section and cores, are envisaged for the fire sirens and power boards, which will receive operations-blocking signals. These cables should be mainly installed on the cable shelves. Where necessary to shift them to a wall, they will be attached by clamps along the wall. Parts of the basement of Block A will be a continuation of the passable installation collector. Regarding the fire alert installation this part will belong to the collector and is not included in the installation of the building itself. The design quantity includes all implementations in Block A – apparatus and piping. In Block A the cables that will be installed all the way to both zones in order to encompass all sub-sites of the border crossing . . 5.1.19.TABLES

Item Description Unit Quantity

05.01.01. Lighting and Contact Installation

05.01.01.01 Install corrugated pipe Ф 13 mm m 770

05.01.01.02 Install corrugated pipe Ф 16 mm m 475

05.01.01.03 Install corrugated pipe Ф 23 mm m 1310

05.01.01.04 Install bridge conductor with double insulation under plaster

m 1240

05.01.01.05 Ditto but on concrete wall m 200

05.01.01.06 Ditto but on concrete ceiling m 170

05.01.01.07 Draw conductor with single insulation 2x1.5 mm2 m 780

05.01.01.08 Ditto but 3x1.5 mm2 m 190

05.01.01.09 Ditto but 4x1.5 mm2 m 46

05.01.01.10 Ditto but 2x2.5 mm2 m 240

05.01.01.11 Ditto but 4x2.5 mm2 m 24

05.01.01.12 Install distributor-boxes, round ones No 296

05.01.01.13 Install distributor-box, square 8/8 cm No 35

05.01.01.14 Install distributor-box 10/10 cm No 390

05.01.01.15 Install consoles for switches and contacts No 364

05.01.01.16 Install switches and contacts for hidden No 406

Page 115: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 115

installation

05.01.01.17 Install moisture-resistant switches and contacts for hidden installation

No 20

05.01.01.18 Fill-in of gaps for switches, contacts, boxes, lighting bulbs

No 12

05.01.01.19 Install pendant light, wall fitting or ceiling-light No 66

05.01.01.20 Install moisture-resistant lighting bulb No 25

05.01.01.21 Install luminescent lighting on ceiling or wall No 36

05.01.01.22 Install luminescent lighting on suspended ceiling No 172

05.01.01.23 Wire works with connector by making an ear up to 2.5 mm2

No 408

05.01.01.24 Wire works with connector by making an ear up to 16 mm2

No 90

05.01.01.25 Supply ordinary switch for hidden installation No 48

05.01.01.26 Supply serial switch for hidden installation No 32

05.01.01.27 Supply deviator switch for hidden installation No 8

05.01.01.28 Supply grounded three-wire plug 16A for hidden installation

No 122

05.01.01.29 Supply moisture-resistant grounded three-wire plug 16A for hidden installation

No 20

05.01.01.30 Supply bakelite wall-fitting, slanting No 13

05.01.01.31 Supply round ceiling-light No 2

05.01.01.32 Supply oval lighting with grid No 12

05.01.01.33 Supply luminescent lighting – 2x36W No 3

05.01.01.34 Supply connecting terminals – 4x2,5 mm2 No 120

05.01.01.35 Supply connecting terminals – 3x2,5 mm2 No 630

05.01.01.36 Supply connecting terminals - 3x4mm2 No 694

05.01.01.37 Measure complex resistance of circuit “zero phase” (for power circuit)

Hrs (x2)

198

05.01.01.38 Make gutter up to 15/15 cm m 555

05.01.01.39 Cover channels with in-placed installation, width of channel up to 20 cm

m 560

05.01.01.40 Make an opening in brickwork with bricks of 25/15 cut

m 137

Page 116: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

116 Section VI. Specifications

05.01.01.41 Supply bridge conductor with double insulation 2x1.5 mm2

m 510

05.01.01.42 Supply bridge conductor with double insulation 3x1.5 mm2

m 170

05.01.01.43 Supply bridge conductor with double insulation 2x2.5 mm2

m 550

05.01.01.44 Supply bridge conductor with double insulation 2x4 mm2

m 180

05.01.01.45 Make gutter in new brickwork up to 5/5 cm m 650

05.01.01.46 Cover channel with in-placed installation (up to 10 cm width)

m 660

05.01.01.47 Draw conductor with single insulation 3x 4 mm2 m 340

05.01.01.48 Supply 16A plug for hidden installation, with a pin

No 156

05.01.01.49 Draw conductor with single insulation 2x 4 mm2 m 550

05.01.01.50 Draw conductor with single insulation 3x 2.5 mm2 m 460

05.01.01.51 Supply light-button No 42

05.01.01.52 Supply emergency luminescent lamp 6 W, 220/12 V

No 36

05.01.01.53 Supply luminescent lighting for suspended ceiling 4x18 W – grid, type PAR-D

No 134

05.01.01.54 Supply luminescent ceiling lighting 4x18 W – grid – PAR-D

No 33

05.01.01.55 Supply luminescent lighting for pendant ceiling 4x18 W, IP 54, type PRV

No 2

05.01.01.56 Supply ceiling-light 75 W, IP 44 No 28

05.01.02 Telephone installation

05.01.02.01 Install distributor box 8/8 cm No 32

05.01.02.02 Ditto but 10/10 cm No 26

05.01.02.03 Install console No 41

05.01.02.04 Install telephone plug No 41

05.01.02.05 Supply telephone plug No 41

05.01.02.06 Install telephone line with stranded telephone conductor single insulation 1 pair

m 170

Page 117: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 117

05.01.02.07 Install telephone line with stranded telephone conductor single insulation 2 pairs

m 78

05.01.02.08 Install telephone line with stranded telephone conductor single insulation 3 pairs

m 50

05.01.02.09 Install telephone line with stranded telephone conductor single insulation 4 pairs

m 45

05.01.02.10 Install telephone line with stranded telephone conductor single insulation 7 pairs

m 56

05.01.02.11 Place PVC pipe Ф 32 m 86

05.01.02.12 Place PVC pipe Ф 40 m 34

05.01.02.13 Supply telephone cable with plastic insulation and sheath 20x2x0.5

m 66

05.01.02.14 Supply telephone cable with plastic insulation and sheath 50x2x0.5

m 64

05.01.02.15 Install cable marks No 15

05.01.02.16 Draw telephone cable inside pipe m 12

05.01.02.17 Place, smooth and tie cables ml 92

05.01.02.18 Make cable comb up to 50 pairs m 7

05.01.02.19 Make gutter up to 5/5 cm wide in brick m 103

05.01.02.20 Cover channel with in-placed installation (up to 10 cm)

m 105

05.01.02.21 Make opening, brick-wide up to 25/15 cm, in a brick wall

No 11

05.01.02.22 Supply ending distributor box 30” No 2

05.01.02.23 Ditto but box 20” No 1

05.01.02.24 Ditto but box 50” No 5

05.01.02.25 Install cable distributor box No 8

05.01.02.26 Stick telephone cable along walls No 12

05.01.02.27 Install corrugated pipe Ф 16 m 10

05.01.02.28 Supply ending distributor box 100” No 2

05.01.02.29 Make and install cable shelves kg 160

05.01.03. Radio-Sound Installation

05.01.03.01 Install corrugated pipe Ф 16 m 290

Page 118: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

118 Section VI. Specifications

05.01.03.02 Install corrugated pipe Ф 23 m 58

05.01.03.03 Install distributor box 8/8 cm No 36

05.01.03.04 Install distributor box 10/10 cm No 38

05.01.03.05 Supply connecting terminal No 152

05.01.03.06 Supply connecting terminal (5x…1.5 mm2) No 160

05.01.03.07 Draw conductor with single insulation 4x0.75 mm2

m 260

05.01.03.08 Draw conductor with single insulation 4x1.5 mm2 m 16

05.01.03.09 Install cable along shelf and draw inside pipe m 2215

05.01.03.10 Supply control cable with double insulation 4x1.5 mm2

m 82

05.01.03.11 Supply power cable with cooper core, PVC insulation and protective PVC sheath 4x4 mm2

m 1210

05.01.03.12 Install cable marks No 180

05.01.03.13 Supply loudspeaker body with a relay for enforced operation, one-program (the resistance of the managing relay will be decided by the designer while ordering the loudspeakers)

