You are on page 1of 297

Co-operative Republic of Guyana Ministry of Agriculture

Inter-American Development Bank

Agricultural Export Diversification Programme LO-1929/BL-GY

Canals Polder Control Structures & Access Roads Phase 2

Bidding Documents Volume I October, 2012

Co-operative Republic of Guyana Ministry of Agriculture Inter-American Development Bank

Agricultural Export Diversification Programme LO-1929/SF-GY

Canals Polder Control Structures & Access Roads Phase 2

Bidding Documents Volume I October, 2012

Agricultural Export Diversification Programme


LO-1929/BL-GY

Bidding Documents

Issue and Revision Record


Rev A Date Originator Checker Approver Description Final

Bidding Documents List of Contents


Volume 1 Section I Section II Section III Section IV Section V Section VI Section VII Instructions to Bidders (ITB) Bidding Data Sheet (BDS) Eligible Countries Forms of Contractors Bid General Conditions of Contract (GCC) Special Conditions of Contract (SCC) Technical Specifications: (a) General Specifications (b) Particular Specifications List of Drawings Bill of Quantities Site Data Security Forms

Section VIII Section IX Section X Section XI

Volume 2 Section XII Drawings

Section I Instructions to Bidders

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

Section I Instructions to Bidders Table of Clauses


A. General ............................................................................................................................... 3 1. Scope of Bid ...................................................................................................... 3 2. Source of Funds ................................................................................................ 3 3. Fraud and Corruption ........................................................................................ 4 4. Eligible Bidders ................................................................................................ 8 5. Qualifications of the Bidder .............................................................................. 9 6. One Bid per Bidder ......................................................................................... 12 7. Cost of Bidding ............................................................................................... 12 8. Site Visit.......................................................................................................... 13 B. Bidding Documents ......................................................................................................... 13 9. Contents of Bidding Documents ..................................................................... 13 10. Clarification of Bidding Documents ............................................................... 14 11. Amendment of Bidding Documents ............................................................... 14 C. Preparation of Bids ......................................................................................................... 15 12. Language of Bid .............................................................................................. 15 13. Documents Comprising the Bid ...................................................................... 15 14. Bid Prices ........................................................................................................ 15 15. Currencies of Bid and Payment ...................................................................... 16 16. Bid Validity ..................................................................................................... 17 17. Bid Security and Bid Validity Declaration ..................................................... 17 18. Alternative Proposals by Bidders.................................................................... 19 19. Format and Signing of Bid .............................................................................. 19 D. Submission of Bids .......................................................................................................... 20 20. Submission, Sealing and Marking of Bids ...................................................... 20 21. Deadline for Sub-mission of Bids ................................................................... 21 22. Late Bids ......................................................................................................... 21 23. Withdrawal, Substitution and Modification of Bids ....................................... 21 E. Bid Opening and Evaluation .......................................................................................... 22 24. Bid Opening .................................................................................................... 22 25. Confidentiality ................................................................................................ 23 26. Clarification of Bids ........................................................................................ 23 27. Examination of Bids and Determination of Responsiveness .......................... 24 28. Correction of Errors ........................................................................................ 24 29. Currency for Bid Evaluation ........................................................................... 25 30. Evaluation and Comparison of Bids ............................................................... 25 31. Domestic Preference ....................................................................................... 26

I-1 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

F. Award of Contract ........................................................................................................... 26 32. Award Criteria ................................................................................................ 26 33. Contracting Agencys Right to Accept any Bid and to Reject any or all Bids ........................................................................................................ 26 34. Notification of Award and Signing of Agreement .......................................... 27 35. Performance Security ...................................................................................... 28 36. Advance Payment and Security ...................................................................... 28 37. Adjudicator ..................................................................................................... 29

I-2 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

Instructions to Bidders (ITB) A. General


1. Scope of Bid 1.1 The Contracting Agency as defined in General Conditions of Contract (GCC) and identified in Section II Bidding Data Sheet (BDS), invites bids for the construction of Works, as described in the BDS and Section VI, Special Conditions of Contract (SCC). The name and identification number of the Contract are provided in the BDS and the SCC.

1.2

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

1.3

Throughout these Bidding Documents: (a) (b) (c) the term in writing means communicated in written form (e.g. by mail, e-mail, fax, telex, ) with proof of receipt; if the context so requires, singular means plural and vice versa; and day means calendar day.

2. Source of Funds

2.1

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

I-3 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

any rights from the Loan Contract or have any rights to the loan proceeds. 3. Fraud and Corruption 3.1 The Bank requires that all borrowers (including grant beneficiaries), executing agencies and contracting agencies as well as all firms, entities and individuals bidding for or participating in a Bank-financed project including, inter alia, bidders, suppliers, contractors, consultants and concessionaires (including their respective officers, employees and agents), adhere to the highest ethical standards, and report to the Bank all suspected acts of fraud or corruption of which they have knowledge or become aware both during the Bidding Process and throughout negotiation or execution of a contract. Fraud and corruption are prohibited. Fraud and corruption include acts of: (a) corrupt practice, (b) fraudulent practice, (c) coercive practice and (d) collusive practice. The definitions of actions set forth below involve the most common types of fraud and corruption, but are not exhaustive. For this reason, the Bank shall also take action in the event of any similar deed or complaint involving alleged acts of fraud and corruption, even when these are not specified in the following list. The Bank shall in all cases proceed with the established procedure referred to in Clause 3.1 (c). In pursuance of this document:

(a)

The Bank defines the terms set forth below as follows:

(i)

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

(ii)

A fraudulent practice is any act or omission, including a misrepresentation, which misleads, or attempts to mislead, a party in order to obtain a financial or other benefit or to avoid an obligation;

(iii) A coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly,
I-4 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

any party or property of the party to influence the actions of a party; and (iv) A collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party. (b) If the Bank, in accordance with its administrative procedures, demonstrates that any firm, entity or individual bidding for or participating in a Bank-financed project including, inter alia, borrowers, bidders, suppliers, contractors, subcontractors, consultants and concessionaires, executing agencies or contracting agencies (including their respective officers, employees and agents) has engaged in an act of fraud or corruption, the Bank may: (i) decide not to finance any proposal to award a contract or a contract awarded for works, goods, and related services financed by the Bank; suspend disbursement of the operation if it is determined at any stage that evidence is sufficient to support a finding that an employee, agent or representative of the Borrower, Executing Agency or Contracting Agency has engaged in an act of fraud or corruption; cancel and/or accelerate repayment of, the portion of a loan or grant earmarked for a contract, when there is evidence that the representative of the Borrower, or Beneficiary of a grant, has not taken the adequate remedial measures within a time period which the Bank considers reasonable, and in accordance with the due process guarantees of the Borrowing countrys legislation;

(ii)

(iii)

(iv)

issue a reprimand in the form of a formal letter of censure of the firm, entity or individuals behaviour; issue a declaration that an individual, entity or

(v)

I-5 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

firm is ineligible, either permanently or for a stated period of time, to be awarded or participate in contracts under Bank-financed projects except under such conditions as the Bank deems to be appropriate; (vi) (vii) refer the matter to appropriate law enforcement authorities; and/or impose other sanctions that it deems to be appropriate under the circumstances, including the imposition of fines representing reimbursement of the Bank for costs associated with investigations and proceedings. Such other sanctions may be imposed in addition to or in lieu of other sanctions.

(c)

The Bank has established administrative procedures for cases of allegations of fraud and corruption within the procurement process or the execution of a contract financed by the Bank which are available at the Banks website (www.iadb.org), as updated from time to time. To that effect any complaint shall be submitted to the Banks Office of Institutional Integrity (OII) for the appropriated investigation. Allegations may be presented confidentially or anonymously; Payments are expressly conditional upon the claimants participation in the procurement process conformed with all applicable Bank policies on Fraud and Corruption described in this Clause 3.1; and

(d)

(e) The imposition of any action to be taken by the Bank pursuant to the provisions referred to paragraph (b) of this Clause may be public or private, in accordance with the policies of the Bank; f) The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring Bidders, suppliers, contractors, subcontractors, consultants and concessionaires to permit the Bank to inspect their accounts and records and any other documents relating to the submission of Bids and contract performance and to have them audited by auditors appointed by the Bank. The Bank
I-6 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring Bidders, suppliers, contractors, subcontractors, consultants and concessionaires to: (i) maintain all documents and records related to the Bank-financed project for three (3) years after completion of the work contemplated in the relevant Contract; and (ii) deliver any document necessary for the investigation of allegations of fraud or corruption and make available to the Bank the employees or agents of the Bidders, suppliers, contractors, subcontractors, consultants or concessionaires with knowledge of the Bank-financed project to respond to questions from Bank personnel or any properly designated investigator, agent, auditor or consultant relating to the review or audit of the documents. If the Bidder, supplier, contractor, subcontractor, consultant or concessionaire fails to comply with the Banks request, or otherwise obstruct the Banks review of the matter, the Bank, in its sole discretion, may take appropriate action against the Bidder, supplier, contractor, subcontractor, consultant or concessionaire. g) The Bidders shall represent and warrant: (i) that they have read and understood the Banks prohibition against fraud and corruption and agrees to abide by the applicable rules; that they have not engaged in any violation of policies on fraud and corruption described herein; that they have not misrepresented or concealed any material facts during the procurement or contract negotiation processes or performance of the contract; that neither they nor any of their directors, officers or principal shareholders have been declared ineligible to be awarded Bankfinanced contracts or have been convicted of a crime involving fraud or corruption; that none of their directors, officers or principal shareholders has been a director, officer or principal shareholder of any other company or entity that has been declared ineligible to be awarded a Bank-financed contract or has been convicted of a crime involving fraud or corruption; that all commissions, agents fees, facilitating payments or revenue-sharing agreements related
I-7 of I-30

(ii)

(iii)

(iv)

(v)

(vi)

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

(vii)

to the Bank-financed contract or consulting agreement have been disclosed; that they acknowledge that the breach of any of these warranties constitute a basis for the imposition of any or a combination of the measures described in Clause 3.1 (b).

4. Eligible Bidders

4.1

A Bidder, and all parties constituting the Bidder, shall be nationals from member countries of the Bank. Bidders from other countries shall be disqualified from participating in contracts intended to be financed in whole or in part from Bank loans. Section III of this document establishes the Banks member countries, as well as the criteria to determine the nationality of the Bidders and the country of origin of goods and services. The Bidders with the nationality of a Banks member country and the goods to be supplied under the Contract are not eligible if: (a) as a matter of law or official regulation, the Borrowers country prohibits commercial relations with that country; or by an act of compliance with a decision of the United nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrowers Country prohibits any imports of goods from that country or any payments to persons or entities in that country.

(b)

4.2

Bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they: (a) are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the Contracting Agency to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under these Bidding Documents; or

(b) submit more than one bid in this bidding process, except for alternative offers permitted under ITB Clause 13. However, this does not limit the participation of subcontractors in more than one bid
I-8 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

4.3

A Bidder that is under a declaration of ineligibility during the period of time established by the Bank in accordance with ITB Clause 3, at the date of contract award, shall be disqualified. .

4.4

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

4.5

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

5. Qualifications of the Bidder

5.1

All bidders shall provide in Section IV, Form of Bid, Qualification Information, Letter of Acceptance, and Agreement, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary. In the event that prequalification of potential bidders has been undertaken, only bids from prequalified bidders shall be considered for award of Contract. These qualified bidders should submit with their bids any information updating their original prequalification applications or, alternatively, confirm in their bids that the originally submitted prequalification information remains essentially correct as of the date of bid submission. The update or confirmation should be provided in Section IV.

5.2

5.3

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

(a)

copies of original documents defining the constitution or incorporation, and principal place of business of the Bidder; written power of attorney of the signatory of the
I-9 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

Bid to commit the Bidder;

(b)

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

(c)

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

(d)

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

(e)

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

(f)

reports on the financial standing of the Bidder, such as profit and loss statements and auditors reports for the past three (3) years; evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources);

(g)

(h)

authorization to seek references from the Bidders bankers;

(i)

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

(j)

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

5.4

Bids submitted by a joint venture, consortium or association


I-10 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

(JVCA) of two or more firms as partners shall comply with the following requirements, unless otherwise stated in the BDS: (a) the Bid shall include all the information listed in ITB SubClause 5.3 above for each JVCA partner;

(b)

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

(c)

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

(d)

one of the partners shall be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the JVCA; and the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge. a copy of the JVCA Agreement entered into by the partners shall be submitted with the bid; or a Letter of Intent to execute a JVCA agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed Agreement.

(e) (f)

5.5

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

(a)

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

(b)

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

I-11 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

(c)

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

(d)

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

(e)

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

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

5.6

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

6. One Bid per Bidder

6.1

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

7. Cost of Bidding

7.1

The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Contracting Agency shall in

I-12 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

no case be responsible or liable for those costs.

8. Site Visit

8.1

The Bidder, at the Bidders 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 Bidders own expense.

B. Bidding Documents
9. Contents of Bidding Documents 9.1 The set of Bidding Documents comprises the documents listed in the table below and addenda issued in accordance with ITB Clause 11: Invitation for Bids Volume 1 Section I Section II Section III Section IV Section V Section VI Section VII Instructions to Bidders (ITB) Bidding Data Sheet (BDS) Eligible Countries Forms of Contractors Bid General Conditions of Contract (GCC) Special Conditions of Contract (SCC) Technical Specifications: (a) General Specifications (b) Particular Specifications

I-13 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

Section VIII Section IX Section X Section XI Volume 2 Section XII

List of Drawings Bill of Quantities Site Data Forms of Securities

Drawings

10.Clarification of Bidding Documents

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

11. Amendment of Bidding Documents

11.1 Before the deadline for submission of bids, the Contracting Agency may modify the Bidding Documents by issuing addenda . 11.2 Any addendum thus issued shall be part of the Bidding Documents and shall be communicated in writing to all purchasers of the Bidding Documents. Prospective bidders shall acknowledge receipt of each addendum in writing to the Contracting Agency.

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

I-14 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

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

13. Documents Comprising the Bid

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

(a) (b)

The Contractors Bid (in the format indicated in Section IV); Bid Security, or Bid Validity Declaration, in accordance with ITB Clause 17, if required;

(c)

priced Bill of Quantities;

(d)

Qualification Information Form and Documents;

(e)

Alternative offers where invited; and

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

14. Bid Prices

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

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

I-15 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

14.3 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates, the unit prices, and total Bid price submitted by the Bidder with the exception of duties, value added tax (VAT) and levies for the following items: Four-wheel drive vehicle, Steel reinforcement bars, Cement, Crushed Stone, Sawn greenheart lumber & Greenheart piles. 14.4 The rates and unit prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract if provided for in the BDS and SCC and the provisions of Clause 47 of the General Conditions of Contract. The Bidder shall submit with the Bid all the information required under the Special Conditions of Contract and GCC Clause 47.

15. Currencies of Bid and Payment

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

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

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

15.4 Bidders may be required by the Contracting Agency to clarify


I-16 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

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

16. Bid Validity

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

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

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

17.Bid Security and Bid Validity Declaration

17.1 If required in the BDS, the Bidder shall furnish as part of its Bid, a Bid Security or a Bid Validity Declaration in original form as specified in the BDS. 17.2 The Bid Security shall be in the amount specified in BDS and denominated in the currency of the Employers country or the currency of the Bid or in another freely convertible currency, and shall: (a) at the bidders option, be in the form of either a letter of credit, or a bank guarantee from a banking institution, or a bond or surety issued by an insurance or bonding institution; be issued by a reputable institution selected by the bidder
I-17 of I-30

(b)

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

and located in any country. If the institution issuing the bond or surety is located outside the Contracting Agencys Country, it shall have a correspondent financial institution located in the Contracting Agencys Country to make it enforceable. (c) be substantially in accordance with one of the forms of Bid Security included in Section X Security Forms, or other form approved by the Purchaser prior to bid submission; be payable promptly upon written demand by the Contracting Agency in case the conditions listed in ITB Clause 17.5 are invoked; be submitted in its original form; copies shall not be accepted; remain valid for a period of 28 days beyond the validity period of the bids, as extended, if applicable, in accordance with ITB Clause 16.2.

(d)

(e) (f)

17.3 If a Bid Security or a Bid Validity Declaration is required in accordance with ITB Sub-Clause 17.1, any bid not accompanied by a substantially responsive Bid Security or Bid Validity Declaration in accordance with ITB Sub-Clause 17.1, shall be rejected by the Contracting Agency as non-responsive. 17.4 The Bid Security or the Bid Validity Declaration of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidders furnishing of the performance security. 17.5 The Bid Security may be forfeited or the Bid Validity Declaration executed: (a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Submission Sheet, except as provided in ITB Sub-Clause 16.2; or if the Bidder does not accept the correction of its Bid Price pursuant to ITB Sub-Clause 28. if the successful Bidder fails within the specified time to: (i) (ii) sign the Contract; or furnish the required performance security .

(b) (c)

I-18 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

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

18. Alternative Proposals by Bidders

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

(a)

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

(b)

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

18.2 Alternative bids shall provide all information necessary for a complete evaluation of the alternative by the Contracting Agency, including design calculations, technical specifications, breakdown of prices, proposed construction methods and other relevant details.

19. Format and Signing of Bid

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

I-19 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

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

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

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

D. Submission of Bids
20. Submission, Sealing and Marking of Bids

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

20.2 The inner and outer envelopes shall

I-20 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

(a)

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

(b)

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

(c)

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

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

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

21. Deadline for Sub-mission of Bids

21.1 Bids shall be delivered to the Contracting Agency at the address specified in Sub-clause 20.2 (a) no later than the time and date specified in the BDS. 21.2 The Contracting Agency may extend the deadline for submission of bids by issuing an amendment in accordance with ITB Clause 11, in which case all rights and obligations of the Contracting Agency and the bidders previously subject to the original deadline shall then be subject to the new deadline.

22. Late Bids

2 2.1 Any Bid received by the Contracting Agency after the deadline prescribed in ITB Clause 21 shall be returned unopened to the Bidder.

23.Withdrawal, Substitution and

23.1 Bidders may withdraw, substitute or modify their Bids by giving


I-21 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

Modification of Bids

notice in writing before the deadline prescribed in ITB Clause 21. 23.2 Each Bidders withdrawal, substitution or modification notice shall be prepared, sealed, marked, and delivered in accordance with ITB Clauses 19 and 20, with the outer and inner envelopes additionally marked WITHDRAWAL, SUBSTITUTION, or MODIFICATION as appropriate.

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

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

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

E. Bid Opening and Evaluation


24. Bid Opening 24.1 The Contracting Agency shall open the bids in public, and the withdrawal, substitution and modification notices made pursuant to Clause 23, in the presence of the bidders representatives who choose to attend at the time, date and in the place specified in the BDS. Any specific opening procedures required if electronic bidding is permitted in accordance with ITB Sub-Clause 20.1, shall be as specified in the BDS.

24.2 Envelopes marked WITHDRAWAL shall be opened and read out first. Bids for which an acceptable notice of withdrawal has
I-22 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

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

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

25. Confidentiality 25.1 Information relating to the Examination, Clarification, Evaluation, and Comparison of Bids and Recommendations for the Award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until publication of the award to the successful Bidder has been announced pursuant to ITB Sub-Clause 34.4. Any effort by a Bidder to influence the Contracting Agencys processing of bids or award decisions may result in the rejection of its Bid. Notwithstanding the above, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.

26. Clarification of Bids

26.1 To assist in the examination, evaluation, and comparison of Bids, the Contracting Agency may, at the Contracting Agencys discretion, ask any Bidder for clarification of the Bidders Bid,
I-23 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

including breakdowns of unit rates. The request for clarification and the response shall be in writing, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Contracting Agency in the evaluation of the Bids in accordance with ITB Clause 28.

27. Examination of Bids and Determination of Responsiveness

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

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

27.3 If a Bid is not substantially responsive, it shall be rejected by the Contracting Agency, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation. 28. Correction of Errors

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

(a)

where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern; and where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by
I-24 of I-30

(b)

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

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

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

29. Currency for Bid Evaluation

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

30. Evaluation and Comparison of Bids

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

30.2 In evaluating the bids, the Contracting Agency shall determine for each Bid the evaluated Bid price by adjusting the Bid price as follows: (a) making any correction for errors pursuant to ITB Clause 28;

(b)

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

I-25 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

(c)

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

(d)

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

30.3 The Contracting Agency reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding Documents or otherwise result in unsolicited benefits for the Contracting Agency shall not be taken into account in Bid evaluation.

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

31. Domestic Preference

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

F. Award of Contract
32. Award Criteria 32.1 Subject to ITB Clause 33, the Contracting Agency shall award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding Documents and represents the lowest evaluated cost, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of ITB Clause 4, and (b) qualified in accordance with the provisions of ITB Clause 5.

33.1 Notwithstanding ITB Clause 32, the Contracting Agency 33. Contracting reserves the right to accept or reject any Bid, and to cancel the Agencys Right bidding process and reject all bids, at any time prior to the award to Accept any
I-26 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

Bid and to Reject any or all Bids

of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Contracting Agencys action.

34. Notification of Award and Signing of Agreement

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

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

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

34.4 The Purchaser shall publish in UNDB (United Nations Development Business) and in the Banks Internet website the results identifying the bid and lot numbers and the following information: (i) name of each bidder who submitted a bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each bid that was evaluated; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful bidders may request in writing to the Purchaser for a debriefing seeking explanations for the failure of their bids. The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, after publication of contract award requests the Purchaser in writing
I-27 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

to explain on which grounds its bid was not selected.

35. Performance Security

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

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

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

35.4 Failure of the successful Bidder to comply with the requirements of ITB Sub-Clauses 35.1 and 34.3 shall constitute sufficient

grounds for cancellation of the award and forfeiture of the Bid Security or execution of the Bid Validity Declaration. Upon the successful Bidders, signing of the Agreement and furnishing of the Performance Security pursuant to ITB Clause 35.1, the Contracting Agency shall promptly notify the name of the winning bidder to each unsuccessful bidder and shall discharge the Bid Securities of the unsuccessful bidders pursuant to ITB Clause 17.4.

36. Advance Payment and

36.1 The Contracting Agency shall provide an Advance Payment on the Contract Price as stipulated in the GCC, subject to a maximum amount, as stated in the BDS. The Advance Payment
I-28 of I-30

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section I Instructions to Bidders

Security

shall be guaranteed by a Security. Section X Security Forms provides a Bank Guarantee for Advance Payment form.

37. Adjudicator

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

I-29 of I-30

Section II Bidding Data Sheet

Agricultural Support Diversification Programme

Ministry of Agriculture, Guyana Section II Bidding Data Sheet

Section II. Bidding Data Sheet

A. General
ITB 1.1 The Contracting Agency is The Cooperative Republic of Guyana, represented by the Permanent Secretary, Ministry of Agriculture. The Works are Rehabilitation of the drainage and irrigation system through: (a) Improvements to drainage capacity including rehabilitation of culverts, and sluices. Improvements to irrigation infrastructure, including rehabilitation of head and tail regulators, checks, intakes and outlets. Rehabilitation and/or improvement of bridges.

(b)

(c)

The name and identification of the contract are the Agricultural Export Diversification Programme, Canals Polder- Control Structures and Access Road, Phase 2; Contract No. ADP 9/2012 ITB 1.2 ITB 2.1 ITB 2.1 The Intended Completion Date is six months after the commencement date given in the commencement order The Borrower is The Cooperative Republic of Guyana, represented by the Permanent Secretary, Ministry of Agriculture. The expression Bank used in this document includes the Inter -American Development Bank and the funds it administers. Requirements of IDB and any other fund administered by the IDB are identical; except in the case of eligibility where membership is different (See Eligible Countries Section). The expression loans include the financing instruments and methods, the technical cooperations (TC) and the financing of operations. The expression Loan Contract includes all the legal instruments under which the Bank operations are formalized The Banks loan is: Agricultural Export Diversification Program (ADP) Number: LO-1929/BL-GY Date: April 6, 2008 ITB 2.1 The primary objective of the Agricultural Export Diversification Programme (ADP) is to raise rural incomes by increasing the efficiency of agricultural production in the coastal plain of Guyana. This requires improving competitiveness in the sector through the timely availability of irrigation and improved drainage. More specifically, the Program will rehabilitate Drainage and Irrigation (D&I) structures, organize farmers to manage the Operation and Maintenance (O&M) of rehabilitated structures and support rice research and agricultural diversification.

II-1 of II-5

Agricultural Support Diversification Programme

Ministry of Agriculture, Guyana Section II Bidding Data Sheet

ITB 5.31

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

(c) experience in works of a similar nature and size for each of the last three (3) years, and details of work under way or contractually committed; and clients who may be contacted for further information on those contracts; list of all works done during the last 3 years, the year(s) in which works were done, the pertinent clients and the cost of each work

(d) major items of construction equipment proposed to carry out the Contract including details of size or capacity (tonnage) , manufacturer, age and condition; (f) reports on the financial standing of the Bidder, such as profit and loss statements and auditors reports for the past three (3) years (i) Bidders who have not or are not involved in any litigation must clearly state so; failure to do so may result in the bid being deemed as non responsive
ITB 5.3 (j) ITB 5.4 ITB 5.5 ITB 5.5 (a) The ceiling for sub contractor's participation is: 20% The qualification data required from JVCA in ITB Sub-Clause 5.4 are modified as follows: None The qualification criteria for Bidders in ITB Sub-Clause 5.5 are modified as follows: None

An average annual billing of construction work over the last three years of at least 40% of the bidders tender price. Experience as prime contractor in the construction of at least one work of a nature and complexity equivalent to the Works over the last three years (to comply with this requirement, works cited should be at least seventy (70) percent complete)
The essential equipment to be made available for the Contract by the successful Bidder shall be: 2 no. Excavators (eg Cat 312 or equivalent), 2 no. Dump Trucks (10 tons), Bulldozer (D4)/Grader, Concrete mixer (14/10), Crane (22Rb), Roller

ITB 5.5 (b)

ITB 5.5 (c)

ITB 5.5(d)

The following key staff are required: Contract Manager/Civil Engineer with at least a Bachelor of Engineering degree

II-2 of II-5

Agricultural Support Diversification Programme

Ministry of Agriculture, Guyana Section II Bidding Data Sheet

and at least 5 years post graduate experience ITB 5.5 (e) Foreman with at least 7 years experience in works of a similar nature

The minimum amount of liquid assets and/or credit facilities net of other contractual commitments of the successful Bidder shall be G$ 40 M (Forty million Guyanese Dollars) or an equivalent amount in a freely convertible currency. Subcontractors experience and resources shall not be taken into account.

ITB 5.6

B. Bidding Documents
ITB 10.1 The Contracting Agencys address for clarification is: Ministry of Agriculture, Regent Street and Vlissengen Road, Georgetown, Guyana, Tel: 592-227-3752, Fax:592-2259362, Email: asdumoa@yahoo.com Marked for the attention of Dr E Ramlal Director, Agriculture Sector Development Unit.

C. Preparation of Bids
ITB 12.1 The language of all documents relating to the bid is: English

ITB 13.1

Any additional materials required to be completed and submitted by the Bidders are: Locally registered firms must submit valid National Insurance Scheme and Guyana Revenue Authority compliance certificates. The rates and prices shall not be subject to price adjustment in accordance with GCC Clause 47. The currency of the Contracting Agencys country is Guyanese Dollars. The source for establishing the rates of exchange shall be The Bank of Guyana. Foreign registered bidders are required to clarify their foreign currency requirements and to substantiate that the amounts included in the rates and prices are reasonable and responsive to ITB Sub-Clause 15.1. Locally registered bidders are advised to request all their payments in local currency. The Bid shall be valid for 120 days. The Bid shall include a Bid Security issued by a bank or a by a surety using the form for bid security (bank guarantee or bid bond) included in Section XI Security Forms. The Bid Security shall be G$1,500,000 (One million, five hundred thousand Guyanese Dollars) or an equivalent amount in a freely convertible currency. Bidders who choose to obtain their bid bond from an insurance company are advised that they must obtain same from among the insurance companies that are listed below: The approved list is as follows:

ITB 14.4 ITB 15.1 ITB 15.2 ITB 15.4

ITB 16.1 ITB 17.1

II-3 of II-5

Agricultural Support Diversification Programme

Ministry of Agriculture, Guyana Section II Bidding Data Sheet

ITB 17.2 ITB 18.1 ITB 19.1

Diamond Fire & General Insurance Inc Frandec & Company Inc Guyana Co-operative Insurance Services Ltd Guyana & Trinidad Mutual Fire Insurance Company Ltd Guyana & Trinidad Mutual Life Insurance Company Ltd Hand-in-Hand Mutual Fire Insurance Company Ltd Hand-in-Hand Mutual Life Assurance Company Ltd North American Fire & General Insurance Company Ltd. North American Life Insurance Company Ltd. The Demerara Fire and General Insurance Company Ltd The Demerara Mutual Life Assurance Society Ltd United Insurance (represented by John Fernandes Insurance Services Ltd)

The Bid Security amount is G$1,500,000 (One million, five hundred thousand Guyanese Dollars) or an equivalent amount in a freely convertible currency. Alternative Bids shall not be considered. The number of copies of the Bid to be completed shall be one. This is in addition to the submission of the original document.

D. Submission of Bids
ITB 20.1 ITB 20.2 (a) Bidders may not submit their bids electronically. The Contracting Agencys address for the purpose of Bid submission is : Attention: Address: Mr Donald De Clou, Chairman National Procurement and Tender Administration Board Ministry of Finance Main & Urquhart Streets City, ZIP Code: Georgetown Country: ITB 20.2 (b) ITB 20.2 (c) ITB 21.1 Guyana, South America

Name and Identification number of the contract are as given in ITB 1.1 above. The warning should read DO NOT OPEN BEFORE 9:00 hrs. on November 6, 2012 The deadline for submission of bids shall be 9:00 hrs. on November 6, 2012

II-4 of II-5

Agricultural Support Diversification Programme

Ministry of Agriculture, Guyana Section II Bidding Data Sheet

E. Bid Opening and Evaluation


ITB 24.1 The bid opening shall take place at: National Procurement and Tender Administration Board Ministry of Finance Main & Urquhart Streets Georgetown Guyana, South America Date: on November 6, 2012 Time: 9:00 hrs.

F. Award of Contract
ITB 35.1 The Standard Form of Performance Security acceptable to the Contracting Agency shall be as follows: ITB 36.1 ITB 37.1 Performance Bond of 30% of the Contract Price from an insurance company listed in ITB 17.1 above Performance Security of 10% of the Contract Price from a commercial bank

The Advance Payment shall be limited to 20% of the Contract Price. The Adjudicator proposed by the Contracting Agency is to be notified. The hourly fee for this proposed Adjudicator shall be to be notified The biographical data of the proposed Adjudicator is as follows: To be notified. The Appointing Authority is Guyana Association of Professional Engineers

II-5 of II-5

Section III Eligible Countries

Agricultural Export Diversification Programme

Ministry of Agriculture, Section III Eligible Countries

Section III - Eligible Countries Eligibility for the Provision of Goods, Works and Services in BankFinanced Procurement
1) List of Member Countries when the Inter-American Development Bank is financing: a) Borrower Countries: (i) Argentina, Bahamas, Barbados, Belize, Bolivia, Brazil, Colombia, Costa Rica, Chile, Dominican Republic, Ecuador, El Salvador, Guatemala, Guyana, Haiti, Honduras, Jamaica, Mexico, Nicaragua, Panama, Paraguay, Peru, Suriname, Trinidad & Tobago, Uruguay and Venezuela. b) Non Borrower Countries (ii) Austria, Belgium, Canada, China, Croatia, Denmark, Finland, France, Germany, Israel, Italy, Japan, Netherlands, Norway, Portugal, Republic of Korea, Slovenia, Spain, Sweden, Switzerland, United Kingdom and United States. 2) Nationality and origin of Goods and Services Criteria These policy provisions make it necessary to establish criteria to determine: a) the nationality of the firms and individuals eligible to bid or participate in a bank-financed contract and b) the country of origin of goods, and services. For these determinations, the following criteria shall be used: A) Nationality. a) An individual is considered to be a national of a member country of the Bank if he or she meets either of the following requirements: i. is a citizen of a member country; or ii. has established his/her domicile in a member country as a bona fide resident and is legally entitled to work in the country of domicile. b) A firm is considered to have the nationality of a member country if it meets the two following requirements: i. is legally constituted or incorporated under the laws of a member country of the Bank; and ii. more than fifty percent (50%) of the firms capital is owned by individuals or firms from member countries of the Bank.

243658/1/A/4 March 2008 KJC Document1

III-1 of III-2

Agricultural Export Diversification Programme

Ministry of Agriculture, Section III Eligible Countries

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

B) Origin of Goods Goods have their origin in a member country of the Bank if they have been mined, grown, harvested, or produced in a member country of the Bank. A good has been produced when through manufacture, processing or assembly another commercially recognized article results that differs substantially in its basic characteristics, function or purpose of utility from its parts or components. For a good consisting of several individual components that need to be interconnected (either by the supplier, the purchaser or by a third party) to make the good operative and regardless of the complexity of the interconnection, the Bank considers that such good is eligible for financing if the assembly of the components took place in a member country, regardless of the origin of the components. When the good is a set of several individual goods that are normally packaged and sold commercially as a single unit, the good is considered to originate in the country where the set was packaged and shipped to the purchaser. For purpose of origin, goods labeled made in the European Union shall be eligible without the need to identify the corresponding specific country of the European Union. The origin of materials, parts or components of the goods or the nationality of the firm that produces, assembles, distributes or sells the goods, does not determine the origin of the goods. C) Origin of Services The country of origin of services is that of the individual or firm providing the services as determined under the nationality criteria set forth above. These criteria apply to services ancillary to the supply of goods (such as transportation, insurance, erection, assembly, etc.), to construction services and to consulting services.

243658/1/A/4 March 2008 KJC Document1

III-2 of III-2

Section IV Forms of Contractors Bid


The Bidder shall fill in and submit Form 1 Contractors Bid with the Bid. The Bidder should not fill in Form 2 Suppliers Certificate (only the successful bidder will be required to complete this form). The Bidder shall fill in and submit Form 3 Qualification Information along with necessary supporting information. The Bidder should not fill in Form 4 Letter of Acceptance or Form 5 Agreement. (only the successful bidder will be required to complete these forms).

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

1. Contractors Bid
.[date]

Identification No and Title of Contract: 9/2012, Canals Polder Control Structures and Access Roads Phase 2 [insert identification number and title of the Contract]

To: The Cooperative Republic of Guyana, represented by the Finance Secretary, Ministry of Finance. Having examined the Bidding Documents, including addenda [insert list], we offer to execute the .[name and identification number of Contract] in accordance with the GCC accompanying this Bid for the Contract Price of .[insert amount in numbers] , ...[inser t amount in words]. [insert name of currency] . The Contract shall be paid in the following currencies: Currency Percentage payable in currency Rate of exchange: [insert number of local currency units per unit of foreign currency] Inputs for which foreign currency is required

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

The advance payment required is:

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

Currency

243658/1/A/4 March 2008 KJC Document1

IV-4 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

We accept the appointment of .[insert name proposed in Bid Data Sheet] as the Adjudicator. [or] We do not accept the appointment of .[insert name proposed in Bid Data Sheet] as the Adjudicator, and propose instead that . [insert name] be appointed as Adjudicator, whose daily fees and biographical data are attached. This Bid and your written acceptance of it shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby confirm that this Bid complies with the Bid validity and, if required, Bid Security or Bid Validity Declaration as required by the Bidding Documents and specified in the BDS.

We, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries in accordance with ITB Sub-Clause 4.1. In the case that the works contract includes the supplying of goods and related services, we guarantee that these goods and related services will have their origin in any member country of the Bank;

We have no conflict of interest in accordance with ITB Sub-Clause 4.2;


Our firm, its affiliates or subsidiariesincluding any subcontractors or suppliers for any part of the contracthas not been declared ineligible by the Bank, or under the Purchasers country laws or official regulations, in accordance with ITB Sub-Clauses 4.3 and 4.4.

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

Name and address of agent

Amount and Currency

Purpose of Commission or gratuity

(if none, state none) Authorized Signature: Name and Title of Signatory: Name of Bidder: Address:

243658/1/A/4 March 2008 KJC Document1

IV-5 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

2. SUPPLIERS CERTIFICATE
SUPPLIERS CERTIFICATE
TO: (Inter-American Development Bank) (INTER-AMERICAN DEVELOPMENT BANK)Development Bank)

Issuing Bank Letter of Credit No. Confirming Bank Reference No.


Sirs: We understand that the sale of the goods covered by our invoice (s) listed below may be financed in whole or in part through a loan from the INTER-AMERICAN DEVELOPMENT BANK. If so requested by you, we will promptly furnish to you a statement (s) further describing the origin of the goods supplied. (The definition of the term origin used herein is that reflected in the Contract.) We hereby certify that the origin of the goods covered by said invoice (s) is the country mentioned below and that they were shipped to the country of the buyer as follows:

INVOICE (S) NUMBER DATE

CONTRACT (S) OR PURCHASE ORDER (S) NUMBER DATE

CURRENCY

COST OF GOODS FREIGHT & INSURANCE

TOTAL SHIPMENT INFORMATION (complete this part according to corresponding INCOTERMS) (*) SHIPPED BY (X) Air Land Sea FLAG VESSEL (Country) CURRENCY COST OF FREIGHT

SUB-TOTAL SUPPLIER (NAME) COUNTRY ADDRESS (No. STREET, CITY, STATE, ZIP CODE, COUNTRY) CURRENCY ORIGIN OF GOODS COST OF GOODS

243658/1/A/4 March 2008 KJC Document1

IV-6 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

SUPPLIERS CERTIFICATE
We further certify that except for the discounts and allowances, if any, stated in said SUB-TOTAL (INTER-AMERICAN DEVELOPMENT BANK) invoices, purchase orders or contracts, we have not paid, agreed to pay, or caused to be pay to the addressee of said invoices, purchase orders or contracts or to any other person or entity (except our regular full time directors, officers and employees to the extent of their regular remuneration) any discount, allowance, rebate, commission, fee or other payment in connection with the sale of, or for obtaining the contracts to sell the goods covered by said documents, except as herein indicated. (If you have paid or will pay, attach a declaration form.)