No 36

05.01.03.14 Supply radio amplifier system (RAS) with the following data: - independent channels with shared entries - 3- channel power for each outgo - 500W- entries: radio, microphone, tape (CD) - shared for all 3 channels- intermittence of broadcasting and switching microphone on one channel- similar possibility must be envisaged for the other channels, depending on what the investor’s preference may be- power of the radio sound amplifier (sound signal) resistance to loudspeakers - no less than 120 V

No 1

05.01.03.15 Wire works with conductor up to 2.5 mm2 No 28

05.01.03.16 Install local radiospeaker No 36

05.01.03.17 Switch on and test loudspeaker up to 10 W No 36

05.01.03.18 Install amplifier system above 300 W No 1

05.01.03.19 Install antennae No 1

Page 119: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 119

05.01.03.20 Draw conductor with insulation for grounding the RAS –1x6 mm2

m 28

05.01.03.21 Wire works with conductor up to16 mm2 welding a cable shoe

No 2

05.01.03.22 Install linear board No 1

05.01.03.23 Supply ending distributor box 100” for telephone, with 70 terminals installed for 4 mm2 conductor

No 1

05.01.03.24 Make brick-wide opening in a brick wall No 36

05.01.03.25 Make gutter up to 5/5 cm wide m 52

05.01.03.26 Cover channel with in-placed installation m 53

05.01.03.27 Make plaster box up to 30/30 cm No 2

05.01.03.28 Supply control cable with double insulation 2x4 mm2

m 30

05.01.03.29 Ditto but 4x4 mm2 m 60

05.01.03.30 Ditto but power cable with cooper core, PVC insulation and protective PVC sheath 2x4 mm2

m 900

05.01.03.31 Stick cable to wall up to 4x6 mm2 m 52

05.01.03.32 Wire works with conductor up to 16 mm2 No 62

05.01.04. Clock Installation. Installation to the Signal Protective Technique

05.01.04.01 Install corrugated pipe Ф 16 m 18

05.01.04.02 Install corrugated pipe Ф 23 m 154

05.01.04.03 Install distributor box 8/8 cm No 48

05.01.04.04 Install distributor box 10/10 cm No 44

05.01.04.05 Install console No 4

05.01.04.06 Supply connecting terminal (5x0.75… 1.5 mm2)l No 214

05.01.04.07 Supply connecting terminal No 116

05.01.04.08 Draw conductor inside pipe and install along shelf m 284

05.01.04.09 Wire conductor with works up to 2.5 mm2 No 16

05.01.04.10 Supply control cable with double insulation 4x1.5 mm2

No 68

05.01.04.11 Install secondary one-sided clock No 26

05.01.04.12 Install secondary (two-sided) pendant clock No 4

Page 120: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

120 Section VI. Specifications

05.01.04.13 Install primary clock (base clock) No 1

05.01.04.14 Supply base clock No 1

05.01.04.15 Supply secondary one-sided clock 57 mm / 12 V No 26

05.01.04.16 Supply secondary two-sided clock 57 mm / 12 V No 4

05.01.04.17 Supply power block 12 V No 1

05.01.04.18 Make gutter up to 5/5 cm in brick m 66

05.01.04.19 Cover channel with in-placed installation up to 10 cm wide

m 68

05.01.04.20 Make plaster box up to 30 / 30 cm No 2

05.01.04.21 Supply control cable with double insulation 4x4 mm2

m 64

05.01.04.22 Supply control cable with double insulation 4x1 mm2

m 180

05.01.04.23 Wire connector with works up to 16 mm2 No 32

05.01.04.24 Supply ending distributor box 100” for telephone with 50 terminals installed for 4 mm2 conductor

No 1

05.01.04.25 Install distributor box for clock installation No 1

05.01.04.26 Make and install cable shelves kg 220

05.01.05. Structured Cable System

05.01.05.01 Install corrugated pipe Ф 16 m 18

05.01.05.02 Install PVC Ф 50 (2”) m 78

05.01.05.03 Install distributor box 10/10 cm No 46

05.01.05.04 Install plug No 40

05.01.05.05 Install and supply console of the same size as plug No 40

05.01.05.06 Supply plug double, with clutches (8-plus, two-nest )

No 40

05.01.05.07 Make plaster box up to 30/30 cm No 2

05.01.05.08 Supply cable FTP cat. 5 m 2300

05.01.05.09 Draw cable FTP inside pipe m 2180

05.01.05.10 Install corrugated pipe Ф 23 m 1090

05.01.05.11 Draw conductor with single insulation 1x10 mm2 m 42

05.01.05.12 Make and install cable shelves kg 210

Page 121: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 121

05.01.05.13 Supply communication cupboard for computer equipment , total possibilities envisaged for 2 cupboards: 2 port telephone panels; up to 50 24-port work station panels; Switch 24-port; up to 5 24-port hubs; power circuit for all; Cisco router 2511; modem shelf 4U. All listed panels are divided with arranged cable panels.

No 2

05.01.05.14 Install communication cupboard No 2

05.01.05.15 Wire works with connector up to 16 mm2 No 2

05.01.06. Television Control

05.01.06.01 Install corrugated pipe Ф 23 mm m 140

05.01.06.02 Draw cable inside pipe and place along shelves m 250

05.01.06.03 Supply cable CX 42 m 268

05.01.06.04 Install distributor box 8/8 cm No 24

05.01.06.05 Install cable with clamps, open m 4

05.01.06.06 Install PVC pipe Ф 50 mm2 , open m 112

05.01.06.07 Supply connecting terminals No 54

05.01.06.08 Wire works with conductor No 84

05.01.06.09 Make gutter up to 5/5 cm m 31

05.01.06.10 Cover channel with in-placed installation m 32

05.01.07. Perimeter Security

05.01.07.01 Install PVC pipe Ф 50 mm2 m 22

05.01.07.02 Supply power cable with cooper cores, PVC insulated and with protective sheath 24x1.5 mm2

m 176

05.01.07.03 Draw cable inside pipe and place along shelf m 168

05.01.07.04 Make dry split of cable with 24 cores m 4

05.01.07.05 Wire works with connector No 96

05.01.08. Grounding Installation

05.01.08.01 Install galvanized bar 40/4 mm on brick wall m 2

05.01.08.02 Install galvanized bar 40/4 mm on concrete wall m 18

05.01.08.03 Install galvanized bar 40/4 mm on cement plaster m 5

Page 122: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

122 Section VI. Specifications

05.01.08.04 Install galvanized bar 40/4 mm on iron construction

m 54

05.01.08.05 Measure resistance per circuit from protective grounding or whether present along the grounding system and grounding components (up to 30 points)

Hrs (x8)

8

05.01.09. Lightning Rods

05.01.09.01 Make and install lightning arrester pole up to 6.5 m high

No 1

05.01.09.02 Install concrete steel lightning arrester Ф 50 mm m 82

05.01.09.03 Make and install concrete steel supporters Ф 10 mm

No 48

05.01.09.04 Install direct clutch No 3

05.01.09.05 Install T-clutch No 2

05.01.09.06 Install protection gas pipe ¾ No 3

05.01.09.07 Make grounding with 3 galvanized pipes 2 1/1 ,,3m

No 3

05.01.09.08 Install galvanized bar 40/4 mm in excavation m 27

05.01.09.09 Excavation 0,8/0,4 m and cover – III category m 30

05.01.09.10 Measure resistance of single grounding Hrs (x4)

12

05.01.09.11 Measure resistance of protection grounding circuit (up to 30 points)

Hrs (x8 8

05.01.09.12 Supply lightning arrester No 1

05.01.09.13 Install lightning arrester on lightning rod No 1

05.01.09.14 Install galvanized bar 40/4 mm on wall m 7

05.01.10. Automated Telephone (AT) Switchboard with Distributor

05.01.10.01 Supply telephone switchboard – digital commuting system

No 1

05.01.10.02 Supply distributor cupboard construction for 1000 telephone posts with connecting stacks LSA to connect the AT switchboard with LSA and dis-

No 1

Page 123: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 123

connecting for the telephone cables

05.01.10.03 Install telephone switchboard No 1

05.01.10.04 Install telephone distributor No 1

05.01.10.05 Make and install steel construction kg 85

05.01.11. UPS (inverter) with Battery

05.01.11.01 Install corrugated pipe Ф 23 m 16

05.01.11.02 Draw PVS insulated conductor with cooper core and ordinary flexibility, round,1x70 mm2

m 64

05.01.11.03 Filling of pipe ending No 4

05.01.11.04 Install openly PVC pipe Ф 40 (1½ “) on wall m 8

05.01.11.05 Wire conductor with equipment 70 mm2 with cable shoe

No 8

05.01.11.06 Install PVC pipe Ф 40 through wall m 3

05.01.11.07 Install existing power boards (Tb and Tpr)on wall No 2

05.01.11.08 Make and install shelf for batteries with appr. 40 cm width, 5 m length, two-level – 25 cm and 75 cm above floor level

No 1

05.01.11.09 Install assembly YRMN 30-20 No 1

05.01.11.10 Install and connect storage batteries No 35

05.01.11.11 Supply cable power conductor with cooper cores, PVC insulation and protective sheath, 4x25 mm2

m 38

05.01.11.12 Wire works with connector up to 35 mm2 No 8

05.01.11.13 Place cable 25 mm2 on shelf and draw inside pipe m 36

05.01.11.14 Place cable on shelf and draw inside pipe but for 95 mm2 (equal to PVS insulated conductor with cooper core and ordinary flexibility, round,1x70 mm2)

m 38

05.01.11.15 Install gas pipe 1½ “ openly on wall m 8

05.01.11.16 Install gas pipe 2½ “ openly on wall m 4

05.01.11.17 Place underground gas pipe m 12

05.01.11.18 Paint gas pipe m 12

05.01.12. Power Lines

Page 124: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

124 Section VI. Specifications

05.01.12.01 Install corrugated pipe Ф 16 mm m 56

05.01.12.02 Install corrugated pipe Ф 23 mm m 32

05.01.12.03 Draw conductor with PVC single insulation 4x6 mm2

m 12

05.01.12.04 Ditto but 1x10 mm2 m 16

05.01.12.05 Ditto but 4x10 mm2 m 24

05.01.12.06 Wire conductor to equipment with an ear up to 16 mm2

No 38

05.01.12.07 Install power board in gap No 2

05.01.12.08 Install power board on stand field 4

05.01.12.09 Install power board on wall No 2

05.01.12.10 Install cable on shelf or draw inside pipe up to 3x25 + 16 mm2

m 118

05.01.12.11 Ditto but up to 3x95 + 50 mm2 m 12

05.01.12.12 Wire conductor up to 70 mm2 to works No 8

05.01.12.13 Make dry split of cable with 4 cores No 11

05.01.12.14 Make dry split of cable with 4 cores, but for 70 mm2

No 2

05.01.12.15 Supply power boards as in attached chart TM, T 20, T 21, T 22, T-A.1 and T-A.2

No 6

05.01.12.16 Supply telephone conductor with PVC insulation 2x 0.5 mm2 from photo-relay (T21) to photo-resistance

m 16

05.01.12.17 Install cable telephone conductor with PVC insulation 2x0.5 on clamps

m 6

05.01.12.18 Supply TKO board according to attached chart No 1

05.01.12.19 Supply control cable with double insulation 3x1.5 mm2

m 120

05.01.12.20 Place cable on shelf and draw inside pipe m 110

05.01.12.21 Install TKO board No 1

05.01.12.22 Wire works with conductor up to 2.5 mm2 No 15

05.01.13. Fire Alert Installation

05.01.13.01 Construction and installation works

Page 125: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 125

05.01.13.01.01 Place corrugated pipe Ф13 mm m 80

05.01.13.01.02 Place corrugated pipe Ф 16 mm m 130

05.01.13.01.03 Place corrugated pipe Ф 23 mm m 22

05.01.13.01.04 Place cable on walls with clamps up to 4x16 m 20

05.01.13.01.05 Install distributor-box 8/8 cm No 16

05.01.13.01.06 Wire works with an ear up to 2.5 mm2 No 42

05.01.13.01.07 Draw PVC insulated conductor with cooper core, 1x 10 mm2

m 14

05.01.13.01.08 Install distributor-box 10/10cm No 88

05.01.13.01.09 Install terminal box No 2

05.01.13.01.10 Place control cable on grid and draw it inside pipes

m 4690

05.01.13.01.11 Make dry cable split with 4 cores No 24

05.01.13.01.12 Make dry cable split with 12 cores No 2

05.01.13.01.13 Install baseboard channel on wall m 86

05.01.13.01.14 Install cable marks No 360

05.01.13.01.15 Make and install detail construction kg 160

05.01.13.01.16 Supply telephone conductor with PVC insulation 2x 0.75 mm2

m 530

05.01.13.01.17 Supply telephone conductor with PVC insulation 2x 1 mm2

m 2280

05.01.13.01.18 Supply control cable with double insulation 2x 1.5 mm2

m 300

05.01.13.01.19 Supply control cable with double insulation 10x 1.5 mm2

m 610

05.01.13.01.20 Supply control cable with double insulation 2x 2.5 mm2

m 1240

05.01.13.01.21 Supply terminal box No 2

05.01.13.01.22 Install fire-alert switchboard FS6000 No 1

05.01.13.01.23 Supply and prepare for exploitation an automated fire-alert

No 64

05.01.13.01.24 Install manual press-button fire-alert and make it operational

No 6

05.01.13.01.25 Install and prepare for exploitation an operating board for fire automation equipment

No 1

Page 126: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

126 Section VI. Specifications

with up to 10 devices, included

05.01.13.01.26 Install fire-alert device (a siren or bell) No 7

05.01.13.01.27 Place telephone conductor with PVC insulation in baseboard channel

m 80

05.01.13.01.28 Install adapter 6201 No 16

05.01.13.01.29 Install insulator 6201 No 13

05.01.13.01.30 Supply clamps No 216

05.01.13.01.31 Make gutter in fresh brickwork up to 5/5 cm m 72

05.01.13.01.32 Cover gutter with in-placed installation m 74

05.01.13.02 Apparatus and devices

05.01.13.02.01 Supply internal siren with plaster box, type SF110P, 110dB, 18-30V

No 7

05.01.13.02.01 Supply fire-alert switchboard – programmable, modular, expandable up to 8 circuits; language of operation – Bulgarian, inner battery 2x7 Ah, 12 relay outlets, 8 outlets of OC type, power independent archiving function, interface RS 232, liquid crystal display of the type FS6000