INFORMATION INSURANCE (if terms are CIP) COUNTRY CURRENCY COST OF INSURANCE

NAME AND TITLE OF AUTHORIZED SIGNATURE

SUB-TOTAL TOTAL
*The country of origin of the services is the same as that of the individual or firm rendering services, according to the criteria of nationality stipulated in the Contract. This criterium applies to related services to the supply of goods (such as transportation, insurance, installation or assembly, etc.) in construction services and consulting services. IDB member countries: ARGENTINA, AUSTRIA, BAHAMAS, BARBADOS, BELGIUM, BELIZE, BOLIVIA, BRAZIL, CANADA, COLOMBIA, COSTA RICA, CHILE, CROATIA, DENMARK, DOMINICAN REPUBLIC, ECUADOR, EL SALVADOR, GERMANY, FINLAND, FRANCE, GUATEMALA, GUYANA, HAITI, HONDURAS, ISRAEL, ITALY, JAMAICA, JAPAN, MEXICO, NICARAGUA, NETHERLANDS, NORWAY, PANAMA, PARAGUAY, PERU, PORTUGAL, REPUBLIC OF KOREA, SLOVENIA, SPAIN, SWEDEN, SWITZERLAND, SURINAME, TRINIDAD AND TOBAGO, UNITED KINGDOM, UNITED STATES OF AMERICA, URUGUAY AND VENEZUELA.

The suppliers certificate must be signed by an officer orauthorized Representative of the supplier.
SIGNATURE

DATE:

243658/1/A/4 March 2008 KJC Document1

IV-7 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

3. Qualification Information

[The information to be filled in by bidders in the following pages shall be used for purposes of qualification or for verification of prequalification as provided for in ITB Clause 5. This information shall 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.

Firms or Members of JVCA

1.1

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

Place of constitution or incorporation: [insert]

Principal place of business: . [insert]

Power of attorney of signatory of Bid:. [attach]

1.2

Annual amounts of construction works performed during the last 3 years (this amount may be based on Audited Financial Statements or a list of all works done during the last 3 years, the year(s) in which works were done, the pertinent clients and the cost of each work): .. [insert amounts in the national currency equivalent]

1.3

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

Project name and country (a)


243658/1/A/4 March 2008 KJC Document1

Name of client and contact person

Type of work performed and year of completion

Value of contract (national currency equivalent )

IV-8 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

(b)

1.4

The major items of Contractors Equipment proposed for carrying out the Works are: [List all information requested below in accordance with ITB SubClause 5.3 (d).]

Item of equipment (a) (b)

Description, make, capacity and age (years)

Condition (new, good, poor) and number available

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

1.5

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

243658/1/A/4 March 2008 KJC Document1

IV-9 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

Position (a) Contract Manager/Civil Engineer (b) Foreman

Name

Years of experience (general) (post graduate experience required)

Years of experience in proposed position

1.6

The financial reports for the last 3 years: balance sheets, profit and loss statements, auditors reports, etc., that are attached in accordance with ITB Sub-clause 5.3(f) are: [List below and attach copies.]

1.7

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

1.8

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

1.9

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

Other part(y)(ies) (a)

Cause of dispute and amount involved

Amount of award and awardee

(b)

243658/1/A/4 March 2008 KJC Document1

IV-10 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

1.10 The proposed subcontracts and firms involved in accordance with ITB 5.3(j) are: [Insert information in the table below. Also see GCC Clause 7 and SCC 7] Sections of the Works (a) (b) Value of subcontract Subcontractor (name and address) Experience in similar work

1.11 Proposed Program (work method and schedule). Descriptions, drawings, and charts, as necessary, to comply with the requirements of the Bidding Documents.

243658/1/A/4 March 2008 KJC Document1

IV-11 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

2.

Joint Venture, Consortium or Association (JVCA)

2.1 2.2 2.3 2.4

The information listed in 1.1 - 1.10 above shall be provided for each partner of the JVCA. The information in 1.11 above shall be provided for the JVCA. Attach the power of attorney of the signatory(ies) of the Bid authorizing signature of the Bid on behalf of the JVCA. Attach the Agreement among all partners of the JVCA (and which is legally binding on all partners), which shows that: (a) (b) all partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms; one of the partners shall be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the JVCA; and the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

(c) 3. Additional Requirements 3.1 3.2 3.3 3.4

Bidders should provide any additional information required in the BDS. All locally registered bidders must submit valid GRA and NIS compliance certificates with their bid All bidders are requested to list the works which they are currently executing, their contract prices and their current approximate percentage of completion. All bidders are requested to list all works done over the last three years in which liquidated damages have been imposed by the client.

243658/1/A/4 March 2008 KJC Document1

IV-12 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

4. Letter of Acceptance
[letterhead paper of the Contracting Agency] Date.. Identification No and Title of Contract: ADP 9/2012, Canals Polder- Control Structures and Access Road, Phase 2 To: . This is to notify you that your Bid dated . for execution of the . Canals Polder- Control Structures and Access Road, Phase 2 for the Contract Price of the equivalent of .(G$............................... ...............................), as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency. [insert one of the following (a) or (b) options] (a) (b) We accept that be appointed as the Adjudicator. We do not accept that .. be appointed as Adjudicator, and by sending a copy of this Letter of Acceptance to .. we are hereby requesting , the Appointing Authority, to appoint the Adjudicator in accordance with ITB Clause 37.1.

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

Attachment: Agreement

243658/1/A/4 March 2008 KJC Document1

IV-13 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

5. Agreement
[The Agreement shall incorporate any corrections or modifications to the Bid resulting from corrections of errors (ITB Clause 28), price adjustment during the evaluation process (ITB Sub-Clause 16.3, selection of an alternative offer (ITB Clause 18), acceptable deviations (ITB Clause 27), or any other mutuallyagreeable changes allowed for in the Conditions of Contract, such as changes in key personnel, subcontractors, scheduling, and the like.]

This Agreement, made the [insert day] day of [insert month], [insert year] between [insert name and address of Contracting Agency] (hereinafter called the Contracting Agency) and [insert name and address of Contractor] (hereinafter called the Contractor) of the other part. Whereas the Contracting Agency is desirous that the Contractor execute [insert name and identification number of Contract] (hereinafter called the Works) and the Contracting Agency has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein. Now this Agreement witnesseth as follows: 1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement. In consideration of the payments to be made by the Contracting Agency to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Contracting Agency to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract. The Contracting Agency hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

2.

3.

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

The Common Seal of [Witness entity]


243658/1/A/4 March 2008 KJC Document1

IV-14 of IV-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IV Forms of Contractors Bid

was hereunto affixed in the presence of:

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

Binding Signature of Contracting Agency [signature of an authorized representative of the Contracting Agency] Binding Signature of Contractor [signature of an authorized representative of the Contractor]

243658/1/A/4 March 2008 KJC Document1

IV-15 of IV-14

Section V General Conditions of Contract

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

Section V General Conditions of Contract


The Conditions of Contract comprise two parts: General Conditions of Contract, which form the General Conditions of Contract, Procurement of Works, Smaller Contracts, August 2006, published by the Inter-American Development Bank (IDB) and: Special Conditions of Contract (Section VI of the Bidding Documents)

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

General Conditions of Contract A. General


1. Definitions
1.1 Boldface type is used to identify defined terms. (a) The Adjudicator is the person appointed jointly by the Contracting Agency and the Contractor to resolve disputes in the first instance, as provided for in GCC Clauses 24 and 25 hereunder. Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid. Compensation Events are those defined in GCC Clause 44 hereunder. The Completion Date is the date of completion of the Works as certified by the Project Manager, in accordance with GCC SubClause 55.1. The Contract is the Contract between the Contracting Agency and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in GCC Clause 2.3 below. The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Contracting Agency. The Contractors Bid is the completed bidding document submitted by the Contractor to the Contracting Agency. 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 Contractors 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. The Defects Liability Period is the period named in the SCC SubClause 35.1 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 Contracting Agency is the party who employs the Contractor to

(b) (c) (d)

(e)

(f) (g) (h)

(i) (j)

(k) (l) (m) (n) (o)

243658/1/A/4 March 2008 KJC Document1

V-18 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

carry out the Works, as specified in the SCC. (p) (q) (r) Equipment is the Contractors machinery and vehicles brought temporarily to the Site to construct the Works. The Initial Contract Price is the Contract Price listed in the Contracting Agencys 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 SCC. 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 SCC (or any other competent person appointed by the Contracting Agency and notified to the Contractor, to act in replacement of the Project Manager) who is responsible for supervising the execution of the Works and administering the Contract. SCC means Special Conditions of Contract The Site is the area defined as such in the SCC. 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. The Start Date is given in the SCC. It is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates. 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 Contracting Agency, as

(s) (t) (u)

(v) (w) (x)

(y)

(z)

(aa)

(bb)

(cc) (dd)

243658/1/A/4 March 2008 KJC Document1

V-19 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

defined in the SCC.

2. Interpretation

2.1

In interpreting these GCC, singular also means plural, male also means female, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Project Manager shall provide instructions clarifying queries about these GCC. If sectional completion is specified in the SCC, references in the GCC to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works). The documents forming the Contract shall be interpreted in the following order of priority: (ee) (ff) (gg) (hh) (ii) (jj) (kk) (ll) (mm) Agreement, Letter of Acceptance, Contractors Bid, Special Conditions of Contract, General Conditions of Contract, Specifications, Drawings, Bill of Quantities, and any other document listed in the SCC as forming part of the Contract.

2.2

2.3

3. Language and Law 4. Project Managers Decisions 5. Delegation

3.1

The language of the Contract and the law governing the Contract are stated in the SCC. Except where otherwise specifically stated, the Project Manager shall decide contractual matters between the Contracting Agency and the Contractor in the role representing the Contracting Agency. 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. 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. The Contractor may subcontract with the approval of the Project Manager, but may not assign the Contract without the approval of the Contracting Agency in writing. Subcontracting shall not alter the Contractors obligations. The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Contracting Agency between the dates

4.1

5.1

6. Communications

6.1

7. Subcontracting 7.1

8. Other Contractors
243658/1/A/4 March 2008 KJC Document1

8.1

V-20 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

given in the Schedule of Other Contractors, as referred to in the SCC. The Contractor shall also provide facilities and services for them as described in the Schedule. The Contracting Agency may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification.

9. Personnel

9.1

The Contractor shall employ the key personnel named in the Schedule of Key Personnel, as referred to in the SCC, to carry out the functions stated in the Schedule or other personnel approved by the Project Manager. The Project Manager shall approve any proposed replacement of key personnel only if their relevant qualifications and abilities are substantially equal to or better than those of the personnel listed in the Schedule. If the Project Manager asks the Contractor to remove a person who is a member of the Contractors staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

9.2

10. Contracting Agencys and Contractors Risks 11. Contracting Agencys Risks

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

11.1 From the Start Date until the Defects Correction Certificate has been issued, the following are the Contracting Agencys 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) (ii) 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 negligence, breach of statutory duty, or interference with any legal right by the Contracting Agency or by any person employed by or contracted to him except the Contractor.

(b)

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

11.2 From the Completion Date until the Defects Correction Certificate has been issued, the risk of loss of or damage to the Works, Plant, and Materials is a Contracting Agencys risk except loss or damage due to (a) (b) (c) a Defect which existed on the Completion Date, an event occurring before the Completion Date, which was not itself a Contracting Agencys risk, or the activities of the Contractor on the Site after the Completion Date.

12. Contractors
243658/1/A/4 March 2008 KJC Document1

12.1 From the Starting Date until the Defects Correction Certificate has been

V-21 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

Risks

issued, the risks of personal injury, death, and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment) which are not Contracting Agencys risks are Contractors risks. 13.1 The Contractor shall provide, in the joint names of the Contracting Agency and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the SCC for the following events which are due to the Contractors risks: (a) (b) (c) (d) loss of or damage to the Works, Plant, and Materials; loss of or damage to Equipment; loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection with the Contract; and personal injury or death.

13. Insurance

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Project Manager for the Project Managers approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred. 13.3 If the Contractor does not provide any of the policies and certificates required, the Contracting Agency may effect the insurance which the Contractor should have provided and recover the premiums the Contracting Agency has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due. 13.4 Alterations to the terms of an insurance shall not be made without the approval of the Project Manager. 13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports 15. Queries about the Special Conditions of Contract 16. Contractor to Construct the Works 17. The Works to Be Completed by the Intended Completion

14.1 The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in the SCC, supplemented by any information available to the Bidder. 15.1 The Project Manager shall clarify queries on the SCC.

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

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.

243658/1/A/4 March 2008 KJC Document1

V-22 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

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 Managers approval shall not alter the Contractors responsibility for design of the Temporary Works. 18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required. 18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Project Manager before their use.

19. Safety 20. Discoveries

19.1 The Contractor shall be responsible for the safety of all activities on the Site. 20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Contracting Agency. The Contractor shall notify the Project Manager of such discoveries and carry out the Project Managers instructions for dealing with them. 21.1 The Contracting Agency shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the SCC, the Contracting Agency shall be deemed to have delayed the start of the relevant activities, and this shall be a Compensation Event. 22.1 The Contractor shall allow the Project Manager and any person authorized by the Project Manager access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out. 23.1 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 their accounts, records and other documents relating to the submission of bids and contract performance and to have them audited by auditors appointed by the Bank. The Contractor shall maintain all documents and records related to the Bank-financed project for five (5) years after completion of the work. The Contractor shall deliver any document necessary for the investigation of allegations of fraud or corruption and require to employees or agents with knowledge of the Bankfinanced project to respond to questions from the Bank. 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 Managers decision. 25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

21. Possession of the Site

22. Access to the Site

23. Instructions, Inspections and Audits

24. Disputes

25. Procedure for Disputes


243658/1/A/4 March 2008 KJC Document1

V-23 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

25.2 The Adjudicator shall be paid by the hour at the rate specified in the BDS and SCC, together with reimbursable expenses of the types specified in the SCC, and the cost shall be divided equally between the Contracting Agency and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicators written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicators decision shall be final and binding. 25.3 The arbitration shall be conducted in accordance with the arbitration procedures published by the institution named and in the place specified in the SCC.

26. Replacement of Adjudicator

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

B. Time Control
27. Program
27.1 Within the time stated in the SCC, after the date of the Letter of Acceptance, the Contractor shall submit to the Project Manager for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works. 27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities. 27.3 The Contractor shall submit to the Project Manager for approval an updated Program at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program within this period, the Project Manager may withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted. 27.4 The Project Managers approval of the Program shall not alter the Contractors 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 V-24 of V-1

243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

Manager for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

29. Acceleration

29.1 When the Contracting Agency wants the Contractor to finish before the Intended Completion Date, the Project Manager shall obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Contracting Agency accepts these proposals, the Intended Completion Date shall be adjusted accordingly and confirmed by both the Contracting Agency and the Contractor. 29.2 If the Contractors priced proposals for an acceleration are accepted by the Contracting Agency, they are incorporated in the Contract Price and treated as a Variation.

30.1 The Project Manager may instruct the Contractor to delay the start or progress 30. Delays of any activity within the Works. Ordered by the Project Manager

31. Management Meetings

31.1 Either the Project Manager or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure. 31.2 The Project Manager shall record the business of management meetings and provide copies of the record to those attending the meeting and to the Contracting Agency. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible. 32.2 The Contractor shall cooperate with the Project Manager in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Project Manager.

C. Quality Control
243658/1/A/4 March 2008 KJC Document1

V-25 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

33. Identifying Defects

33.1 The Project Manager shall check the Contractors work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractors 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. 34.1 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. 35.1 The Project Manager shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the SCC. The Defects Liability Period shall be extended for as long as Defects remain to be corrected. 35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Project Managers notice.

34. Tests

35. Correction of Defects

36. Uncorrected Defects

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

D. Cost Control
37. Bill of Quantities
37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning work to be done by the Contractor. 37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 1 percent of the Initial Contract Price, the Project Manager shall adjust the rate to allow for the change. 38.2 The Project Manager shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 15 percent, except with the prior approval of the Contracting Agency. 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 40. Payments for Variations

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

243658/1/A/4 March 2008 KJC Document1

V-26 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

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 Contractors 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 Managers own forecast of the effects of the Variation on the Contractors costs. 40.4 If the Project Manager decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event. 40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

41. Cash Flow Forecasts

41.1 When the Program is updated, the Contractor shall provide the Project Manager with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted as necessary using the Contract exchange rates. 42.1 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 Contractors monthly statement and certify the amount to be paid to the Contractor. 42.3 The value of work executed shall be determined by the Project Manager. 42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities that have been completed. 42.5 The value of work executed shall include the valuation of Variations and Compensation Events. 42.6 The Project Manager may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

42. Payment Certificates

43. Payments

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

243658/1/A/4 March 2008 KJC Document1

V-27 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

made. 43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute. 43.3 Unless otherwise stated, all payments and deductions shall be paid or charged in the proportions of currencies comprising the Contract Price. 43.4 Items of the Works for which no rate or price has been entered in shall not be paid for by the Contracting Agency and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following shall be Compensation Events: (a) (b) (c) The Contracting Agency does not give access to a part of the Site by the Site Possession Date pursuant to GCC Sub-Clause 21.1. The Contracting Agency modifies the Schedule of Other Contractors in a way that affects the work of the Contractor under the Contract. The Project Manager orders a delay or does not issue Drawings, Specifications, or instructions required for execution of the Works on time. The Project Manager instructs the Contractor to uncover work done, or to carry out additional tests upon work, which is then found to have no Defects. The Project Manager unreasonably does not approve a subcontract to be let. Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site. The Project Manager gives an instruction for dealing with an unforeseen condition, caused by the Contracting Agency, or additional work required for safety or other reasons. Other contractors, public authorities, utilities, or the Contracting Agency do not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor. The advance payment is delayed. The effects on the Contractor of any of the Contracting Agencys Risks. The Project Manager unreasonably delays issuing a Certificate of Completion.

(d)

(e) (f)

(g)

(h)

(i) (j) (k)

243658/1/A/4 March 2008 KJC Document1

V-28 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

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 Contractors 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 Contractors forecast is deemed unreasonable, the Project Manager shall adjust the Contract Price based on the Project Managers own forecast. The Project Manager shall assume that the Contractor shall react competently and promptly to the event. 44.4 The Contractor shall not be entitled to compensation to the extent that the Contracting Agencys interests are adversely affected by the Contractors not having given early warning or not having cooperated with the Project Manager.

45. Tax

45.1 The Project Manager shall adjust the Contract Price if taxes, duties, and other levies are changed between the date 28 days before the submission of bids for the Contract and the date of the last Completion certificate. The adjustment shall be the change in the amount of tax payable by the Contractor, provided such changes are not already reflected in the Contract Price or are a result of GCC Clause 47. 46.1 Where payments are made in currencies other than the currency of the Contracting Agencys country specified in the SCC, the exchange rates used for calculating the amounts to be paid shall be the exchange rates stated in the Contractors Bid. 47.1 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the SCC. If so provided, the amounts certified in each payment certificate, before deducting for Advance Payment, shall be adjusted by applying the respective price adjustment factor to the payment amounts due in each currency. A separate formula of the type indicated below applies to each Contract currency: Pc = Ac + Bc (Imc/Ioc) where: Pc is the adjustment factor for the portion of the Contract Price payable in a specific currency c. Ac and Bc are coefficients specified in the SCC, representing the nonadjustable and adjustable portions, respectively, of the Contract Price payable in that specific currency c; and Imc is the index prevailing at the end of the month being invoiced and Ioc is the index prevailing 28 days before Bid opening for inputs payable; both in the specific currency c. 47.2 If the value of the index is changed after it has been used in a calculation, the

46. Currencies

47. Price Adjustment

243658/1/A/4 March 2008 KJC Document1

V-29 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

calculation shall be corrected and an adjustment made in the next payment certificate. The index value shall be deemed to take account of all changes in cost due to fluctuations in costs.

48. Retention

48.1 The Contracting Agency shall retain from each payment due to the Contractor the proportion stated in the SCC until Completion of the whole of the Works. 48.2 On completion of the whole of the Works and the Project Manager certification of completion of the works according to GCC Sub-Clause 55.1, half the total amount retained shall be repaid to the Contractor and half when the Defects Liability Period has passed and the Project Manager has certified that all Defects notified by the Project Manager to the Contractor before the end of this period have been corrected. 48.3 On completion of the whole Works and the Project Manager certification of completion of the works according to GCC Sub-Clause 55.1, the Contractor may substitute retention money with an on demand Bank guarantee.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Contracting Agency at the rate per day stated in the SCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the SCC. The Contracting Agency may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractors liabilities. 49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Project Manager shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC Sub-Clause 43.1.

50. Bonus

50.1 The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the SCC for each day (less any days for which the Contractor is paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Project Manager shall certify that the Works are complete, although they may not be due to be complete. 62.1 The Contracting Agency shall make advance payment to the Contractor of the amounts stated in the SCC by the date stated in the SCC, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the 62.2 Contracting Agency in amounts and currencies equal to the advance payment. The Guarantee shall remain effective until the advance payment has been repaid, but the amount of the Guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest shall not be charged on the advance payment. 51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Project Manager. 51.3 The advance payment shall be repaid by deducting proportionate amounts

51. Advance Payment

243658/1/A/4 March 2008 KJC Document1

V-30 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

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

52. Securities

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

53. Daywork

53.1 If applicable, the Daywork rates in the Contractors Bid shall be used for small additional amounts of work only when the Project Manager has given written instructions in advance for additional work to be paid for in that way. 53.2 All work to be paid for as Daywork shall be recorded by the Contractor on forms approved by the Project Manager. Each 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 Contractors cost if the loss or damage arises from the Contractors acts or omissions.

E. Finishing the Contract


55. Completion
55.1 The Contractor shall request the Project Manager to issue a certificate of Completion of the Works, and the Project Manager shall do so upon deciding that the work is completed. 56.1 The Contracting Agency shall take over the Site and the Works within seven (7) days of the Project Managers issuing a certificate of Completion. 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 Contractors 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

56. Taking Over 57. Final Account

243658/1/A/4 March 2008 KJC Document1

V-31 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

Contractor and issue a payment certificate.

58. Operating and Maintenance Manuals

58.1 If as built Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the SCC. 58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the SCC, or they do not receive the Project Managers approval, the Project Manager shall withhold the amount stated in the SCC from payments due to the Contractor. 59.1 The Contracting Agency 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; the Project Manager instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within 28 days; the Contracting Agency or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation; a payment certified by the Project Manager is not paid by the Contracting Agency to the Contractor within 84 days of the date of the Project Managers certificate; 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; the Contractor does not maintain a Security, which is required; the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the SCC. if the Contractor, in the judgment of the Contracting Agency has engaged in fraud or corruption in competing for or in executing the Contract, as established in the Fraud and Corruption Policies of the Inter-American Development Bank, indicated in Clause 60 of these GCC.

59. Termination

(b)

(c)

(d)

(e)

(f) (g)

(h)

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

243658/1/A/4 March 2008 KJC Document1

V-32 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

59.4 Notwithstanding the above, the Contracting Agency may terminate the Contract for convenience at any time. 59.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible.

60. Fraud and Corruption

60.1 The Bank requires that all borrowers (including grant beneficiaries), executing agencies and contracting agencies as well as all firms, entities and individuals bidding for or participating in a Bank-financed project including, inter alia, borrowers, bidders, suppliers, contractors, consultants and concessionaires (including their respective officers, employees and agents), adhere to the highest ethical standards, and report to the Bank all suspected acts of fraud or corruption of which they have knowledge or become aware both during the Bidding Process and throughout negotiation or execution of a contract. Fraud and corruption are prohibited. Fraud and corruption include acts of: (a) corrupt practice, (b) fraudulent practice, (c) coercive practice and (d) collusive practice. The definitions of actions set forth below involve the most common types of fraud and corruption, but are not exhaustive. For this reason, the Bank shall also take action in the event of any similar deed or complaint involving alleged acts of fraud and corruption, even when these are not specified in the following list. The Bank shall in all cases proceed with the established procedure referred to in Clause GCC 62.1 (c). (a) The Bank defines, for the purposes of this provision, the terms set forth below: (i) A corrupt practice is the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party; A fraudulent practice is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; A coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to improperly influence the actions of a party; and A collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party.

(ii)

(iii)

(iv)

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

(i).
243658/1/A/4 March 2008 KJC Document1

decide not to finance any proposal to award a

V-33 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

contract or a contract awarded for works, goods, and related services financed by the Bank; (ii). suspend disbursement of the operation if it is determined at any stage that evidence is sufficient to support a finding that an employee, agent or representative of the Borrower, Executing Agency or Contracting Agency has engaged in an act of fraud or corruption; (iii). cancel and/or accelerate repayment of, the portion of a loan or grant earmarked for a contract, when there is evidence that the representative of the Borrower, or Beneficiary of a grant, has not taken the adequate remedial measures within a time period which the Bank considers reasonable, and in accordance with the due process guarantees of the borrowing countrys legislation; (iv). issue a reprimand in the form of a formal letter of censure of the firm, entity or individuals behavior; (v). issue a declaration that an individual, entity or firm is ineligible, either permanently or for a stated period of time, to be awarded or participate in contracts under Bank-financed projects except under such conditions as the Bank deems to be appropriate; (vi). refer the matter to appropriate law enforcement authorities; and/or (vii). impose other sanctions that it deems to be appropriate under the circumstances, including the imposition of fines representing reimbursement of the Bank for costs associated with investigations and proceedings. Such other sanctions may be imposed in addition to or in lieu of other sanctions.
(c) The Bank has established administrative procedures for cases of allegations of fraud and corruption within the procurement process or the execution of a contract financed by the Bank which are available at the Banks website (www.iadb.org), as updated from time to time. To that effect any complaint shall be submitted to the Banks Office of

243658/1/A/4 March 2008 KJC Document1

V-34 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

Institutional Integrity (OII) for the appropriate investigation. Allegations may be presented confidentially or anonymously; (d) Payments are expressly conditional upon the claimants participation in the procurement process conformed with all applicable Bank policies on Fraud and Corruption described in this Clause GCC 60; and The imposition of any action to be taken by the Bank pursuant to the provisions referred to paragraph (b) of this Clause may be public or private, in accordance with the policies of the Bank;

(e)

60.2 The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring bidders, suppliers, Contractors, subcontractors, consultants and concessionaires permit the Bank to inspect their accounts and records and any other documents relating to the submission of bids and contract performance and to have them audited by auditors appointed by the Bank. The Bank will have the right to require that, in contracts financed with a Bank loan, a provision be included requiring bidders, suppliers, Contractors, subcontractors, consultants and concessionaires to: (i) maintain all documents and records related to the Bank-financed project for three (3) years after completion of the work contemplated in the relevant Contract; and (ii) deliver any document necessary for the investigation of allegations of fraud or corruption and make available to the Bank the employees or agents of the bidders, suppliers, Contractors, subcontractors, consultants or concessionaires with knowledge of the Bank-financed project to respond to questions from Bank personnel or any properly designated investigator, agent, auditor or consultant relating to the review or audit of the documents. If the Bidder, supplier, contractor, subcontractor, consultant or concessionaire fails to comply with the Banks request, or otherwise obstruct the Banks review of the matter, the Bank, in its sole discretion, may take appropriate action against the Bidder, supplier, contractor, subcontractor, consultant or concessionaire. 60.3 The Contractor represents and warrants: (a) that they have read and understood the Banks prohibition against fraud and corruption and agrees to abide by the applicable rules; that they have not engaged in any violation of policies on fraud and corruption described herein; that they have not misrepresented or concealed any material facts during the procurement or contract negotiation processes or performance of the contract; that neither they nor any of their directors, officers or principal shareholders have been declared ineligible to be awarded Bank-financed contracts or have been convicted of a crime involving fraud or corruption; that none of their directors, officers or principal shareholders has been a director, officer or principal shareholder of any other company or entity that has been declared ineligible to be awarded a Bank-financed contract or has been convicted of a crime involving fraud or corruption; that all commissions, agents fees, facilitating payments or V-35 of V-1

(b) (c)

(d)

(e)

(f)
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

(g)

revenue-sharing agreements related to the Bank-financed contract or consulting agreement have been disclosed; that they acknowledge that the breach of any of these warranties constitute a basis for the imposition of any or a combination of the measures described in Clause 60 (b).

61. Payment upon Termination

61.1

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

61.2

62. Property

62.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Contracting Agency if the Contract is terminated because of the Contractors default. 63.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Contracting Agency or the Contractor, the Project Manager shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made. 64.1 In the event that the Bank suspends the Loan or Credit to the Contracting Agency, from which part of the payments to the Contractor are being made: (a) The Contracting Agency is obligated to notify the Contractor of such suspension within 7 days of having received the Banks suspension notice. 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.

63. Release from Performance

64. Payments Suspension of Bank Loan

(b)

65. Eligibility

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

(a) An individual is considered to be a national of a member country of the Bank if he or she meets either of the following
243658/1/A/4 March 2008 KJC Document1

V-36 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

requirements: (i) is a citizen of a member country; or (ii) has established his/her domicile in a member country as a bona fide resident and is legally entitled to work in the country of domicile. (a) A firm is considered to have the nationality of a member country if it meets the two following requirements: (i) is legally constituted or incorporated under the laws of a member country of the Bank; and (ii) more than fifty percent (50%) of the firms capital is owned by individuals or firms from member countries of the Bank.
65.2 All members of a JVCA and all subcontractors must meet the nationality criteria set forth above. 65.3 All the Goods and Related Services to be supplied under the Contract and financed by the Bank shall have their origin in any Banks member country. Goods have their origin in a member country of the Bank if they have been mined, grown, harvested, or produced in a member country of the Bank. A good has been produced when through manufacture, processing or assembly another commercially recognized article results that differs substantially in its basic characteristics, function or purpose of utility from its parts or components.

243658/1/A/4 March 2008 KJC Document1

V-37 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section V General Conditions of Contract

Section VI
Special Conditions of Contract

243658/1/A/4 March 2008 KJC Document1

V-38 of V-1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VI Special Conditions of Contract

Section VI. Special Conditions of Contract

A. General
GCC 1.1 (m) GCC 1.1 (o) GCC 1.1 (r) GCC 1.1 (u) GCC 1.1 (w) GCC 1.1 (z) GCC 1.1 (dd) The Defects Liability Period is 12 months from the completion date. The Contracting Agency is The Cooperative Republic of Guyana, represented by the Permanent Secretary, Ministry of Agriculture. The Intended Completion Date for the whole of the Works shall be six (6) months after the commencement date given in the commencement order. The Project Manager is to be advised. The Site is located and is defined in drawings No. 207431/GEN/001 to 207431/GEN/034, 207431/CP/SW/001 to 207431/CP/SW/024. The Start Date shall be commencement date given in the commencement order The Works consist of the rehabilitation of the drainage and irrigation systems through: (d) Improvements to drainage capacity including rehabilitation of culverts, and sluices. Improvements to irrigation infrastructure, including rehabilitation of head and tail regulators, checks, intakes and outlets. Rehabilitation and/or improvement of bridges.

(e)

(f) GCC 2.2 GCC 2.3(i) GCC 3.1

Sectional Completions with different completion date to the completion date for the whole works are: NA The following documents also form part of the Contract: NA The language of the contract is English. The law that applies to the Contract is the law of Guyana.

GCC 8.1 GCC 9.1 GCC 13.1

Schedule of other contractors: Not applicable Key Personnel: Experienced and qualified contract manager/civil engineer and experienced foreman The minimum insurance amounts and deductibles shall be: (a) for loss or damage to the Works, Plant and Materials: Not less than full reinstatement costs including the costs of demolition, removal of debris and professional fees and profit: G$15,000,000 For loss or damage to Equipment: Not less than full replacement value including delivery to the site:G$10,000,000

(b)

243658/1/A/4 March 2008 KJC Document1

VI-2 of VI-4

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VI Special Conditions of Contract

(c) (d)

for loss or damage to property (except the Works, Plant, Materials, and Equipment) in connection with Contract: $G10,000,000. for personal injury or death in aggregate: (i) (ii) of the Contractors employees: $G10,000,000. of other people: $G10,000,000.

GCC 14.1

Site Investigation Reports are: Provided in Section X.

GCC 21.1 GCC 25.2 GCC 25.3

The Site Possession Date(s) shall be: Not later than the commencement date given in the commencement order. Fees and types of reimbursable expenses to be paid to the Adjudicator: to be advised Any dispute, controversy, or claim arising out of or relating to this Contract, or breach, termination, or invalidity thereof, shall be settled by arbitration in accordance with the United Nations Commission on International Trade Law UNCITRAL Arbitration Rules as at present in force. The place of arbitration shall be: Georgetown, Guyana

GCC 26.1

Appointing Authority for the Adjudicator: The Guyana Association of Professional Engineers

B. Time Control
GCC 27.1 GCC 27.3 The Contractor shall submit for approval by the Project Manager a Program for the Works within 14 days from the date of the Letter of Acceptance. The period between Program updates is 30 days. The amount to be withheld for late submission of an updated Program is: $G500,000

C. Quality Control
GCC 35.1 The Defects Liability Period is: 12 months

D. Cost Control
GCC 46.1 The currency of the Contracting Agencys country is: Guyanese Dollars

GCC 47.1 GCC 48.1

The Contract is not subject to price adjustment in accordance with GCC Clause 47. The proportion of payments retained is: 10%; the maximum retention shall be 5% of the

243658/1/A/4 March 2008 KJC Document1

VI-2 of VI-4

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VI Special Conditions of Contract

contract price GCC 49.1 The liquidated damages for the whole of the Works are 0.1% of the Contract Price per day. The maximum amount of liquidated damages for the whole of the Works is 5% of the final Contract Price. The Advance Payments shall be: 20% of contract value and shall be paid to the Contractor no later than 28 days following the award of contract and the clients receipt of an acceptable advance payment bond. Advance bank guarantee must be issued by a commercial bank, not an insurance company The Standard Form of Performance Security acceptable to the Contracting Agency shall be as follows: Performance Bond of 30% of the Contract Price from an insurance company listed in ITB 17.1 above Performance Security of 10% of the Contract Price from a commercial bank

GCC 51.1

GCC 52.1

E. Finishing the Contract


GCC 58.1 The date by which operating and maintenance manuals are required is 6 months before the end of the Defects Liability Period specified in GCC 1.1 (m) The date by which as built drawings are required is 6 months before the end of the Defects Liability Period specified in GCC 1.1 (m). GCC 58.2 GCC 59.2 (g) GCC 61.1 The amount to be withheld for failing to produce as built drawings and/or operating and maintenance manuals by the date required in GCC 58.1 is: G$ 1,000,000 The maximum number of days is: 50 The percentage to apply to the value of the work not completed is: 10%

243658/1/A/4 March 2008 KJC Document1

VI-2 of VI-4

Section VII Specifications (a) Control Structures & Access Roads General Specification (b) Control Structures & Access Roads Particular Specifications

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Section VII (a) Control Structures & Access Roads General Specification

ii
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Control Structures & Access Roads General Specification - List of Contents


Chapters and Appendices Page

General ......................................................................................................................... 1 1.1 Abbreviations and Units .................................................................................... 1 1.2 Brief Description of the Works ......................................................................... 1 1.3 General and Particular Specifications ............................................................... 2 1.4 Drawings ........................................................................................................... 2 1.5 Datum of Levels ................................................................................................ 2 1.6 Survey................................................................................................................ 2 1.7 Programme ........................................................................................................ 3 1.8 Notice of Operations ......................................................................................... 4 1.9 Working Hours .................................................................................................. 4 1.10 Water Supply ..................................................................................................... 4 1.11 Latrines .............................................................................................................. 5 1.12 Contractor's Power Supply ................................................................................ 5 1.13 Camps and Accommodation ............................................................................. 5 1.14 Suppliers of Materials ....................................................................................... 5 1.15 Natural Materials ............................................................................................... 5 1.16 Training in Operation and Maintenance of Irrigation and Drainage System .... 6 1.17 Community Relations and Disruption of Local Communities .......................... 6 1.18 Maintenance of Irrigation and Drainage Flows ................................................. 7 1.19 Maintenance of Access ...................................................................................... 8 1.20 Archaeological Findings ................................................................................... 8 1.21 Grazing of Livestock ......................................................................................... 8 1.22 Use of Wood as Fuel ......................................................................................... 8 1.23 Signboards ......................................................................................................... 8 1.24 Utilities .............................................................................................................. 9 1.25 Environmental Protection .................................................................................. 9 1.26 Protection of Trees and Vegetation ................................................................. 10 1.27 Protection of Wildlife and Fish ....................................................................... 10 1.28 Fire Prevention ................................................................................................ 10 1.29 Prevention of Water and Soil Pollution........................................................... 11 1.30 Prevention of Air Pollution and Hazards ........................................................ 12 1.31 Prevention of Noise Pollution and Hazards .................................................... 12 1.32 Disposal of Waste............................................................................................ 13 1.33 Suppliers Environmental and Timber Certificates .......................................... 13 1.34 Site Environmental Management Plan ............................................................ 13 1.35 Environmental Officer ..................................................................................... 14 1.36 Health and Safety ............................................................................................ 14 1.37 Aggregate Supply ............................................................................................ 15 1.38 Accident Prevention Officer ............................................................................ 15
i

243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1.39 1.40 1.41 1.42 1.43 1.44 2

Personal Protective Equipment ....................................................................... 16 Medical and First Aid Facilities ...................................................................... 16 Language ......................................................................................................... 16 As-built Drawings ........................................................................................... 16 Quality Assurance System .............................................................................. 17 Taking over completed Work Blocks.............................................................. 17

The Site ......................................................................................................................... 1 2.1 Site ..................................................................................................................... 1 2.2 Land Required for the Works ............................................................................ 1 2.3 Site Compound and Working Area ................................................................... 1 2.4 Site Access and Diversion Roads ...................................................................... 2 2.5 Areas Outside the Site ....................................................................................... 3 2.6 Access to Site .................................................................................................... 3 2.7 Site Conditions .................................................................................................. 3 2.8 Clearance of Site for Survey ............................................................................. 4 2.9 Site Fencing ....................................................................................................... 4 Materials and Workmanship ..................................................................................... 1 3.1 Applicable Standards ......................................................................................... 1 3.2 Sampling and Testing - General ........................................................................ 1 3.3 Testing Facilities ............................................................................................... 2 3.4 Concrete Sampling and Testing ........................................................................ 3 3.5 Sampling............................................................................................................ 5 3.6 Sub-soil Investigations ...................................................................................... 5 3.7 Trial Pit Investigations ...................................................................................... 6 3.8 Responsibility for Sampling and Testing .......................................................... 6 Earthworks .................................................................................................................. 1 4.1 Earthworks Specification in Sub-divisions ....................................................... 1 4.2 Notice to be Given before Commencing Earthworks ....................................... 1 4.3 Earthworks to Lines and Levels ........................................................................ 1 4.4 Extent of Excavations........................................................................................ 1 4.5 Excavation of Unsound Material ....................................................................... 2 4.6 Slips and Falls ................................................................................................... 2 4.7 Fill ..................................................................................................................... 2 4.8 Borrow Areas .................................................................................................... 2 4.9 Special Compaction of Fill and Backfill ........................................................... 2 4.10 Preliminary Trials for Specially Compacted Fill and Backfill .......................... 3 4.11 Scarifying Ground Surface ................................................................................ 3 4.12 Allowance for Settlement .................................................................................. 3 4.13 Bush Clearance .................................................................................................. 3 4.14 Root Ploughing .................................................................................................. 5 4.15 Topsoil Stripping ............................................................................................... 5 4.16 Disposal of Sediment ........................................................................................ 5 4.17 Removal of Existing Structures ......................................................................... 5 4.18 Cleaning Existing Structures ............................................................................. 6
ii

243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4.19 4.20 4.21 4.22 4.23 4.24 4.25 4.26 4.27 4.28 4.29 5

Excavation and Disposal ................................................................................... 6 Dewatering ........................................................................................................ 7 Method of Excavating ....................................................................................... 7 Working Space .................................................................................................. 7 Excavations for Pipelines .................................................................................. 7 Backfill and Fill ................................................................................................. 8 Test on Formation Level ................................................................................... 8 Canal and Drain Structure Foundations ........................................................... 8 Over Excavation ................................................................................................ 8 Hand Trimming at Formation Level ................................................................. 9 Protection of Works .......................................................................................... 9

Concrete ....................................................................................................................... 1 5.1 Cement .............................................................................................................. 1 5.2 Aggregates ......................................................................................................... 1 5.3 Water ................................................................................................................. 2 5.4 Additives ........................................................................................................... 2 5.5 Chemicals in Materials ...................................................................................... 2 5.6 Storage of Materials .......................................................................................... 3 5.7 Shuttering .......................................................................................................... 3 5.8 Reinforcement ................................................................................................... 4 5.9 Bending Schedules ............................................................................................ 4 5.10 Fixing Reinforcement ........................................................................................ 4 5.11 Cover to Reinforcement .................................................................................... 5 5.12 Classes of Concrete ........................................................................................... 5 5.13 Designed Mix Concrete ..................................................................................... 6 5.14 Compliance with Strength Requirements .......................................................... 7 5.15 Control and Mixing Ingredients ........................................................................ 8 5.16 Truck Mixed Concrete ...................................................................................... 8 5.17 Transporting, Placing and Compacting Concrete ............................................. 8 5.18 Construction Joints ............................................................................................ 8 5.19 Surface Finishes ................................................................................................ 9 5.20 Waterproofing ................................................................................................... 9 5.21 Preparation for Waterproofing ........................................................................ 10 5.22 Hot Applied Asphalt........................................................................................ 10 5.23 Cold applied Rubberised Bitumen Paint ......................................................... 10 5.24 Waterproofing membrane................................................................................ 10 5.25 Concreting in Unfavourable Weather ............................................................. 11 5.26 Curing Concrete .............................................................................................. 11 5.27 Precast Concrete .............................................................................................. 12 Remedial Works and Works Involving Modifications to Existing Concrete .............. 12 5.28 Introduction ..................................................................................................... 12 5.29 Inspection of the Works .................................................................................. 12 5.30 Cutting Out and Concrete Preparation ............................................................ 13 5.31 Reinforcement Preparation .............................................................................. 13 5.32 Reinforcement Priming ................................................................................... 14 5.33 Concrete Priming............................................................................................. 14
iii

243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5.34 5.35 5.36 5.37 5.38 6

Epoxy Mortar and Cement Mortar for Repairs ............................................... 14 Crack Repairs .................................................................................................. 15 Movement Joint Repairs.................................................................................. 15 Refacing of Existing Concrete ........................................................................ 15 Extension of Existing Concrete ....................................................................... 16

Joints ............................................................................................................................. 1 Movement Joints ........................................................................................................... 1 6.1 Waterstops ......................................................................................................... 1 6.2 Joint Fillers ........................................................................................................ 2 6.3 Dowel Bars ........................................................................................................ 2 6.4 Joint Sealers - General ....................................................................................... 3 6.5 Bituminous Sealer ............................................................................................. 3 6.6 Polysulphide Sealer ........................................................................................... 3 6.7 Bitumen Coated Joints ...................................................................................... 3 Channel And Structure Protection Works ............................................................... 1 7.1 Preparation of Formation .................................................................................. 1 7.2 Gravel Underlayer ............................................................................................. 1 7.3 Riprap ................................................................................................................ 1 7.4 Dry Stone Pitching ............................................................................................ 2 7.5 Concrete Block Pitching.................................................................................... 2 7.6 Size of Stones .................................................................................................... 3 7.7 Bedding and Jointing ......................................................................................... 3 7.8 Timber Revetment ............................................................................................. 3 Water Control Equipment General Requirements ............................................... 1 8.1 Scope of Work ................................................................................................... 1 Drawings ....................................................................................................................... 1 8.2 Drawings ........................................................................................................... 1 8.3 Contractors Documents .................................................................................... 1 8.4 Procedure for Approval of Contractors Documents ........................................ 2 8.5 Standard Specifications ..................................................................................... 2 8.6 Plant Design ...................................................................................................... 3 Materials ........................................................................................................................ 4 8.7 Steelwork ........................................................................................................... 4 8.8 Timber Work ..................................................................................................... 4 8.9 Minimum Thicknesses ...................................................................................... 5 8.10 Field Connections .............................................................................................. 6 8.11 Fixings ............................................................................................................... 6 8.12 Standardisation and Maintenance ...................................................................... 6 8.13 Recesses in Concrete Work ............................................................................... 6 8.14 Advance Delivery of Anchor Members ............................................................ 6 8.15 Castings ............................................................................................................. 6 8.16 Welding ............................................................................................................. 7 8.17 Rubber Seals ...................................................................................................... 8 8.18 Material Cutting ................................................................................................ 8
iv

243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

8.19 Self-Lubricating Metal Bushes.......................................................................... 9 8.20 Roller Bearings .................................................................................................. 9 8.21 Sheaves .............................................................................................................. 9 8.22 Nuts, Bolts and Washers ................................................................................... 9 8.23 Chemical Anchor Bolts ................................................................................... 10 8.24 Lifting Ropes ................................................................................................... 10 Miscellaneous Ironmongery ........................................................................................ 11 8.25 Trash Screens ................................................................................................... 11 8.26 Water Level Gauges ........................................................................................ 11 8.27 Walkways and Access Platforms .................................................................... 11 8.28 Access Ladders ................................................................................................ 12 8.29 Handrailing ...................................................................................................... 12 8.30 Durbar Patterned Floor Plate ........................................................................... 13 8.31 Open Grid Flooring ......................................................................................... 13 8.32 Step Irons ......................................................................................................... 13 8.33 Protection, Cleaning and Painting ................................................................... 14 8.34 Galvanising...................................................................................................... 16 8.35 Inspection and Testing .................................................................................... 16 Works Assembly and Inspection ................................................................................. 16 8.36 Assembly at Contractor's Works ..................................................................... 16 8.37 Inspection at Contractor's Works .................................................................... 16 8.38 Instructions for Site Erection........................................................................... 17 8.39 Testing on Completion .................................................................................... 17 8.40 Spare Parts, Special Tools ............................................................................... 17 8.41 Operating and Maintenance Instructions ......................................................... 17 9 Water Control Equipment - Gates ............................................................................ 1 Repair and Rehabilitation of Timber Gates ................................................................... 1 9.1 General .............................................................................................................. 1 9.2 Winches ............................................................................................................. 1 9.3 Sheaves .............................................................................................................. 1 9.4 Gates .................................................................................................................. 1 9.5 Gate Guides ....................................................................................................... 1 9.6 Counterweights.................................................................................................. 2 Timber Outfall Sluice .................................................................................................... 2 9.7 Timber Outfall Sluice - General ........................................................................ 2 9.8 Timber Outfall Sluice - Embedded Parts and Removable Guides ................... 2 9.9 Timber Outfall Sluice - Gate ............................................................................ 3 9.10 Timber Outfall Sluice - Winch, Rope and Sheaves ......................................... 4 9.11 Timber Outfall Sluice - Counterweight ............................................................ 4 9.12 Timber Outfall Sluice - Handrailing and Access Ladder ................................. 5 Channel Type Lifting Gates .......................................................................................... 5 9.13 Channel Type Lifting Gates - General ............................................................. 5 9.14 Channel Type Lifting Gates - Embedded Parts and Framing .......................... 5 9.15 Channel Type Lifting Gates - Gate .................................................................. 6 9.16 Channel Type Lifting Gates - Operating Gear ................................................. 6 Channel Type Sliding Gates .......................................................................................... 7
v
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

9.17 Channel Type Sliding Gates - General ............................................................. 7 9.18 Channel Type Sliding Gates - Gate Framing ................................................... 7 9.19 Channel Type Sliding Gates - Gate .................................................................. 8 9.20 Channel Type Sliding Gates - Operating Gear ................................................. 8 Culvert Type Sliding Gates ........................................................................................... 9 9.21 Culvert Type Sliding Gates - General .............................................................. 9 9.22 Culvert Type Sliding Gates - Gate Framing and Gear Supporting Members .. 9 9.23 Culvert Type Sliding Gates - Gate ................................................................... 9 9.24 Culvert Type Sliding Gates - Operating Gear ................................................ 10 10 Piling ............................................................................................................................. 1 Timber Piles .................................................................................................................. 1 10.1 Timber for Piles ................................................................................................. 1 10.2 Preservatives ...................................................................................................... 1 10.3 Pile shoes ........................................................................................................... 2 10.4 Pile heads........................................................................................................... 2 10.5 Inspection and Stacking .................................................................................... 2 10.6 Driving .............................................................................................................. 2 10.7 Tolerances ......................................................................................................... 4 10.8 Timber Sheet Piles ............................................................................................ 4 10.9 Plastic Piles ....................................................................................................... 4 Timber Structure Rehabilitation ............................................................................... 1 11.1 Scope of Work ................................................................................................... 1 11.2 Timber Materials ............................................................................................... 1 11.3 Metalwork ......................................................................................................... 1 11.4 Inspection and Stacking .................................................................................... 2 11.5 Timber Preservative and Treatment .................................................................. 2 11.6 Construction Requirements ............................................................................... 2 Access Rehabilitation .................................................................................................. 1 12.1 Maintenance of Existing Access ....................................................................... 1 12.2 Definitions ......................................................................................................... 1 12.3 Final Cleaning Up of Access ............................................................................. 1 12.4 Root Ploughing .................................................................................................. 2 12.5 Trees to Remain ................................................................................................ 2 12.6 Levelling Terrain ............................................................................................... 2 12.7 Removal of Unsuitable Material ....................................................................... 3 12.8 Disposal of Surplus and Unsuitable Material .................................................... 3 12.9 Borrow ............................................................................................................... 3 12.10 Materials for Earth Road Embankments ........................................................... 4 12.11 Embankment Construction ................................................................................ 5 12.12 Proof Rolling ..................................................................................................... 6 12.13 Compaction of Embankments ........................................................................... 6 12.14 Maintenance and Protection of Works .............................................................. 7 12.15 Final Dressing ................................................................................................... 7
vi
243658/1/A/4 March 2008 KJC Document1

11

12

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

13

All Weather Roads ...................................................................................................... 7 13.1 Scope of Works ................................................................................................. 7 13.2 Tolerances ......................................................................................................... 7 13.3 Rectification ...................................................................................................... 3 13.4 Use of Surfaces by Construction Traffic ........................................................... 4 13.5 Placing and Compacting.................................................................................... 4 13.6 Select Clay for Subgrade/Earth Road Fill ......................................................... 5 13.7 Sub-base and Base Course Material .................................................................. 5 White Sand .................................................................................................................... 5 13.8 White Sand Material.......................................................................................... 5 13.9 Source of White Sand Materials ........................................................................ 5 13.10 Placing and Compacting White Sand ................................................................ 5 White Sand/Sand Clay .................................................................................................. 6 13.11 White Sand/Sand Clay Material ........................................................................ 6 13.12 Mixing White Sand/Sand Clay .......................................................................... 7 13.13 Spreading and Compacting White Sand/Sand Clay .......................................... 7 Reef Sand/White Sand .................................................................................................. 8 13.14 Reef Sand/White Sand Material ........................................................................ 8 13.15 Mixing Reef Sand/White Sand .......................................................................... 8 13.16 Spreading and Compacting Reef Sand/White Sand .......................................... 9 Laterite/Sand ............................................................................................................... 10 13.17 Laterite/Sand Material ..................................................................................... 10 13.18 Excavation of Laterite from Borrow Areas ..................................................... 11 13.19 Proportioning and Mixing Fine Aggregate Insitu ........................................... 11 13.20 Placement and Mixing of Aggregate ............................................................... 11 13.21 Compaction ..................................................................................................... 12 13.22 Testing Surface ................................................................................................ 13 13.23 Thickness of Base ............................................................................................ 13 Crushed Stone/Gravel ................................................................................................. 13 13.24 Crushed Stone/Gravel Material ....................................................................... 13 13.25 Construction .................................................................................................... 14 Pipelines........................................................................................................................ 1 14.1 General .............................................................................................................. 1 14.2 High Density Polyethylene Pipes and Fittings .................................................. 1 14.3 High Density Polyethylene................................................................................ 1 14.4 Transportation and Handling of Pipes and Fittings ........................................... 1 14.5 Inspection of Pipes and Fittings ........................................................................ 2 14.6 Cutting of Pipes ................................................................................................. 2 14.7 Bedding ............................................................................................................. 2 14.8 Granular Material .............................................................................................. 3 14.9 Concrete Blinding ............................................................................................. 3 14.10 Pipelaying - General .......................................................................................... 3 14.11 Pipelaying in Standard Bedding ........................................................................ 4 14.12 Pipelaying in Granular Material ........................................................................ 4 14.13 Pipelaying in Concrete Bed ............................................................................... 5 14.14 Making Flexible Joints ...................................................................................... 5
vii

14

243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

14.15 14.16 14.17 14.18 15

Laying to Curves ............................................................................................... 6 Anchor and Thrust Blocks................................................................................. 6 Pipework Surrounded by Concrete ................................................................... 6 Disposal of Water .............................................................................................. 6

Engineers Requirements ........................................................................................... 1 15.1 Meetings and Reports ........................................................................................ 1 15.2 Photographs ....................................................................................................... 1 15.3 Offices for the Engineer .................................................................................... 2 15.4 Location of the Buildings .................................................................................. 2 15.5 Materials and Workmanship ............................................................................. 2 15.6 Office Block ...................................................................................................... 2 15.7 Car Ports ............................................................................................................ 3 15.8 Deadlines and Penalties ..................................................................................... 3 15.9 Water and Electricity ......................................................................................... 3 15.10 Servicing............................................................................................................ 3 15.11 Assistance to the Engineer ................................................................................ 3 15.12 Surveying Instruments and Equipment ............................................................. 4 15.13 Radio and Telephone Network .......................................................................... 4 15.14 Desk Top Computer .......................................................................................... 4 15.15 Transport for the Engineer ................................................................................ 5 15.16 Hand-over to the Employer ............................................................................... 6 AppendixA:PROJECT DESCRIPTION AND BACKGROUND INFORMATION 1 A.1 Background ....................................................................................................... 1 A.2 Purpose of Drainage and Irrigation System Rehabilitation ............................... 1 A.3 Drainage and Irrigation System Rehabilitation ................................................. 2 A.4 Co-ordination of D&I Activities with Construction ......................................... 3 A.4.1 General Purpose ................................................................................... 3 A.4.2 Mechanism for Co-ordination ............................................................... 4 A.4.3 Contractors Role .................................................................................. 4 A.4.4 WUA(s) Role .......................................................................................... 5 A.5 Natural, Environmental and Social Background ............................................... 5 A.5.1 Objectives and Overview ....................................................................... 5 A.5.2 Temperature, Humidity, Sunshine and Wind ........................................ 5 A.5.3 Rainfall and Evapotranspiration ........................................................... 6 A.5.4 Water Resources and Sea Defences ...................................................... 7 A.5.5 Natural Habitats and Wildlife ............................................................... 8 A.6 Socio-Economic Framework and Issues ........................................................... 9 A.6.1 National Overview................................................................................. 9 A.6.2 Project Areas - Socio-Economic Profile ............................................... 9 Appendix B:SITE ENVIRONMENTAL MANAGEMENT PLAN 1 B.1 General .............................................................................................................. 1 B.2 Particular Risks ................................................................................................. 1 B.3 Liaison and Co-ordination ................................................................................. 2 B.4 Reporting ........................................................................................................... 2 B.5 Environmental Management and Audit Programme ......................................... 2 AppendixC:HEALTH AND SAFETY PLAN 1
viii
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

C.1 General .............................................................................................................. 1 C.2 Communication and Management of the Work ................................................ 1 C.3 Arrangements for Controlling Significant Site Risk ......................................... 1 C.4 Safety ................................................................................................................. 2 C.5 First Aid............................................................................................................. 2 C.6 Medical .............................................................................................................. 2 C.7 Welfare on Site .................................................................................................. 3 AppendixD:STANDARDS 1 D.1 ISO International Organisation for Standardisation .......................................... 1 D.2 British Standards ............................................................................................... 1 D.3 BS EN Standards ............................................................................................... 3 D.4 UK Water Industry Specifications .................................................................... 3 D.5 American Standards .......................................................................................... 4 D.5.1 The American Society for Testing and Materials .................................. 4 D.5.2 The American Society of Agricultural Engineers .................................. 4 D.5.3 United States Federal Specification ...................................................... 4 D.6 Miscellaneous .................................................................................................... 4

Tables Table 5.1: Concrete Classification ................................................................................................... 6 Table 5.2: Designed Mix Concrete .................................................................................................. 6 Table 13.1 Vertical Tolerances of Pavement courses and Formation .............................................. 3 Table 13.2 Maximum Permitted Number of Surface Irregularities ................................................. 3

ix
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1
1.1

General
Abbreviations, Definitions and Units

1. All units of measure included in the Contract shall be in the S.I. (metric) system. 2. Where the Engineer is referred to in the Specifications, Drawings and Bill of Quantities it shall be taken to mean the Project Manager as defined in 1.1 (u) of the General Conditions. 3. Where the Client or Employer is referred to in the Specifications, Drawings and Bill of Quantities it shall be taken to mean the Contracting Agency as specified in ITB 1.1 of the BDS. 4. The following abbreviations are used in these Specifications: mm mm mg ml S cm nr N EPA
2

millimetre square millimetre milligramme millilitre second centimetre number Newton Environmental Protection Agency

m m g l min ha % kN GFC
2

metre square metre gram litre minute hectare per cent kilo Newton Guyana Forestry Commission

km m
3

kilometre cubic metre kilogramme water column hour diameter degree centigrade microsiemens

kg WC h or hr d
o

1.2

Brief Description of the Works

1. The drainage and irrigation (D&I) system in Guyana requires rehabilitation and institutional improvements to achieve and support a sustainable increase in agricultural productivity. While productivity gains are required within its most relevant rice and sugar production activities, significant steps must be taken toward diversification of its agricultural industry since the rice and sugar economies will be deleteriously impacted by the programmed phasing-out of the preferences that rice and sugar receive in their access to the European Union markets (Cotonou Agreements.). Without a sustainable and modernised D&I system, agriculture in Guyana cannot contribute to economic growth and equity. 2. In 1996 the Government of Guyana (GoG) implemented the Agricultural Sector Loan (ASL, Loan 965/SF-GY), to improve the environmental framework; to consolidate trade and pricing policy for rice; to develop drainage and irrigation policy, legal framework and administration; and to develop and consolidate public land policy, legal framework and administration. 3. Component 4 of the Agricultural Export Diversification Programme deals with the Rehabilitation/Construction of the Control Structures and Access Roads in the Canals Polder Gen1 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1.3

General and Particular Specifications

1. This General Specification shall be read in conjunction with the Particular Specification(s). 2. The requirements specified in the Particular Specification(s) shall be in addition to those specified in the General Specification. In case of conflict between the two parts, the requirements of the Particular Specification(s) shall take precedence.

1.4

Drawings

1. The Drawings issued at the time of tendering are listed in Volume 2 of the Bidding Document. 2. During the course of the Contract, information may be given by the Engineer in respect of individual structures to be constructed in accordance with issued Drawings which show typical structures of the same form. It shall be the Contractor's own responsibility to prepare from this information such Working Drawings as he may require for the proper setting out and construction of such structures. Work shall not commence on an individual structure until the relevant Working Drawings have been approved by the Engineer. 3. The Contractor shall ensure that the arrangements shown on all Drawings used for the setting out and construction of the Works fully accommodate all Plant provided under the Contract. Where the Plant provided is incompatible with the arrangements shown in the Drawings issued by the Engineer, by virtue of size, weight, access requirements for operation or maintenance, or whatever other cause, the Contractor shall advise the Engineer accordingly and prior to submission of Working Drawings for the Engineer's approval.

1.5

Datum of Levels

1. The levels shown on Drawings refer to Georgetown Datum. The levels shown on Drawings refer to benchmarks previously used in the area in connection with the Project. For the purposes of this Contract the datum to be used shall be a benchmark for which the Engineer will ascribe a value prior to commencement of the Works.

1.6

Survey

1. From the bench-mark specified in Clause 1.5 hereof the Contractor shall check the levels of any existing temporary bench-marks he proposes to use in setting out the Works and shall establish additional bench-marks such that no level is transferred more than 2 km without being transferred to a bench-mark. Bench-marks shall be numbered and their construction shall be to the approval of the Engineer. 2. The Contractor shall supply to the Engineer, in duplicate, maps and records in an approved form giving details of the location (including co-ordinates) and level of each bench-mark used or established by the Contractor. Levels shall be transferred and ascribed to bench-marks within an accuracy of 5 k mm where k is the length in kilometres of the levelling circuit. Bench-mark coordinates shall be determined to within an accuracy of 1 in 4 000 of the length of the levelling circuit. Gen2 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The method of surveying shall be to the approval of the Engineer. Field books and tabulated data shall be well maintained and made available for inspection and checking by the Engineer when ordered.

1.7

Programme

1. Before commencing the Works the Contractor shall submit to the Engineer for his approval a programme showing the order in which he proposes to carry out the Works. The Contractor shall revise this programme as necessary to ensure completion of the Works within the time periods stated in the Contract. The programme shall include the following details: (a) (b) (c) a statement giving the numbers and categories of supervisory and technical staff and skilled and unskilled labour to be employed on the Works; a list and type details of major Constructional Plant (including vehicles) which the Contractor proposes to employ on the Works; details of the Contractor's methods of working for all operations; including procedures agreed with the Water User Association(s) for maintaining drainage and irrigation and access facilities as far as practicable during construction. a statement giving the proposals for location or locations and sizes of base camps, accommodation, offices, workshops and stores; details of the programme for the Works from the date of receipt of the Engineer's order to commence the Works, including a complete resource allocation showing the number of units and allotted times for each unit of Constructional Plant, materials and labour allocated to each part of the Works; details of the Plant which the Contractor proposes to supply.

(d) (e)

(f)

2. In preparing the programme the Contractor shall take full account of Appendix A.4 of this Specification, Co-ordination of D&I Activities with Construction. 3. The Contractor shall plan and programme his activities to be carried out in a series of discrete Work Blocks (each a defined geographical area of the D&I system) that shall be agreed with the Engineer and the Water User Association., such as to minimise disruption to agricultural activities. 4. The Contractor shall prepare and submit such method statements for approval by the Engineer prior to starting any new activity or section of the Works, or at such other time that the Engineer may reasonably require. 5. In his programme the Contractor shall ensure that he has taken account of the cropping pattern and the corresponding irrigation and agricultural calendar in the particular areas in which he is working. He shall make every effort to avoid disrupting crop production through his construction activities. Any claims on the Contractor for compensation relating to such disruption shall be resolved amicably between the Contractor and the claimant(s), or if no agreement can be reached, by the Engineer.

Gen3 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1.8

Notice of Operations

1. The Contractor shall give full and complete written notice of all important operations to the Engineer sufficiently in advance to enable the Engineer to make such arrangements as the Engineer may consider necessary for inspection and for any other purpose. The Contractor shall not start any important operation without the written approval of the Engineer. 2. Fourteen days before commencing work in any Work Block, the Contractor shall apply to the Engineer for a written Permit to Work, which shall be counter-signed by the WUA representative(s). The Contractor shall not start work until such a Permit has been issued, and not before the programmed date. 3. Should it become apparent to the Contractor that work in any Work Block is likely to be delayed, for any reason, beyond the agreed programme date he shall inform both the Engineer and the WUA. The consequences shall then be jointly assessed and the programme adjusted as necessary.

1.9

Working Hours

1. Working hours shall be Monday to Saturday 06.00 to 18.00 hrs. It will be the responsibility of the Contractor to ensure that any work carried out during unsocial hours does not cause a nuisance in respect of noise. 2. The Contractor shall bear all costs in respect of overtime shift and night-work allowances. 3. The Contractor shall provide 7 days notice to the Engineer if he wishes to execute works on Sundays or holidays.

1.10

Water Supply

1. The Contractor shall make his own arrangements for the supply of water for the purposes of the Contract. The quality of the water shall be to the approval of the Engineer and suitable for the purpose for which it is intended. In providing water the Contractor shall ensure that the rights of and supply to existing users are not affected either in quality, quantity or timing. 2. The Contractor shall provide on the Site an adequate supply of drinking water for all staff and labour engaged on the Works. 3. Waste water shall be disposed of clear of the Site to the satisfaction of the Engineer so as to cause no damage or complaint.

1.11

Latrines

1. The Contractor shall provide throughout the period of construction of the Works and shall maintain and cleanse suitable and sufficient latrines for use by his employees. He shall ensure that his employees do not foul the Site but make proper use of the latrines. The Contractor shall thoroughly disinfect and fill all latrine pits, sumps and trenches when no longer required. The Contractor shall ensure that such latrines comply with the requirements of Clause 1.13 of the Specification.

Gen4 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1.12

Contractor's Power Supply

1. The Contractor shall make his own arrangements for the supply of electric power for the purposes of the Contract.

1.13

Camps and Accommodation

1. The Contractor shall provide and maintain living accommodation and amenities for all staff and labour employed by him directly or indirectly in connection with the project, except for those recruited from the immediate vicinity of the Works. Each building for living accommodation shall be provided with lights, water supply (both for drinking and other purposes), efficient sanitation and refuse disposal system, cooking areas and equipment, and appropriate furnishings to the satisfaction of the Engineer. All living accommodation shall be maintained in a clean and sanitary condition at all times. 2. The Contractor shall be responsible for paying all charges in connection therewith and shall see to it that all sanitary laws and other laws and regulations in force in the area are complied with. The Contractor shall be responsible for and provide all necessary fencing and security to these areas 3. Except for shelter for watchmen, informal tented camps shall not be permitted.

1.14

Suppliers of Materials

1. Before ordering a material of any description intended for the Permanent Works, the Contractor shall submit for the approval of the Engineer the name of the maker or supplier proposed and details of the place of origin and specification of the material. If requested by the Engineer, the Contractor shall supply to the Engineer for his retention a copy of any such order placed.

1.15

Natural Materials

1. The Contractor shall make all arrangements for locating, selecting and processing natural materials to comply with the Specifications and shall submit to the Engineer for approval full information regarding the proposed location well in advance of commencement of working of the material. Approval of a source does not imply that all material in that source is approved.

1.16

Training in Operation and Maintenance of Irrigation and Drainage System

1. If ordered, the Contractor shall supply a team member to the approval of the Engineer to assist in training staff of the National Drainage and Irrigation Authority (NDIA), Neighbourhood Democratic Councils (NDC) and staff of Water User Associations (WUA) in operating and maintaining the irrigation and drainage system. 2. The team member shall provide training during construction, installation and commissioning of water control equipment and Plant and during the Defects Notification Period.

Gen5 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The team member shall be a water control supervisor or such other person as may be ordered by the Engineer. The team member shall be qualified as follows and shall be employed in the general job descriptions listed below:

Water Control Supervisor Appropriate trade qualification or agricultural certificate with proven capability for operation of drainage and irrigation systems To be responsible for supervising the work of operators including operation of canals and drains, regulators and gates, reporting on operational problems and checking the condition of the supply system and distribution networks. To train operators in the performance of their duties, keeping records of drainage and irrigation operations and assisting NDIA, NDC and WUA staff in the operation and maintenance of the drainage and irrigation system.

4. The Contractor shall make his own arrangements for transport, accommodation and all other facilities required by the team member.

1.17

Community Relations and Disruption of Local Communities

1. The Contractor shall take all measures necessary to avoid nuisance and disruption to local communities. In particular the Contractor shall ensure no damage is done to crops, pasture or woodland and outside the area for which the Engineer's approval for bush clearance has been given, that all irrigation supplies and drainage provision to such areas are maintained and that the Contractor's operations do not cause flooding or pollution hazards. 2. On arrival on site the Contractor shall work with the Engineer, Water Users Associations (WUA), Neighbourhood Democratic Councils (NDC), and the Regional Democratic Council (RDC), together with any other appropriate stakeholder as shall be determined by the Engineer, to set up a Community Liaison Committee. The CLC shall have responsibility for co-ordinating activities, including but not limited to the following: access to site, public health and safety, construction planning, construction procedures, spoil disposal, quality control, taking-over of Works and dispute resolution. The CLC shall have the authority to appoint sub-committees and/or working groups to deal with individual aspects of its responsibilities, or with specific issues that may arise. If required by the Engineer, a senior representative of the Contractors staff shall partici pate in any meeting and sit on any committee set up to deal with community relations and social issues 3. In sitting and operating his Contractors Equipment and facilities and in executing the Works the Contractor shall at all times bear in mind and to the extent practicable minimise the impact of his activities on local communities.

Gen6 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1.18

Maintenance of Irrigation and Drainage Flows

1. Irrigation is carried out in parts of the project area. In the course of construction of the Works the Contractor shall not interrupt the water supply to an existing irrigation consumer or reduce it below the flow normal for the growing crops, taking into account the time of year, without the recorded and witnessed consent of the consumer. 2. Before commencing any work which could cause interruption to the existing irrigation supplies the Contractor shall submit, in accordance with Clause 1.7 hereof, full details of his proposed methods of maintaining such supplies. 3. The Contractor shall ensure that no operations carried out in the course of construction of the Works restrict in any way the flow of drainage water from the site. Before commencing any work which could cause a reduction in drainage flows the Contractor shall submit, in accordance with Clause 1.7 hereof, full details of his proposed methods of maintaining such drainage. 4. The Contractor shall ensure that no operations carried out in the course of construction of the Works increases in any way the flow of drainage water into or out of the site. 5. The Contractor shall ensure that no operations carried out in the course of construction of the Works increases in any way the risk of flooding in the Site or neighbouring areas from fluvial or tidal rivers or from the sea. 6. In order to undertake the construction or rehabilitation of drain structures it will be necessary in some cases to carry out temporary drain diversions and other Temporary Works. These works shall be to the approval of the Engineer and shall have no adverse effects on the structural integrity of the existing structures or on the risk of flooding.

1.19

Maintenance of Access

1. Due to the nature of the soils in the site the use of vehicles and equipment on unsurfaced roads and dams during wet weather can cause substantial damage. The Contractor shall ensure that during such periods he shall make arrangements to prevent damage due to his operations. If roads or dams are damaged by the Contractors vehicles or equipment the Contractor shall make immediate repairs to the approval of the Engineer.

1.20

Archaeological Findings

1. The Contractor agrees that should he or any of his employees and Subcontractors, in the performance of this Contract, discover evidence of possible scientific, pre-historical, historical or archaeological materials, he will notify the Engineer immediately in writing, giving the location and nature of the findings. Where appropriate, by reason of a discovery, the Engineer may order delays in the time of performance and/or changes in the Works. 2. The Contractor shall not trespass, excavate in or otherwise disturb graveyards, whether shown on the Drawings or not. In the case of unidentified graveyards or burial sites, the Contractor shall notify the Engineer in writing, and the Engineer shall make such design changes as are needed.

Gen7 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1.21

Grazing of Livestock

1. The Contractor shall provide reasonable care by hiring watchmen to ensure that livestock are not allowed within the construction rights-of-way during the operations.

1.22

Use of Wood as Fuel

1. The Contractor shall not use or permit the use of wood as a fuel for the execution of any part of the Works and to the extent practicable shall ensure that fuels other than wood are used for cooking, space and water heating in all his camps and living accommodations. Any wood so used must be harvested legally, and the Contractor shall provide the Engineer with copies of the relevant permits if required.

1.23

Signboards

1. Signboards shall be placed at specified locations giving information about the project and Client, and the names of the Engineer and Contractor in a form and size to be agreed upon by the Client and the Engineer. They shall be of durable construction capable of withstanding the effects of the climate until the end of the Defects Liability Period. 2. Besides these signboards the Contractor shall not, except with the written authority of the Engineer, exhibit or permit to be exhibited on the site any other form of advertisement.

1.24

Utilities

1. It shall be the Contractor`s responsibility to locate on the site all utilities whether or not they are indicated on the Drawings. It shall be the Contractor`s responsibility to make the necessary arrangements with, and obtain the necessary approvals from, the utilities authorities for any work in the vicinity of the utilities and/or diversions of the utilities for the purpose of construction of the Works. All such work shall be at the cost of the Contractor. 2. The Contractor shall take all necessary precautions to ensure that no public or private services, utilities or similar facilities are damaged or interrupted by the Works. These precautions shall include but not be limited to liaison with public and private service providers, Water Users Associations, Neighbourhood Democratic Councils, Regional Democratic Councils, and private owners; a condition survey of all affected services; provision of a satisfactory alternative service whilst the Works are carried out; and reinstatement of a satisfactory permanent facility after completion of the Works in each area. 3. No services or utilities shall be disturbed or cut before arrangements have been made for a satisfactory alternative service, or the Contractor has obtained agreement in writing from the service provider or owner to a temporary cessation of service.

Gen8 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. Not less than 14 days before commencing site clearance in accordance with his agreed Programme of Work, the Contractor shall supply the Engineer for his approval a copy of his condition survey of all utilities and services to be affected, copies of any agreements with service providers and owners, his plans for providing temporary service, and his plans for reinstating permanent service following construction of the Works. 5. Provision of temporary and permanent services shall be to at least the pre-existing level of service and to the satisfaction of the Engineer.

1.25

Environmental Protection

1. In the performance of his works under the Contract the Contractor shall take all practicable steps necessary to conserve and protect the environment on and in the vicinity of the Site. In particular: (a) (b) (c) (d) (e) Minimisation of disruption to local residents and communities Avoidance of pollution (air, land, and water, whether surface or underground) Preservation of flora and fauna Avoidance of nuisance and hazard from noise and dust Safe disposal of all liquid and solid wastes.

1.26

Protection of Trees and Vegetation

1. The Contractor shall exercise care to preserve the natural landscape and shall conduct his construction operations so as to prevent any unnecessary destruction, scarring or defacing of the natural surroundings in the vicinity of the work. Except where clearing is required for Permanent Works, for approved construction roads and for excavation operations, all trees, native shrubbery, vegetation, waterside vegetation, fences and walls shall be preserved and protected from damage which may be caused by the Contractor's construction and restoration operations and equipment. Movement of crews and equipment within the rights-of-way and over routes provided for access to the work shall be performed in a manner to minimise damage to grazing land, crops, natural landscape or property. 2. The Contractor shall be responsible for obtaining any necessary felling permits and for ensuring the disposal of felled trees in accordance with prevailing regulations. No tree shall be removed without the prior approval of the Engineer and any competent authorities. Should the Contractor become aware during the period of the Contract that any tree or trees designated for clearance have cultural or religious significance he shall immediately inform the Engineer and await his instructions before proceeding with clearance. 3. In the event that trees or other vegetation not designated for clearance are damaged or destroyed, they shall be repaired or replaced to the satisfaction of the Engineer.

Gen9 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1.27

Protection of Wildlife and Fish

1. The Contractor shall take all practicable steps to prevent his activities from affecting wildlife and fish in the vicinity of the Site. The Contractor shall ensure that his staff and labour do not engage in any unlicensed hunting, shooting, trapping or collecting of any wild animal or bird or in any unlicensed fishing on or near the Site, and shall inform his employees of any rare or endangered species of wildlife which they may come across and that such species are to be protected. These species include all non-domesticated birds, and other species as listed by the EPA or informed by the Engineer. Contravention of these requirements by any member of the workforce shall be grounds for dismissal. 2. Before commencing any process or activity which might affect fish habitat, the Contractor shall formally review his proposed action to determine whether an adjustment to the timing, location or methods employed could reduce potential impacts on such habitat. Such reviews shall form part of the details of methods to be submitted to the Engineer under the Site Environmental Management Plan (SEMP) and shall cover but not be limited to dredging, installation, operation and removal of pipelines, placement of materials in river and coffer dam removal.

1.28

Fire Prevention

1. In addition to the provision of adequate fire-fighting equipment at his base camp and other facilities to the satisfaction of the Engineer, the Contractor shall take all precautions necessary to ensure that no vegetation outside the area of the Permanent Works is affected by fires arising from the execution of the Works. These precautions shall include: (a) (b) The prevention of fires for any purpose in the vicinity of the Works except where expressly permitted by the Engineer The provision of approved fire fighting equipment at a point designated by the Engineer. Such equipment will include a minimum of 2 back-pack water-sprayers, 10 flame-beaters, 10 shovels, 5 machetes, and 5 mattocks.

2. Should a fire occur in crops or in natural vegetation on the Site for any reason, the Contractor shall immediately suppress it. In the event of any other fire emergency in the vicinity of the Works the Contractor shall render assistance to the civil authorities to the best of his ability. 3. Areas damaged by fire considered by the Engineer to have been initiated by the Contractor's staff or labour shall be replanted and otherwise restored to the satisfaction of the Engineer at the Contractor's expense.

1.29

Prevention of Water and Soil Pollution

1. The Contractor shall comply with applicable regulations concerning the control and abatement of water pollution as follows:

Gen10 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

(a)

The Contractor's construction activities shall be performed by methods that will prevent entrance or accidental spillage, of solid matter, contaminants, debris and other objectionable pollutants and wastes into flowing streams, flowing or dry watercourses, lakes and underground water sources. Sanitary wastes shall be disposed of in the soil by burial at approved sites or by other approved methods. The Contractor will provide suitable sanitary facilities for the use of his personnel.