No 1

05.01.13.02.01 Supply thermal fire-alert, maximum differential, addressable, type 6120

No 4

05.01.13.02.01 Supply optic-smoke dotted fire-alert, addressable, type 6130

No 60

05.01.13.02.01 Supply manual fire-alert, addressable, type 6150

No 6

05.01.13.02.01 Supply addressable adapter for connecting conventional fire-alerts, type 6201

No 16

05.01.13.02.01 Supply insulator for short circuit, type 6202 No 13

05.01.13.02.01 Supply standard base for fire-alert of the type 2000

No 64

05.01.13.02.01 Supply linear module of 2 circuits (4 lines), 127 addressee per circuit

No 1

TABLE 05.01.B. SPECIFICATION OF THE APPARATUS IN T 21

Name in Description Unit Quantity

Page 127: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 127

the schemeKM 1 Contactor K25E, coil 220 V, 50 Hz No 1KM2 Contactor K16E, coil 220 V, 50 Hz No 1K1 – K4 Relay with coil 220 V, 50 Hz No 4K5, K6 Contactor, coil 380 V, 50 Hz, 3H.0+2H.3 No 2K7 – K9 Contactor, coil 36 V/50 Hz, with 5H.0 contacts all

connected in parallelNo 3

HL1 Signal lamp 220 V, yellow lampshade No 1HL2 – HL7 Signal lamp 24 V, green lampshade No 6KT1 Relay for time No 1BLH Photoelectric relay for duty lighting, 220 V No 1VD1– VD6 Silicon diode, I=1A, Ur=400V No 6R1 – R6 Resistor, 6W No 6

Page 128: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

128 Section VI. Specifications

5.2. Passable installation collector

The basement of the administrative building is developed as an extension of the installation collector. For this reason, the basement is included in the Collector’s Electrical installa-tions.

The collector’s lighting installation (for the part referred to above) is supplied by power board T21, installed in the basement of block A. The supplying voltage from the transformer installed in the mentioned power board is safety- 36 V.

The design should be carefully studied: the lines to the regular and deviation control switches have nothing in common with the lines supplying the lighting fittings. This is the reason for one lighting circuit. Two electric lines are envisaged. The plugs, powered by the same trans-former with the same voltage, are in a separate circuit. The numbering of these circuits is composed of three digits, with zero for the first in contrast with the numbering of the build-ing’s circuits.

The lighting and contact installations should be made with power cables with copper cores, placed on the shelves, and on supports from the shelves to the lighting fittings and contacts.

In installing the installation collector, a galvanized grounding busbar, 40/4, should be placed on its both side shelves. From the main collector through the connection to block A and through the basement of block A and B, a grounding busbar is to be placed near Block B. The power board in the basement of block A – Tm, T 20, T 21 and T 22 should be grounded to this busbar.

The lighting fixtures designed for the collector’s lighting are oval-shaped, contained within metal grids. They should be installed axial in the collector’s ceiling. .

5.2.1. FIRE ALERT

The fire alerts and supplementary facilities are as follows: - insulator for short circuit; - adapter; - conventional fire alert fiber-smoke.

The lines of the installation leading towards the West Zone and those of the East Zone will be a telephone wire PVC insulated 2x1mm2. The deviations from them to the relevant stubs will be implemented in accordance with the design.Parts of the basement of Block A will be a continuation of the passable installation collector. With respect to the fire alert installation, this part will belong to the collector and is not included in the building itself.

5.2. TABLES

Page 129: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VI. Specifications 129

Item Description Unit Quantity

05.02.01 Electrical works

05.02.01.01 Place cable on walls with attaching clamps m 66

05.02.01.02 Place gas pipes ¾ through wall m 2

05.02.01.03 Install three-roads ramifying box No 25

05.02.01.04 Install moisture-resistant switches and outlets No 11

05.02.01.05 Underground painting of gas pipes m 2

05.02.01.06 Paint gas pipes m 2

05.02.01.07 Install moisture-resistant lighting bulbs No 18

05.02.01.08 Supply power cable with cooper cores, PVC insulated and with PVC protective sheath 2x1.5 mm2

m 70

05.02.01.09 Supply power cable with cooper cores, PVC insulated and with PVC protective sheath 3x1.5 mm2

m 116

05.02.01.10 Supply power cable with cooper cores, PVC insulated and with PVC protective sheath 2x4 mm2

m 250

05.02.01.11 Supply power cable with cooper cores, PVC insulated and with PVC protective sheath 2x6 mm2

m 90

05.02.01.12 Supply moisture-resistant switch 1 No 1

05.02.01.13 Supply moisture-resistant deviation switch No 6

05.02.01.14 Supply oval lighting bulb with grids No 18

05.02.01.15 Install galvanized strip 40/4 mm on iron construction

m 260

05.02.01.16 Supply power cable with cooper cores, PVC insulated and with PVC protective sheath 2x2.5 mm2

m 26

05.02.01.17 Wire works with conductor up to 2.5 mm2 No 6

05.02.01.18 Supply moisture-resistant switch 16A No 6

05.02.01.19 Supply moisture-resistant switch up to 16 mm2 No 10

05.02.01.20 Install cable on shelf m 490

Page 130: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

130 Section VI. Specifications

05.02.02. Fire Alert Installation

05.02.02.01 Engineering works

05.02.02.0101 Place cable with clamps on wall up to 4x16 m 12

05.02.02.01.02 Place control cable on grid and drawing into pipe

m 54

05.02.02.01.03 Installation of cornice channel on wall m 8

05.02.02.01.04 Supply telephone conductor with PVC insulation 2x0,5 mm2

m 82

05.02.02.01.05 Installation and setting up of automatic fire-alert

No 8

05.02.02.01.06 Place telephone conductor with PVC insulation in cornice channel

m 8

05.02.02.01.07 Adapter 6201 installation No 2

05.02.02.01.08 Insulation 6202 installation No 1

05.02.02.02 Devices and Installations

05.02.02.02.01 Supply optic-smoke dotted fire-alert, type 2030 No 8

05.02.02.02.02 Supply adapter for connection of conventional fire-alerts type 6201 No 2

05.02.02.02.03 Supply anti circuit insulator, type 6202 No 1

05.02.02.02.04 Supply standard base for fire- alert, type 2000 No 8

Page 131: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VII. Drawings 131

Section VII. Drawings

List of Drawings

MAP OF REPUBLIC OF BULGARIA LAYOUT OF THE “DANUBE BRIDGE”, ROUSSE BORDER CROSSINGLAYOUT OF THE SITE

1. Construction Works1.1. Administration Building

1. Mass excavation and backfill2. Shuttering plan foundation plate3. Reinforcement plan foundation plate4. Shuttering plan foundation plate above a grounded half floor “A”5. Reinforcement plan foundation plate above a grounded half floor “A”6. Shuttering plan plate above Ist floor “B”7. Reinforcement plan plate above Ist floor “B8. Shuttering plan plate above IInd floor “C”9. Reinforcement plan plate above IInd floor “C”10. Shuttering plan for covering plate “D”11. Reinforcement plan for covering plate “D”

1.2. Passable Installation Collector Passable Collector outside the building:

12. Layout 13. Shuttering and reinforcement section “A-A’ and “B-B”

14. Shuttering and Reinforcement section “C-C” Passable Collector inside the building – basement

15. Layout

2. Architectural Works2.1. Administration Building

16.Disposition grounded half-floor17.Disposition Ist floor18.Disposition IInd floor19.Section A-A20.Section B-B21.Section C-C22.Facades 23.Facades 24. Thick iron door scheme25. Iron door with an inspection hatch26. Iron door with grid scheme27. Hydro and heat insulation

Page 132: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

132 Section VII. Drawings

28. Hydro and heat insulation29.Heat insulation of beam30. Heat insulation of columns and brick walls31. Covering insulation and defilation joint32. Covering insulation33 -42. Vacuumed packed glass with an interrupted thermo-bridge43 - 45.False ceilings

3. Water Supply and Sewerage3.1. Administration Building

46.Layout47.Disposition water supply K – 3,0448.Disposition water supply K + 0,00 49.Disposition water supply K +3,0450.Disposition sewerage K-3.0451. Disposition sewerage K + 0,0052. Disposition sewerage K +3,04

3.2. Passable Installation Collector53. Axonometry water supply

4. Heating, Ventilation and Air-conditioning4.1. Administration Building

54.Heating system grounded-half floor55. Heating system first floor56. Heating system second floor57. Heating system scheme58. Ventilation system /premise for dry storage battery/59.Ventilation and air-conditioning system first floor60. Ventilation and air-conditioning system second floor

5. Electrical Works5.1. Administration Building

61. Scheme Power Board T-A.162. Scheme Power Board T-A.163. Scheme Power Board T-A.264. Scheme Power Board T-A.265.Scheme Power Board Tm66.Scheme Power Board T2067. Scheme Power Board T2168.Scheme Power Board T2169. Scheme Power Board T22

The actual drawings are provided in Section X. Appendices

Page 133: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 133

Section VIII. Bill of Quantities

1. Preamble to Bill of Quantities

1.1. The Bill of Quantities shall be read in compliance with the Instructions to Bidders, General and Special Conditions of Contract, Technical Specifications and Drawings. The Bidder shall be deemed to have fully understood the true intent and meaning of the documents and by his tender to have undertaken to execute the works in strict accordance therewith, to the satisfaction of the Employer.

1.2. All quantities in the Bills are approximate and are valid for the Bid evaluation. The basis of payment will be the actual quantities of work carried out and measured “as build” or “installed” by the Contractor and approved by the Project Manager according text from Technical Specifications, descriptions from Bills of Quantities and as indicated on Drawings.

1.3. The description of main items and sub-items in the Bills are given for the purpose of identification and shall in no way change or modify the contents of the Conditions of Contract, the Technical Specifications, or the tender Drawings.

1.4. General directions and descriptions of the works and materials used are not necessary repeated nor summarized in the Bill of Quantities.

1.5. Contractor shall prepare measurement sheets for completed works, preferably on computer program Excel on diskettes and 2 paper copies, which are subject to verification and approval by the Project Manager. In case of discrepancies and deviations, measurement is repeated in the presence of the Project Manager. Only verified and approved quantities shall be included into Payment Certificates.

1.6. In the case of deviations from the Contract quantities, the Project Manager shall issue variation order adjusting figures (increase or decrease) according to actually completed works. Deviations exceeding more than 25 % for the particular item or more than 15 % from Contract quantities are subject to approval of the Employer.

1.7. Final measurement is according “as build” or “as installed” drawings prepared by the Contractor and verified by the Project Manager. Shall be indicated in detail and dimensions all deviations from contract and according approved catalogues, shipping documents and specifications of accessories and parts for all installed equipment and manufactures and supplied products. The Project Manager shall verify installed equipment and supplied products.

1.8. Works are measured in units as indicated in the Technical Specifications and Bill of Quantities:

Page 134: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

134 Section VIII. Bill of Quantities

Items specified as numbers or sets are measured as complete with all components and accessories;

Items specified as Lump sum shall include all works according Specification completed up to satisfaction of the Employer;

Item specified as Provisional sums are subject to measurement according same or similar items from Bills of Quantities. In case of no similar item, Contractor shall prepare break down and analyses of costs, subject to approval by the Project Manager.

1.9. Rates in the priced Bill of Quantities shall generally include but will be not limited to:

Cost of materials – basic and auxiliary Cost of transport of materials to the site Cost of transport insurance Cost of labor inclusive income tax and social benefits Cost of transport to and from the site and accommodation Cost of labor accident insurance Cost of plant and instruments (rent or depreciation) Contractor overall costs inclusive: cost of management and technical staff

directly associated with the project; cost of labor safety; cost for preparation of “as build” drawings and tests; costs for insurance of works; costs for cleaning and security on site

General risks, liabilities and obligations set out or implied in the Contract All other costs directly associated with conditions of Contract and

specifications not included into Bill Preliminaries Contractor profit

1.10. Rates shall be inclusive for all materials – basic and auxiliary, labor and additional labor operations, accessories plant, equipment overalls and all necessary for a completed and finished work according to the Technical Specifications and Drawings.

1.11. A rate or price shall be entered against each item in the priced Bill of Quantities, whether quantities are stated or not. The cost of items against which the Contractor has failed to enter a rate or price shall be deemed to be covered by other rates and prices entered in the Bill of quantities.

1.12. For bid purposes rates shall do not include VAT (value added tax) and import duties. Such cost shall be reimbursed or paid by the Employer.

1.13. The whole cost of complying with the provisions of the Contract shall be included in the items provided in the Bills of Quantities and where no items are provided, the cost shall be deemed to be distributed among the rates and prices entered for the related items of work.

1.14. Any arithmetic errors in computation or summation will be corrected as follows:

Page 135: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 135

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

where there is a discrepancy between the unit rate and the total amount derived from the multiplication of the unit price and the quantity, the unit rate as quoted will govern, unless in the opinion of the Employer there is a gross misplacement of the decimal point in the unit price. If so the total amount as quoted will govern and the unit rate will be corrected.

2. Bills

2.1. The Bills of Quantities is divided into Bills No 0 through 6, followed by the Summary. The Bills and the Summary are inserted on the following pages, with titles as follows:

Bill No 0: PreliminariesBill No 01: Construction worksBill No 02: Architectural worksBill No 03: Water Supply and SewerageBill No 04: Heating, Ventilation and Air-conditioningBill No 05: Electrical worksBill No 06: Dayworks

2.2. Dayworks

2.2.1. Reference should be made to Sub-Clause 53 of the Conditions of Contract. Additional amounts of work shall be executed on a daywork basis only by written order of the Project Manager. Bidders shall enter basic rates for dayworks items in the Schedules, which rates shall apply to each any quantity of daywork ordered by the Project Manager. Nominal quantities have been indicated against each item of daywork, and the extended total for Daywork shall be carried forward as a Provisional Sum to the Summary Total Bid Amount.

2.2.2. Daywork Labor

In calculating payments due to the Contractor for the execution of daywork, the hours for labor will be reckoned from the time of arrival of the labor at the job site to execute the particular item of daywork to the time of return to the original place of departure, but excluding meal breaks and rest periods. Only the time of classes of labor directly doing work ordered by the Project Manager and for which they are competent to perform will be measured. The time of gangers (charge hands) actually doing work with the gangs will also be measured but not the time of foremen or other supervisory personnel;

The Contractor is entitled to payment in respect of the total time that labor is employed on daywork, calculated at the basic rates entered by him in the Schedule of Daywork Rates: 01. Labor, together with an additional percentage

Page 136: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

136 Section VIII. Bill of Quantities

payment on basic rates representing the Contractor’s profit, overheads, etc., as described: (i)The basic rates for labor shall cover all direct costs to the Contractor, including (but not limited to) the amount of wages paid to such labor, transportation time, overtime, subsistence allowances, and any sums paid to or on behalf of such labor for social benefits in accordance with Bulgarian law. The basic rates will be payable in local currency only; and (ii)The additional percentage payment to be quoted by the bidder and applied to costs incurred under (i) above shall be deemed to cover the Contractor’s profit, overheads, superintendence, liabilities, and insurance and allowances to labor, timekeeping, and clerical and office work, the use of consumable stores, water, lighting, and power; the use and repair of staging, scaffolding, workshops, and stores, portable power tools, manual plant, and tools; supervision by the Contractor’s staff, foremen, and other supervisory personnel; and charges incidental to the foregoing. Payments under this item shall be made in the following currency proportions:

(i) foreign: percent (to be stated by bidder).