(b)

2. The Contractor shall ensure that his activities do not result in the contamination of any surface water, groundwater or agricultural soil by polluting substances. The Contractor shall design and implement the necessary physical and operational measures including but not limited to bunds of minimum 110% capacity around fuel, oil and solvent storage tanks and stores, collection and recycling or safe disposal of used engine, hydraulic and shuttering oils, oil and grease traps in drainage systems from workshops, vehicle and plant washing facilities and service and fuelling areas and kitchens, sanitary solid and liquid waste disposal systems, the maintenance in effective working order of these systems, and emergency response procedures and equipment for pollution events, all in accordance with normal good international practice and to the satisfaction of the Engineer. 3. To prevent damage to agricultural soils, the Contractor shall strip and stockpile topsoil from all areas of the Site where damage from traffic, construction activities, building work, etc. could occur, for subsequent use in Site reinstatement. The depth of topsoil to be stripped shall be as instructed by the Engineer. Stripping, soil handling and soil storage methods shall be as specified under Earthworks in the Particular Technical Specifications. 4. Should any pollution arise from the Contractors activities including the improper deposition of sediment he shall clean up the affected area immediately at his own costs and to the satisfaction of the Engineer, and shall pay full compensation to any affected parties.

1.30

Prevention of Air Pollution and Hazards

1. The Contractor shall take all reasonable steps to minimise air pollution, whether from exhaust emissions, construction processes, construction traffic, or site operations. 2. The Contractor shall at all times operate his Equipment and vehicles so as to minimise exhaust emissions and in any case within the limits established by the EPA or other government authority. If in the opinion of the Engineer the exhaust gas emissions of any of the Contractors Equipment or vehicles are excessive, whether due to poor engine adjustment, low fuel quality, inefficient operating conditions or other rectifiable cause, the Engineer may instruct that such Equipment or vehicles cease operation until adequate corrective actions have been carried out, and the Contractor shall comply with such instruction immediately. 3. Burning of materials resulting from site clearance and grubbing, and burning of combustible construction waste, will only be permitted when atmospheric conditions are considered by the Engineer to be suitable.

Gen11 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. The Contractor shall take appropriate measures to minimise the generation of dust as a result of his activities, and to prevent dust originating from his operations from causing nuisance or health hazard to persons or animals and from damaging crops and dwellings. For work in confined spaces and for specific activities giving rise to potentially hazardous airborne particulates or fumes these measures shall include a risk assessment and an appropriate response to the assessment to prevent hazards to health, including but not limited to the use of dust extractors, wet drilling, and personal protective equipment. For generalised dust including but not limited to dust from construction traffic, excavations, stockpiles, backfill areas and materials handling, these measures shall include but not be limited to sheeting loads, watering stockpiles and access roads, and the establishment of temporary vegetative cover on soils. 5. The Contractor shall take appropriate measures to avoid the release to the atmosphere of chlorofluorocarbons (CFCs). All new air-conditioning, refrigeration, freezing and cooling units supplied by the Contractor for use on or off the Site including those in vehicles shall be CFC-free. The Contractor shall include in his workforce a technician trained in and equipped for the maintenance, refilling and recycling of CFC-based and other refrigerants. Included in the workforce does not necessarily mean full time.

1.31

Prevention of Noise Pollution and Hazards

1. The Contractor shall take appropriate measures to minimise nuisance to local residents from noise, and in any case shall control or protect against loud sounds so that no workers are subjected to excessive noise. For this purpose excessive noise shall be a daily personal exposure to noise of 85 dB(A) in accordance with the U.K. Noise at Work Regulations 1989. Where in the opinion of the Medical or Safety Officer or the Engineer the daily noise exposure of a worker is likely to exceed this level, the Contractor shall carry out a noise assessment, provide personal protective equipment, control noise at source, designate ear protection zones, and otherwise, all in accordance with best international practice for avoiding damage to workers hearing. 2. All plant and machinery shall be effectively silenced, and in no case shall the Contractor operate machinery or vehicles with defective or missing silencers, mufflers or exhaust pipes.

1.32

Disposal of Waste

1. The disposal of waste materials shall be as follows:


Waste materials, including but not restricted to refuse, garbage, sanitary wastes, industrial wastes and oil and other petroleum products, shall be disposed of by the Contractor. Disposal of waste material shall be by burying, where burial of such materials is approved by the Engineer, by burning, where burning of such materials is permitted in accordance with laws of Guyana, or by removal from the construction area.

2. All waste material to be disposed of by burning shall be piled in designated burning areas in such a manner as will cause the least fire hazard. Burning shall be thorough and complete and all charred pieces remaining after burning, except for scattered small pieces, shall be removed from the construction area and disposed of as otherwise provided in this Clause. The Contractor shall at all times take special precautions to prevent fire from spreading beyond the piles being burned and shall be liable for any damage caused by his burning operations. Gen12 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The waste materials to be disposed of by removal from the construction area shall be disposed of prior to the completion of the Works. All waste materials removed except trees, shall become the property of the Contractor. Waste materials to be disposed of by dumping shall be hauled to an approved dumpsite. It shall be the responsibility of the Contractor to make any necessary arrangements.

1.33

Suppliers Environmental and Timber Certificates

1. Where materials and equipment of equal quality are available from more than one supplier, the Contractor shall give preference to those suppliers certified as implementing environmental management systems under ISO 14000, BS 7750. 2. Any new timber used by the Contractor whether for temporary or permanent purposes shall be rejected by the Engineer unless originating from a concession licensed by both the GFC and the EPA.

1.34

Site Environmental Management Plan

1. All work executed by or on behalf of the Contractor in the performance of this Contract shall be in accordance with a Site Environmental Management Plan (SEMP). The Contractor shall provide a draft copy of the SEMP for the approval of the Engineer prior to the commencement of Works on site. The SEMP shall address the project-specific issues contained in Appendix B, and any other Contract-specific issues described in the relevant section of the Particular Specifications. The Contractor shall ensure that the work of all Subcontractors is subject to the requirement of the Contractors SEMP. 2. The Supervision of the SEMP of the Contractor shall be subject to audits undertaken by the Employer and the Engineer or their nominated representatives. Such audits will include a review of the Contractors internal audit records including identified non-conformities and the effectiveness of the corrective action. The Contractor shall be provided with ten working days notice prior to an audit being carried out. 3. On a day-to-day basis, the Contractor shall afford reasonable availability of staff and documentation for the Engineer to assess implementation of the SEMP.

1.35

Environmental Officer

1. The Contractor shall nominate a senior member of his staff on Site for the duration of the Contract as a designated Environmental Officer qualified to promote and maintain sound environmental management during construction and specifically to implement the approved SEMP. This officer shall have authority to issue instructions and shall take precautionary measures to prevent environmental damage, including but not limited to the establishment of environmentally-sound working practices, pollution prevention systems, pollution incident response and clean-up systems and equipment, and the training of staff and labour in these matters.

Gen13 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

1.36

Health and Safety

1. All work executed by or on behalf of the Contractor in the performance of this Contract shall be in accordance with an agreed Health and Safety Plan, the contents of which shall include the topics set out in Appendix C. The Contractor shall submit a Health and Safety Plan with operational details of his proposals to the Engineer for his approval prior to temporary or permanent work commencing on site. 2. The Contractor shall observe high standards of safety for men and machines at all times and with regard to safety, and shall comply with local laws and ensure strict adherence to the following: (a) The Contractor shall take appropriate precautions where personnel are required to work in confined spaces and other hazardous areas, and to only permit employees to work in confined spaces or other hazardous areas when there are adequate and continuous communication links with colleagues equipped to provide emergency assistance; The Contractor shall protect men working in trenches from cave-ins by the proper shoring or sloping of trenches, and shall take special care of persons working in the trenches, and prohibit individual employees from working alone in trenches; The Contractor shall protect personnel from the moving parts of the machines by installing and maintaining proper guards; The Contractor shall not permit casual observers close to excavating operations; The Contractor shall provide adequate fencing around temporary open excavations.

(b)

(c) (d) (e)

1.37

Aggregate Supply

1. The Health and Safety Plan shall specifically recognise and make provision for health and safety at all locations from which the Contractor obtains coarse and fine aggregates and other granular materials for the Works, whether directly operated by him or not. Particular attention shall be paid to health and safety at labour-intensive operations and shall include but not be limited to the minimisation of hazards, establishment of safe working practices and blasting procedures, provision and use of protective equipment and clothing, provision of first-aid equipment and care, transport of accident victims, and on-site welfare arrangements such as sanitation and drinking water. A consistent level of Health and Safety throughout the supply chain is desirable and it is the Contractors responsibility to ensure the quarry that is being used has a Health and Safety plan that is approved by the Engineer. If the Contractor is not the quarry owner it is expected that the Contractor and quarry owner will work together to provide a health and safety plan. 2. Where the Engineer is not satisfied that adequate measures are being taken at any such source of granular materials to ensure appropriate levels of health, safety and welfare he may direct that corrective measures be taken at the Contractors expense or reject materials from that source or order an immediate review of the situation by the Health and Safety Committee.

Gen14 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. Before purchasing granular materials from any quarry or borrow pit the Contractor shall ensure that the workforce at that site is adequately covered by insurance for the treatment of accidents and illness arising from their work. Proof of such insurance coverage shall be supplied to the Engineer at his request. 4. Before purchasing granular materials from any quarry or borrow pit the Contractor shall ensure that the conditions of employment of the workforce at that site shall be not less than those required by the relevant legislation in force at the time. He shall pay particular attention to the wages paid to the different classes of workers, hours of work and overtime, retentions, and avoidance of child labour. Where the Engineer is not satisfied that the conditions of employment are adequate he may reject materials from that source.

1.38

Accident Prevention Officer

1. Due precautions shall be taken by the Contractor to ensure the safety and protection against accidents of all staff and labour engaged on the Works, local residents in the vicinity of the Works, and the public travelling through the Works. 2. The Contractor shall nominate a senior member of his staff on Site as a designated Accident Prevention officer qualified to promote and maintain safe working practices. This officer shall have authority to issue instructions and shall take protective measures to prevent accidents, including but not limited to the establishment of safe working practices and the training of staff and labour in their implementation. 3. The Contractor shall be responsible for all costs including medical treatment, transport, accommodation etc. incurred by any member of the public or his labour force whether on direct contract or sub-contract as a result of injuries or illness arising from the execution of the Works.

1.39

Personal Protective Equipment

1. The Contractor shall provide protective clothing and safety equipment to all staff and labour engaged on the Works to the satisfaction of the Engineer. Such clothing and equipment shall include, at minimum, hard hats, lifejackets for boat work, high visibility vests for workers directing traffic, protective footwear for workmen undertaking concrete mixing work, protective footwear, safety glasses or goggles and filter masks for workmen undertaking screening, crushing or grinding, and otherwise as appropriate to the job in hand and to the Engineer's satisfaction. 2. If the Contractor fails to provide such clothing and equipment the Employer shall be entitled to provide the same and recover the cost from the Contractor.

1.40

Medical and First Aid Facilities

1. The Contractor shall provide first aid equipment at all camps and work sites to the satisfaction of the Engineer, and shall ensure that at all camps and work sites where 40 or more persons are engaged on the Works there shall at all times be a person qualified in first-aid with access to appropriate first-aid equipment. Gen15 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The location of first-aid equipment and first-aid arrangements shall be made known to all employees by posting suitable notices at prominent locations around the site and by verbal instruction upon recruitment. 3. The Contractor's arrangements for complying with this clause shall be subject to the approval of the Engineer and also to the approval of any qualified Medical Officer designated by the Government to inspect or supervise medical arrangements on the Site.

1.41

Language

1. All drawings, instructions, signs, notices, name-plates etc for use in the operation and maintenance of the completed Works shall be in English.

1.42

As-built Drawings

1. The Contractor shall prepare as-built drawings which shall be provided to the Engineer as three copies plus electronic version fully compatible with the latest version of AutoCad. 2. These drawings shall be compiled by the Contractor and shall constitute a permanent record of the Works as executed. These shall include all such drawings, schedules, software documentation and calculations as necessary for a complete understanding of the Works including their design (where undertaken by the Contractor), operation and maintenance and incorporating any additional information which will assist the Employer in operating, maintaining and if necessary modifying or extending the Works at a later date. 3. The Contractor shall number the drawings in accordance with a system approved by the Engineer. Each drawing shall incorporate an identical title block which shall incorporate the names and addresses of the Contractor, Subcontractor, Employer and Engineer in addition to the normal provision for drawing revisions. The drawings shall be at suitable scales and to the approval of the Engineer 4. The preparation of as-built drawings shall be commenced as soon as is practicable during the construction of the Works.

1.43

Quality Assurance System

1. The Contractor shall establish and maintain a quality assurance system for his management, works and operations under the Contract in accordance with International Standard ISO 9001: 2000. 2. Details of the quality assurance system shall be submitted by the Contractor at the request of the Engineer.

1.44

Taking over completed Work Blocks

1. On completion of works in any Work Block, the Contractor shall ensure that all access to fields and D&I infrastructure that has been affected by his activities is fully restored.

Gen16 of 19
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2 2.1

The Site Site

1. Except where otherwise shown on the Drawings or specified herein, the Site shall mean the extent of such public and private lands as is, in the opinion of the Engineer, necessary or practicable for the execution of the Works. The Contractor shall not use the Site for any purpose not required by the Contract. 2. The Contractor shall where ordered provide photographs of and make a record to the approval of the Engineer of the condition and levels of the surfaces of the Site immediately before entering on them for the purpose of executing the Works. 3. The Contractor shall maintain the Site in a neat, tidy and healthy condition.

2.2

Land Required for the Works

1. The land available to the Contractor free of charge shall be that to be occupied by the Permanent Works. 2. It is the responsibility of the Employer to ensure that this land is made available and, in the event of objections being raised by the current occupiers or users, the Contractor shall immediately report the circumstances to the Engineer. 3. The Contractor should note that notwithstanding unhindered access to the Site under this Clause, he shall still observe the conditions with respect to maintaining services crossing the Site and avoiding nuisance and disruption to local communities. 4. All necessary negotiations, agreements and payments for additional land for whatever purpose, including that required for the Engineer's facilities, shall be the responsibility of the Contractor.

2.3

Site Compound and Working Area

1. The Contractor shall submit his proposals for the erection of his temporary accommodation and the Engineer's accommodation to the Engineer. Erection of this temporary accommodation shall not commence until the Engineer is satisfied with the proposals. 2. The Contractor shall provide, erect, construct, maintain and subsequently remove proper offices, stores, workshops, laboratories, storage and parking areas for his own use. Such facilities shall be sufficiently sized and equipped to enable him to manage his operations and those of his Subcontractors in a professional manner and to enable him to carry out all his obligations under the Contract. 3. Sheds for storage of materials that may deteriorate or corrode if exposed to the weather shall be weatherproof, adequately ventilated and provided with raised floors.

Gen1 of 5
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. At the end of the Contract, unless otherwise ordered by the Engineer, the Contractor shall clear away all his accommodation and temporary facilities including but not limited to offices, camps, storage and holding yards, workshops, mixing plant and haul roads so that the land is returned to at least its previous condition and, in the case of agricultural land, potential productivity. Clearance and reinstatement shall include but not be limited to tasks such as the removal and disposal of all wastes, disinfection of sewage disposal systems, demolition and removal of unwanted structures, removal of metallic and concrete debris, removal and disposal of any soil contaminated by diesel or other polluting material, ripping to relieve compaction, grading, replacement of topsoil, and establishment of vegetative cover, as appropriate or as directed. 5. The Employer reserves the right to inspect the site of any facilities established or used by the Contractor in connection with the Works and to undertake any corrective measures necessary to reinstate the land, and to recover the cost from monies due or to become due to the Contractor. 6. For the purposes of this Clause, 'accommodation' shall be deemed to include housing, offices, workshops, warehouses and storage areas

2.4

Site Access and Diversion Roads

1. The Contractor shall maintain all highways and associated structures to at least the standard at the beginning of the Contract, and for this purpose, photographs shall be taken at appropriate locations, which are to be agreed with the Engineer, in the presence of the Engineer prior to the work commencing. Two copies of these photographs, clearly identifying the location of each photograph and showing the whole of the road surface, shall be lodged with the Engineer and will be used to demonstrate any subsequent deterioration of the road surface. 2. The Contractor shall provide and maintain temporary access roads to his working areas and to the Engineer's Site Offices and maintain them to the satisfaction of the Engineer. The Contractor shall also provide and maintain temporary drainage and shall divert and reinstate permanent drainage systems. 3. Details of any such Temporary Works shall be submitted to the Engineer and his consent in writing shall be obtained before construction commences. 4. Where the Contractor intends to use a particular road or dam for the haulage of large quantities of materials or oversize loads or frequent passage of construction vehicles he shall consult well in advance with Water Users Associations and any affected communities and submit in advance for the Engineers approval a plan including but not limited to the proposed route, the existing condition of the pavement and bridges, the estimated number and type of vehicle movements per day, a programme for monitoring the condition of the pavement and structures, and measures for limiting vehicle speeds and dust nuisance in built-up areas. 5. The Engineer reserves the right to disallow certain haul routes should these in his opinion cause or be likely to cause unreasonable nuisance or hazards to the public. 6. The Engineers approval of a particular haul route will not remove the Contractors obligations to prevent and repair damage to roads or his liability for compensation for any accidents caused by him. Gen2 of 5
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2.5

Areas outside the Site

1. In the event of the Contractor making use of any special or temporary wayleave or additional accommodation acquired by him or any tip for the disposal of surplus materials he shall obtain the written consent of the owner, occupier or authority having charge of the land in which such wayleave, accommodation or tip is situated and shall make a record agreed by the owner, occupier or authority as aforesaid of the condition of the surface of that land before entering thereon. 2. The Contractor shall permit the Employer and the Engineer and any person authorised by the Employer or the Engineer to use for the purposes of the Contract any such special or temporary wayleave or additional accommodation acquired by the Contractor. Such use shall be permitted at no extra cost to the Employer. 3. In the event of the Contractor making use of any special or temporary wayleave or additional accommodation made available to him by the Employer for the purpose of the Contract, the land in which such wayleave or accommodation is situated shall be deemed to be part of the Site as defined in Clause 2.1. 4. For the purposes of this Clause, 'accommodation' shall be deemed to include housing, offices, workshops, warehouses and storage areas.

2.6

Access to Site

1. Before the commencement of any part of the Works the Contractor shall make temporary access tracks including all necessary temporary diversions and bridge works to the part of the Site concerned, both for the Contractor's own access and for the maintenance of public access, all to the approval of the Engineer. The Contractor shall maintain such access tracks in a condition suitable for the safe and easy passage of plant, vehicles and pedestrians until these tracks are no longer required for the purposes of the Contract. 2. The Contractor shall make a record to be agreed by the Engineer of the condition of the surfaces of any private lands or of any public cultivated or maintained lands over which access to the Site lies before use for access and he shall keep such surfaces in a reasonable state of cleanliness and repair during the execution of the Works. On the termination of the Contractor's use of such access he shall restore the surfaces to a condition at least equal to that obtaining before his first entry on them.

2.7

Site Conditions

1. Information about climatological conditions in Guyana is given in Appendix A. The Contractor shall be responsible for confirming the Site climatological conditions for the purpose of Plant design and construction operations.

2.8

Clearance of Site for Survey

1. Prior to bush clearance as specified in Chapter 4 of the Specifications, the Contractor shall clear the Site to the extent required for the survey as specified in Clause 1.6 Gen3 of 5
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The Contractor shall only clear those parts of the Site for which the Engineer's prior approval has been given in writing and, when undertaking such clearance, shall limit clearances to the minimum practicable and shall avoid disturbing areas of religious significance and trees and plants of economic value to the local communities outside the area for which approval for clearance is given. 3. The Contractor shall give to the Engineer at least 28 days written notice of his intention to start clearance on any part of the Site. The clearance shall not start until the Contractor has received the Engineer's written approval. 4. The Contractor shall fill and make good with appropriate materials those cavities and losses of soil which result from clearing for checking setting out as specified in this Clause. The material arising from such clearance shall be disposed of by the Contractor.

2.9

Site Fencing

1. All accommodation areas shall be security-fenced prior to the commencement of their use. Security fences shall be minimum 2 metres high galvanised chain-link fencing carried down to the ground and with any irregularities secured with barbed wire to prevent human ingress. Security fences shall be provided with lighting on poles at 50 m intervals or otherwise to the satisfaction of the Engineer. 2. Boundaries of working areas, and other parts of the Site designated by the Engineer, shall normally be fenced or provided with safety railings and/or netting to prevent casual ingress by the public and to exclude livestock. 3. Boundary fences shall be 5-strand barbed wire fences capable of excluding cattle, sheep and goats, or otherwise as approved by the Engineer. Boundary fences will be provided with gates and stiles at locations to be designated by the Engineer. 4. In the case of deep excavations and Works located near areas of housing or on public roads, safety railing and/or netting shall be provided as directed by the Engineer. 5. All fences and safety railings shall be regularly inspected and maintained in good condition for the duration of the Contract. 6. For the purposes of this Clause, 'accommodation' shall be deemed to include housing, offices, workshops, warehouses and storage areas.

Gen4 of 5
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3 3.1

Materials and Workmanship Applicable Standards

1. Except where otherwise specified all materials and workmanship shall conform with the requirements of the relevant ISO Standards, British Standards and British Standard Codes of Practice (hereinafter referred to as BS or CP) issued by the International Standards Organisation and the British Standards Institution current on 1st January, 2008 or the International Electrotechnical Commission (IEC) as appropriate. Other equivalent National or International Standard Specifications may be substituted at the sole discretion of the Engineer or as may have been agreed in the Contract. 2. Where on the Drawings, a reference to local standards or products is shown, it shall be for the guidance of the Contractor only and it shall not relieve the Contractor of his obligations as defined in the Specifications. 3. The Contractor shall obtain and keep on Site at least one copy of each (with their English translation), or the required sections, as ordered by the Engineer, of ISO, BS, CP or other approved Standard and reference work which is referred to in the Specification, and of each other Standard which applies to materials which are being supplied to, or workmanship executed on, the Works. These Standards and reference books shall be supplied to the Engineer within 90 days of the Engineer's order to commence the Works and will be available to the Contractor at all reasonable times. 4. All materials and workmanship not fully specified herein or covered by an approved Standard shall be of such kind as is used in first class work and suitable to the climate in the Project Area. 5. A list of Standards and other publications referred to in the Specification is given in Appendix D.

Civil Works Materials and Workmanship

3.2

Sampling and Testing - General

1. The Contractor shall submit to the Engineer for his approval details of a laboratory which he proposes to use for the purpose of materials testing. The laboratory shall be fully equipped and staffed and be able to perform the tests outlined in Clause 3.3. 2. Where specified or ordered by the Engineer the Contractor shall arrange for tests as detailed in Clause 3.3, to be carried out at the approved laboratory. 3. The Contractor shall keep records of all tests he conducts in connection with compliance with the Specification and shall supply copies of the results of such tests to the Engineer when required. 4. The quality of concrete and its constituent materials will be monitored by tests carried out in an approved laboratory on samples provided by the Contractor or taken by the Engineer, all as detailed in Clause 3.4. Gen1 of 7
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5. Samples required for tests in the approved laboratory, shall be supplied and delivered by the Contractor in appropriate containers, suitably packed and labelled. The Contractor shall supply and maintain such number of sample containers for the tests listed in Clause 3.3 below as is necessary to meet the requirements of the Engineer's testing programme.

3.3
(i)

Testing Facilities
Soil Testing (the numbers given in brackets refer to the tests as specified in BS 1377): (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) Determination of moisture content (lA) Determination of liquid limit (2A) Determination of plastic limit (3) Determination of plasticity index (4) Determination of linear shrinkage (5) Determination of specific gravity of soil particles (6A or 6B) Determination of particle size distribution (down to sieve size 200) (7B) Determination of particle size distribution (fine grained soils - pipette method) (7C) Determination of sulphate content of soil and groundwater (9) and (10) Determination of the pH value (11A) Determination of dry density/moisture content relationship (12) Determination of dry density of soil on the site (15B) Determination of gypsum content (USDA AH Nr 60, 6/22 - Reference (1) below) Determination of the California bearing ratio (16)

1. The Contractor shall make available testing facilities to carry out the tests specified below:

(o) (ii)

Modified Procter Test Concrete Testing (the part and clause numbers refer to the tests or procedures as specified in BS 1881): (a) (b) (c) (d) (e)

Aggregate moisture tests for determination of water cement ratio


Slump test Part 102 Compacting factor test Making and curing test cubes Compression testing of test cubes Part 103 Parts 108 and 111 Parts 115 and 116

(iii)

Cement Testing (the section numbers refer to the tests in BS 4550 : Part 3): (a) Compressive strength Section 3.4 (mortar cubes)

(iv)

Fine and Coarse Aggregate Testing (the part and paragraph numbers refer to the tests as specified in BS 812): (a) Flakiness index Section 105.1

Gen2 of 7
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme (b) (c) (d) (e) (f) (g) (h) (i) Elongation index Particle size and grading Silt content by field settling test Aggregate impact value Aggregate crushing value 10 per cent fines value Soluble sulphates Chloride content

Ministry of Agriculture, Guyana Section VII General Specifications Part 1, Para. 7.4 Part 103 Part 1, Para. 7.2 Part 3, Para. 6 Part 3, Para. 7 Part 3, Para. 8 Reference (2) below Part 4

(v)

Water Testing (a) Total dissolved solids and electrical conductivity Sulphate content BS 1377, Test 10

(b)

(c)

Chloride content

BS 812, Part 4

List of References for above Tests (1) (2) Agricultural Handbook Nr 60, Chapter 6, Section 22, United States Department of Agriculture, February 1954. Laboratory Testing in Soil Mechanics, T.M. Akroyd, published by Soil Mechanics Ltd., p 35.

3.4

Concrete Sampling and Testing

1. The Contractor shall be responsible for providing samples of concrete and its constituent materials for testing at the approved laboratory. For this purpose concrete test cubes which shall be made in accordance with BS 1881, shall be deemed to be 'samples'. All sampling of constituent materials shall be carried out in accordance with the provisions of the appropriate British Standard, and all sampling of fresh and of hardened concrete shall be carried out in accordance with the provisions of BS 1881 unless such provision is at variance with the Specification. 2. The tests at the approved laboratory for which samples are required are those listed in Clause 3.3 (ii), (iii), (iv) and (v) above. Details of all such samples shall be recorded by the Contractor and passed to the Engineer. The frequency with which such samples are to be delivered to the laboratory will be given by the Engineer in the form of a sampling plan. The Engineer will make available to the Contractor the results of each test carried out on the samples so provided. 3. The tests which the Contractor is required to undertake himself on behalf of the Engineer are those to be carried out on fresh concrete at the place of final deposit, or elsewhere on the Site as directed by the Engineer. These tests comprise slump tests to BS 1881. The Contractor shall keep records of all such test results and supply copies of same to the Engineer. The frequency with which these tests are carried out shall be as directed by the Engineer in the form of a testing plan. Gen3 of 7
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. The Contractor shall also test aggregates for moisture content and so determine the water/cement ratio of the fresh concrete. Determinations of water/cement ratio shall be carried out as required by the Engineer and the results and calculations submitted to him. 5. The Contractor shall until the end of the Defects Notification Period (or such earlier date as directed by the Engineer) supply, service and operate the necessary apparatus for sampling concrete and its constituent materials in accordance with the above requirements, and for slump tests on fresh concrete and moisture content of aggregates as described above. 6. Sampling of fresh concrete for concrete test cubes shall be carried out whenever possible at the place of deposition in the structure. From each such sample three concrete cubes shall be made; each cube shall be marked indelibly for identification when it is in the mould. After retention at the site of the structure for 24 hours the cubes shall be delivered to the approved laboratory for removal from their moulds, curing and testing. Moulds will be returned to the Contractor for reuse. Sampling fresh concrete for such cubes shall be carried out by the Contractor in accordance with a sampling plan to be drawn up by the Engineer in accordance with the following principles: 7. The frequency of sampling for each class of concrete from each batching centre in each active day to be at the rate of:
(a) one sample from one batch of every 10 batches, or one sample per 10 m3 of concrete, or

(b)

(c)

one sample.

whichever involves the greatest number of samples. Where more than 20 m3 from one batching centre is placed in one location in one day, the rate of sampling may be decreased, with the approval of the Engineer to one sample from one batch of every 20 batches or one sample per 20 m3 of concrete, whichever involves the greater number of samples. The actual rate of sampling may vary to the approval of the Engineer according to the random selection of batches to be sampled and shall be increased when ordered by the Engineer in appropriate circumstances. 8. In addition to his other duties in connection with the sampling and testing of concrete the Contractor shall provide the instruments for, and record the temperatures of, concrete, concrete materials and the atmosphere, as required by the Engineer, and copies of such records shall be supplied to the Engineer.

3.5

Sampling

1. The Contractor shall provide for the approval of the Engineer samples of all construction materials and manufactured items required for the Permanent Works, if ordered. All samples rejected by the Engineer shall be removed from Site. All approved samples shall be stored on Site by the Contractor for the duration of the Contract, and any materials or manufactured items subsequently delivered to Site for incorporation in the Permanent Works shall be of a quality at least equal to the approved sample. Gen4 of 7
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3.6

Sub-soil Investigations

1. Where specified or ordered by the Engineer, the Contractor shall investigate and take samples of the materials and water in and about the earthworks and structures. Investigation will be by auger hole or trial pit. The precise location and method of investigation and sampling will be ordered by the Engineer in each case. The Contractor shall employ staff experienced in site investigation to undertake the site work. 2. The Contractor, if ordered, shall have available at 72 hours notice until substantial completion of the whole Works, or until such prior time as the Engineer may approve, the following items of equipment: (a) A 150 mm diameter auger, 10 m length of extension rods and spare auger bit for the auger. Auger holes will generally not be required more than 5 m deep, but will generally be required to penetrate the full 5 m depth provided for;

(b)

Field permeability test equipment in accordance with Des E.19 of the US Bureau of Reclamation Earth Manual, 1974;

(c)

Equipment for taking both disturbed and undisturbed soil samples and water samples;

(d)

Sample containers.

3. The investigation shall be undertaken in accordance with BS 5930 and BS 1377. All containers holding samples shall be securely and indelibly labelled with reference number, trial hole number and depth of sampling. 4. The Contractor shall make a detailed record in the field at the time of each investigation in a form approved by the Engineer of all sub-soil investigations made by him. These records shall include a description of the materials encountered and their depth. A copy of each record shall be submitted to the Engineer not later than the day following that to which the record refers. The descriptive record should accord with the recommendations of BS 5930 5. Each record shall show the level of the ground at the commencement of the investigation referred to Georgetown Datum. It shall also record the level where water was first encountered, other relevant water levels, the depths at which samples were taken, and the nature and reference numbers of samples. 6. Upon completion of each investigation the Contractor shall prepare and submit three copies of the investigation record in a form agreed with the Engineer, which shall include the result of tests undertaken at approved laboratories.

Gen5 of 7
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3.7

Trial Pit Investigations

1. If required by the Engineer the Contractor shall carry out ground exploration by trial pits in such places, to such depths and at such times as may be directed by the Engineer. 2. The trial pits shall be excavated as directed and shall be kept open for as long as the Engineer may direct. During this time adequate safety precautions shall be taken and the pits cleared of standing water as required. On completion the trial pits shall be backfilled.

3.8

Responsibility for Sampling and Testing

1. With regard to sampling, testing and the costs thereof, nothing in the foregoing shall be deemed to derogate from the responsibilities placed on the Contractor under the terms of the Conditions of Contract.

Gen6 of 7
243658/1/A/4 March 2008 KJC Document1

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4 4.1

Earthworks Earthworks Specification in Sub-divisions

1. The Contractor shall make excavations in any material and shall dispose of the excavated materials all as specified, shown on the Drawings, or ordered by the Engineer. The earthworks specification is divided into four sub-divisions, as follows:
General Demolition and Clearance Channels and Unsurfaced Road Embankments Structures and Pipelines. Clauses in General shall apply to all types of earthworks.

General

4.2

Notice to be Given before Commencing Earthworks

1. The Contractor shall give to the Engineer at least seven days written notice of his intention to commence earthworks on any part of the Site so as to enable the Engineer to be furnished with all ground levels and other particulars he may require for the purpose of measurement. The earthworks shall not be commenced until written approval has been received by the Contractor from the Engineer.

4.3

Earthworks to Lines and Levels

1. The whole of the earthworks for the several parts of the Works shall be carried out to the dimensions and levels shown on the Drawings, or to such other dimensions and levels as may be ordered by the Engineer. Dimensions which are based on, or relate to, ground levels or chainages shall be referred to the Engineer before commencing earthworks at any location. 2. For the purpose of the Specification the term ground level shall refer to the ground surface before the start of earthwork operations but after bush clearance.

4.4

Extent of Excavations

1. The extent of excavations shall be the minimum practicable in the opinion of the Engineer for the construction of the Permanent Works. 2. The construction of open channels and trenches for pipelines shall at any one time be limited to lengths previously approved by the Engineer in writing. Except with the written approval of the Engineer, work on each approved length shall be completed to the satisfaction of the Engineer before work on any new length is commenced.

Gen4-1 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4.5

Excavation of Unsound Material

1. If any unsound material occurs in foundations or below embankments the Contractor shall remove and dispose of it to the satisfaction of the Engineer. Unsound material shall include roots, organic matter, mud, gypsum, sand and deleterious substances. Unless otherwise specified or ordered by the Engineer, the Contractor shall fill the voids in the foundations so formed with concrete Class D for major structures, with compacted fill material for minor structures, embankments and roads, and with approved granular material for embankment pitching. 2. If the Contractor encounters any material which in his opinion may be unsound, he shall immediately inform the Engineer who will instruct the Contractor in writing as to whether or not the said material shall be treated as unsound.

4.6

Slips and Falls

1. The Contractor shall exercise the greatest possible care and take all necessary precautions to prevent slips and falls of material from the sides of the excavation and embankments. In the event of slips and falls occurring the Contractor shall make good all earthworks and associated works and execute any requisite modifications of the Works to the satisfaction of the Engineer.

4.7

Fill

1. Fill means selected excavated material placed in embankment above original ground level. Selection shall inter alia be such as to exclude material of particle size exceeding 150 mm unless otherwise specified or approved by the Engineer. Fill placed against a structure shall not contain particles exceeding 50 mm in size unless otherwise specified or approved.

4.8

Borrow Areas

1. Where specified or ordered by the Engineer fill material for incorporation in the Works shall be obtained from approved borrow areas after the completion of any tests to confirm the suitability of the material. On completion of excavation the Contractor shall trim, grade and leave the borrow area in a tidy condition to the satisfaction of the Engineer and shall carry out any further earthworks necessary to prevent accumulation of water in the area.

4.9

Special Compaction of Fill and Backfill

1. Specially compacted fill or backfill shall consist of approved material spread and compacted in layers approximately horizontal and of uniform thickness with a slight outward slope and of a compacted depth not exceeding 0.15 m. The moisture content of the soil shall be carefully controlled either by natural drying or wetting with a fine spray.

Gen4-2 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. Compaction shall be carried out by mechanical rollers, rammers, vibrators or other approved plant so as to produce a dry density not less than 95% of the maximum dry density for drain and canal embankments and material placed above structural foundation level, and not less than 100% of the maximum dry density for material placed below structural foundation level. The maximum dry density shall be determined in accordance with BS 1377 Test 12 (2.5 kg rammer) or such other minimum dry density as may be otherwise specified or ordered by the Engineer. 3. The Contractor shall exercise careful control of the moisture content of the fill material prior to and during compaction such that it lies within a range of values established to the approval of the Engineer during the trials specified in Clause 4.10 and suitable for the fill material and the method of compaction adopted.

4.10

Preliminary Trials for Specially Compacted Fill and Backfill

1. At least 28 days before commencing special compaction of the fill or backfill in the Permanent Works, the Contractor shall submit to the Engineer details of the method and Constructional Plant proposed to be used and shall make trials on Site. The Contractor shall make such tests of the materials before and after compaction as the Engineer considers necessary, both of the trials and of the Permanent Works, to ascertain to the Engineer's satisfaction that the degree of compaction specified is attained.

4.11

Scarifying Ground Surface

1. Where fill in embankments is to be specially compacted, the surface of the ground under the embankment shall be scarified to a depth of 0.15 m so as to provide a satisfactory bond between the ground and the fill. The moisture content of the scarified surface shall be carefully controlled either by natural drying or by wetting with a fine spray. If, for any reason, progress in compacting the fill is interrupted for an unreasonable time, the surface of the fill shall be scarified before compaction continues.

4.12

Allowance for Settlement

1. The Contractor shall make due allowance for consolidation and settlement of fill and specially compacted fill, such that the levels, widths and dimensions of the finished surfaces at the end of the Defects Liability Period are in accordance with the Contract.

Demolition and Clearance

4.13

Bush Clearance

1. The Contractor shall clear trees, bush and associated roots, hereinafter referred to as bush from the area occupied by canals, drains, structures, access dams, embankments or other works to the extent necessary to do the Works or additionally where the Engineer orders. As far as reasonably possible, bush shall remain undisturbed to provide amenity and environmental benefit.

Gen4-3 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The Contractor shall not clear any bush without the prior written approval of the Engineer and the Contractor shall strictly ensure that bush is undisturbed outside the area for which approval is given. 3. The areas to be left undisturbed will include, inter alia, woodland of religious significance, trees of economic importance to the local communities, trees and bushes of amenity value. 4. The Contractor shall give to the Engineer at least 28 days written notice of his intention to commence bush clearance on any part of the Site. The clearance shall not start until written approval has been received by the Contractor from the Engineer. 5. Trees and bushes shall be uprooted using an approved rock/root or multi-application rake in such a manner that disturbance of the topsoil is kept to a minimum. The speed of the tractor carrying the root rake shall be sufficiently low to pull the majority of the long lateral roots out of the ground so that the roots do not snap off at the root crown to remain in the soil. The use of a bulldozer blade for uprooting trees will not be allowed. 6. Along canals and drains the bush clearance shall be carried out in the channel itself, on canal and drain embankments and access dams. 7. The area to be cleared shall be classed as follows: Dense Greater than 10 trees per 100 m of channel, dense vegetation including large trees. Medium 3 to10 trees per 100 m of channel, moderately dense vegetation comprising mostly bushes and a few trees Light Less than 3 trees per 100 m of channel, mostly grassy vegetation with some bushes and occasional trees 8. The material arising from the bush clearance shall be gathered into windrows and burnt in approved areas. Where ordered by the Engineer, wood of economic value shall be removed by the Contractor to reserves adjacent to the canals and drains. Where ordered by the Engineer materials arising from Site Clearance shall be disposed of by the Contractor off Site to an approved disposal area. 9. Any regeneration of trees or bushes from stumps or main root systems following the bush clearance operation shall be removed together with the stumps or main roots during the Defects Notification Period. The Contratcor will not be requried to remove regeneration of trees and bushes from minor roots remaining in the soil. 10. For the purposes of this clause a tree is defined as having a girth 1.0 m above ground level of at least 0.45 m. Where a tree has more than one branch or trunk 1.0 m above ground level the girth of the largest branch or trunk shall be considered.