(ii) local: percent (to be stated by bidder).

2.2.3. Daywork Materials

The Contractor shall be entitled to payment in respect of materials used for daywork (except for materials for which the cost is included in the percentage addition to labor costs as detailed heretofore), at the basic rates entered by him in the Schedule of Daywork Rates: 02. Materials, together with an additional percentage payment on the basic rates to cover overhead charges and profit, as follows: (i) the basic rates for materials shall be calculated on the basis of the invoiced price, freight, insurance, handling expenses, damage, losses, etc., and shall provide for delivery to store for stockpiling at the Site. The basic rates shall be stated in local currency, but payment will be made in the currency or currencies expended upon presentation of supporting documentation: (ii)the additional percentage payment shall be quoted by the bidder and applied to the equivalent local currency payments made under (i) above. Payments under this item will be made in the following currency proportions:

(i) foreign: percent (to be stated by the bidder);(ii) local: percent (to be stated by the bidder);

(iii) the cost of hauling materials for use on work ordered to be carried out as daywork from the store or stockpile on the Site to the place where it is to be used will be paid in accordance with the terms for Labor and Construction in this schedule.

2.2.4. Daywork Contractor’s Equipment

Page 137: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 137

The Contractor is entitled to payments in respect of Contractor’s Equipment already on Site and employed on daywork at the basic rental rates entered by him in the Schedule of Daywork Rates: 03. Contractor’s Equipment. Said rates shall be deemed to include due and complete allowance for depreciation, interest, indemnity, and insurance, repairs, maintenance, supplies, fuel, lubricants, and other consumables, and all overhead, profit, and administrative costs related to the use of such equipment. The cost of drivers, operators, and assistants will be paid for separately as described under the section on Daywork Labor.

In calculating the payment due to the Contractor for Contractor’s Equipment employed on daywork, only the actual number of working hours will be eligible for payment, except that where applicable and agreed with the Project Manager, the traveling time from the part of the Site where the Contractor’s Equipment was located when ordered by the Project Manager to be employed on daywork and the time for return journey thereto shall be included for payment.

The basic rental rates for Contractor’s Equipment employed on daywork shall be stated in local currency, but payments to the Contractor will be made in currency proportions, as follows: (i)foreign: percent (to be stated by the bidder),(ii)local: percent (to be stated by the bidder).

Page 138: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

138 Section VIII. Bill of Quantities

Bill No O Preliminaries

Page 139: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 139

RSABW – ICB1Bill No 0. Preliminaries

EURO0.1. Temporary Contractor office at the site as specified

paid 80% upon establishment and 20% upon removal. LS

0.2. Temporary stores at the site as specified paid 80% upon establishment and 20% upon removal. LS

0.3. Temporary water supply and sanitary facilities at the site, paid 70% upon establishment and 30%

upon removal. LS0.4. Temporary electric supply at the site inclusive

running costs during contract period, paid 70% upon establishment and 30% upon removal. LS

0.5. Staff changing caravan as specified paid 80% upon establishment and 20% upon removal. LS

All other temporary works or costs directly associated with conditions of contract and specifications are deemed to be included into unit rates

Total to be carried into project summary LS

Page 140: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

140 Section VIII. Bill of Quantities

BILL No 0___________________________________________

Total Summary………………EURO

Page 141: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 141

Bill No O1 Construction Works

Page 142: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

142 Section VIII. Bill of Quantities

RSABW – ICB1Bill No 01. Construction Works

01. Administration building

All Amounts in EURO

Item Description Unit Quantity Unit Rate

Total Amount

01.01.01. Shuttering works LS 1

01.01.02. Reinforcement worksAs per Specification kg 30860

01.01.03. Concrete works01.01.03.01 Concrete Grade B10 for pad

foundations m341.50

01.01.03.02 Concrete Grade B10 for concrete thresholds m3

2

01.01.03.03 Concrete Grade B15 for foundation plate m3

205.50

01.01.03.04 Concrete Grade B15 for walls over 15 cm thickness m3

59.50

01.01.03.05 Concrete Grade B12,5 for staircases flooring (entrance) m3

1.50

01.01.03.06 Concrete Grade B15 for plates, beams and belts m3

195

01.01.03.07 Concrete Grade B15 for hoods, cornices and other cantilevers m3 21

01.01.03.08 Concrete addition for cantilevers and small constructions m3 13

01.01.03.09 Concrete Grade B15 for independent beams and belts m3 3.50

01.01.03.10 Concrete addition for boards m3 801.01.03.11 Concrete Grade B15 for

columns m3 48.5001.01.03.12 Concrete Grade B15 for fill on

façade m3 2.5001.01.03.13 Concrete Grade B15 for

staircases and landings m3 1001.01.03.14 Concrete addition for staircases

and inclined belts m3 12

Page 143: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 143

01.01.03.15 Hydro-insulation type I m2 36401.01.03.16 Hydro-insulation type II m2 14601.01.03.17 Backfill embankment,

including tampingm3 608

01.01.03.18 The quantities for earth base treatment are shown in draw. 1

LS ALL IN DWG #1

Total of Bill No 01.01.

Page 144: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

144 Section VIII. Bill of Quantities

RSABW – ICB1Bill No 01. Construction Works

02. Passable Installation Collector

All Amounts in EUROItem Description Unit Quantity Unit

RateTotal

Amount

01.02.01. Shuttering works LS 1

01.02.02 Reinforcement works01.02.02.01 As per Specification kg 1575

01.02.03. Concrete works01.02.03.01 Concrete base GradeB10 m3 5,3001.02.03.02 Concrete Grade B15 for

reservoir bottoms m3 7,0001.02.03.03 Concrete Grade B 15 for

reinforced walls with thickness over 15cm m3 64,50

01.02.03.04 Concrete GradeB15 for reinforced concrete plates m3 5,60

01.02.03.05 Hydro-insulation m2 140,00

01.02.03.06 Spare parts LS 1

Total of Bill No 01.02.

Page 145: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 145

BILL No 01

01.01. ………………………………EURO01.02. …………………………… .EURO

___________________________________________

Total Summary……………..…EURO

Page 146: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

146 Section VIII. Bill of Quantities

Bill No O2 Architectural Works

Page 147: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 147

RSABW – ICB1Bill No 02. Architectural Works

01. Administration Building

All Amounts in EURO

Item Description Unit Quantity Unit Rate

Total Amount

02.01.01. Masonry 02.01.01.01 Hollow concrete masonry02.01.01.01.01

12 cm thickness m2 630

02.01.01.01.02

25 cm thickness m2 233

02.01.01.01.03

30 cm thickness m2 208

02.01.01.01.04

Lintels and window arch LS 1

02.01.01.02. Brick masonry02.01.01.02.01

One (1) brick m3 103

02.01.01.02.02

Half (1/2) brick m2 138

02.01.02. Plastering02.01.02.01. Internal plaster on concrete

walls and ceilings m2 48002.01.02.02. Internal plaster on brick walls m2 600

02.01.03. Painting02.01.03.01 Paint type latex on puttying

plaster and plaster on hollow concrete m2 2999

02.01.03.02. Water paint on walls and ceilings m2 197

02.01.04. Suspended ceiling m2 462

02.01.05. Faience lining m2 182

02.01.06. Flooring LS 1

02.01.07. Iron works LS 1

Page 148: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

148 Section VIII. Bill of Quantities

02.01.08. Carpentry works LS 1

02.01.09. Roofing works LS 1

02.01.10. Second story roofing LS 1

02.01.11. Aluminum curtain wall and framing

LS 1

Total of Bill No 02.01.

Page 149: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 149

BILL No 02

02.01………………………………..EURO___________________________________________

Total Summary……………..…EURO

Page 150: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

150 Section VIII. Bill of Quantities

Bill No O3Water Supply and Sewerage

Page 151: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 151

RSABW – ICB1Bill No 03. Water Supply and Sewerage

01. Administration Building

All Amounts in EURO

Item Description Unit Quantity Unit Rate

Total Amount

03.01.01. Water supply LS 1

03.01.02 Sewerage LS 1

Total of Bill No 03.01.

Page 152: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

152 Section VIII. Bill of Quantities

RSABW – ICB1Bill No 03. Water Supply and Sewerage

02. Passable Installation Collector

All Amounts in EURO

Item Description Unit Quantity Unit Rate

Total Amount

03.02.01. Water supply system LS 1

Total of Bill No 03.02.

Page 153: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 153

BILL No 03

03.01………………………………..EURO03.02………………………………..EURO

___________________________________________

Total Summary……………..…EURO

Page 154: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

154 Section VIII. Bill of Quantities

Bill No O4 Heating, Ventilation and Air-conditioning

Page 155: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 155

RSABW – ICB1Bill No 04. Heating, Ventilation and Air-conditioning

01. Administration Building

All Amounts in EUROItem Description Unit Quantity Unit

RateTotal

Amount

04.01.01. Heating installation LS 1

04.01.02. Ventilation installation LS 1

04.01.03. Air-conditioning system LS 1

Total of Bill No 04.01.

Page 156: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

156 Section VIII. Bill of Quantities

RSABW – ICB1Bill No 04. Heating, Ventilation and Air-conditioning

02. Passable Installation Collector

All Amounts in EUROItem Description Unit Quantity Unit

RateTotal

Amount04.02.01. Passable collector – outward

and inward partLS 1

Total of Bill No 04.02.

Page 157: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 157

BILL No 04

04.01………………………………..EURO04.02………………………………..EURO

___________________________________________

Total Summary……………..…EURO

Page 158: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

158 Section VIII. Bill of Quantities

Bill No O5 Electrical Works

Page 159: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 159

RSABW – ICB1Bill No 05. Electrical works

01. Administrative Building

All Amounts in EURO

Item Description Unit Quantity Unit Rate

Total Amount

05.01.01. Lighting and contact installation

LS 1

05.01.02. Telephone installation LS 1

05.01.03 Radio-Sound Installation LS 1

05.01.04 Clock Installation. Installation to the Signal Protective Technique

LS 1

05.01.05 Structured Cable System LS 1

05.01.06 Television Control LS 1

05.01.07 Perimeter Security LS 1

05.01.08 Grounding Installation LS 1

05.01.09 Lightning Protection LS 1

05.01.10 Automated Telephone (AT) Switchboard with Distributor

LS 1

05.01.11 UPS (inverter) with Battery LS 1

Page 160: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

160 Section VIII. Bill of Quantities

05.01.12 Power Lines LS 1

05.01.13 Fire Alert Installation LS 1

Total of Bill No 05.01.

Page 161: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 161

RSABW – ICB1Bill No 05. Electrical works

02. Passable Collector

All Amounts in EUROItem Description Uni

tQuantit

yUnit Rate

Total Amount

05.02.01 Electrical works LS 1

05.02.02 Fire Alert Installation LS 1

Total of Bill No 05.02.

Page 162: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

162 Section VIII. Bill of Quantities

BILL No 05

05.01………………………………..EURO05.02………………………………..EURO

___________________________________________

Total Summary……………..…EURO

Page 163: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 163

Bill No O6 Dayworks

Page 164: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

164 Section VIII. Bill of Quantities

RSABW – ICB1Bill No 06. Daywork

01. Labor

Item Description Unit *Quantity UnitRate

Amount

06.01.01 Unskilled laborer hrs 5006.01.02 Skilled laborer hrs 5006.01.03 Driver & Construction machine

operator hrs 5006.01.04 Plant operator hrs 5006.01.05 Mechanic hrs 5006.01.06 Watchman hrs 5006.01.07 Technician hrs 5006.01.08 Assistants hrs 5006.01.09 Gangers hrs 50

Total amountAllow …….. percent6 of Subtotal for Contractor’s overhead, profit, etc., in accordance with paragraph 2.2.2.aboveDaywork Schedule 01,total

6 To be entered by the Bidder

Page 165: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 165

RSABW – ICB1Bill No 06. Daywork

02. Materials

Item Description Unit *Quantity UnitRate

Amount

06.02.01 Concrete m3 3006.02.02 Hollow concrete blocks m2 5006.02.03 Bricks No 200006.02.04 Reinforcement kg 100006.02.05 Ordinary Portland cement kg 20006.02.06 Heat insulation m2 3006.02.07 Hydro insulation m2 5006.02.08 PVC sheets m2 1506.02.09 Pipes m’ 5006.02.10 Colored plaster m2 15006.02.11 Paint m2 150

Total amountAllow …….. percent7 of Subtotal for Contractor’s overhead, profit, etc., in accordance with paragraph 2.2.2.aboveDaywork Schedule 02,total

7 To be entered by the Bidder

Page 166: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

166 Section VIII. Bill of Quantities

RSABW – ICB1Bill No 06. Daywork

03. Contractor’s Equipment

Item Description Unit *Quantity UnitRate

Amount

06.03.01. Dozer (Specify type & size ……… hrs 5006.03.02. Excavator

(Specify type & size ………) hrs 5006.03.03. Truck, flatbed

(Specify type & size ………) hrs 5006.03.04. Dump-truck, loader, rollers and

similar (Specify type & size ………)

hrs 50

06.03.05. Weight bridge (Crane) hrs 5006.03.06. Concrete mixer hrs 5006.03.07. Concrete pump hrs 5006.03.08. Compressor (Specify type & size

………) hrs 5006.03.09. Generator, electric and mechanical

tools (Specify type & size ………) hrs 50Total amountPercentage adjustment to items 03.01. to 03.09.Daywork Schedule 03,total

Page 167: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 167

BILL No 06

01………………………………..EURO02………………………………..EURO03………………………………..EURO

___________________________________________

Total Summary……………..…EURO

Page 168: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

168 Section VIII. Bill of Quantities

RSABW – ICB1

TOTAL SUMMARY:

BILL No 0:……………….EURO

BILL No 01: ………………EURO

BILL No 02:……………….EURO

BILL No 03: ………………EURO

BILL No 04:……………….EURO

BILL No 05: ………………EURO

BILL No 06:……………….EURO

Total: …………………….EURO

10% Contingency…………..EURO

Global total…………………EURO

Page 169: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section VIII. Bill of Quantities 169

Grand SummarySums brought forward from each Bill

Contract Name: “Rousse – Administration Building for the Border Police”Contract No: RSABW – ICB 1

All Amounts in EURONo TitleO Preliminaries

O1 Construction Works

O2 Architectural Works

O3 Water Supply and Sewerage

O4 Heating, Ventilation and Air-conditioning

O5 Electrical Works

06 Daywork

TOTAL BID PRICE

Contingency – 10%

GLOBAL BID PRICE

INCLUDING PROVISIONSL SUMS

To be carried to the Form of Bid

Bid Price in Words:

…………………………………………………………..