Gen4-4 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4.14

Root Ploughing

1. Within the Site, in channel, embankment and road reservations, a root ploughing operation shall take place where ordered by the Engineer. The roots remaining after bush clearance shall be lifted using an approved root plough in such a manner that the disturbance of the topsoil is kept to a minimum. The root plough used shall be capable of operating up to a depth of 0.9 m below the surface of the ground. The Contractor may operate the root plough and root rake simultaneously on one machine, the root rake being front mounted and the root plough being towed. 2. The average depth of root ploughing required will be within the range 0.25 to 0.4 m below the surface of the ground, and it will not be required in areas which were not previously occupied by bush and its root systems.

4.15

Topsoil Stripping

1. Where directed by the Engineer, at locations where new embankments are to be constructed, topsoil including all vegetation shall be removed from within the footprint of the embankment. Where existing embankments are to be re-profiled topsoil shall only be removed at locations where, in the opinion of the Engineer, the depth and extent of organic material could affect the water retaining capacity of the embankment. Topsoil removal on existing embankments shall only be carried out on the instruction of the Engineer. The soil shall be spread on the adjacent fields and the vegetation disposed of to the approval of the Engineer. Where topsoil is to be stripped for reuse it shall be stockpiled in locations safe from erosion, mixing with other materials, or compaction by construction traffic.

4.16

Disposal of Sediment

1. Sediment excavated or dredged from drainage and irrigation channels shall be disposed of by spreading on adjacent fields, spreading on adjacent dams, at a spoil disposal site, or by a combination of these options. Sediment shall not be permanently deposited on the formation or surface of an access road. 2. In exceptional circumstances, where directed by the Engineer, the Contractor shall remove sediment containing more than the allowable minimum of pesticide residue to an approved toxic waste disposal site.

4.17

Removal of Existing Structures

1. Removal and disposal of different types and parts of existing structures (such as concrete or timber hydraulic structures, bridges, culverts, walls, etc) is required either to allow construction of new concrete and timber structures, for rehabilitation of existing concrete and timber structures and for clearance of the Site as shown on the Drawing or as proposed by the Engineer. Removed concrete, reinforced or un-reinforced, timber and any other material shall be disposed to outside of the Site as directed by the Engineer. The removed area shall be left clean and tidy.

Gen4-5 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. All demolition shall be carried out without damage to the remaining parts of the structure or adjoining property and if such damage shall occur in the carrying out of the demolition, the Contractor shall reinstate and make good the same at his own expense. All reinstatement shall be executed with materials and workmanship to match in every respect the surrounding work and is to be properly bonded thereto. 3. The Contractor shall provide all requisite plant, scaffolding, planks, safety equipment etc. for proper execution of the demolition works. 4. The Contractor shall notify the relevant Utility Authorities to allow them facilities for removing any fixtures, fittings or services that may belong to them. 5. Any items that the Client deems to be of value will remain in the Clients ownership. 6. Structures, utilities or other services that come within the area to be demolished shall be disconnected or diverted so that they may be entirely self-contained with any portion of the premises that is to remain. 7. The Contractor shall make arrangements for the security and safety of the Works and the partially demolished property during these Works. This cost is to be borne by the Contractor.

4.18

Cleaning Existing Structures

1. The Contractor shall undertake cleaning of the channel and structure invert and barrel at existing structures including but not limited to culverts, aqueducts, inverted siphons, and bridges in order to improve flow conditions at the structures. The location of structures to be cleaned are as shown on the Drawings and as directed by the Engineer. Cleaning shall generally comprise removal of weed and vegetation on the channel bed and slopes and excavation and disposal of deposited organic material, silt and earth. Cleaning shall be carried out from a distance of 5 metres upstream of the structure to 5 m downstream of the structure and shall include the structure barrel and invert. 2. Cleaning shall be carried out prior to any other rehabilitation works to a structure being carried out to allow inspection of the condition of the structure.

Channels and Unsurfaced Road Embankments

4.19

Excavation and Disposal

1. Material excavated in drains and canals shall be placed alongside in associated embankments or in spoil areas as shown on the Drawings, or in such other locations as the Engineer directs. If excess material is available over and above that required for the associated embankments it shall unless otherwise specified be placed in other embankments requiring additional fill unless the Engineer orders otherwise.

Gen4-6 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Structures and Pipelines

4.20

Dewatering

1. The Contractor shall keep each excavation clear of water during construction and, in the case of structures being constructed in saline or acidic groundwater, for such further period as may be necessary to avoid the submersion of concrete within 28 days of being placed. The method of keeping excavations clear of water, dewatering, and disposal of water, shall be subject to the approval of the Engineer. The Contractor shall ensure that sufficient stand-by plant is on Site at all times to avoid any interruption in continuity of the dewatering.

4.21

Method of Excavating

1. If required by the Engineer, the Contractor shall submit his proposed method of excavation, including details of necessary supports for the excavations, to the Engineer for his written approval.

4.22

Working Space

1. Excavation shall be carried out to such dimensions as will permit adequate dewatering, proper support of the sides of the excavation, the erection of shuttering, placing of concrete and fill including compaction and any other construction operation.

4.23

Excavations for Pipelines

1. Excavations for pipelines shall follow the lines and levels shown on the Drawings or as directed by the Engineer. Curves, where necessary, shall not involve angular deviations at any pipe joints greater than those recommended by the manufacturer and approved by the Engineer. 2. The maximum distance between the sides of the trench and the barrel of the pipes shall be as shown on the Drawings and for pipe diameters not shown on the Drawings as given in the table below, inclusive of any allowance required for trench support: Nominal internal diameter of pipe (mm) 450 or less 450 to 900 over 900 Maximum distance between barrel and trench (mm) 250
300

400

3. Properly painted sight rails and boning rods of predetermined measurement shall be supplied. They shall be used to ensure that the excavation is to a true and even gradient.

Gen4-7 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. Whether excavations for pipelines are constructed with vertical, sloping or stepped sides, that portion of the excavation which extends from the formation to a level not less than 0.3 m above the crown of the pipe when laid in its correct position shall be formed with vertical sides unless otherwise specified or ordered by the Engineer.

4.24

Backfill and Fill

1. Backfill means selected material obtained from that excavated for the structure and replaced below original ground level. Selection shall be as for fill as specified in Clause 4.7. All backfill shall be specially compacted in accordance with Clause 4.9. Where directed by the Engineer, fill above original ground level at or adjacent to structures shall also be specially compacted. 2. The top 0.15 m of backfill or fill shall be selected topsoil from the excavated material unless otherwise directed by the Engineer and/or shown on the Drawings.

4.25

Test on Formation Level

1. On reaching the level for hand trimming specified in Clause 4.28 the Engineer may order either in situ or other tests as specified to determine the nature and strength of the soil.

4.26

Canal and Drain Structure Foundations

1. For major structures, where the underside of any part of the foundation lies between 0.1 m and 0.5 m below existing ground level the plan area of such section of the structure shall be excavated in foundation to 0.5 m below existing ground level and the space between the underside of the foundation slab or blinding layer; and the surface so exposed shall be made up with fill specially compacted in accordance with Clause 4.9. 2. Where the underside of any part of a major structure foundation is higher than 0.1 m below existing ground level the ground below the structure shall be excavated in foundation to 0.3 m below ground level and the volume between the surface so exposed and the underside of the foundation slab shall be filled with concrete Class D. 3. For minor structures, where the underside of any part of the foundation is higher than 0.3 m below existing ground level, the ground shall be excavated in foundation to 0.3 m below ground level and space between the foundation slab or blinding layer and the surface so exposed shall be made up with backfill and specially compacted fill as necessary.

4.27

Over Excavation

1. Any extra excavation for structures beyond the limits specified or ordered, other than that specified in Clause 4.26, shall be filled by the Contractor at his own expense with concrete of the same class as the concrete in the foundations or with gravel backing material or with specially compacted fill as the Engineer may require.

Gen4-8 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4.28

Hand Trimming at Formation Level

1. Where the formation level of any excavation is to receive concrete or backfill the final 0.15 m of the excavation shall be trimmed by hand or such other method as may be approved or ordered by the Engineer, after removal of any slurry and immediately before the placing of the concrete or backfill.

4.29

Protection of Works

1. The Contractor's proposals for protecting work constructed under the Contract from damage by flooding or otherwise in the course of his work on the construction of associated structures, shall be submitted to the Engineer but such submission shall not in any way absolve the Contractor from responsibility for any damage which may be incurred subsequently.

Gen4-9 of 10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Concrete 5.1 Cement

1. The cement type used in the Works shall be ordinary Portland cement (OPC) complying with BS EN 197-1:2000, or Sulphate resisting cement (SRC) complying with BS 4027:1996. The Contractor shall undertake sulphate and acid tests on groundwater and irrigation water in the Site to establish the required sulphate class in accordance with BS 5328:1997 and shall use the corresponding cement type. 2. The Contractor shall supply samples of cement, when requested by the Engineer, both from the Contractor's store on Site and from the place of manufacture. 3. The Contractor shall supply the manufacturer's test certificate for each consignment of cement received at the Site. The Contractor shall maintain a record available for inspection by the Engineer of the locations of concrete made from each consignment. 4. For the purpose of BS EN 197-1:2000, the Engineer shall determine the climatic conditions of the Site.

5.2

Aggregates

1. Aggregates for concrete shall comply with BS EN 12620:2002 at the time of use. 2. Fine aggregate shall consist of natural sand. The Engineer will permit the addition of suitable crushed rock fine aggregate, as necessary, to the natural sand where in his opinion it is impracticable to obtain the required grading of the combined aggregates otherwise than by such addition. The maximum quantities of clay, silt and fine dust shall, in any event, not exceed 3% by weight as determined by the test given in BS 812: part 103.1, 1985 and BS EN 933-1. 3. Coarse aggregate shall comply with the requirements in BS EN 12620:2002 for graded aggregate to the nominal maximum size specified for the appropriate class of concrete. 4. The aggregates shall be such that concrete, when made and tested in accordance with Building Research Station Digest 357 (2nd series), shall not show a drying shrinkage greater than 0.065%. 5. Immediately after commencement of the Works the Contractor shall make tests to the satisfaction of the Engineer before the Engineer will give approval to the source of aggregates proposed by the Contractor. Alternatively, and subject to the approval of the circumstances by the Engineer, the Contractor may submit a certificate from an independent laboratory. 6. Unless otherwise specified, separate fine aggregate and 20 mm nominal maximum size coarse aggregate shall be used. Where 40 mm nominal maximum size coarse aggregate is specified or approved it shall be a separate grading additional to the 20 mm aggregate added at the time of batching the concrete ingredients. 7. During the performance of the Contract, the Contractor shall supply samples of aggregates when required by the Engineer at a frequency at least once weekly at each source of each grading approved by the Engineer.

Gen1 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5.3

Water

1. The water used for making and curing concrete shall be from a source approved by the Engineer and at the time of use shall be free from polluting matter in any quantity which: (a) affects the initial setting time of the cement by more than 30 minutes or reduces the compressive strength of test cubes by more than 20% when tested in accordance with BS EN 1008:2002; prevents the achievement of the specified test cube strengths at 28 days for the appropriate class of concrete; produces discoloration or efflorescence on the surface of the hardened concrete; aggravates or promotes an 'alkali-aggregate' reaction.

(b) (c) (d)

2. The water shall be free from hydrocarbons and from suspended organic matter. Inorganic matter in solution shall not exceed 500 parts per million by weight and in suspension shall not exceed 30 parts per million by weight. 3. The Contractor shall test the water which he proposes to use and shall submit the records of such tests to the Engineer before placing any concrete in the Permanent Works. 4. The Contractor shall make regular tests of the water taken from the points of delivery into the other ingredients of concrete and mortar in a pattern and at a frequency approved by the Engineer and shall furnish the Engineer with two copies of each test result.

5.4

Additives

1. Concrete shall be made from cement, aggregates and water as specified. No other ingredient shall be mixed with the concrete or mortar without the Engineer's approval. 2. If the use of retarding or workability agents is approved by the Engineer this use shall be subject to the following conditions: (a) (b) (c) (d) (e) no reduction of testing plan mean strength compared with additive-free concrete of the same class (see Clause 6.12); no reduction of cement content prescribed; no corrosive effect on reinforcement steel; no alkali-aggregate reaction promoted; dosage and admixture strictly in accordance with the manufacturer's instructions in respect of the specific conditions obtaining. Dosage to be by approved dispenser.

3. The Contractor may use a retarder to facilitate the preparation of construction joints, subject to the approval of the Engineer to the composition of the retarder and its method of application.

5.5

Chemicals in Materials

1. The total sulphate content, whether as gypsum or more soluble salts, of concrete ingredients when measured as S03 shall together not exceed 4.0% of the weight of cement in the concrete. Gen2 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The chloride content of concrete ingredients when measured as Cl shall together not exceed 0.2% of the weight of cement in the concrete.

5.6

Storage of Materials

1. The Contractor's arrangements for storing and handling the materials for concrete shall be to the approval of the Engineer. Such arrangements shall be directed towards preventing the deterioration, adulteration or segregation of the various materials and ingredients thereof and shall ensure the ready identification and orderly use of consignments of cement.

5.7

Shuttering

1. Shuttering shall be constructed to obtain the required profiles and surface textures of the structures and be such that it remains rigid during the placing and setting of the concrete. 2. It shall be fixed in accurate alignment and to the true shape and dimensions of the Permanent Works as shown on the Drawings or as ordered by the Engineer. 3. A method of support which would result in holes extending the whole width from face to face of concrete which forms part of the Permanent Works may be permitted at the Engineer's sole discretion. Any such holes shall be made good to the satisfaction of the Engineer and shall be located a minimum of 50 mm clear of any reinforcement. 4. No plugs, bolts, wire ties, holdfasts or any other appliance whatsoever, for the purpose of supporting the shuttering or reinforcement, shall be fixed permanently into the structure so that they have less cover than the reinforcement or in any way impair the strength or appearance of the work, nor shall they be placed in such a manner that damage to the work would result in the removal of the same at the time of striking the shuttering. 5. Unless otherwise approved, top shuttering shall be provided for concrete upper surfaces where the slope exceeds one vertical in three horizontal. 6. Except where otherwise specified, shuttering for concrete faces which will remain exposed in the Permanent Works, shall be 'fair finish' shuttering, which is to say that it shall be such as will prevent the loss of any ingredients from the concrete and will produce a dense smooth concrete surface without discontinuities of line, texture or appearance. 7. Except where otherwise specified, shuttering for concrete faces which will remain hidden in the Permanent Works, shall be 'rough finish' shuttering, which is to say that it shall be such as will prevent the loss of any ingredients from the concrete and will produce a dense concrete surface. 8. Unless otherwise shown on the Drawings, exposed concrete edges shall be formed with a chamfer measuring 20 mm x 20 mm. 9. Before each concreting operation is commenced, shuttering shall be carefully examined and cleaned. 10. All shuttering in contact with concrete shall be treated with an approved composition before each usage to prevent adhesion of the concrete. Such composition shall be carefully applied in such a manner that there is no contamination of the reinforcement or previously placed concrete by the composition. Gen3 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

11. When so instructed the Contractor shall submit his proposed design and details of shuttering for the Engineer's approval. 12. Shuttering shall only be removed with the permission of the Engineer, and the work of removing it after the receipt of such permission shall be carried out under the personal supervision of a competent foreman. Great care shall be exercised during the removal to avoid shocks to, or reversal of stress in, the concrete.

5.8

Reinforcement

1. Bar reinforcement shall be of hot rolled, deformed high tensile steel of characteristic strength 460 N/mm2, and shall comply with BS 4449:1997. 2. The Contractor shall supply the Engineer with certificates of the manufacturer, issued in accordance with Clause 12 of BS 4449:1997, for all the required tests including the rebend test in respect of each consignment delivered to the Site. 3. Steel fabric reinforcement shall comply with BS 4483:1998. 4. The reinforcement at the time of incorporation in the Permanent Works shall be clean and free from damage, loose mill scale and loose rust. Bars which have become bent shall not be straightened or rebent for incorporation in the Works without the Engineer's approval. 5. Steel reinforcement shall be stored clear of the ground and supported to prevent distortion. The Contractor shall supply samples of reinforcement from the stocks on Site when required by the Engineer.

5.9

Bending Schedules

1. The Contractor shall ascertain for himself from the information given on the Drawings and in the Specification the precise requirements of steel reinforcement to be obtained for the Permanent Works. From the information provided the Contractor shall prepare working Reinforcement Drawings and Bending Schedules and shall submit these to the Engineer for his approval at least 28 days prior to commencing fixing the reinforcement. In preparing the working Reinforcement Drawings the Contractor shall keep laps to the mimimum number and length required. No additional payment will be made for laps.

5.10

Fixing Reinforcement

1. Steel reinforcement shall be cut from straight bars free from kinks and bends or other damage, and bent by experienced competent workmen. Bars of diameter 20 mm or greater shall be bent in a bending machine designed for the purpose and approved by the Engineer. Bending and cutting shall be in accordance with BS 8666:2000 and BS EN ISO 4066:2000 unless otherwise specified or ordered by the Engineer. 2. Steel bar reinforcement shall not be lapped, except where shown on the Drawings, without the written approval of the Engineer.

Gen4 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The Contractor shall place and fix steel reinforcement accurately in the positions shown on the Drawings and shall ensure that it remains rigidly in that position during the placing of concrete. Tack welding, will not be permitted without the prior approval of the Engineer, and no other welding will be allowed. Supports, spacers including PVC spacers and ties shall be subject to the approval of the Engineer. Concrete spacers shall be made of the same quality concrete as that for the work in which they will be embedded. Metallic spacers, fixing clips and tying wire shall be compatible with the material of the reinforcement, and the specified cover shall be maintained. 4. Reinforcement projecting from previously cast concrete and not wholly embedded in concrete shall not be bent and rebent or reshaped without the prior approval of the Engineer. 5. The main wires of adjacent sheets of steel fabric reinforcement shall be lapped at least 300 mm and the transverse wires at least 150 mm. 6. The Contractor shall not place concrete around reinforcement until the Engineer has inspected and approved it.

5.11

Cover to Reinforcement

1. Except where otherwise shown on the Drawings or ordered by the Engineer, the concrete cover in the finished Permanent Works to the nearest reinforcement (exclusive of concrete blinding, plaster or decorative finishes) shall be 50 mm. This requirement does not apply to concrete faces in boxouts left for the installation of gates, etc. 2. The distance between any two parallel bars shall not be less than 5 mm more than the nominal maximum size of aggregate in the concrete, except at approved laps.

5.12

Classes of Concrete

1. The concrete used in the Permanent Works shall be of the class shown on the Drawings or indicated in the Bill of Quantities or ordered by the Engineer. Characteristics of the classes of concrete which may be used are given in Tables 5.1 and 5.2 herein. 2. Except where otherwise specified herein, the concrete ingredients, manufacture, testing and workmanship shall conform with the requirements of BS 8110.1997.part1 and BS EN 206-1/BS 8500:2002. 3. The water : cement ratios referred to in the Specification are the ratios by weight of free water to cement in the mix and are based on the aggregates being in a saturated surface-dry condition. 4. The Contractor shall not commence concreting in the Permanent Works until a trial mix design for the class of concrete required has been approved by the Engineer persuant to Clause 5.13 hereof. 5. Adjustments to the concrete mix proportions will only be made if, in the opinion of the Engineer, such adjustments are necessary. 6. The Contractor shall not alter the mix proportions nor the source of supply of any of the ingredients without having previously obtained the approval of the Engineer.

Gen5 of 18

Agricultural Export Diversification Programme Table 5.1: Concrete Classification Grade (BS8110) Compressive Strength Class Cement type Maximum aggregate size (mm) A B C D AS BS M Note: * 30 30 15 10 25 25 50 C30 C30 C12/15 C8/10 C20/25 C20/25 C50 OPC OPC OPC OPC SRC SRC OPC 20 20 40 40 20 20 20

Ministry of Agriculture, Guyana Section VII General Specifications

Class

Work ability

Testing plan for concrete cubes Mean strength (N/mm2) Minimum strength (N/mm2) 27 27 13 8 22 22 47

High Medium Medium High High Medium High

33 33 17 10 28 28 53

High workability: slump 100 to 150 mm. Medium workability: slump 50 to 100 mm.

Concrete classes shall be generally used as indicated below: A B C D Reinforced concrete - thin sections Reinforced concrete - general use Mass concrete Blinding, infill

AS Reinforced concrete - thin sections in contact with the ground or, irrigation or drainage water. In acid ground conditions (pH <5.5). BS water. M water Reinforced concrete - general use and mass concrete in contact with the ground or, irrigation or drainage Reinforced concrete use in maritime structures and all structures liable to come into contact with saline

5.13

Designed Mix Concrete

1. Some characteristics required of concrete produced to design mixes are given in Table 6.2 2. The Contractor shall determine to the approval of the Engineer the actual proportions of ingredients for each class of concrete. Unless otherwise agreed by the Engineer and except where not consistent with this Specification, such determination shall be in accordance with the recommendations of BS 8110.1997.part1 and BS EN 206-1/BS 8500:2002.
Table 5.2: Designed Mix Concrete

Gen6 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Class

Minimum Cement content (kg/m3 of concrete)

Maximum water : cement ratio

Trial mean strength (N/mm2)

A B C D AS BS M

310 290 220 170 330 330 400

0.60 0.50 0.55 0.45 0.45 0.45

38.5 38.5 21.5 10 36.5 36.5 58.5

3. The Contractor shall make trial mixes for each class of concrete using the same type of Constructional Plant and the same materials as are proposed for the Permanent Works. The Contractor shall give 24 hours' notice of such trials to enable the Engineer to attend. For each trial mix, three separate batches of concrete shall be made. From each batch of concrete, three 150 mm concrete cubes shall be made by the Contractor and will be tested by the Engineer at 28 days all in accordance with BS EN 12350 and 12390. A trial mix design will be approved by the Engineer with respect to strength if the average compressive strength of the nine cubes so tested is more than the trial mean strength appropriate to the class as given in Table 5.2.

5.14

Compliance with Strength Requirements

1. Of the three cubes made from each sample of fresh concrete in accordance with Clause 3.4 of the Specification, one will be crushed at 7 days and the other two at 28 days. The average of the two 28 day strengths will be taken as the test result. Compliance with the specified strength requirements shall always be judged on the 28 day test results. 2. Concrete shall be considered to have failed to comply with the Specification: (a) if a test result is less than the testing plan minimum specified for that class of concrete, in which case the concrete which it represents shall be broken out and removed by the Contractor when ordered; if the average of four consecutive test results for that class of concrete shall have failed to exceed the testing plan mean strength as specified in which case no further concrete of that class shall be placed in the Permanent Works until the Contractor shall have discovered the cause of such failure and rectified it to the satisfaction of the Engineer.

(b)

Gen7 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5.15

Control and Mixing Ingredients

1. The Contractor shall proportion the ingredients of each batch of concrete accurately by weight. The water shall be added to the aggregates and cement in a mechanical batch mixer; it shall not exceed the amount specified in Table 5.2 hereof and shall otherwise be the minimum amount necessary consistent with complete compaction. The device for measuring the water shall show accurately the weight required having regard to the moisture content of the aggregate and shall be so designed that the water supply will be stopped automatically when the correct quantity has been discharged into the mix. The concrete ingredients shall then be mixed thoroughly.

5.16

Truck Mixed Concrete

1. Truck mixed concrete may be used with the prior approval of the Engineer provided that it complies with the Specification and with BS EN 206-1 and BS 8500:2002, and that the water for the mix is added at the Sites adjacent to the point of final deposit. 2. Technical details of the truck mixers shall be submitted to the Engineer for approval if requested.

5.17

Transporting, Placing and Compacting Concrete

1. The concrete shall be handled so that at the point of deposition it is of the specified quality and consistency, nothing having been added to it or lost from it since leaving the mixer, and segregation of the concrete ingredients is avoided. 2. The Contractor shall obtain the approval of the Engineer to his proposed arrangements before commencing concreting. 3. The Contractor shall regard the compaction of the concrete as a work of fundamental importance and shall produce a watertight concrete of maximum density compatible with the approved mix. Compaction shall be assisted by the use of mechanical vibrators of the immersion type but shall not involve the vibration of reinforcement or shutters except that vibration of shutters may be allowed in the case of precast concrete, with the approval of the Engineer. The number and type of vibrators available for use during each period of concreting shall be to the approval of the Engineer, which will not be given if sufficient stand-by vibrators are not readily available in good working order.

5.18

Construction Joints

1. Construction joints shall be watertight. They shall be formed in straight lines with rigid shuttering perpendicular to the principal line of stress and as far as practicable at points of least shear. They shall be the plain butt type unless otherwise specified or approved. 2. Before placing new concrete against that which has already set the latter shall be treated carefully to expose the aggregate over the full section and to leave a sound irregular clean surface free from laitance.

Gen8 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. Where not shown on the Drawings, the details and positions of construction joints shall be submitted to the Engineer for approval before any concreting takes place. They shall be located so that, in conjunction with the programme for concreting, the effects of shrinkage and temperature are minimised. Where long lengths or large areas of work are to be concreted and where in the opinion of the Engineer it is practicable, the Contractor shall so arrange his programme of construction that concrete is two weeks old before new concrete is placed against it.

5.19

Surface Finishes

1. Concrete surfaces of carriageways of roads and bridges shall have a finish similar to that left by a vibrated hardwood board, 50 mm thick, when used for screeding concrete to its proper level and profile immediately after deposition. Unshuttered exposed upper water-conducting or waterretaining surfaces of concrete shall be floated with a steel float to a smooth finish. The floating shall be executed so as not to bring excess laitance or fine material to the surface. Special care shall be taken when forming weir crest profiles to ensure the profiles are accurately formed. 2. Except at movement joints, concrete surfaces which are to be covered by further concrete or cement mortar shall be thoroughly cleaned to expose the surface of the aggregate and to remove all laitance by hacking, wirebrushing, washing with water or air under pressure or other approved means. 3. Where shown on the Drawings or as otherwise ordered by the Engineer concrete in contact with ground surface and/or drainage water shall be coated with two layers of bitumen coating under categories specified in Clause 5.20.

5.20

Waterproofing

1. This clause covers paint and membrane type of water proofing for basement floors, walls, and exterior surfaces of under ground structures, roof surfaces of buildings and structures. This section does not cover paint for surfaces in contact with potable or irrigation water or other liquids where contamination is prohibited. 2. The Codes and Standards generally applicable to the work under this section are listed. The following Codes and Standards current at the time of bid shall be used: BSI, ASTM, and DIN. 3. The following water proofing materials shall be used as required on the Drawings or specified elsewhere in the tender documents. (a) Asphalt Mopping - Hot applied asphalt in accordance with BS 3690 Part 1;

Cold applied rubberised bitumen emulsion on concrete surfaces. (1.2 - 1.8 kg/m2); Waterproofing Membrane: One layer of premium grade heavily modified surface bitumen of 4 mm thickness; torch/heat applied. 4. Materials shall be delivered, stored and handled in accordance with manufacturers recommendation and as directed by the Engineer.

Gen9 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5.21

Preparation for Waterproofing

1. Where deemed necessary by the Engineer, the water proofing works shall be performed by a qualified specialist approved by the Engineer. 2. Surfaces to receive water proofing shall be cleaned of foreign matter and loose particles, and shall be surface dry at the time water proofing is applied. Surfaces shall be given a priming coat in accordance with the manufacturers recommendations. The priming coat shall be applied when the ambient temperature is above 5 C and at a rate of approximately one litre per 2.5 square meters, fully covering the entire surface to be water proofed.

5.22

Hot Applied Asphalt

1. The hot-application method using asphalt pitch shall be used in accordance with BS3690. Asphalt shall be applied after the priming coat is dry, but prior to any deterioration of the primed surface, and when the ambient temperature is above 5C. 2. Surfaces to be coated shall be given two mop coats of hot asphalt pitch. The mop coats shall be applied uniformly using not less than 12 kg of asphalt pitch per 10 m2 for each coat. Asphalt pitch shall not be heated above 200C. Kettlemen shall be in attendance at all times during the heating to insure that the maximum temperature specified is not exceeded. Asphalt pitch shall be hot when applied and shall be fully bonded to the primed surface. The finished surface shall be smooth, lustrous, and impervious to moisture. Dull or porous spots shall be re-coated.

5.23

Cold applied Rubberised Bitumen Paint

1. Two coats of rubberised bituminous paint shall be applied to the concrete surfaces providing total dry film thickness of not less than 500 micros, the two coats shall be applied at right angles, the rubberised bituminous paint shall by of minimum 65% solids and 11.8% minimum rubber content. 2. The cold applied bitumen shall not be applied to surfaces when temperatures are below 6o C or above 40o C.

5.24

Waterproofing membrane

1. Generally waterproofing membrane shall be applied by specialist contractors and warranted as having been applied in accordance with the manufacturers recommendations. 2. One layer of modified APP bitumen of 4 mm thickness and having non-woven polyester core reinforcement (180 grams/m2). All joints shall have torch applied welding. The membrane shall be torch applied on primed surfaces. 3. The membrane shall have proper surfacing and shall have high durability, flexibility, tensile, strength and weathering without breaking or cracking if used as a top exposed surface layer on roofs. 4. Materials shall be delivered, stored and handled in accordance with manufacturer recommendation and as directed by the Engineer and should generally be in accordance with the following:(a) The surface to receive the membrane shall be primed with primer in accordance with the manufacturers recommendations; Gen10 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

(b) (c) (d) (e) (f)

The 4 mm layer membrane shall be laid by torching, with membrane overlaps of 10 cm; The edge waterproofing shall be on fillet with bonding agent; All work associated with the installation of the membrane is to be carried out strictly in accordance with the manufacturer's instructions and recommendations; The sheeting when laid shall be protected against damage, no materials are to be stacked upon it, and foot traffic shall be avoided before the installation of the final protection; For roofs solar shield shall be used on corners and around the air vents.

5. Generally, method of installation shall be submitted for the Engineer's approval prior to commencement of work. Method shall consider avoiding water edges, membranes shall be properly aligned, stretched and lapped. Rolls shall be installed in single fashion and laps must be staggered and seams at overlaps shall be checked to reseal all voids in the lap. All edges and protrusions must be flashed. All vents and openings must be carefully sealed, flashed and protected against water leaks. After completion of all water proofing. Works, area shall be checked to ensure no leak or point without proper welding. Covering of membrane shall not proceed before satisfactory testing of the entire surface. 6. Covering of membrane with required materials (screed, etc) should be carefully done. Special care must be taken not to damage the membrane which shall never be used as a working platform for other trades. Protection boards shall cover the membrane before backfilling.

5.25
(a) (b)

Concreting in Unfavourable Weather


during heavy rain or dust storms when the air temperature is more than 43oC.

1. The Contractor shall not place concrete:

2. When the air temperature exceeds 30oC the Contractor shall not place concrete without the approval of the Engineer and without taking such precautions as may be required to keep the temperature of the concrete during mixing and setting below 38oC, for example, keeping the concrete materials and shutters shaded from the sun and the aggregates and shutters sprayed with water. 3. Concrete shall not be poured against shutters which are hotter than 30oC without the approval of the Engineer.

5.26

Curing Concrete

1. Until it has thoroughly hardened, concrete shall be protected from the harmful effects of wind, sun, temperature and variations of temperature, premature loading or deflection or impact, and aggressive groundwater.

Gen11 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

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

5.27

Precast Concrete

1. Unless otherwise specified or described all precast work shall be of Class A or Class AS concrete. 2. Each mould for concrete work which is specified or approved by the Engineer to be precast shall have a different embossed or recessed identification mark in a position to the approval of the Engineer. 3. Each precast unit shall be indelibly marked with the date of casting and after the mould is removed shall not be disturbed for 28 days thereafter. 4. Each precast unit shall, where required, be provided with lifting eyes and holes located to the approval of the Engineer so as to avoid unsafe stresses during handling. 5. If the Contractor proposes precasting concrete which is not specified or described as precast work, the Contractor shall demonstrate to the Engineer's satisfaction, and by providing such additional reinforcement as may be necessary, that handling will not give rise to unsafe stresses.

Remedial Works and Works Involving Modifications to Existing Concrete 5.28


(a) (b) (c)

Introduction
extension of existing concrete members; repairs to existing concrete work; refacing of existing concrete.

1. Remedial and modification works to concrete may include:

2. Remedial works shall be carried out only where shown on the Drawings or ordered by the Engineer, and on completion the work shall be sound and of fair appearance. 3. Any remedial works not conforming to the descriptions given in the Bill of Quantities will be ordered by the Engineer as additional work and valued under the terms of the Conditions of Contract.

5.29

Inspection of the Works

1. In order to define the scope and extent of the remedial and modification works to be carried out under the Contract, the Engineer and Contractor will make an inspection jointly of the existing works. The procedure shall be as outlined below: (a)
Prior to the inspection the Contractor shall, where ordered by the Engineer, clear the structure or part of structure of silt, vegetation and debris. This may involve pumping and/or the provision of bunds and temporary by-pass channels to ensure the structure can be inspected in the dry.

Gen12 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

(b)

Following these operations the Contractor and the Engineer shall make an inspection jointly of the structure and the Engineer will compile a preliminary list of items of remedial work together with estimated quantities. The Engineer may order the Contractor to excavate at the structure in order to expose foundations before the remedial work is finalised. Within one week of each such inspection the Engineer will issue to the Contractor instructions as to the rehabilitation work required.

(c) (d)

5.30

Cutting Out and Concrete Preparation

1. The area to be cut out shall be clearly marked on the concrete and approved by the Engineer before proceeding. 2. The perimeter of the area to be cut out should be disc cut to a minimum depth of 10 mm. Feather edges will not be accepted. 3. Care should be taken to avoid cutting any reinforcement or embedded metal fixings and the like. 4. All contaminated, unsound or deteriorated concrete should be removed until sound clean concrete is reached. Where the deteriorated concrete depth extends to reinforcement, it should be removed beyond the reinforcement by 25 mm. On completion the sound concrete shall have a rough, scabbled appearance. 5. In cases where the reinforcement is corroded, exposure of the reinforcement shall continue not less than 50 mm beyond the corroded length or as otherwise determined by the Engineer. 6. On completion of cutting out, all dust, dirt or loose material shall be removed from the concrete surfaces by blowing clean with oil-free compressed air.

5.31

Reinforcement Preparation

1. All exposed reinforcing steel shall be cleaned by grit blasting or other approved means to bright metal 2. To assist with cleaning of the hidden surfaces of the bars an abrasive emery cloth may be used. 3. The attention of the Engineer shall be drawn to any bars which are deeply pitted or where corrosion has reduced the cross-section by more than 10%. 4. If considered necessary by the Engineer the reinforcement shall be cut out and replaced or additional bars added all in accordance with his instructions. 5. Where bars exhibiting pit corrosion are to be retained they must, after initial grit blasting, be carefully water jetted to remove all traces of ferric chloride (black rust) followed by grit blasting or other approved means to bright metal. 6. Reinforcement damaged during the removal of concrete or preparation process shall, if required by the Engineer, be repaired or replaced. 7. All dust dirt or loose concrete shall be removed from the exposed concrete and steel surfaces by high pressure oil-free, water-free, air-jets. Gen13 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5.32

Reinforcement Priming

1. Within one hour after preparing and cleaning, the dry reinforcement shall be coated with a primer to provide active galvanic protection of the reinforcement. 2. The primer shall be a single pack, zinc-rich type primer complying with the requirements of BS 4652:1995, applied in accordance with the manufacturers instructions. 3. The primer shall be brush applied on to the cleaned reinforcement ensuring that the full surface areas, particularly hidden surfaces of the bars, are coated. The primer shall be Nitoprime Zincrich as manufactured by Fosroc Ltd., Leighton Buzzard, Bedfordshire, UK, or similar approved material, to the approval of the Engineer.

5.33

Concrete Priming

1. After preparation as specified in Clause 5.30, the surface of the concrete shall be thoroughly soaked with clean water. Any excess shall be removed and the damp surface primed with a suitable primer applied in accordance with the manufacturers instructions. 2. Where new concrete is to be joined to the old concrete the primer shall be a two part epoxy resin bonding agent such as Nitobond EP as manufactured by Fosroc Ltd., Leighton Buzzard, Bedfordshire, UK, or similar approved material, to the approval of the Engineer. Where the concrete is to be repaired with mortar as specified in Clause 5.35 the primer shall be Nitobond HAR as manufactured by Fosroc Ltd. or similar approved material, for areas above water level and Nitoprime S also as manufactured by Fosroc Ltd. or similar approved material, for areas below water level.

5.34

Epoxy Mortar and Cement Mortar for Repairs

1. Epoxy mortar rather than cement mortar shall be used unless instructed otherwise by the Engineer. 2. Epoxy mortar and cement mortar for repairs shall be suitable for application in thicknesses from 10 mm up to 75 mm vertically or up to 150 mm overhead and in deep in pockets. 3. Epoxy mortar shall be Epoxocrete GP as manufactured by Fosroc Ltd or similar approved material, for repair work above water level. Epoxy mortar which will be below water level shall be Epoxocrete UA as manufactured by Fosroc Ltd or similar approved material. 4. Concrete mortar shall be Renderoc HB as manufactured by Fosroc Ltd or similar approved material, for repair work above water level . Mortar which will be below water level shall be Nitrmortar HB as manufactured by Fosroc Ltd or similar approved material. 5. The mortar shall be mixed and applied strictly in accordance with the manufacturers instructions. 6. Whilst the primer is still tacky and within hour of the start of mixing the mortar shall be placed with a gloved hand or trowel, thoroughly compacting it into the primed concrete. The repair should then be struck off and finished with a wood or steel float. Where applicable a curing membrane shall then immediately be applied. 7. Large area repairs should be brought to final finish and cured in maximum 1 sq.m increments. 8. If sagging occurs the material shall be completely removed and reapplied at reduced thickness. Gen14 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

9. Dependent on the nature and position of the repair it may be necessary to build up to the required thickness with a number of layers. In these cases the intermediate layers should be surface-scored, cured with primer and allowed to take up initial set before re-priming and applying the next layer.

5.35

Crack Repairs

1. Cracks in the concrete are to be investigated and the Engineer is to decide if it should be treated as a concrete repair or crack. 2. The crack injection material will be from the Nitokit range, manufactured by Fosroc Ltd, or similar approved and the actual grade will be dependent on the type, dimension and location of the crack. 3. The crack is to be cleaned out where visible and the surface of the crack location cleaned. The locations of the material injection ports is to be agreed with the Engineer. 4. Surface sealant is to be applied to the surface of the crack and allowed to hardened. At each injection port the resin should be pumped until resistance is achieved. After material is cured, injection ports and surplus surface sealant and resin are to be removed and holes filled

5.36

Movement Joint Repairs

1. The position of the joints to be repaired and whether they require cutting out or not is to be agreed with the Engineer. 2. The sides of the joint are to be cleaned. The joint is to be filled with polyethylene foam filler to a depth below the surface of the joint equivalent to one half of the width of the crack. Bond breaker tape shall be applied to the top of the foam filler. The edges of the joint shall then be primed. Joint sealant shall be applied and tooled off at the surface to a smooth finish. 3. If the joint to be sealed is dry, then the sealant can be a two part sealant such as Nitroseal 12 (by Fosroc-Expandite Ltd) or similar approved. In damp conditions a polyurethane sealant shall be applied such as Sicaflex PRO2HP or similar approved. The type of sealant is to be approved by the Engineer.

5.37

Refacing of Existing Concrete

1. Concrete members which are to be refaced shall be rendered with eight parts of sand to one part cement and using 1 litre of plasticiser to every 660 litres of water. It shall be 15 mm thick (unless otherwise stated), finished to a true and even surface with a wood float. Corners shall be finished true, vertical, even and carried out at the same time as adjacent wall surfaces. All surfaces to be rendered shall be cleaned and left free from grease, dirt, loose or projecting mortar and should be well wetted before the work is executed. Finished rendered surfaces shall be left true, even and free from blemishes. Rendering shall be applied in two coats and the undercoat shall be thoroughly applied, straightened, scratched and brought to a true surface.

Gen15 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5.38

Extension of Existing Concrete

1. Where concrete members are to be extended to provide for the installation of water control equipment the existing concrete surfaces in contact with new concrete works shall be inspected and prepared in accordance with Clauses 5.29, 5.30, 5.31 and 5.32. The existing concrete shall be cut back neatly at least 100 mm to expose clean reinforcement and a sound irregular clean concrete face. 2. On completion of cutting out all dust, dirt or loose material shall be removed from the concrete surfaces by blowing clean with oil-free compressed air. 3. Where shown on the Drawings, or where ordered by the Engineer, dowel bars and bolts shall be polyester resin grouted into existing sound concrete. Polyester resin grout shall be Lockfix S20 (by Fosroc Ltd) or similar approved and of a type, grade, and class to fit the requirements and place of application and shall be selected and applied in accordance with the Manufacturers specifications and to the approval of the Engineer.

Gen16 of 18

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Joints Movement Joints 6.1 Waterstops

1. The Contractor shall supply and fix waterstops in all contraction and expansion joints in members which are to be water-retaining and where shown on the Drawings. Such joints shall be watertight. 2. Waterstops built into joints shall be made of rubber and shall be of the hollow centre bulb type. They shall be obtained from manufacturers approved by the Engineer and shall be stored, fixed and jointed in accordance with the manufacturer's instructions. They shall be fabricated into the longest practicable units complete with angles and junctions at the manufacturer's works and shall be made continuous throughout the structure below highest water level and where shown on the Drawings. The number of joints in the waterstop made on Site shall be kept to a minimum and these shall be jointed by approved means. 3. The edge bulb section shall be circular. The webs shall be plain without serrations. 4. The waterstop shall be carefully maintained in the position shown on the Drawings and properly protected from damage and the harmful effects of light and heat during all stages of construction. The stop-boards on each side of the waterstop shall be accurately wrought to match the profile of the waterstop. The concrete shall be carefully compacted under and around the waterstop so as to leave no cavities. 5. The Contractor shall supply the manufacturer's test certificates for each consignment of waterstop delivered to Site and shall, in addition, supply to the Engineer sufficient of each type and consignment for confirmatory tests to be carried out in accordance with the appropriate standard test procedure, if ordered. 6. The rubber for rubber waterstop shall satisfy the following requirements when tested as moulded sheet in accordance with BS 903:1990:

Minimum tensile strength

20 N/mm2 (204 kg/cm2)

Minimum elongation at break BS Hardness (BS 903/Part A7:1990/1957) Maximum compression set by constant deflection

500% 60 to 65 degrees 20% of original deflection

Gen1 of 4

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

method Maximum water absorption after 2 days at 20 oC 5%

After accelerated ageing (48 hours at 70 oC in oxygen at 2.0 N/mm2 (0.22 kg/mm2)): (i) minimum tensile strength (ii) minimum elongation at break 80% of initial value 80% of initial value

6.2

Joint Fillers

1. The Contractor shall supply and fix pre-moulded joint fillers in all expansion joints and where shown on the Drawings. Unless otherwise specified, the joint filler shall be of resin or bituminous bonded cork. The filler shall be obtained from a manufacturer approved by the Engineer and shall be stored and fixed in accordance with the manufacturer's instructions. The joint filler of the thickness specified shall be cut to shape and fixed to fill the whole space between the concrete faces of the joint which is not otherwise filled by waterstop and joint sealer. Abutting pieces shall be placed in close contact and the joints covered on each side to prevent the passage of cement grout. 2. The Contractor shall supply the manufacturer's test certificate for each consignment of joint filler delivered to Site and shall, in addition, supply to the Engineer sufficient of each consignment for confirmatory tests to be carried out in accordance with the appropriate standard test procedure, if ordered. 3. The filler shall comply with United States Federal Specification HH-F-341e Type II Class B for the resin bonded cork and HH-F-341e Type I Class B for the bituminous bonded cork. 4. The filler shall also comply with the American Society for Testing and Materials Specification as follows: (a) (b) For resin bonded cork - specification ASTM D 1752 - 67 Type ll For bituminous bonded cork - specification ASTM D 1751 -73

6.3

Dowel Bars

1. Where dowel bars are to be provided through movement joints they shall be of mild steel plain round bars with sawn cut ends and complying with BS 4449. 2. In expansion joints the part of the bar to be free to move shall be encased in a rigid PVC or metal sleeve and fitted with a compressible cap of joint filler material or other material approved by the Engineer. The free end of the dowel bar shall be coated with an approved bitumen bond breaking compound. The diameter of the sleeve shall be the minimum necessary to allow free sliding movement of the bar after concreting. 3. In expansion joints care shall be taken during fixing and subsequent paving of concrete to ensure that the bars are correctly aligned with the direction of movement of the completed structure. Gen2 of 4

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

6.4

Joint Sealers - General

1. The Contractor shall construct recesses at expansion and contraction joints on both faces of the concrete work except on the underside of continuously supported work and on faces backfilled with earth. 2. The recesses shall be accurately formed to the lines and dimensions shown on the Drawings or where not shown on the Drawings or specified elsewhere shall be to minimum dimensions recommended by the manufacturer. 3. The Contractor shall prepare the surfaces of the recess and shall supply a joint sealer and fill or caulk the recess completely with it. 4. Unless otherwise shown on the Drawings or ordered by the Engineer, the joint sealer shall be a hot poured rubber/bitumen compound for horizontal joints, and a bituminous putty for sloping, vertical and soffit joints. 5. Where shown on the Drawings, or ordered by the Engineer, an elastomeric two-part polysulphide sealer shall be used. Joint sealers and the requisite priming materials shall be obtained from manufacturers approved by the Engineer and shall be used in accordance with the manufacturer's instructions. The application of joint sealer shall not be commenced without the Contractor having first obtained the approval of the Engineer. 6. The Contractor shall supply the manufacturer's test certificate for each consignment of each type of joint sealer delivered to Site and shall, in addition, supply to the Engineer sufficient of each type and consignment for confirmatory tests to be carried out in accordance with the appropriate test procedure, if ordered.

6.5

Bituminous Sealer

1. The hot poured rubber/bitumen compound for sealing horizontal joints shall comply with BS 2499:1993 for type Al. For sloping, vertical and soffit joints, a bituminous putty shall be supplied which shall not slump in a vertical joint 25mm wide and 25mm deep at a temperature of 80oC.

6.6

Polysulphide Sealer

1. The elastomeric two-part polysulphide sealer shall comply with BS 4254:1983. 2. In conjunction with this type of sealer an approved bond breaker such as a self-adhesive polyethylene strip shall be positioned against the exposed edge of the joint filler prior to application of the joint sealer. The bond breaker shall be resistant to attack from any primer used to bond the polysulphide sealer to the concrete.

6.7

Bitumen Coated Joints

1. Where the Drawings show a layer of bituminous paint between concrete faces, the Contractor shall clean and dry the face to which the bitumen is to be applied and shall then paint the bitumen on in two separate applications. The bitumen shall be a straight run bitumen, grade 40/50 penetration, or other approved by the Engineer.

Gen3 of 4

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

7
7.1

Channel And Structure Protection Works


Preparation of Formation

1. The Contractor shall prepare the formation for pitching stone masonry and gabions by trimming the excavation accurately to the specified dimensions. Where over-excavation occurs it shall be backfilled with specially compacted fill or, if a gravel backing is used, with the gravel backing material, all to the approval of the Engineer. 2. Where a filter cloth is to be laid on the formation, all sharp projections caused by rocks, roots, etc. shall be removed and the voids so formed shall be filled with specially compacted fill material. The surface of the formation shall be smooth and even.

7.2

Gravel Underlayer

1. Gravel underlayer for riprap, pitching and stone masonry shall consist of approved clean, broken stone or washed, natural gravel, shall be well graded from 50 mm to 10 mm or as shown on the Drawings, and shall be laid to the thickness shown on the Drawings to give an even surface parallel to the exposed face of the pitching.

7.3

Riprap

1. Stone for riprap shall be hard durable rock from an approved source. It shall be sound, clean and free from impurities such as earth or decomposed rock. The stone shall be dense, angular and resistant to abrasion and shall be free from discontinuities, seams, and other defects, that would tend to increase unduly their destruction by water. Well rounded boulders will not be acceptable. 2. Samples for riprap and rock armour prepared in accordance with applicable designations of the US Bureau of Reclamation's "Concrete Manual", eighth edition, shall meet the following requirements when tested by the procedures described in the respective designation:
Test Specific gravity (Saturated surface-dry basis) Soundness (sodium sulphate method) Abrasion (using Los Angeles machine grading A) Designation 10 19 21 Requirements Greater than 2.60 Less than 10% loss of weight after 5 cycles Less than 35% loss of weight after 500 revolutions

Gen1 of 4

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. Approved material for inclusion in the riprap protection shall be transported without intermediate handling direct to the point of final use, where it shall be placed but not dumped in a manner to ensure that the larger rock fragments are uniformly distributed and the smaller rock fragments fill the spaces between the larger rock fragments to form compact uniform layers of riprap of the specified thicknesses as shown on the Drawings. Hand placing will be required only to the extent necessary to secure the results specified above. 4. Riprap shall be graded as follows: Layer thickness (mm) 200 Weight (kg) W15 = 3 to 9 W50 = 9 to 15 W100 = 20 to 45 500 W15 = 20 to 65 W50 = 65 to 95 W100 = 125 to 315

7.4

Dry Stone Pitching

1. Stone pitching, consisting of pitching and packing stones and spalls, shall be hard durable rock from an approved source. It shall be sound, clean and free from impurities such as earth or decomposed rock. Pitching stones shall be of random size and roughly hammer-dressed to fit together. The depth of each pitching stone shall approximate to the depth of pitching specified and the cross-section shall not be less than 200 mm by 200 mm over the middle one-third of the depth. Each stone shall generally weigh not less than 25 kg. Packing stones shall be of individual weight not less than 5 kg and shall be used to support the pitching stones and fill voids. Spalls shall be used for wedging and to fill gaps. The proportion of the total weight of placed stone shall not exceed 20% in the case of packing stones, and 5% in the case of spalls. The stones shall be laid so that the surface of the pitching is finished to true and even planes. 2. A sample area of 25 m2 shall be prepared to the approval of the Engineer in accordance with Clause 3.5 of the Specifications hereof before proceeding with the execution of any dry stone pitching work.

7.5

Concrete Block Pitching

1. If concrete blocks for pitching are ordered or approved by the Engineer, they shall be precast to the sizes specified using concrete Class C or BS. Blocks shall normally be 0.40 m long and wide and 0.15 m or 0.20 m thick or such other dimensions as ordered by the Engineer. Four sample blocks shall be supplied to the Engineer in accordance with Clause 3.5 of the Specifications hereof for each size specified. 2. A lifting eye shall be incorporated in each block during precasting to enable the block to be conveniently lifted and accurately placed in the work. Gen2 of 4

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The blocks shall be placed on a prepared gravel backing, 0.20 m thick, to a true and even surface with a gap of 10 mm between the blocks.

7.6

Size of Stones

1. Random rubble masonry shall consist of stones of random size roughly hammer dressed, so that they will fit closely together. Each stone shall be of length and width of approximately 300 mm, but smaller stones may be used at the discretion of the Engineer. 2. Stone used for masonry shall be clean, natural, hard and durable with a minimum density of 2650 kg/m3.

7.7

Bedding and Jointing

1. Each stone for masonry shall be thoroughly wetted immediately before use and shall be laid with its natural bed perpendicular to the direction of principal stress. Each stone shall be bedded in mortar, all joints being filled solid with mortar as the work proceeds. Stone shall be picked and laid carefully so that the exposed joints are not less than, but as nearly as practicable, 10 mm thick. 2. Packing shall not be inserted after the stones have been bedded. In general, mortar for bedding shall be 1 : 4 cement : sand. 3. Where shown on the Drawings, or as ordered by the Engineer, mortar which is used for bedding and jointing shall be 1 : 3 cement : sand. 4. A general surface mortar covering of the masonry to give a smooth regular grade is not permitted.

7.8

Timber Revetment

1. Face and anchor piles shall be in accordance with Section 10 of the Specification. All timber and fixings etc shall be in accordance with Section 11 of the Specification. The revetment shall be constructed to the dimensions shown on the Drawings. Where the revetment is discontinuous at existing structures the Contracor shall prepare for the Engineers approval a drawing showing his proposed revetment layout. All transitions upstream and downstream of structures shall be neat and of good workmanship. 2. Notwithstanding the tolerance requirement stated in Section 10 timber revetment shall be within the following tolerances: Deviation from level: Top of face pile Top of sheet piles and cap Deviation from line: Face pile Sheet pile Waler +/- 75 mm +/- 25 mm +/- 25 mm Gen3 of 4 +/- 25 mm +/- 13 mm

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Water Control Equipment General Requirements

8.1

Scope of Work

1. This section and section 9 covers the design, materials, workmanship, fabrication, painting, inspection, erection and commissioning of water control equipment to be installed on irrigation and drainage systems and the rehabilitation of existing gates, hereinafter referred to as the Plant. 2. The Specifications and Drawings standardise the design, fabrication and painting of the Plant in order to improve effective operation and maintenance, interchangeability of components, replacement of gates and rehabilitation. 3. The Plant under this section and section 9 of the Specification generally comprises the following:
Timber Outfall Sluice Gates Steel Lifting Gates Steel Sliding Gates Miscellaneous Ironmongery

4. The design of the Plant shall be carried out by the Contractor in accordance with Sub-clause 4.1 of the Conditions of Contract. 5. The Contractor shall under this Contract use a specialist manufacturer for the design, manufacture and delivery of the Plant.

Drawings 8.2 Drawings

1. The Drawings issued for the purpose of tendering show general details of the Plant. The Plant shall be designed in detail by the Contractor. 2. The Contractor shall prepare as-built drawings of Plant in accordance with Clause 1.42.

8.3

Contractors Documents

1. Contractors Documents comprising detailed design calculations and drawings for the Plant shall be submitted by the Contractor to the Engineer for approval 2. The Contractors Documents are required as soon as possible after the Contract has been awarded and the Contract formalities completed in order to confirm acceptance of the Contractors proposals prior to ordering of equipment and start of any construction works on site. Unless otherwise specified, the submission of drawings for approval should commence within 28 days of the Commencement Date.

Gen1 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The first of such drawings to be submitted, where appropriate, shall be the foundation drawings indicating the precise dimensions and positions of the recesses, bolt holes, etc. required, to suit detailed designs of the various items of the gates to be supplied.

8.4

Procedure for Approval of Contractors Documents

1. Two copies of the Contractors Documents shall be submitted to the Engineer in duplicate for approval. Drawings when approved will be stamped with the Engineers approved stamp and one copy of each such approved drawing will be returned to the Contractor. Once approval has been obtained a further 2 prints of each shall be submitted which shall be deemed to be the final drawings to which the Plant shall be manufactured and installed. 2. The Engineer may require the Contractor to submit for approval additional drawings if they are necessary to enable him to satisfy himself that the items are well designed, that they comply with the Specification and that they are suitable for their intended purpose. These drawings shall form the agreed basis for the execution of the Works. If an approved drawing is revised, revised copies shall be submitted for approval as above and no such revised drawing shall be used for the purposes of the Contract until it has been approved in place of the earlier issue of the drawing. 3. The Contractor shall provide a sequential numbering system for all Contract Drawings. 4. Each drawing shall incorporate an identical title block which shall incorporate the names and addresses of the Contractor, Subcontractor, Employer and Engineer in addition to the normal provision for drawing revisions. 5. These drawings shall consist of, but not be limited to, the following: (a) (b) (c) Unit arrangement drawings. Fully detailed and dimensioned drawings of each major item of Plant; Sectional arrangement drawings. Fully detailed sectional view of the major items of Plant indicating the name, material and part number of each component part; General arrangement drawings. These shall consist of a plan, together with such elevations as deemed necessary to give a clear and precise indication of the Plant as it is to be installed. These drawings shall be fully dimensioned.

6. Such approval when given by the Engineer shall not relieve the Contractor of any of his obligations under the Contract.

8.5

Standard Specifications

1. Except where otherwise specified all materials and workmanship shall conform with the requirements of the relevant British standards and British Standard Codes of Practice Issued by the British Standard Institution. Other equivalent National Standard Specifications may be substituted for the British Standards or British Standard Codes of Practice (hereinafter referred to as BS or BSCP) at the sole discretion of the Engineer.

Gen2 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. All materials not herein fully specified or covered by BS or BSCP shall be of such kind as is used in first class work. The Engineer shall determine whether all or any of the materials offered for use in the Works are suitable for the purpose and the Engineers decision in this respect shall be final. 3. If the Contractor propose to use materials complying with Standards other than those specified above he shall have submitted details of such Standards with his Bid. 4. A list of BS is given for the Contractors guidance and shall not be taken to be exhaustive:
BS 970:1972 BS 1449:1991 BS 4190:2001 BS 5950 BS EN 287-1:1992 BS EN 499:1995 BS EN 970:1997 BS EN 1435:1997 BS EN 10025 BS EN ISO 1461:1999 BS EN ISO 1514:1997 BS EN 1561:1997 BS EN 1562:1997 BS EN 1982:1999 Specification for wrought steels for mechanical and allied engineering purposes Specification for steel plate sheet and strip ISO metric black hexagon bolts, screws and nuts Structural use of steelwork in buildings Approval testing of welders for fusion welding. Steels Welding consumables. Covered electrodes for manual metal arc welding of nonalloy and fine grain steels. Classification Non-destructive examination of fusion welds. Visual examination Non-destructive examination of welds. Radiographic examination of welded joints Hot rolled products of non-alloy structural steels Hot dip galvanised coatings on fabricated iron and steel articles. Specifications and test methods Paints and varnishes. Standard panels for testing Founding. Grey cast irons Founding. Malleable cast irons Copper and copper alloys. Ingots and castings

8.6

Plant Design

1. The Plant shall be designed to conform with the best engineering practices. 2. The Plant shall be new, of sound workmanship and robust design, and of a grade and quality suitable for the climatic conditions at the Site. 3. For the purposes of design, the Plant shall be suitable for operating throughout the ranges of conditions specified herein. Particular attention shall be given to expansion due to temperature changes, the stability of paint finish for high temperatures, the rating of engines, electrical machinery, thermal overload devices, cooling systems, and the choice of lubricants for the possible high operating temperatures. 4. The Plant shall be designed to provide protection against the entry of vermin and dust, and to minimise fire risk and consequent fire damage. It shall also be protected against dampness and condensation by sealing or temperature compensation. 5. All manually controlled Plant located outside a building shall be provided with facilities for making it tamperproof. This is in addition to any requirements of the Specification for securing Plant under operational conditions. 6. All component parts of the Plant shall be manufactured to strict limits of accuracy and shall be interchangeable with the component parts of similar Plant. Gen3 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

7. The Plant shall be designed for continuous operating during prolonged periods with a minimum of maintenance and the Contractor may be called upon to demonstrate this for any component part either by the service records of similar equipment, or by the records of extensive type tests. 8. The materials for construction of the Plant shall be selected taking into consideration their location and duty. In the case of Plant conveying water, particular attention shall be given to the risk of electrolytic reaction between differing materials of construction and to the effects of corrosion and where there are impurities in the water, erosion. 9. The Plant shall be designed with the use of suitable materials, operating speeds and the designs of components and protective finishes so that the effects of corrosion and erosion are kept to a minimum. 10. Where wear is likely to occur during normal operation, the Plant shall be designed to enable a potentially affected area of a component part to be replaced without replacing the whole component. No part subject to wear shall have a life from new to replacement or repair of less than two years of continual operation. Where major dismantling to replace a part cannot be avoided, the life shall not be less than five years.

Materials 8.7 Steelwork

1. Structural steelworks used in the Plant shall be designed and constructed in accordance with BS 5950 except where inconsistent with terms of the Specification. The steelwork to be used in the fabrication of gates and their built in parts shall be structural steel of Grade S275JO in accordance with EN 10025. Stainless steel for use in sliding and sealing faces, wheel pathways and roller axles shall be to Grade W1.4316 in accordance with EN 10088-3. 2. The Contractor shall furnish the Engineer with manufacturers test certificates for steel used in the Permanent Works. 3. The maximum deflection of plates and structural members shall be restricted to 1/600 of their span under all specified conditions of water loading. 4. High carbon steel material for use in gate structures, gate rollers and other associated works shall be of Grades 070 M20 or 080 M40 or other approved carbon steel material to BS 970 part 1. 5. Cast iron components such as gate rollers and guide wheels etc. shall be in accordance with BS EN 1561 Grade EN-GJL-200.

8.8

Timber Work

1. Timber used in the Permanent Works shall be select grade greenheart with the standard strength characteristics as set out in B.S.C.P. 112: 1967 and the Guyana Grading Rules for Hardwood Timbers.
Bending and tension parallel to grain Compression parallel to grain Compression perpendicular to the grain 2,800 psi 2,100 psi. 750 psi

Gen4 of 20

Agricultural Export Diversification Programme Shear parallel to grain Modulus of elasticity

Ministry of Agriculture, Guyana Section VII General Specifications 350 psi 1,900,000

2. The timber shall be dried to external moisture content of fourteen percent. 3. Timber shall be properly seasoned and matured, sawn square, sound, straight, and fine in grain, free from sapwood, shakes, large or loose knots, worm holes, wanes, cracks and other defects that may render it unsuitable for the work. Timber shall be machine sawn to the dimensions shown on the Drawings. Timber members shall be in one piece unless specifically indicated otherwise. Samples of the sawn timber to be used shall be submitted to the Engineer for approval. 4. The structural use of timber shall be in accordance with BS 5268-2:2002. All stress design materials and workmanship shall be in accordance with BS 5268-2:2002. All work shall be put together in the best possible manner by craftsmen to the satisfaction of the Engineer. Timber that splits, shrinks, or warps from want of seasoning, unsoundness or bad workmanship shall be removed and replaced at the expense of the Contractor. 5. All bolts, nuts, coach screws, washers, bearing plates, drain pipes and other ironmongery shall be galvanised, unless otherwise stated. 6. No bolt hole, unless otherwise indicated, shall be drilled nearer than 100 mm from the end of the timber. Where spiking or nailing is approved the timber shall be drilled beforehand to prevent splitting. 7. Where recesses and countersinks are to be formed in the timber they shall be plugged with bitumen after tightening the bolts and prior to covering with subsequent timber or surfacing. 8. Timber delivered to site shall be stacked in lengths on paving or drained hard ground. Each piece of timber shall be clear of the ground and have an air space around it. The bulks shall be separated by blocks placed vertically one above the other and closely spaced horizontally to avoid sagging of the timbers. The timber shall be protected from the sun. 9. Sawn timber for non-structural members shall be greenheart or other local hardwood. 10. All sizes stated on the plans shall be nominal unless otherwise described.

8.9

Minimum Thicknesses

1. An allowance of 2 mm shall be added to the thickness of gate skinplates over and above the calculated thickness required to meet the design stresses, but in no case shall the actual skinplate thickness be less than 8 mm unless otherwise shown on the Drawings. 2. Unless otherwise shown on the Drawings, plates (other than skinplates) angle and tee sections used in the construction of gates shall have a minimum thickness of 8 mm and the webs of rolled steel beams and channel sections shall have a minimum thickness of 6 mm.

Gen5 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

8.10

Field Connections

1. Field connections shall wherever possible be bolted connections. Welded field connections will be permitted where it is considered by the Engineer impractical to form bolted connections, in which case the weld preparation shall be carried out in the manufacturer's works before dispatch and the prepared surfaces shall be fully protected for transport to and storage on the Site.

8.11

Fixings

1. The Contractor shall supply all anchor bolts, holding down bolts, fixing bolts, washers, nuts, straps, supports, brackets, spacers and fixtures, which are necessary for the satisfactory installation and erection of the Works. 2. Where items of Plant are required to be fixed in concrete by others, the Contractor shall supervise the works and be responsible for its positioning. This shall entail shimming, temporary fixing and final checking as necessary to satisfy himself of its correctness.

8.12

Standardisation and Maintenance

1. Wherever possible, corresponding parts shall be finished with sufficient accuracy to ensure that they are interchangeable, and where required by the Engineer interchangeability shall be proved by actually changing various parts.

8.13

Recesses in Concrete Work

1. The Contractor shall prepare the concrete work in the structures and form all holes, recesses, boxouts and plinths required to receive the Plant in accordance with the approved drawings. 2. Embedded parts and guides shall be fixed directly to primary concrete work and not to the secondary concrete used for final concreting in.

8.14

Advance Delivery of Anchor Members

1. Anchor members, seating plates, etc., for building into primary concrete work to facilitate alignment and fixing of embedded parts shall be supplied and delivered in advance of the remainder of the Plant in accordance with a programme arranged with the Contractor at the time of entering into the Contract.

8.15

Castings

1. The structure of the castings shall be homogeneous and free from non-metallic inclusions and other defects. All surfaces of castings, that are not machined, shall be smooth and shall be carefully fettled to remove all foundry irregularities.

Gen6 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. Minor defects not exceeding 2.5 mm in depth nor 12% of total metal thickness, whichever is less and which will not ultimately affect the strength and serviceability of the casting, may be repaired by approved welding techniques and subsequent heat treatment for stainless steel. The Engineer shall be notified of larger defects and no repair welding of such defects shall be carried out without his prior approval. 3. If the removal of metal for repair should reduce the stress resisting cross-section of the casting by more than 25%, or to such an extent that the computed stress in the remaining metal exceeds the allowable stress by more than 25%, then that casting shall be rejected. 4. Castings repaired by welding for major defects shall be stress-relieved after such welding, or as otherwise instructed in writing by the Engineer. 5. Non-destructive tests may be required for any casting containing defects whose effect cannot otherwise be established or to determine that repair welds have been properly made. 6. Unless otherwise specified castings shall be produced to the following standards or equal: Grey-iron Carbon steel Stainless steel Copper and copper alloy BS 1452 BS 3100 BS 3100 BS 1400 Grade 220 Group A Grade LG2 Group B Grade CT1, AB2 Group C Grade G1

8.16

Welding

1. In all cases where welds are liable to be highly stressed the Contractor shall supply to the Engineer, before fabrication commences detailed drawings of all welds and weld preparations proposed. No such welding shall be carried out before the Engineer has approved the details proposed. No alteration shall be made to any previously approved detail of weld preparation without prior approval of the Engineer. Welders shall be qualified in accordance with the requirements of the appropriate section of BS 4872. 2. Welding shall be metal-arc welding complying with the requirements of BS EN 1011-1 and 1011-2 as appropriate. All welds shall be continuous. Electrodes shall comply with BS EN 499. 3. The welding of structural hollow sections shall comply with BS EN 1011-1 and 1011-2 unless otherwise specified. 4. All welds shall be continuous. 5. Where full strength butt welds are to be formed, run-on, run-off plates of the same material and of suitable size and thickness shall be used to ensure an area of weld equal to that of the parts joined. The run-on, run-off plates shall be indexed, burned off and laid aside for inspection and testing should the Engineer require. 6. Tack welds and temporary attachments shall comply with the requirements of BS EN 1011-1 and 1011-2.

Gen7 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

7. Welding shall be carried out only under the direction of an experienced and competent supervisor and only certified welders qualified in this class of work shall be employed. 8. Radiographic tests and dye penetrant tests on welds, as required and directed by the Engineer, shall also be carried out in the presence of the Engineer.

8.17

Rubber Seals

1. Where the Drawings and Specifications refer to the use of rubber and other material in the seals for the various gates, the materials used shall comply with the requirements of BS 2752. The material shall be suitable for the proposed purpose, have regard to its effectiveness as a seal, durability in the climatic conditions prevailing and continual immersion in fresh/brackish/saline water and subsequent exposure to sunlight. 2. The requirements to be satisfied by gate seal rubber of 60 to 70 Shore hardness are listed as follows: Physical properties Hardness, Shore A Tensile strength 60 20 N/mm2 minimum (210 kPa/cm2) Elongation at break Water absorption Compression set 250% minimum 5% maximum of weight 25% maximum Test value

3. The arrangements for fixing the seals to the gates shall be such that the seals may be simply adjusted or replaced, and their fixing bolts and nuts shall be of corrosion-resisting material. 4. On the large gates (sluice gates and lifting gates) the holes drilled through the gate sealing rubber shall be reinforced with nylon sleeves to assist in bolting. The sleeve length shall be 1 mm less than the thickness of the rubber.

8.18

Material Cutting

1. Cutting of materials shall be carried out by sawing, flame cutting or by guillotine. All cut surfaces shall be ground to give a smooth and true edge finish. No distortion of the material shall result due to the method of cutting.

Gen8 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

8.19

Self-Lubricating Metal Bushes

1. Self-lubricating metal bush bearings and washers shall be provided for moving parts where indicated on the Drawings and/or specified in the Specification. 2. The self-lubricating metal bush bearings shall be provided by a specialist supplier who specialises in the manufacture of this type of bearing. The material for self-lubricating bearings shall be formulated from bronze and graphite in a sintered form or compressed in pockets formed in the bushes to produce a self-lubricating maintenance-free material that has a low coefficient of friction. 3. The material for the bearings shall be such that no additional oiling or greasing is required and shall remain maintenance free for the life of the bearing.

8.20

Roller Bearings

1. Roller bearings for moving parts shall be provided where indicated on the Drawings and specified in the Specification. Provision shall be made for their efficient lubrication by the provision of nipples, or greasing lines, for grease-gun lubricators or automatic pressure pot grease lubricators. The Contractor's detailed proposals for the various bearings shall be submitted to the Engineer for approval before being incorporated in the Works.

8.21

Sheaves

1. Sheaves shall be manufactured from cast iron or steel, bored to receive bronze or brass bushings in order to reduce friction forces to a minimum. The sheaves shall be supported on stainless steel bolts or pins. Bronze or brass washers shall be provided between the sheaves and the steel brackets / timber forks. 2. The minimum sheave diameter to be used in association with the wire ropes to prevent bending fatigue shall be 10d, where d is the diameter of the rope. 3. Sheaves shall be painted with micaceous iron oxide paint in accordance with the Speciification.

8.22

Nuts, Bolts and Washers

1. Nuts, bolts, studs and washers for incorporation in the Works shall conform to the requirements of British or other approved national or international standards. Nuts and bolts for pressure fittings shall be of the best quality steel machined on the shank and under the head and nut. Bolts shall be of such a length that two threads shall show through the nut when in the fully tightened condition. Fitted bolts shall be a light driving fit in the reamed holes they occupy, shall have the screwed portion of such a diameter that it will not be damaged in driving and shall be marked in a conspicuous position to ensure correct assembly at site. Washers, locking devices and antivibration fittings shall be provided where necessary to ensure that no bending stress is caused in the bolt. 2. When there is a risk of corrosion, bolts and studs shall be designed so that the maximum stress in the bolt does not exceed half the yield stress of the material under all conditions.

Gen9 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. All bolts, nuts and screws which are subject to frequent adjustment or removal in the course of maintenance and repair shall be made of nickel-bearing stainless steel. 4. The Contractor shall supply all holding down, alignment and levelling bolts complete with anchorages, nuts, washers and packings required to attach the Plant to its foundation, and all bedplates, frames and other structural parts necessary to spread the loads transmitted by the Plant to concrete foundations without exceeding the design stresses. 5. Isometric black hexagonal bolts, nuts and screws shall comply with BS 4190 strength grade 4.6 for bolts and screws, and strength grade 4 for nuts. 6. Isometric precision hexagonal bolts, nuts and screws shall comply with BS 3692 strength grade 8.8 for bolts and screws, and strength grade 8 for nuts. 7. Friction grip bolts, nuts and washers shall comply with BS 4395 : Part 1 and shall be used in accordance with BS 4604 : Part 1. They shall be used on all bolted joints which are liable to vibrate and elsewhere to the approval of the Engineer.

8.23

Chemical Anchor Bolts

1. Where specified chemical anchors shall be provided to fix the mechanical Plant to the concrete work. The anchors shall comprise a glass capsule and threaded steel stud anchor. Stud anchors shall be of zinc plated mild steel. The minimum anchor size for use shall be 16 mm diameter. 2. The chemical anchors shall comprise a glass capsule containing an adhesive consisting of polyester resin and quartz granules, plus a phial of hardener or similar approved combination of resins. The capsule and phial shall be inserted into a pre-drilled hole in the concrete work where it shall be crushed and the contents mixed to form a resin mortar by inserting the stud anchor into the hole. The stud anchor shall be used in conjunction with a power tool in order to rotate the anchor in the hole to crush the capsule and phial and mix the resins. 3. The manufacturers method of installation shall be followed to ensure a satisfactory bonded anchorage.

8.24

Lifting Ropes

1. Galvanised steel wire lifting ropes shall be provided as indicated on the Drawings and specified in the Specifications. 2. The ropes shall have a minimum factor of safety of five when considering the maximum design load and the minimum breaking strength of the rope. Makers test certificates for ropes shall be submitted to the Engineer. 3. The diameter of the winding drums shall be 12 times the diameter of the rope in order to avoid abnormal rope stresses and to increase rope life. 4. The lifting ropes shall be galvanised marine wire ropes having an internal wire core and shall be of 6 by 36 or 6 by 19 rope construction in accordance with BS 6570.

Gen10 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5. The ropes shall be individually prepared to the correct length and terminal fittings shall be connected to the ends of the ropes at the manufacturers works before delivery to site. The rope s shall be properly wrapped and packed for despatch to site in casings designed to prevent damage to the galvanised coating. 6. The ropes shall be treated with a suitable water-repellant dressing and/or lubricant as recommended by the rope manufacturer. A suitable quantity of the dressing material shall be supplied for maintenance purposes.

Miscellaneous Ironmongery 8.25 Trash Screens

1. Trash racks shall comprise a frame within which are mounted vertically aligned bars and sufficient horizontal cross members to support the bars when subjected to increased hydraulic head associated with accumulation of debris on the trash racks. The racks shall be sized to completely cover the pump chamber opening from side to side and from the base to the slab level where cleaning will take place. The racks shall be fixed at an angle away from the vertical to aid their cleaning. 2. Trash screens shall be fabricated in mild steel as shown on the Drawings. The flats and angles making up the screens shall be welded with 5 mm continuous welds at all points of contact. The trash screen shall be capable of easy removal. 3. Trash screens shall be hot dip galvanised in accordance with Clause 8.34 and painted in accordance with Clause 8.33.

8.26

Water Level Gauges

1. Water level gauges shall generally be provided upstream and downstream of each gated water control structure or as directed by the Engineer. The gauges shall be manufactured in cast aluminium strip or otherwise approved material of 10 mm minimum thickness. The gauges shall be marked at 1 foot intervals as a height above Georgetown Datum, with numerals in English, with gradation marks at 1/10 of a foot intervals. 2. All markings on the gauge shall be embossed. 3. The gauges shall be fixed to vertical faces at structures or on piles as shown on the Drawings. Slotted holes shall be provided for fixing to allow fine adjustment. Sheradised mild steel rag bolts, nuts and fibre washers shall be used for fixing. 4. The Contractor shall install the gauge to the correct level above Georgetown Datum.

8.27

Walkways and Access Platforms

1. Standard structural steel sections shall be used for the support structure.

Gen11 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. Toe plates shall be fitted along the outer edges of all walkways and shall be part of the structure and not the floor panels. Toe plates shall extend 100 mm above the top level of the floor panels. Floor panels shall be sized so that each panel does not weigh more than 50 kg. 3. Provisions shall be made in the design for adjustment to eliminate irregularities in structural floor levels. 4. Where dissimilar materials come into contact with each other an insulating membrane or paint coating shall be applied to minimise direct contact. 5. All components shall be hot dip galvanised after fabrication in accordance with BS EN ISO 1461.

8.28

Access Ladders

1. Where access ladders are provided as part of a structural steelwork installation they shall comply with the following requirements. The cross-section of the stringers shall be suitable for the weight of the ladder, taking into consideration the spacing of the points at which they are fixed to supporting steelwork or floors. The minimum thickness of the stringers shall be 12 mm. The stringers shall be drilled to take the 20 mm diameter rungs, which shall be uniformly spaced at between 230 and 260 mm centres. The rungs shall pass through and be welded to the stringers at each side of each stringer, and each weld shall be continuous, the stringers shall be 400 mm apart. Supports shall be arranged to allow a minimum clearance of 200 mm behind the rungs to the wall or other obstruction. 2. Circular safety cage hoops shall be provided starting 2.5 m from the landing or floor level. The safety hoops shall have an external diameter of 700 mm with hoops at 900 mm maximum centres. 3. Access ladders and all fittings shall be hot dipped galvanised after fabrication in accordance with BS EN ISO 1461.