Date…..

Signature……

Printed name……

In the capacity of ……….

Duly authorised to sign bid on behalf of………...

Page 170: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IX. Security Forms 170

Section IX. Security Forms

Page 171: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IX. Security Forms 171

Annex A Form: Bid Security (Bank Guarantee)

Whereas, [name of Bidder] (hereinafter called “the Bidder”) has submitted his Bid dated [date] for the construction of “Rousse – Administration Building for the Border Police”, RSABW -ICB1 (hereinafter called “the Bid”).

Know all people by these presents that We [name of Bank] of [name of country] having our registered office at [address] (hereinafter called “the Bank”) are bound unto the Ministry of Finance of Republic of Bulgaria (hereinafter called “the Employer”) in the sum of [amount]8

for which payment well and truly to be made to the said Employer, the Bank binds itself, its successors, and assigns by these presents.

Sealed with the Common Seal of the said Bank this [day] day of [month], [year].

The conditions of this obligation are:

(1) If, after Bid opening, the Bidder withdraws his Bid during the period of Bid validity specified in the Form of Bid; or

(2) If the Bidder having been notified of the acceptance of his Bid by the Employer during the period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instruction to Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27,

we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer’s having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred condition or conditions.

8 The Bidder should insert the amount of the Guarantee in words and figures denominated in the currency of the Employer’s country or an equivalent amount in a freely convertible currency. This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.

Page 172: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

172 Section IX. Security Forms

This Guarantee will remain in force up to and including the date 128 days after the deadline for submission of bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.

Date Signature of the Bank

Witness Seal

[signature, name, and address]

Page 173: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section IX. Security Forms 173

Annex B Form (Alternative 2): Performance Bank Guarantee (Unconditional)

To: [name and addressof Employer]

Whereas [name and address of Contractor] (hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. [number] dated [date] to execute [name of Contract and brief description of Works] (hereinafter called “the Contract”);

And whereas it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract;

And whereas we have agreed to give the Contractor such a Bank Guarantee;

Now therefore we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of [amount of Guarantee] [amount in words],9 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.

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, and we hereby waive notice of any such change, addition, or modification.

This Guarantee shall be valid until a date 28 days from the date of issue of the Certificate of Completion.

Signature and seal of the Guarantor

Name of Bank Address Date

9 An amount is to be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract, and denominated either in the currency(ies) of the Contract or in a freely convertible currency acceptable to the Employer.

Page 174: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

174 Section IX. Security Forms

Annex C Form: Bank Guarantee for Advance Payment

To: [name and address of Employer]

[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, Clause 51 (“Advance Payment”) of the above-mentioned Contract, [name and address of Contractor] (hereinafter called “the Contractor”) shall deposit with [name of Employer] a Bank Guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of [amount of Guarantee] [amount in words].10

We, the [Bank or Financial Institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to [name of Employer] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding [amount of Guarantee] [amount in words].11

We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed thereunder or of any of the Contract documents which may be made between [name of Employer] and the Contractor, shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification.

This Guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until [name of Employer] receives full repayment of the same amount from the Contractor.

Yours truly,

Signature and seal:

Name of Bank/Financial Institution: Address: Date:

10 An amount is to be inserted by the Bank or Financial Institution representing the amount of the Advance Payment, and denominated either in the currency(ies) of the Advance Payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer.11 An amount is to be inserted by the Bank or Financial Institution representing the amount of the Advance Payment, and denominated either in the currency(ies) of the Advance Payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer.

Page 175: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section X. Appendices 175

Section X. Appendices

Appendix A. Curriculum Vitae Adjudicator

NAME: Ivaylo Ivanov Dermendjiev

DATE OF BIRTH: November 07, 1962

PRESENT ADDRESS 3 Pozitano Str.Sofia, Bulgaria

PHONE: 00359 2 988 26 5200359 2 986 58 96

FAX: 00359 2 980 32 47e-mail: [email protected]

MARRITIAL STATUS: Married

PROFESSIONAL POSITION: Practicing attorney, Partner in legal firm Simeonov & Dermendjiev”

EDUCATIONAL STATUSAND BAR ADMISSION: 1976 - 1980

8th High School in Sofia1984 - 1989Faculty of Law of Sofia University“Kliment Ohridsky”, Bulgaria1989 - Law degree /LL.M/1999 - at presentFaculty of Law, Centre for European Legal Studies - English and

EU LawUniversity of Cambridge - post graduated Course1990 - Sofia Bar Association

Page 176: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

176 Section X. Appendices

PRACTICAL EXPERIENCE: 1989 - 1990one year Court, Public Procecution and Bar

Association practise1990 - at presentAttorney at Law at Sofia Bar Associationover 100 court and arbitral cases including more

than 20 cases as attorney in Supreme court of Bulgaria

1997-1999assistant of the Professor of Administrative

Law at Southwest University

MEMBERSHIP Sofia Bar AssociationArbitration court - Bulgarian Chamber of Commerce and Industry/BCCI/London Court of International Arbitration/LCIA/ Austrian business circle/ABC/British-Bulgarian Bar Association/BBBA/

MEDIATION PROCEEDS

Assarel Medet – Bulgaria and Krupp Industries – Germany, subject of delivery contract for 28 000 000 USD

AEZ “KOZLODUY” and IBL GmBH Vienna, claim for non performance of delivery contract for 6 000 000 USD

MAIN STATE OR STATE OWNED KLIENTS

AGENCY OF PRIVATISATION, AEZ “KOZLODUY”, NATIONAL ELECTRIC COMPANY,COMMERCIAL BANK ”BIOCHIM”

Sofia, 2001

Page 177: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section X. Appendices 177

Appendix B. Soil Investigation Report

Before starting the construction works at “Danube Bridge” - Rousse border crossing in 19994 a soil investigation on the whole area was developed and a Soil Investigation Report was prepared.

The designers from the designer firm “Arka – Rousse” had made their calculation and had prepared the design in compliance with the Soil Investigation Report.

The Contractor will be provided with the Soil Investigation Report upon request.

Page 178: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

178 Section X. Appendices

Appendix C. Other Contractors working in the Area

Construction works at the “Danube Bridge”- Rousse border crossing started in 1994 year.

For performing the works a main Contractor was selected and a Contract was awarded.

The Contractor is Transport Forces, outfit 58210, from the town of Gorna Oriahovitza, Bulgaria. The same Contractor is continuing the works implementation at the border crossing.

The infrastructure at the “east” sub-zone as: Road works and retaining walls, Sewerage and street lanes drainage network, Site electrical works and lighting, Vertical planning, Diesel aggregate and diesel economy will be constructed by Transport Forces, outfit 58210, from the town of Gorna Oriahovitza, Bulgaria.

Page 179: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

Section X. Appendices 179

Appendix D. Schedule of Key Personnel

Page 180: Standard Bidding Documents - World Banklnweb90.worldbank.org/ECA/Transport.nsf/ExtECADocByUnid/... · Web viewQualification of the Bidder 9 5. One Bid per Bidder 11 6. Cost of Bidding

180 Section X. Appendices

Appendix E. Drawings