8.29

Handrailing

1. Handrailing shall be double rail 1 100 mm high and 900 mm high on stairs measured vertically from the nose of the tread. 2. Standards shall be 38 mm diameter solid forged steel to BS EN 10025 Grade S275JO with 60 mm diameter solid forged steel balls at handrail locating points drilled to give 1.5 mm clearance to handrails. Each ball shall incorporate a concealed grub-screw with Allen-type head to secure the rail. Standards shall have a minimum base width of 65 mm, drilled for M 16 fixing bolts and be set at maximum 1 800 mm centres. 3. Handrails shall be 33.7 mm od x 3.2 mm thick tubular steel to BS 6323 Grade 13. Joints shall be arranged to coincide with the spacing of standards where possible otherwise they shall have butt joints with a tubular steel ferrule, plug welded or fixed with a 5 mm diameter countersunk head pin. 4. Removable sections of handrail shall have half-lap joints secured with a countersunk head pin. 5. Chains across openings shall be 10 mm x 3 links per 100 mm galvanised mild steel. The hooks and retaining eyes shall be securely fixed to the balls of the standards.

Gen12 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

6. All components for handrailing shall be hot dip galvanised after manufacture in accordance with BS EN ISO 1461. Where aluminium handrailing is provided this shall be polished after manufacture is complete.

8.30

Durbar Patterned Floor Plate

1. Durbar patterned floor plate in sizes suitable for removal by hand shall be of galvanised steel of sufficient thickness to carry a loading of 10 kN/m2. Deflections shall not exceed 0.005 of the span and where spans are over 1 m stiffeners shall be used. 2. Plating shall be of non-slip, self draining pattern securely fixed to the supporting structure. The sections shall fit without gaps and squarely on the supporting structure. 3. The weight of each removable section shall not exceed 50 kg. 4. Each length shall have two formed holes for lifting keys. Two pairs of lifting keys shall be supplied for every 10 m2 of plating. Where a single area is covered by several pieces of plating the direction of the pattern on all plates shall be the same and the pattern shall be continuous. 5. Curbing shall be built in so as not to reduce the width of the opening and it shall provide a minimum of 25 mm bearing surface for the chequer plating. It shall be supplied with fixing lugs at centres, not exceeding 1 m. Curbing and chequer plating shall be finished flush with the surrounding finished floor. 6. The plating shall be screwed to its curbing or supporting steelwork by countersunk screws so that individual plates cannot rattle or move. At the edges of raised floors, gangways and platforms toe plates 100 mm high shall be provided.

8.31

Open Grid Flooring

1. Open mesh decking shall be in accordance with BS 4592. The panels shall be constructed with bearer bars not less than 25 mm deep. Adjacent panels and panels at the same level shall span in the same direction and unless specifically required for frequent access, shall be secured together by stitching bolts with a minimum of two fixing clips when supported on structural steelwork. 2. Each panel shall be designed for a uniformly distributed load of 5 kN/m2 with a maximum deflection within 10 mm or 1/200th of the span whichever is the lesser.

8.32

Step Irons

1. Step iron shall be formed from 25 mm diameter mild steel solid bar, bent to shape and galvanised as specified. The steps shall be 200 mm wide and project 200 mm from the wall face. They shall be built into the wall a minimum depth of 100 mm and shall have their ends bent through 90 o to run parallel to the wall face by 150 mm to form an anchorage. Unless otherwise directed by the Engineer, step irons shall be spaced at 300 mm intervals vertically and in-line.

Gen13 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

8.33

Protection, Cleaning and Painting

1. Unless otherwise specified, the workmanship and quality of materials for painting shall comply with BS 5493 or BS 6159 as appropriate. 2. The Contractor shall prepare and paint the surfaces of steelwork before despatch from the manufacturer's works all as specified in this Clause. 3. Steelwork surfaces to be painted shall be shot or grit blasted, and the maximum surface roughness of blasted steel shall not exceed an amplitude of 0.10 mm. A second quality surface finish is required in accordance with BS 7079-D2. 4. The blasting material shall be in accordance with BS 7079-D2, and the flowing abrasives properly used can produce the required surface roughness:
Cast steel shot and grit: S-M/HCS to BS EN ISO 11124-3

Chilled iron:

G-M/CI to BS EN ISO 11124-3

5. Blast cleaned surfaces shall receive their first coat of priming paint under warm, dry, dust free conditions within four hours of cleaning. 6. Contact surfaces in welded construction that will be completely sealed shall be left unpainted. Surfaces which will be in contact with concrete when erected on site shall received no treatment or painting. 7. Contact surfaces of sub-assemblies which are put together at the manufacturer's works and which will be in permanent contact or concealment after shop assembly other than those surfaces mentioned above shall each be cleaned and painted with one coat of priming paint before assembly and brought finally together while the paint is still wet. 8. Contact surfaces between steel and timber exposed to wet or corrosive conditions shall both be coated with a hot bitumen compound immediately before joining together. Large washers shall be provided under nut and bolt heads to prevent ingress of water into the timber. Nuts, bolts and washers shall be coated in the same way. 9. All rags, brushes and tools used for the surface preparation shall be clean. 10. Surfaces contaminated with oil or grease shall be cleaned with white spirit. 11. Surfaces to be painted shall be correctly prepared and ample time shall be allowed for drying and hardening before the application of successive coats of paint. No exterior painting is to be done in wet weather or in conditions of dust-laden winds. 12. Immediately before paint is applied the whole of the surface to be painted shall be thoroughly cleaned of all dust, loose paint or dirt if necessary by washing down with fresh clean water and by brushing with a bristle brush. Steelwork shall be thoroughly dry before the application of paint. 13. The ideal temperature for painting lies within the range 13 to 32 degrees Celsius with the ambient relative humidity below 90 percent. So far as is practicable all painting should be done when the ambient conditions are favourable and are likely to continue so throughout the drying time of the paint. 14. Before despatch from the manufacturer's works, machined surfaces shall be cleaned and treated with approved varnish or plastic paints. Gen14 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

15. Galvanised steel surfaces shall be treated before painting with an approved etching primer (other than a mordant containing copper) which shall be supplied in two parts for mixing at site in accordance with the manufacturers instructions. The surfaces shall afterwards be thoroughly rinsed with clean water and allowed to dry. The surfaces shall then be painted with two coats of coal tar expoxide paint. 16. Where bituminous coated metalwork is required it shall have a minimum of three coats of bituminous paint. Existing steel water control gates shall have a minimum of two coats of bituminous paint.
Paint Schedule for Steel Gates:

17. The painting shall be performed as follows: For gate leaves and framing The gate leaf and gate framing shall receive 1 coat of prefabrication blast primer or holding primer with a dry film thickness of 20 microns followed by 1 coat of zinc phosphate priming paint with a dry film thickness 50 microns and 2 coats of coal tar epoxy paint having a dry film thickness 150 microns each coat. The first coat of coal tar epoxy paint shall be brown and the final coat shall be black. The overall paint system thickness shall be 370 microns. For gate operating gear Gate operating gear housing shall be painted with 1 coat of prefabrication blast primer or holding primer with a dry film thickness of 20 microns followed by 1 coat of zinc phosphate priming paint with a dry film thickness 75 microns and 2 coats of micaceous iron ore paint having a dry film thickness 100 microns each coat. The first coat of micaceous iron ore paint shall be an undercoat and the second coat shall be the final coat. The overall paint system thickness shall be 295 microns. 18. All the paints shall be obtained from the same manufacturer and shall be compatible with the other paints in the same protective system. They shall be suitable for the climatic conditions in Guyana. The manufacturer and the formulation of the paints shall be subject to the approval of the Engineer. The Contractor shall supply to the Engineer samples of the paints at least two months before their being used on the Works. 19. The primer used beneath the coal tar epoxy paint shall be specially formulated for the purpose. The coal tar epoxy paint shall be such that the coating will not run or craze when exposed to direct sunlight on site for prolonged periods after immersion in water.
Paint Schedule for Timber Gates:

20. The gates shall be thoroughly cleaned with water, allowed to dry, and sanded down to prepare the surface for painting. The gates shall receive 2 coats of copolymer pitch metallic primer to a dry film thickness of 75 microns per coat followed by 1 coat of copolymer pitch, heavy duty black, to a dry film thickness of 125 microns. The overall paint system thickness shall be 275 microns.

Gen15 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

8.34

Galvanising

1. Where steel or wrought iron is specified to be galvanised the galvanising shall be executed after all fabrication has been completed. The articles shall be cleaned and pickled in dilute sulphuric or hydrochloric acid followed by rinsing in water and pickling in phosphoric acid. They shall be thoroughly washed, stoved and dipped in molten zinc and brushed so that the whole of the metal shall be evenly covered and the additional weight thereof after dipping shall not be less than 610 g/m2 of surface galvanised, except in the case of tubes to BS 1387 when it shall be 460 g/m2. Edges shall be clean and surfaces bright.

8.35

Inspection and Testing

1. All equipment and materials furnished and all work performed in connection herewith will be subject to rigid inspection by the Engineer at the Contractor's works to determine that the equipment meets the requirements of the Contract Documents. The Engineer shall be permitted to inspect all materials and equipment during its manufacture and fabrication and prior to its preparation for shipment and to inspect likewise packing, boxing and crating. The Engineer shall have access to witness all factory tests of finished products and to witness any or all tests for which results are required under this Specification. 2. The Contractor shall notify the Engineer not less than 30 days in advance of the date and place that the materials and equipment, or any portion thereof, will be available for each inspection or test. Acceptance of materials and equipment, including packing, boxing and crating, or the waiving of any inspection or test or witness thereof, shall in no way relieve the Contractor of the responsibility of furnishing materials and equipment meeting the requirements of this Specification. 3. The Contractor shall furnish the Engineer with four certified copies of reports of tests of all materials used in the manufacture and fabrication of water control and accessory equipment. The results of these tests shall be in such form as to show compliance with the applicable specifications for the materials used. All costs of tests and reports for materials shall be borne by the Contractor.

Works Assembly and Inspection 8.36 Assembly at Contractor's Works

1. Where directed by the Engineer each gate shall be fully assembled at the place of manufacture for inspection by the Engineer and, if considered necessary, tested before dispatch. No parts shall be dispatched from the Contractor's works until they have been marked to ensure correct reassembly.

8.37

Inspection at Contractor's Works

1. Inspection of materials, workmanship, manufacture and the trial assembly of components at the Contractor's works, in accordance with the preceding clause of the Specification, shall be carried out by the Engineer and will include the following: (a) Checks on steel and other materials used to ensure compliance with accepted Standards. Manufacturer's chemical analysis sheets and report sheets showing results of tests on physical properties may be called for. Gen16 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

(b) Dimensional and tolerance checks to ensure conformity with approved drawings. (c) Weld inspection and testing. (d) Inspection of cleaning and painting of steelworks (e) Witnessing erection and testing at the Contractor's works (f) Inspection of method of packing components for transportation.

8.38

Instructions for Site Erection

1. As soon as practicable instructions detailing the method of site erection of the Plant shall be furnished by the Contractor and handed over to the Engineer for approval.

8.39

Testing on Completion

1. On completion of the Works, the Contractor shall check that the Plant is complete and in working order. Each gate shall be made to move through a full cycle of operation using the equipment supplied for the purpose and under the maximum water loading conditions specified, unless otherwise agreed, to the satisfaction of the Engineer.

8.40

Spare Parts, Special Tools

1. The Contractor shall offer to supply with the Plant the spare parts with any special tools, grease guns, etc, which he considers should be held to meet requirements for maintaining the gates for a two year period and for the specified degree of utilisation. He shall produce a schedule listing each item and price each item individually, quoting the appropriate part numbers which can be identified with reference to drawings of the Plant, for the consideration of the Engineer. The Engineer shall instruct the Contractor which spare parts should be purchased within the value of the Provisional Sums assigned for spare parts. 2. The spares shall comprise an adequate stock of the parts likely to be needed as routine replacements together with any major items or components which it may be desirable to hold in order to facilitate or expedite repair. 3. The spare parts shall comply with the Specification and be new, unused and readily interchangeable with the parts for which they are replacements 4. Each spare part shall be clearly marked with its identification reference and a detailed list shall be enclosed in each package containing spares.

8.41

Operating and Maintenance Instructions

1. The Contractor shall compile installation, operating, preventive maintenance and overhauling instructions for the Plant and shall submit two draft copies to the Engineer for his approval before the Plant is due to be handed over to the Employer. The Engineer will either give his approval or return one draft copy with his comments to the Contractor. Three final copies of the Operating and Maintenance Instructions shall be handed over to the Engineer for his use in operating and maintaining the Plant. Gen17 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The instructions shall consist of : (a) (b) Installation instructions. Essential instructions for the use of the operator/s in controlling and servicing the Plant. These instructions shall be reasonably short and concise and shall set out, in addition to operating procedures, a consolidated schedule of the inspection, lubrication, cleaning and any other type of servicing operations required. Instructions for use of skilled maintenance personnel in carrying out routine replacements, withdrawing, dismantling, overhauling, re-assembling and testing the Plant. Record Drawings. The drawings shall be a complete set including all information necessary for maintenance and spares replacement.

(c) (d)

3. The material supplied to the Engineer as the final copies shall be printed on durable greaseresistant sheet material and bound into ring binders with tough pliable covers for use on the Site. 4. The provision of final operating, servicing and maintenance instructions shall be regarded as an essential part of the Works and shall therefore be a condition precedent to the issue of a takingover certificate.

Gen18 of 20

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Water Control Equipment - Gates

Repair and Rehabilitation of Timber Gates 9.1 General

1. The Contractor shall repair or replace the existing items of Plant as detailed in the Bill of Quantities, Drawings and the Technical Schedules, all in accordance with the Specification. Repairs shall be carried out to the approval of the Engineer and as generally specified below.

9.2

Winches

1. Winches and steel wire ropes shall be removed from the structure and transported to a workshop for rehabilitation or disposed of off-site where the winches are to be replaced. The winches for replacement shall be cleaned by shot blasting, repaired and rehabilitated to return them to full working order. The winch shall be painted with micaceous iron oxide paint in accordance with the Specification. After rehabilitation the winch shall be reinstalled using new anchor bolts. New steel wire ropes shall be provided in accordance with the Specification and the existing ropes disposed of off-site.

9.3

Sheaves

1. Sheaves shall be removed from the structure and transported to a workshop for rehabilitation or disposed of off-site were the pulleys are to be replaced. The sheaves for replacement shall be cleaned by shot blasting, repaired and rehabilitated to return them to full working order. The sheaves shall be painted with micaceous iron oxide paint in accordance with the Specification. After rehabilitation the sheaves shall be reinstalled using new fixings as approved by the Engineer.

9.4

Gates

1. Unless otherwise instructed gates shall be removed from the structure and repaired as directed, where gates are found to be leaking from the horizontal joints between planks, the joints shall be caulked on the upstream side using hemp rope and resin. The gates shall be thoroughly cleaned and then painted with a copolymer paint system as specified in the Specification. Following repair the gates shall be structurally sound and be watertight under operating conditions.

9.5

Gate Guides

1. Where existing gate guides are made of timber, they shall be removed from the structure and disposed of off-site, the associated concrete work shall be repaired as specified and new timber gate guides provided. The new guides shall be fixed by stainless steel expanding bolts to the abutment walls. The guides shall be painted as specified for gates.

Gen1 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

9.6

Counterweights

1. Counterweights and their lifting ropes shall be removed from the structure and disposed of off site and new counterweights complete with steel wire ropes shall be provided and installed to the satisfaction of the Engineer. The new counterweights shall be of reinforced concrete and be the same weight as those existing. Each counterweight shall be provided with a mild steel eye for attachment to the lifting rope. The new steel wire ropes shall be provided in accordance with the Specification.

Timber Outfall Sluice 9.7 Timber Outfall Sluice General

1. Manually operated timber outfall sluice gates up to 4.6 m span x 5.0 m deep shall be supplied and installed at the Outfall Structures as specified. Each outfall sluice shall comprise a timber gate, embedded parts, removable guides, counterweights, an operating winch complete with steel wire ropes and sheaves and a concrete support frame complete with access ladder and handrailing all as shown on the Drawings. 2. The gates shall be designed to withstand the maximum head difference across the gate with water acting from the sea side or from the drainage side. An allowance of 1.0 m head above maximum sea water level shall be included in the design to compensate for wave action on the gate. 3. The two maximum design conditions to consider are : (a) Mean High Water Springs Level plus 1.0 m acting from the sea side combined with the Minimum Water Level in the drainage channel.
or

(b) Maximum Water level in the drainage channel combined with the Mean Low Water Springs Water Level acting from the sea side. 4. The gates shall be capable of being operated under approximately balanced hydraulic conditions by a manually operated winch. The gates shall also be capable of being raised against a head difference of 0.60 m acting from the drainage side for flushing the outfall. 5. For the purpose of calculating the gate operating frictions, the following coefficients of friction shall be used:
0.80 for rubber against stainless steel, 0.10 for Tufnol against stainless steel.

9.8

Timber Outfall Sluice - Embedded Parts and Removable Guides

1. The embedded parts shall consist of vertical groove members built into the primary concrete work of the abutments and support frame and a steel sill member built into the primary concrete of the floor slab, all as shown on the Drawings.

Gen2 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The embedded grooves fabricated from stainless steel angle sections and plate shall extend from sill level up to the abutment top level to retain the gate when in its closed position. The upstream guide shall extend from the top of abutment for the full height of the gate when in its fully raised position. The downstream removable guides shall extend 3.0 m above the top level of the abutment. The outer leg of the removable guides shall have a radiused top to ensure clearance of the seal rubber attached to the gate. A stainless steel stop shall be welded to the groove plating to prevent lateral movement of the removable guides. 3. The built-in groove work shall be fitted with anchor bars to enable them to securely held within the primary concrete work. 4. The removable guides shall be held in place by stainless steel bolts screwed into threaded sockets cast into the support frame concrete work. These shall be provided by Rawlbolt Ltd. or other approved type of stainless steel bolt and socket set. 5. The sill member shall consist of a mild steel plate and anchor bars for building into the primary concrete work. The sill member shall be securely fixed to the vertical side grooves at each end.

9.9

Timber Outfall Sluice - Gate

1. The timber gates shall be fabricated from greenheart as specified to the dimensions shown on the Drawings. All work shall be put together in the best possible manner by craftsmen experienced in working with greenheart, to the satisfaction of the Engineer. Timber members shall be in one piece unless specifically indicated otherwise and all jointing shall be as specified. 2. The gates shall generally comprise planking, forks and stiffeners all from greenheart timber, assembled as shown on the Drawings. The timber planking shall be sawn and planed to ensure an even surface. Bolts, nuts and washers used in the construction of the gates shall be of galvanised steel unless otherwise specified herein, the threads of bolts and nuts shall be undercut to assist fixing. Timber guide sections shall be fitted to the gate to restrict lateral movement. 3. Each timber plank shall be rebated along the centre of the 75 mm section top and bottom to receive a resin filler to prevent a leakage path between the planks in the finished gate. The resin filler shall comply to the requirements of BS EN 301. 4. The gate shall be fitted with Tufnol sliding and sealing strips, down the edges of the gate, on the upstream and downstream side to enable the gate to slide and seal upon the stainless steel built in groove work specified above. The Tufnol strip shall be fixed to the gate guides using 50 mm long, 12 gauge brass wood screw, staggered and countersunk 3 mm at a maximum of 150 mm centres. 5. The Tufnol material specified shall be obtained from Messrs. Tufnol Ltd. P0 Box 376, Perry Bar, Birmingham B42 2T8, England and shall be of Grade Bear Brand or similar approved. 6. The gate shall be arranged to seal at the sides against water pressure acting from the coastal side. The seal shall consist of neoprene rubber L sectioned strips, fixed by stainless steel clamping flats held in place by stainless steel bolts. 7. The seals shall be arranged to seal against the surfaces of the stainless steel groove work. The neoprene seals shall be provided in accordance with the Specification. A 3 mm pre-compression of the seal rubber shall be set initially to ensure there is a satisfactory sealing against the groove work. Gen3 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

8. Rope sheaves and rope suspension points shall be provided at the top of the forks as shown on the Drawings, to raise and lower the gates in operation. The sheaves shall be held in place by galvanised mild steel straps and stainless steel bolts. Phosphor bronze or brass washers shall be provided between the sheaves and the timbers. 9. The gates shall be cleaned and painted in accordance with the Specification.

9.10

Timber Outfall Sluice - Winch, Rope and Sheaves

1. Vertical lifting gates shall be capable of being operated under the conditions specified by a manually operated system comprising a winch, steel wire rope and sheaves. 2. The winch shall consist of spur gearing driving a rope drum upon which shall be wound galvanised steel wire rope, the minimum lifting capacity of the winch shall be 2 tonnes. 3. The spur gearing shall be machine-cut and all shafting provided with bronze bush bearings. Guards shall be fitted over moving parts. The rope drum shall have a minimum diameter of 12 times the diameter of the steel wire rope in order to avoid abnormal rope stresses and to increase rope life. 4. Where two ropes are attached to the drum. The rope drum shall be divided into two parts by a central flange, to ensure separation of the two ropes on the drum. 5. The winch shall be fitted with a ratchet type brake when operating in the hoisting mode and hand operated band brake which may be released to alloy gravity lowering of the gate, under complete control of the operator. 6. The gearing shall be designed to permit easy operation by one or two men operating crank handles. The crank handles shall be removable and the square part of the flatting over which the handle fits shall be provided with a hinged cover and padlock to prevent unauthorised operation. Under normal operating conditions the maximum force on the winch shall be taken as 1,500 kg and the input effort at each crank handle shall be limited to approximately 16 kg. 7. The galvanised steel wire lifting rope shall be provided in accordance with the Speciification. The rope shall be prepared to the correct length at the suppliers works and be fitted at one end with an open conical socket with the opposite end bound suitable for fixing to the winch drum. 8. Rope sheaves complete with support brackets shall be provided for installation on the cross member of the concrete support frame for use with the lifting ropes and the counterweight ropes. The sheaves shall have a pitch circle diameter of not less than 200 mm and shall be provided in accordance with the Specification. The sheaves shall be bushed with bronze or brass bushes to reduce friction and shall be a push fit into the sheave. The sheaves shall be supported by stainless steel bolts. Bronze or brass washers shall be provided between the sheave and the support bracket. The brackets shall be fixed to the concretework by cast in galvanised anchor bolts.

9.11

Timber Outfall Sluice - Counterweight

1. Counterweights complete with steel wire ropes shall be provided and installed in accordance with the Specification. The counterweights shall be of reinforced concrete and to the dimensions shown on the Drawings. Each counterweight shall be provided with a galvanised mild steel eye for attachment to the lifting rope.

Gen4 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The galvanised steel wire lifting ropes shall be prepared to the correct length at the suppliers works and be fitted at both ends with open conical sockets for fixing to the counterweight and gate suspension point.

9.12

Timber Outfall Sluice - Handrailing and Access Ladder

1. Handrailing and access ladder complete with safety hoops shall be provided for the cross member of the concrete support frame in accordance with the Specification. Safety chains shall be provided at the top of the access ladder for security of personnel.

Channel Type Lifting Gates 9.13 Channel Type Lifting Gates - General

1. Manually operated channel type lifting gates (Gate Type 5) with a maximum size of 2.0 m span x 2.0 m deep and a minimum size of 2.0 m span by 1.25 m deep, shall be supplied and installed at the Check Structures as specified. Each gate shall comprise a steel gate, built-in grooves and frame and manually operated wire rope hoist, all as shown on the Drawings. 2. The gates shall be designed to withstand and operate against a maximum head difference across the gate of 0.50 m, acting from the upstream side. 3. The gate shall be capable of being lifted 1.50 m above maximum water level to allow boatman to pass beneath. 4. For the purpose of calculating the gate operating frictions, the following coefficients of friction shall be used:
0.20 for stainless steel against bronze

9.14

Channel Type Lifting Gates - Embedded Parts and Framing

1. The gate framing and embedded parts shall consist of channel sectioned side members forming the gate grooves built into prepared recesses in the concrete abutments, overhead steel cross members and gear bearers attached to the tops of the vertical side frames, and a steel sill member to be built into a prepared recess in the concrete floor. 2. The groove members shall extend upwards sufficiently to support and guide the gate throughout its travel and shall be fitted with adjusting and fixing devices to enable them to be accurately positioned and securely held within the recesses in the concrete work during concreting-in. Each groove member shall consist of a pair of channel sections braced together by angle sections. The downstream groove members shall be fitted with machined non-ferrous faces upon which the gate shall slide and seal.

Gen5 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The sill members shall consist of a rolled steel angel or other suitable section having a machined upper surface upon which the lower sealing member of the gate shall bear when the gate is fully closed. The sill member shall be fitted with levelling screws to permit its accurate alignment and levelling within the recess formed in the concrete floor. The ends of the sill member shall be connected to the groove members at each end. 4. The gear supporting members shall be designed to support the operating gear and the loads resulting form gate operation and shall be connected to the groove members at each end.

9.15

Channel Type Lifting Gates - Gate

1. The gates shall be of welded steel construction consisting of a vertical skin plate supported on the upstream side by a series of horizontal angle sections connected to vertical end members comprising angle sections and flat stiffeners. The skinplate shall be stiffened along its lower edge by a seal flat. 2. The gate shall be fitted with stainless steel sliding and sealing faces to match those incorporated into the framing. 3. The lower four panels of the gate shall be filled with concrete ballast to ensure the gate will close against the water pressure acting upon it, all as shown on the Drawings. A reinforcing mesh shall be welded into the gate panels to hold the concrete in place. 4. Each gate shall be suspended from the gearing by galvanised steel wire ropes attached to lifting lugs welded to the gate top member. 5. The ropes shall be treated with a suitable water-repellent dressing and/or lubricant as recommended by the rope manufacturers and a quantity of the dressing material shall be supplied for maintenance purposes and shall be delivered to the Site and placed into store (with the necessary application instructions).

9.16

Channel Type Lifting Gates - Operating Gear

1. The gate shall be provided with a manually operated hoist comprising a pair of rope drums connected by cross shafting to a worm and spur reduction gear mounted on the crossframe member. To enable the gate to be operated from ground level a bevel reduction gear unit shall be provided and connected to the worm gear by extension spindle. The bevel reduction unit shall be capable of being operated by one man working a crank handle. The crank handle shall be removable. 2. The operating gear shall be capable of lifting and lowering the gate against the maximum specified water loading conditions. The operating gear shall be self sustaining and capable of holding the gate suspended in any position when the crank handle is released. 3. The crank handle shall have a radius of 0.35 m and the maximum handle effort shall not exceed 13 kg. The bevel gear unit shall be of the enclosed type with the gears running in an oil bath, having the bevel gear carried between ball thrust bearings. 4. The extension spindle shall be supported by an intermediate steady bearing incorporating selflubricating bronze bushes.

Gen6 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

5. The rope winding drums shall be grooved to receive the gate lifting ropes and shall be mounted on shafting carried in suitable end bearings. The winding drums shall be enclosed in steel casings fitted with inspection doors. 6. The minimum diameter of rope winding drums shall not be less than 12 times the rope diameter in order to avoid abnormal rope stresses and to increase rope life. 7. The cross-shafting shall be fitted with an adjustable coupling to allow fine adjustment in the angular position of one winding drum relative to the other. 8. Grease nipples shall be provided where necessary for lubricating the various bearings, etc. and a grease gun shall be provided.

Channel Type Sliding Gates 9.17 Channel Type Sliding Gates - General

1. Manually operated channel type sliding gates (Gate Types 3 & 4) shall be provided and installed at the Head Regulator Structures and elsewhere as specified. Each gate shall consist of framing incorporating guide grooves and sealing faces, together with a sill member and gear supporting members, movable gate leaf with sealing faces and screw operated hoist, all as shown on the Drawings. 2. Gate Type 3 shall be a maximum size of 2.50 m span x 2.35 m deep to a minimum size of 1.80 m span by 0.90 m deep. 3. Gate Type 4 shall be a maximum size of 1.50 m span x 0.80 m deep to a minimum size of 1.50 m span by 0.60 m deep. 4. The gates shall be designed to withstand and operate against a maximum head of water to the top of the gate on the upstream side with the downstream side dry. The gate shall be capable of being raised clear of the gate sill by an amount equal to the depth of the gate. 5. For the purpose of calculating the gate operating frictions, the following coefficients of friction shall be used:
0.30 for machined steel against bronze

9.18

Channel Type Sliding Gates - Gate Framing

1. The gate framing shall consist of steel guide groves fabricated from folded plate with sill and gear supporting members connected to the groves by bolts. The groove members shall extend upwards sufficiently to support and guide the gate throughout its travel. The grooves shall be fitted with adjusting and fixing devices to enable them to be accurately positioned and securely held within the recesses in the primary concrete work during concreting-in. The groove members shall be fitted with machined bronze faces upon which the gate shall slide and seal.

Gen7 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The sill members shall consist of a rolled steel angle or other suitable section having a machined upper surface upon which the lower sealing member of the gate shall bear when the gate is fully closed. The sill member shall be fitted with levelling screws to permit its accurate alignment and levelling within the recess formed in the concrete floor. The ends of the sill member shall be connected to the groove members at each end. 3. The gear supporting members shall be designed to support the operating gear and the loads resulting from gate operation and shall be connected to the groove members at each end.

9.19

Channel Type Sliding Gates - Gate

1. The gate shall be of welded steel construction consisting of a steel skin plate supported on the upstream side by horizontal stiffening members connected to vertical side guiding and stiffening members contained within the side grooves. Arrangements shall be provided at the top of the gate for attachment of the gate to the operating spindles by non-ferrous hinge pins. 2. The skin plate shall be stiffened along its upper edge by means of a rolled steel angle or other suitable section and along its lower edge by a sealing bar. 3. The gate shall be fitted with machined steel sliding and sealing faces to match those incorporated into the framing.

9.20

Channel Type Sliding Gates - Operating Gear

1. The operating gear for Gate Type 3 shall consist of a centrally mounted bevel gear unit arranged to drive twin bevel gearboxes containing operating nuts engaging with twin operating spindles connected to the gate near to its ends. 2. The gearing shall be self-sustaining and capable of positively holding the gate suspended in any position when the crank handle or hand wheel is released and shall be designed to be capable of operating the gate against the maximum water loading conditions specified. 3. The twin bevel gearboxes shall each contain a bronze operating nut engaging with a stainless steel operating screw attached to the gate. The operating nut shall be carried between ball thrust bearings above and below the nut. The gearing shall be machine cut and enclosed in suitable casing designed as far as possible to exclude wind blown dust. The twin bevel boxes shall each be provided with tubular covers over the operating screws when they are in the fully raised position. The operating spindles shall have a minimum root diameter at the bottom of the thread of 50 mm. 4. The centrally mounted bevel gear unit shall be operated by a crank handle or hand wheel provided with a locking device and padlock to prevent unauthorized operation. A gate position indicator graduated in centimetre intervals shall be incorporated into the gearing showing the level of the lower edge of the gate relative to the sill level and shall be positioned so that it is clearly visible from the central operating position. 5. The operating gear for Gate Type 4 shall generally comply with the Specification above. However the operating gear shall be capable of being operated from the abutment (from the side of the gate) and therefore twin worm gear boxes shall be provided to operate these gates.

Gen8 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Culvert Type Sliding Gates 9.21 Culvert Type Sliding Gates - General

1. Manually operated culvert type sliding gates (Gate Types 1 & 2) shall be provided and installed at the Head Regulator Structures and elsewhere as specified. Each gate shall consist of framing incorporating guide grooves, sealing faces, a spindle guide bracket and support member (where specified), movable gate leaf with sealing faces and operating gear, all as shown on the Drawings. 2. Gate Type 1 shall be supplied and installed on structures incorporating pipes of 0.90, 1.05 and 1.20 m diameter. 3. Gate Type 2 shall be supplied and installed on structures incorporating pipes of 0.45, 0.60 and 0.75 m diameter. 4. Each gate shall be designed to withstand and operate against the seating head of water specified in The Structure Schedules or shown in the tables on the Drawings. The gates shall be capable of being raised clear of the lintel member. 5. For the purpose of calculating the gate operating frictions, the following coefficients of friction shall be used:

0.30 for machined steel against bronze

9.22

Culvert Type Sliding Gates - Gate Framing and Gear Supporting Members

1. The gate framing shall consist of steel guide grooves fabricated from folded plate with sill, lintel and spindle guide bracket support members (where specified), the cross members shall all be connected to the grooves by bolts at their ends. Gear supporting members shall be angle sections or other settable sections. The gear supporting members shall be designed to resist the loads resulting from operation of the gate. 2. The groove members shall extend upwards to support and guide the gate throughout its travel and shall be arranged for bolting onto the concrete headwall, as show on the Drawings. The framing shall be fitted with machined bronze faces upon which the gate shall slide and seal. 3. The gate shall be fixed to the concrete wall by 16 mm diameter Rawlbolt Duplex Stud Anchor bolts, or other approved fixings. Arrangements shall be incorporated to permit the framing to be accurately aligned and levelled. The frames shall be fully grouted in during installation as described on the Drawings and in the Specification.

9.23

Culvert Type Sliding Gates - Gate

1. The gate shall consist of a steel skin plate support on the upstream side by horizontal angle sections and flat bar connected to vertical side guiding and stiffening angles contained within the side grooves. Arrangements shall be provided for attachment of the gate to the operating spindle by a non-ferrous hinge pin.

Gen9 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The gate shall be fitted with machined steel sliding and sealing faces to match those incorporated into the framing.

9.24

Culvert Type Sliding Gates - Operating Gear

1. The operating gear shall consist of a manually operated self-sustaining gear unit capable of operating the gate against the maximum water loading conditions specified, and capable of positively holding the gate in any position when the hand wheel or crank handle is released. The operating gear shall be capable of being operated by one man. 2. The gear units shall consist of a bronze operating nut engaging with a stainless steel operating screw attached to the gate. 3. For Gate Type 1 the operating nut shall be rotated by a removable crank handle via bevel reduction gearing. The bronze operating nut shall be carried between ball thrust bearings above and below the nut. 4. For Gate Type 2 the operating nut shall be rotated by a removable handwheel fitted directly onto the nut. The bronze operating nut shall be carried between ball thrust bearings above and below the nut. 5. The gearing shall be machine cut and enclosed in suitable casing designed as far as possible to exclude wind blown dust. 6. The operating screw shall be provided with an adjustable stop to prevent the gate from being overlowered. The adjustable stop shall be designed so that it cannot be adjusted or removed except by persons authorised to do so. The gear units shall each be provided with a locking device and padlock to prevent unauthorised operation. 7. The operating spindles shall have a minimum root diameter at the bottom of the thread as shown on the Drawings.

Gen10 of 11

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

10

Piling

Timber Piles 10.1 Timber for Piles

1. Piles shall comply with Guyana grading rules for hardwood timber (Ref No GR 03-1977). All piles shall be properly seasoned natural round timber piling cut from sound living trees of the species Ocotea Rodiaei (Green Heart). 2. The timber shall be free from rot, pests, fungal or pest attack and from defects not permitted for its grade. 3. Piles shall have a gradual taper of not more than 20 mm in 3 m throughout their length with the minimum butt diameter as shown on the Drawings. All piles shall be pointed. 4. All piles shall be cleanly axe trimmed of all branch stubs and knot overgrowths projecting more than 25 mm beyond the general surface of the pile. 5. All piles shall be completely debarked and be cleanly cut-off at the butt and tip at right angles to the vertical axis of the piles. 6. Each pile shall be free from short or reverse bends so that a straight line joining the centres of the butt and tip of the pile shall lie within the pile at all times. Each pile shall be generally free of defects which significantly affect the strength or drivability of the pile, such as knots and knotclusters of width greater than one third of the diameter of the section where they occur, rotten and hollow knots, rotten heart, splits and shakes in tip or butt, insect attack and plugged holes. 7. Timber to be treated with preservative shall have a moisture content of not more than that stated in BS 913: or in BS 4072:. Timber not to be treated with preservative shall have a moisture content of not more than 23 % at the time of installation. 8. All piling shall be subject to inspection before shipment to site and shall be inspected by the Engineer after delivery to the site of driving. 9. The total length of pile supplied shall include a length for forming a driving tip and a 1.5 m length of pile to allow for the pile to be cut off to remove damage following driving.

10.2

Preservatives

1. All piles shall be treated with an approved preservative and painted with 2 coats of an approved bituminous paint (tar) and marked at 1 foot intervals. 2. Cutting and boring of timber shall be done as far as possible before preservative treatment, but where this is impractical all surfaces subsequently cut or bored shall be heavily coated with 2 coats of bituminous paint (tar).

Gen1 of 6

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

10.3

Pile shoes

1. The Contractor shall take all necessary precautions, to the approval of the Engineer, to prevent splitting of the leading end of the pile. If shoes are used thay shall be attached by steel straps fixed, spiked, screwed or bolted to the timber.

10.4

Pile heads

1. The heads of all timber piles shall be flat and at right angles to the axis of the pile. The head shall be trimmed to a round cross section and fitted with a tight steel ring. The ring shall be not be less than 50 mm x 18 mm in cross section and the joint shall be welded for its full section. The top of the ring shall be between 10 mm and 20 mm in from the top of the pile. If the ring is displaced during driving it shall be refitted. If the ring is broken a new ring shall be fitted. 2. As an alternative to a ring, a metal helmet may be used, the top of the pile being trimmed to fit closely into the recess of the underside of the helmet. A hardwood dolly and if necessary a packing shall be used above the helmet. 3. If during driving the head of the pile becomes excessively broomed or otherwise damaged the damaged part shall be cut off, the head re-trimmed and the ring or helmet, if any, refitted.

10.5

Inspection and Stacking

1. Timber piles shall be inspected in stacked in accordance with Clause 11.4.

10.6

Driving

1. Setting out shall be carried out from the main grid lines of the proposed structure. Immediately before installation of the pile, the pile position shall be marked with suitable identifiable markers. 2. If as a result of the behaviour of piles during driving or for any other reason the bearing capacity of the piles driven to the specified penetration is insufficient, the Engineer may direct splicing and the piles driven to a deeper penetration. The length of the pile extension and the design of the splice shall be determined by the Engineer. 3. All piles shall be driven as shown on the plans or as ordered by the Engineer. If driving proves difficult then the decision to cease and appropriate remedial action will be decided by the Engineer. 4. Piles are to be driven singly and to use interlocked tongue and groove type connections. 5. Piles shall not be driven until after all excavation is completed. Any material forced up between the piles during driving shall be removed to correct elevation without additional cost. 6. Full length piles shall be used where practicable. Splicing of piles may be permitted only in such cases as may be approved and at such directions as may be given by the Engineer. 7. Piles may be driven with a gravity hammer, diesel hammer or steam hammer. The Contractor shall satisfy the Engineer regarding the suitability, efficiency and energy of the driving equipment to be employed. All relevant details of the method of piling and plant to be used by the Contractor shall be supplied to the Engineer. Gen2 of 6

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

8. When a gravity hammer is employed the fall of the gravity hammer shall be so regulated as to avoid injury to the piles and in no case shall exceed 15 feet. Each pile shall be driven continuously until the specified or approved set or depth has been reached except that the Engineer may permit the suspension of driving if he is satisfied that the rate of penetration prior to the cessation of driving will be substantially re-established on its resumption or if he is satisfied that the suspension of driving is beyond the control of the Contractor. 9. At all stages during driving and until incorporation in the superstructure the pile shall be adequately supported and restrained by means of leaders, trestles, temporary supports or other guide arrangements to maintain position and alignment and to prevent bending. These arrangements shall be such that damage to the piles, preservative treatment or other coatings does not occur. 10. There shall be no swamping of piles and no lubricant, including water, shall be used to assist in the driving of piles. 11. The pile driver leads shall be constructed in such a manner as to afford freedom of movement of the hammer, and they shall be held in position by guys or stiff braces to insure support to the pile during driving operations. 12. The leads shall be of sufficient length so that the use of a follower will not be necessary except where piles are driven through water. 13. The procedure incident to the driving of the piles shall not subject them to excessive and undue abuse producing injurious splitting, splintering, brooming of the wood or other damage to the pile. 14. Manipulation of piles to force them into proper position after driving will not be permitted when such manipulation is considered by the Engineer to be excessive. 15. Any pile damaged by reason of internal defects, or by improper driving or driven out of its proper location or driven below the elevation fixed by the plans or by the Engineer shall be replaced at the Contractor's expense. 16. Defective piles may be corrected or replaced at the Contractor's own expense by one of the following methods approved by the Engineer for the pile in question: (a) (b) (c) The pile shall be withdrawn and replaced by a new and if necessary, a longer pile. The pile shall be spliced or built up or a sufficient portion of the footing extended to properly embed the pile. A second pile shall be driven adjacent to the defective pile.

17. All piles pushed up by the driving of adjacent piles or by any other cause shall be driven down again. 18. Piles shall be driven in an approved sequence to minimise the detrimental effects of heave and lateral displacement of the ground. When required, levels and measurements shall be taken to determine the movement of the ground or any pile resulting from the driving process.
19. The Contractor shall keep records of the installation of each pile and shall submit two signed

copies of these records to the Engineer not later than noon of the next working day after the pile was installed. Records shall include the final set of each pile. Gen3 of 6

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

20. Any unexpected change in driving characteristics shall be immediately reported to the Engineer. The Contractor shall give adequate notice and provide all facilities to enable the Engineer to check driving resistances. A set shall be taken only in the presence of the Engineer unless otherwise approved. 21. After driving, piles shall be cut off square at the designed cut-off elevation and the cut surfaces shall be heavily coated with an approved preservative. The length of the pile above the elevation of cut-off shall be sufficient to permit the complete removal of all the material injured by the driving operations.

10.7

Tolerances

1. Piles must be driven with a variation of not more than 1 in 75 from the vertical. Foundation piles shall not be out of position shown on the plan more than 6 inches in any direction after driving. Raked piles shall not vary by more than 1 in 25 from the design rake.

10.8

Timber Sheet Piles

1. Timber sheet piles shall be greenheart or other approved hardwood and shall comply with Clauses 11.1 and 11.2. Timber sheet piles shall be treated with preservative in accordance with Clause 10.2. 2. Pile shall be driven to the alignment and depth shown on the Drawings or as directed by the Engineer. Handling and driving of timber sheet piles shall conform to the requirements of Clauses 10.5 to 10.7 inclusive.

10.9

Plastic Piles

1. The design of the plastic sheet piles shall be carried out by the Manufacturer in accordance with Sub-clause 4.1 of the Conditions of Contract. 2. The use of plastic sheet piling for earth retaining walls is intended to be part of the Permanent Works and the Contractor shall satisfy the Engineer that the sections chosen are adequate for the application and conditions under which they are to be used and for a service life of 30 years. 3. Contractors Documents comprising drawings and design calculations in accordance with BS 8002 shall be submitted along with the manufactures brochure containing the specifications for the material and section intended to be used.

4. The use of anchors or tie rods and whalings in the design is optional. If anchors or tie rods are used they shall be located a minimum of 1.0 m below ground level. 5. The sheet piles shall be provided with a capping beam. The capping beam shall be either of the same material as the piles or of reinforced concrete. The capping beam shall be securely fixed to the piles. 6. The following design parameters shall be used in the design of the sheet piles: Physical Parameters Material to be retained: Bulk density: compacted clay 20 kN/m3 Gen4 of 6

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Angle of internal friction: Cohesion: Maximum height of retained material: Maximum depth of water in channel: Minimum depth of water in channel Average depth of groundwater: Surcharge load:
Chemical characteristics

0 10 degrees 50 75 kN/m2 as shown on the Drawings as shown on the Drawings as shown on the Drawings as shown on the Drawings as shown on the Drawings

The material from which the sheet piles are made must offer good resistance to the following chemicals: Organic acids: (from plant decay and free carbon dioxide} Sulphates: mild concentrations Chlorides: mild concentrations Common agricultural chemicals: mild concentrations

Material characteristics Ultra-violet resistant Colour resistant Impact resistant to driving forces and impact from small boats. Impact resistance shall be a minimum of 120 x 103 kN/m2 7. Sheet piling colour samples shall be submitted to the Engineer for approval prior to ordering from supplier. 8. The piles shall be installed in accordance with the manufacturers recommendations and to the approval of the Engineer taking into account use of appropriate installation tools and methods and the site soil conditions. 9. Plastic piles shall be driven in accordance with Clause 10.6. 10. Tolerances for plastic piles shall be in accordance with Clause 10.7.

Gen5 of 6

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

11

Timber Structure Rehabilitation 11.1 Scope of Work

1. The work to be performed under this section consists of removing and replacing old wooden decks, running boards, handrails, piles, revetment, damaged or rotten timber stringers/beams/mud sills or cross bridging and constructing timber structures in accordance with the Specification and Drawings or as directed by the Engineer. 2. The work shall include for furnishing, preparing, fabricating, erecting, treating and painting timber. All timber treated or untreated, shall be as specified conforming to the species, grades and dimensions. It shall also include hardware, lumber of the size and grade specified including all jointing requirements for timber connections and ties. This section shall not cover temporary timber construction that does not form part of the Permanent Works.

11.2

Timber Materials

1. Timber for timber structure rehabilitation shall conform with Clause 8.8 of the Specification.

11.3

Metalwork

1. Rods, plates, eye bars and shapes, when required, shall conform to the requirements of AASHTO M 270 (ASTM A709) Grade 36 unless otherwise specified. 2. Bolts, nuts, drift-bolts, and dowels may be of mild steel. Washers may be O-gee cast or malleable iron castings or they may be cut from mild steel plate when specified. Unless otherwise specified, bolts shall comply with ASTM A307 and shall have coarse threads, class 2 tolerance, conforming to ANSI standard Specifications. 3. All fastenings, including nails, spikes, bolts, dowels, washers and lag screws shall be galvanised unless otherwise permitted. 4. Unless otherwise specified, all metalwork for timber structures shall be galvanised in accordance with Clause 8.34 of the Specification. 5. Machine bolts shall have square heads and nuts unless otherwise specified. Wire nails and spikes shall be of steel, or circular cross section without taper, with a head and point and of good quality. Boat spikes shall be of wrought iron with forged heads and wedge shaped points. 6. All bolt threads shall be properly checked after the final adjustment of the nuts. All bolt stock projecting beyond one-fourth of an inch from the top of the nut shall be removed. 7. Washers of the size and type specified shall be used at all points where bolt heads and nuts would otherwise come in contact with wood. Cast washers shall have a thickness equal to the diameter of the bolt and a diameter of four times the thickness. For plate washers, the thickness shall be equal to one-half the diameter of the bolt, and the sides of the square shall be equal to four times the diameter of the bolt. Gen1 of 5

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

11.4

Inspection and Stacking

1. The Contractor shall notify the Engineer of the delivery of timber to the Site or to the place of preservative treatment and provide all labour, equipment and materials to enable the Engineer to inspect each on all faces and to measure it at the time of unloading and immediately prior to driving. 2. Accepted timber shall be marked and stacked in lengths on paving or drained ground. Each piece of timber shall be open stacked on supports at least 300 mm above ground surface to avoid absorption of ground moisture and permit air circulation and it shall be so stacked as to permit free circulation of air between tiers and courses and prevent warping. The ground underneath and in the vicinity of the timber shall be cleared of weeds and rubbish at all times. The baulks shall be separated by sticks or blocks placed vertically one above the other and closely spaced horizontally to avoid sagging of the timbers. The timber shall be protected from the sun. 3. The storage area shall be chosen or constructed so that water will not accumulate under or near the stored timber/lumber

11.5

Timber Preservative and Treatment

1. Stuctural timber shall be treated with preservatives. All preservatives used to treat lumber and timber shall comply with the applicable standards contained in the Manual of Recommended Practice of the American Wood PreserversAssociation (AWPA) and include protec tion against termites. Wood preservatives shall be either creosote, oilborne, or waterborne. Creosote preservatives shall be creosote or creosote/coal-tar solutions. Oilborne preservatives shall be pentachlorophenol, copper-8--quinolinote, or tributyl-tin oxide. Waterborne preservatives shall be acid copper chromate (AAC), ammoniacal copper arsenate (ACA), chromated zinc chloride (CZC), or fluor-chrome-arsenate-phenol (FACP). The amount of preservative used shall be in accordance with the recommendations of the American Wood Preservers Institute for the use intended. 2. Hardwood surfaces other than structural timber shall not be painted but shall be treated with three coats of white linseed oil well rubbed in. 3. All joints and timber to timber surfaces shall be painted with 2 coats of an approved bituminous paint before assembly.

11.6

Construction Requirements

1. Workmanship shall be first class throughout and all framing shall be true and exact. Unless otherwise specified, nails and spikes shall be driven with just sufficient force to set the heads flush with the surface of the wood. Deep hammer marks in wood shall be considered evidence of poor workmanship and sufficient cause for rejection of the work. 2. All lumber and timber shall be accurately cut and framed to a close fit so that the joints will have an even bearing over the entire contact surface. No shimming will be permitted in making joints, nor will open joints be accepted. 3. Mortises shall be true to size for their full depth and tenons shall make snug fit therein. Gen2 of 5

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. Countersinking shall be done wherever smooth faces are required. 5. Treated timber shall be handled carefully without sudden dropping, breaking of outer fibres, bruising or penetrating the surface with tools. It shall be handled with rope or web slings or other approved methods. Use of cant dogs, peaveys, pike poles or hooks will not be permitted. When metal bands are used to bundle members, corner protectors shall be provided (by the Contractor) to prevent damage to the treated timber. 6. All cutting, framing and boring of treated timber shall be done before treatment in so far as is practicable. Cuts and recesses shall be covered with two applications of a mixture of 60 percent creosote oil and 40 percent roofing pitch or brush coated with at least two applications of hot creosote oil and covered with hot roofing pitch. Unless otherwise specified, hot preservatives shall be heated to a temperature between 149 F and 194 F. 7. For timbers originally treated with pentachlorophenol creosote solution or waterborne preservative, all cuts, abrasions and recesses that occur after treatment shall be field treated by two liberal applications of a comparable preservative to the approval of the Engineer. 8. Holes for machine bolts shall be bored with a bit of the same diameter as the finished bolt. Holes for lag screws shall be bored with a bit not larger than the body of the screw at the base of the thread.

9. To prevent splitting or stripping the threads, the hole for the shank shall be bored the same diameter and to the same depth as the shank. The depth of holes for lag screws shall be approximately 25 mm less than the length under the head. Countersinking shall be done where smooth and flush surfaces are required. All spikes shall be driven hard and straight, flush with the timber. 10. Holes for round drift bolts and dowels shall be bored with a bit 1.5 mm less in diameter than the bolt or dowel to be used. The diameter of holes for square drift bolts or dowels shall be equal to the least dimension of the bolt or dowel. 11. Holes for rods shall be bored with a bit 1.5 mm greater than the diameter of the rod. 12. All cuts and drilled holes in treated piling or timbers and all abrasions, after having been trimmed carefully, shall receive preservative treatment as specified in Clause 11.5. 13. Posts shall be fixed to deck planks by one of the following methods, as indicated on the plans: (a) (b) (c) By dowels of not less than 18 mm diameter extending at least 150 mm into both posts and planks. By drift-bolts of not less than 10 mm diameter driven diagonally through the base of the post and extending at least 30 mm into the plank. By other methods of construction approved by the Engineer.

Gen3 of 5

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

14. Shear connectors needed to resist shear and provide holding-down capacity between timber and concrete support elements shall be furnished and installed in conformity with the details shown on the Drawings. If no such details are provided and the construction is described as composite, the Contractor shall provide such details and devices for the approval of the Engineer prior to the commencement of the works. 15. Wheel guards and railings shall be accurately framed in accordance with the Drawings and erected true to line and grade. Unless otherwise specified, wheel guards, rails and rail posts shall be surfaced on four sides. 16. Stringers / beams shall be sized to uniform depth at bearings and shall be placed in position so that any knots near the edges will be in the top portion of the members. 17. Stringers / beams may have butt joints or lapped joints as shown on the plans. The lapped ends of untreated stringers/beams shall be separated at least 12 mm to permit the circulation of air. When stringers/beams are two panels in length, adjacent stringers/beams shall be lapped at alternate bents. All stringers/beams shall be fastened securely by bolts where shown on plans. 18. Outside stringers/beams may have butt joints with the ends cut on a taper but interior stringers shall be lapped to take bearing over the full width of the support member at each end. 19. Unless otherwise specified, cross bridging or blocking shall be placed at the centre of each span. Cross bridging between stringers shall be neatly and accurately framed and securely toe-nailed with at least two nails in each end. All cross-bridging members shall have full bearing at each end against the sides of stringers. Blocking shall be snug fit and held in place by either prefabricated galvanised steel beam hangers or by tie-rods as detailed on Drawings. 20. Unless otherwise specified, planks for flooring shall be surfaced on four sides. 21. Single plank floors shall consist of a single thickness of plank supported by stringers or joints. The planks shall be laid heart side down with 5 mm openings between them for seasoned material and tight joints for unseasoned material. Each plank shall be securely spiked to each joist or nailing strip with not less than two spikes. The planks shall be carefully graded as to thickness and so laid that no two adjacent planks shall vary in thickness by more than 0.75 mm. 22. The strips shall be placed on edge, at right angles to the centerline of the roadway. The spikes shall be sufficient length to pass through two strips and at least halfway through the third strip. 23. If timber supports are used, every other strip shall be toe-nailed to every other support. When specified on the Drawings, the strips shall be securely attached to steel or concrete supports by the use of approved galvanised metal clips or bolts. Care shall be taken to have each strip vertical and tight against the preceding strip and bearing evenly on all the supports. 24. Rail and rail posts of timber or any other parts designated on the Drawings to be painted shall be painted with one coat of approved primer and at least two coats of approved oil paint of the colours approved by the Engineer. The Engineer may select reflectorised paint for this use.

Gen4 of 5

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

12

Access Rehabilitation

12.1

Maintenance of Existing Access

1. The Contractor shall maintain all existing roads including earth roads used to detour traffic during construction until the new road or access dam is opened to public traffic. 2. No separate payment shall be made for the cost of complying with the requirements of this Clause and the Contractor is deemed to have allowed elsewhere in his rates and prices for such costs.

12.2

Definitions

1. The following definitions apply to access rehabilitation works: Roadway - The portion of a road or access dam within the limits of construction. Shoulder - That portion of the roadbed outside the edges of the traveled way (or back of curb) and extending to the top of front slopes. The shoulders may be either paved or unpaved. Subgrade - That portion of the roadbed immediately below the sub-base course, the limits of which will ordinarily include those portions of the roadbed shown in the plans to be constructed to a design bearing value or to be otherwise specially treated. Where no limits are shown in the plans the subgrade section shall be considered to extend to a depth of 300 mm below the bottom of the base and outward to 150 mm beyond the base, pavement or curb and gutter. The sub-grade shall be considered to include unsurfaced Earth Roads. Substructure - All of that part of a bridge structure below the bridge seats, and including also the parapets, back walls and wing walls of abutments.

12.3

Final Cleaning Up of Access

1. Upon completion of the work, and before acceptance and final payment are made, the Contractor shall remove from the right of way and adjacent property all falsework, equipment, surplus and discarded materials, rubbish and temporary structures; shall restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work; and shall leave the waterways unobstructed and the roadway in a neat and presentable condition throughout the entire length of the work under Contract. 2. The placing of materials of any character, rubbish or equipment, on abutting property, with or without the consent of the property owners, shall not constitute satisfactory disposal. However, the Contractor will be allowed to temporarily store equipment, surplus materials, usable forms, etc, on a well-kept site owned or leased by him, adjacent to the project, but no discarded equipment or materials, or rubbish shall be placed on such site.

Gen1 of 8

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. Areas adjacent to the project right of way used as an equipment site, materials storage area or equipment yard shall, at such time as they are no longer needed by the Contractor for such purposes, be shaped and dressed so as not to present an objectionable appearance and when directed by the Engineer grassed. The work of grassing, when directed, will be paid for under the appropriate Contract items.

12.4

Root Ploughing

1. In all areas where excavation is to be done and where the excavated material is to be used in the construction of roadway embankment or roadway base or pavement (also in all areas where roadway embankments will be constructed) roots and other debris shall be removed to a depth of at least one foot below the ground surface. The surface shall then be ploughed to a depth of at least six inches and all roots thereby exposed shall be removed to a depth of at least one foot. All stumps within the roadway right of way shall be completely removed and disposed of by the Contractor.

2. Where excavation is done within the roadway area and where excavation for structures is done, all roots, etc., protruding through or appearing on the surface of the completed excavation shall be removed to a depth of at least one foot below the excavation surface.

12.5

Trees to Remain

1. Where directed by the Engineer, desirable trees within the roadway area shall be trimmed, protected and left standing. Branches of trees extending over the area occupied by the roadway shall be trimmed as directed, to give a clear height of 16 feet above the roadway.

12.6

Levelling Terrain

1. Within the areas between the limits of construction and the outer limits of clearing and grubbing, all holes and other depressions shall be filled and all mounds and ridges cut down, and the area shall be brought to sufficiently uniform contour that subsequent mowing and cutting operations will not be hindered by irregularity of terrain. This work shall be done regardless of whether the irregularities were the result of the Contractor's operations or existed originally. Permanent ponds or other permanent water areas, as so designated by the Engineer, will not be required to be filled.

Gen2 of 8

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

12.7

Removal of Unsuitable Material

1. Where muck, rock, clay or other material within the limits of the roadway is unsuitable in its original position, the Contractor shall excavate such material to the cross sections shown in the plans or indicated by the Engineer, and shall backfill with suitable material, which shall be shaped to conform to the required cross sections. Where the removal of plastic soils below the finished earthwork grade is required, a construction tolerance from the lines shown in the plans as the removal limits, of plus or minus 50 mm in depth and plus or minus 150 mm (each side) in width will be allowed

12.8

Disposal of Surplus and Unsuitable Material

1. Any surplus materials shall remain the property of the Employer. 2. In urban or other areas where temporary storage of suitable materials within the right of way may be impracticable, the Contractor may stockpile the materials outside the right of way in areas provided by him, until such materials are needed in the job or are declared surplus. With the written approval of the Engineer, the Contractor may dispose of such apparent excess material with the stipulation that he shall replace any portion of the disposed material required to fulfill the actual job requirements, with equally suitable material, at his own expense. 3. No extra compensation will be allowed for any rehandling involved under the provisions of this Clause.
4. Excavated materials unsuitable for the roadway construction shall remain the property of

the Employer and shall be disposed of by the Contractor outside the right of way as approved by the Engineer.
5. Where the plans or Specifications require the Contractor to dispose of excavated materials

outside the right of way, and the disposal area is not indicated in the Contract documents, the Contractor shall furnish the disposal area without additional compensation. 6. Areas provided by the Contractor for disposal of removed materials shall be out of sight of the project and at least 100 metres from the nearest roadway right of way line of any public road. The 100 metres limitation will not apply, however, if the materials are buried.

12.9

Borrow

1. In no case shall material be borrowed until so ordered by the Engineer, and then only from designated borrow pits. No borrow pits shall be opened until the Engineer has approved their location. 2. Borrow material, as required, shall be obtained from areas furnished by the Contractor. 3. Approval for use of borrow areas furnished by the Contractor will not be given until the Contractor has notified the Engineer of the location of such areas.

Gen3 of 8

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. No borrow material shall be obtained from any substitute areas until the Contractor has made written request for permission to use such areas and the Engineer has approved, in writing, the use of the particular areas and, where applicable, the Engineer has crosssectioned the surface. Upon such written approval by the Engineer, the substitute areas shall be considered as designated borrow areas. 5. The Contractor shall supply the Engineer with evidence that he has secured the necessary permits, rights or waivers for the use of such areas. 6. Upon completion of excavation all exposed areas, including haul roads, shall be neatly shaped and dressed so as not to prevent an objectionable appearance. The cost of grassing or other permanent erosion control measures directed by the Engineer will be compensated for as provided in the Contract for similar items or roadway work. 7. No separate payment will be made for clearing and grubbing areas furnished by the Contractor. 8. Ditches for drainage of borrow pits shall be constructed. The excavation of such pit drains shall be classified as borrow and all suitable materials excavated from pit drains shall be used as borrow or disposed of as ordered by the Engineer. 9. The Contractor shall provide and maintain at his own expense all necessary roads for hauling the borrow material. Where borrow area haul roads or trails are used by others, the Contractor shall not permit such roads or trails to deteriorate in condition due to his operations. 10. The Contractor shall make his own arrangements for the use of all non-public haul routes crossing private property. Any expense for the use of such haul routes shall be the responsibility of the Contractor.

12.10 Materials for Earth Road Embankments


1. Embankments shall be constructed of material containing no muck, stumps roots, brush, vegetable matter, rubbish or other material that will not compact into a suitable and enduring roadbed, and material designated as undesirable shall be removed and disposed of. Utilisation of material in embankment construction shall be in accordance with plan details or as directed by the Engineer. 2. Clay fill to formation level shall be constructed of material containing no muck, stumps, roots, brush, vegetable matter, rubbish or other material that will nor compact into a suitable and enduring road bed. Material designated as undesirable shall be removed from site. Utilisation of material in subgrade construction shall be in accordance with plan details or as directed by the Engineer. Material in the top layer of the formation level should have a minimum soaked CBR of 3% when compacted in accordance with AASHTO T99. 3. Clay suitable for shoulder or subgrade construction shall be naturally occurring and shall comply with the following particle grading requirements: Particle size (mm) Gen4 of 8 % finer

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

6.30 5.0 3.35 2.00 1.18 0.60 0.30 0.15 0.063 0.002

100 97-100 68-100 62-100 56-100 50-100 44-100 38-100 33-98 20-65

4. The liquid limit of the material as defined by BS 1377: Part 2; 1990 Clause 4.5 shall lie between 30% and 70% and the corresponding Plasticity Index as determined by BS 1377: Part2: 1990 Clause 5 shall lie between 15% and 40%. 5. The following materials are considered unsuitable for shoulder or subgrade construction:

(a) Materials from swamps and marshes; (b) Peat, logs, stumps and perishable materials and soils with an organic content. (c) Materials susceptible to spontaneous combustion; (d) Materials having moisture content, at the time of deposition, greater than the maximum permitted elsewhere in the Specifications, unless otherwise permitted by the Engineer (e) Other material when so designated by the Engineer; 6. Tests to confirm the suitability of the materials shall be carried out in accordance with BS 812 and BS 1377.

12.11 Embankment Construction


1. Embankments shall be constructed true to lines, grades and cross sections shown in the

Drawings or ordered by the Engineer, within the tolerances specified herein. They shall be constructed in sections of not less than 100 metres in length or for the full length of the embankment. 2. Embankments shall be placed in successive layers of not more than 200 mm in thickness, measured loose, for the full width of the embankment. Such layers shall be approximately parallel to the centerline profile of the road. 3. The Subgrade shall be shaped to a true surface conforming to the cross section shown on the Drawing and compacted in accordance with the provisions below. All depressions / high spots shall be filled / removed and such areas compacted again. A tolerance of 10 mm above or below design elevation shall be allowed, provided that this 10 mm above or below design elevation is not maintained for a distance longer than 14 metres and that the required crown is maintained. Gen5 of 8

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

12.12 Proof Rolling


1. The surface of the Subgrade shall be proof rolled to the satisfaction of the Engineer, with at least four passes, producing at least two complete coverages of a pneumatic tyred supercompactor having wheel loads and tyre pressures of 11,500 kg (25,000 lbs) and 10.5 kg per cm2 (150 psi) respectively for each tyre. During proof rolling, the moisture content of the Subgrade shall be kept within 2 percentage points, plus or minus, of the optimum moisture content for a depth of 300 mm. If any soft or spongy spots are disclosed by this proof rolling, they shall be excavated and reconstructed in accordance with the requirements of this section and then proof rolled again.

2. The proof rolling equipment shall consist off not less than four pneumatic tyred wheels, running on axles carrying not more than two wheels, mounted on a rigid frame and provided with a loading platform or body suitable for ballast loading. 3. The proof roller shall be so designed that, by ballast loading, the gross load may be varied uniformly from 25 tonnes to 40 tonnes 4. Each succeeding trip of the proof roller shall be offset by not greater than one tyre width. Rollers shall be operated at speeds directed by the Engineer and shall be between 2 and 6 miles per hour.

12.13 Compaction of Embankments


1. The materials shall be compacted at moisture content such that the specified density can be attained. If necessary to attain the specified density, water shall be added to the material, or the moisture content shall be lowered by manipulating the material or allowing it to dry, as is appropriate 2. Each layer of the material used in the formation of embankments shall be compacted to a density of at least 95 per cent of the maximum dry density as determined by the Modified Proctor Test. Each layer shall be uniformly compacted, using equipment which will achieve the required density, and as compaction operations progress, each layer shall be shaped and manipulated as necessary to assure uniform density throughout the embankment. 3. When a Nuclear Density Gauge is used, the in place density of each layer shall be determined as specified by the ASTM Standards D2922, D3017 and/or C1040. 4. Where unsuitable material is removed, the surface of the excavated area shall be compacted by rolling with a sheep foot roller on the tamper feet, for the full width of the roadbed (subgrade and shoulders). Such rolling shall be done before any backfill is begun and shall be continued until the roller feet do not penetrate the surface more than one inch. Such rolling will not be required where the remaining surface is below the normal water table and covered with water. The procedure and equipment required for this operation may be varied at the discretion of the Engineer. 5. The subgrade of earth road surface area shall be compacted to the density specified in these Specifications or as shown on the Drawings.. Gen6 of 8

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

6. Where trenches for widening strips are not of sufficient width to permit the use of standard compaction equipment, any compaction effort required shall be accomplished by vibratory roller, trench rollers, or other type compaction equipment approved by the Engineer. 7. It shall be the Contractor's responsibility to maintain the required density until the base or pavement is placed on the Subgrade or in the case of an Earth Road, until the works have been accepted by the Engineer.

12.14 Maintenance and Protection of Works


1. While construction is in progress adequate drainage for the roadbed shall be maintained at all times. The Contractor shall maintain all earthwork construction throughout the life of the Contract, and shall take all reasonable precautions to prevent loss of material from the roadway due to the action of wind or water. He shall repair at his expense, except as otherwise provided herein, any slides, washouts, settlement, subsidence, or other mishap which may occur prior to final acceptance of the work. 2. All channels excavated as a part of the Contract work shall be maintained against natural shoaling or other encroachments to the lines, grades, and cross sections shown in plans, until final acceptance of the project.

12.15 Final Dressing


1. As a final grading operation the surface of the earthwork shall be shaped to conform to the

lines, grades and cross sections shown in the plans or as directed, within the tolerances specified below. Hand dressing will not be required except as necessary in confined areas where equipment operation is restricted.

13

All Weather Roads

13.1

Scope of Works

1. This section describes the overall requirements for Hard Surfacing/All Weather Road road works. It gives the required tolerances for horizontal alignment, surface levels and surface regularities of pavement courses and describes the method of rectification where those tolerances are exceeded. It gives overall requirements for use of the surfaces by construction traffic, transportation, laying and compaction of road material. The requirements of Section 12 of the Specification shall apply to Hard Surfacing/All Weather Road road works.

13.2

Tolerances

1. Horizontal alignment shall be determined as shown on the Drawings. The edges of all carriageways as constructed shall be correct within a tolerance of 12 mm.

Gen7 of 8

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The levels of all pavement courses shall be determined from the true pavement surface which shall be the surface of the wearing course, calculated from the carriageway vertical profile and cross falls as shown on the Drawings. The vertical tolerance of any point on the surface of the formation or pavement courses shall be in the range given in Table 13.1. 3. The finished surface level of the laid wearing course shall not deviate vertically at any point from the true pavement surface by more than +/- 6 mm. However, the combination of permitted tolerances in different pavement levels shall not result in a reduction pf the wearing course by more than 6 mm from that specified for a flexible road nor a reduction in the thickness of the whole pavement, excluding the sub-base by more than 18 mm from the specified thickness. 4. For checking compliance with Table 13.1, measurements of surface levels will be taken at 10 metre centres longitudinally and at 2 metre centres transversely, starting 1 metre from the edge of the carriageway. In any length of carriageway, compliance with the requirements of Table 13.1 shall be regarded as met when not more than one measurement in ten exceeds the tolerances permitted in the said table, but this one measurement must not exceed 6 mm more than the tolerances for the layer concerned. 5. The longitudinal irregularities of the surfaces of constructed wearing curses and base courses shall be within the relevant tolerances stated in Table 13.2. An irregularity is a variation not less than 6 mm or 10 mm of the profile of the road surface as measured by the rolling straight edge, set at 6 mm or 10 mm as appropriate. 6. Compliance with Table 13.2 shall be tested by a rolling straight edge of the type designated by the British Transport Road Research Laboratory or an approved wedge and straight edge device operated parallel to the centreline of the carriageway and 1200 mm from the near side edge of each lane of the carriageway. If a rolling straight edge is used, it should be maintained and used as recommended by the British Transport Road Research Laboratory. 7. The transverse length of 300 metres and its associated numbers of irregularities shall apply wherever the continuous length of completed carriageway is 300 metres or more, whether or not it is constructed to shorter lengths. 8. For lengths less than 70 metres, the laid pavement surface and the surface of the base course shall be tested with a 3 metre straight edge placed parallel and at right angles to the centerline of the road. The laid wearing surface shall have no greater depression under the straight edge than 6 mm.

Gen2 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Table 13.1 Vertical Tolerances of Pavement courses and Formation

Surface Formation Sub-base Non-Bituminous Road Base Wearing Course Table 13.2 Maximum Permitted Number of Surface Irregularities

Vertical Tolerance 25 mm 25 mm 12 mm 6 mm

Wearing Course of Carriageway

Irregularity Transverse Length Mainline Roadway Other Pavements (Access Roads)

6 mm 300 m 70 m 20 9 40 18

10 mm 300 m 70 m 2 1 4 2

Road Base Course of Carriageway, Wearing Course of Hard Shoulders 6 mm 10 mm 300 m 70 m 300 m 70 m 40 18 4 2 40 27 6 3

13.3

Rectification

1. Where any tolerance is exceeded the Contractor shall determine the full extent of the area that is out of tolerance and shall make good by rectifying the surface of the pavement course or formation in the manner described below: (a) Formation Level
If the surface is too high, it shall be trimmed and re-compacted in accordance with Section 12 of the Specification. If the surface is too low, the deficiency shall be corrected by the addition of fresh suitable materials of the same classification, laid and compacted to Specification.

(b)

Road Bases and Sub-bases


Where these consist of an unbound material, the top 75 mm shall be scarified, reshaped with added material as necessary and re-compacted all to Specification. The area treated

shall normally be less than 30 metres long and 2 metres wide, or such area to be Gen3 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

determined by the Engineer as necessary to obtain compliance with the Specification. The Contractor may at his own expense and only with the Engineers approval, make up low area with material of the layer immediately above the one being rectified.

Wearing Courses These shall have the full depth of the layer removed and replaced with fresh material, laid and compacted to Specification. Where the surface level is too high or too low, the areas rectified shall not be less than one lane wide and at least 5 metres long if binder course, or 15 metres long if wearing course. Where the number of surface irregularities exceeds the limits in Table 13.2 , the area to be rectified shall be 300 metres or 70 metres long as appropriate and not less than one lane wide or such lesser area to be determined by the Engineer, as necessary to make the surface regularity conform with limits.

13.4

Use of Surfaces by Construction Traffic

1. Construction traffic using pavements under construction shall be suitable in relation to the thickness of the courses it traverses so that damage is not caused to the subgrade or the material already placed. 2. The wheels or tracks of plant moving over various pavement courses shall be kept free from deleterious materials. 3. The only traffic permitted across the constructed base course shall be that engaged in laying and compacting the wearing course. Should the base-course become contaminated, the Contractor shall make good by cleaning it to the satisfaction of the Engineer and if this proves impracticable, by removing the layer and replacing it to the Specification.

13.5

Placing and Compacting

1. The fill material shall be placed in uniform layers that can be compacted to the required density and to the lines, grades and cross sections shown on the Drawings or as directed by the Engineer. 2. Immediately following final placing, the material shall be compacted to the full depth by means of smooth-wheel power rollers, pneumatic tyre rollers or other approved compaction equipment. Rolling shall progress gradually from the sides to the centre, parallel to the centreline of the road and shall continue until the entire surface has been rolled. Any irregularities or depressions that develop shall be corrected by loosening the material at these places and adding or removing materials until the surface is smooth and uniform, in accordance with Clause 13.3.

Gen4 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. Along curbs, headwalls and all places not accessible to the roller, the materials shall be compacted thoroughly with approved tampers or compactors. The materials shall be both blended and rolled until a smooth even surface has been attained.

13.6

Select Clay for Subgrade/Earth Road Fill

1. Preparation of formation, and material for and construction of subgrade/earth road fill shall conform with Clauses 12.4 to 12.15.

13.7

Drainage, Sub-base and Base Course Material

1. Drainage material shall be White Sand. 2. Sub-base material shall be white sand/sand clay mix or reef sand/white sand mix. 3. Base course material shall be laterite/sand mix or crushed stone/gravel mix.

White Sand 13.8 White Sand Material

1. All White Sand materials shall be local white sand free from foreign and deleterious materials and shall conform with the following grading requirements:
White Sand

ASTM Sieve # 4 (4.75 mm) 8 (2.36 mm) 16 (1.18 mm) 30 (600 microns) 50 (300 microns) 100 (150 microns) 200 (75 microns)

Limits of Percent Passing 100 93-100 87-98 78-95 65-85 40-75 15-45

2. The CBR obtained shall not be less than 15% when compacted to the Standard Proctor density in accordance with AASHTO T 99, Method C, and tested after soaking for four days. In addition, the material shall be non-plastic.

13.9

Source of White Sand Materials

1. The Contractor will furnish the areas from which the sand material may be obtained.

13.10 Placing and Compacting White Sand


1. Sand layers are to be constructed as a single course of 150 mm in Regions 3 & 4 and of 100 mm in Region 6. Gen5 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The material shall have approximately the optimum moisture content and the proper loose consistency, as determined by the Engineer, before being compacted. Wetting or drying will be required when the material does not have the proper moisture content to insure the required density. If the material is deficient in moisture, water shall be added and uniformly mixed-in by disking the base course to its full depth. If the material contains an excess of moisture, it shall be dried before being compacted. Wetting or drying operations shall involve manipulation of the entire width and depth of the base as a unit. As soon as proper conditions of moisture are attained it shall be compacted to a density not less than 98 per cent of the maximum density as determined by AASHTO T180. The minimum density that will be acceptable at any location outside the travelled roadway (such as intersection, turn roads, etc.), shall be 95% of such maximum. 3. Prior to the placing of material for the overlying course, the density tests shall have been made on the lower course and the Engineer shall have determined that the specified compaction requirements have been met. In the compaction of the upper course the operations of wetting, disking, etc, shall not be such as to disturb the density in the lower course. The density shall be determined separately for each layer. 4. When a Nuclear Density Gauge is used, the in-situ density of each layer shall be determined as specified by the ASTM Standards D2922, D 3017 and/or C1040.

White Sand/Sand Clay 13.11 White Sand/Sand Clay Material


1. White sand/sand clay material shall be a mixture of local white sand and sand/clay (loam) free from foreign and deleterious materials and shall conform with the following grading requirements: ASTM Sieve # 8 (2.36 mm) 16 (1.40 mm) 40 (425 micron) 200 (75 micron) Limits of % Passing 100 55-90 35-70 8-25

2. CBR obtained shall not be less than 25% when compacted in accordance with AASHTO T 99, Method C, and tested after soaking for four days. The mixture shall have a Plasticity Index of not greater than 6% as determined by AASHTO T 90 and a Liquid Limit of not greater than 25% as determined by AASHTO T 89. Moisture content shall not exceed 12% 2%. 3. The materials shall be thoroughly mixed to a uniform consistency by approved methods.

Gen6 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

13.12 Mixing White Sand/Sand Clay


1. The Contractor shall mix the White Sand/Sand Clay by any one of the two following methods or propose an alternative methodology: (a) Stationary Plant Method: The materials and water shall be mixed in an approved mixer. Water shall be added during the mixing operation in the amount necessary to provide the moisture content for compacting to the specified density. After mixing, the Base/Sub-base material shall be transported to the jobsite while it contains the proper moisture content and shall be placed by means of an approved aggregate spreader. (b) Travel Plant Method: After the material for each layer of base has been placed through an aggregate spreader or windrow-sizing device, the material shall be uniformly mixed by a travelling mixing plant. During the mixing, water shall be added in an amount sufficient to provide the necessary moisture content for compacting. The material shall be placed on prepared sub-base and compacted in 150 mm layers to the thickness shown in the plans. The top of the course shall conform to a tolerance of +6 mm. Where the material will be used as a sub-base, mixing can be done by a grader. 2. The placing of material shall begin at the point designated by the Engineer; placing shall be from spreader boxes or from vehicles especially equipped to distribute the material in a continuous uniform layer or windrow. The layer or windrow shall be of such size that when spread and compacted, making due allowance for any blending material that is to be added on the road, the finished layers shall be in close conformity to the nominal thickness shown on the plans. 3. When hauling is done over previously placed material, hauling equipment shall be dispersed uniformly over the entire surface of the previously constructed layer, to minimise rutting or uneven compaction.

13.13 Spreading and Compacting White Sand/Sand Clay


1. When uniformly mixed, the mixture shall be spread smoothly for compaction to nominal thickness as shown on the Drawings. 2. Immediately following final spreading and smoothing, the layer shall be compacted to the full width by means of smooth-wheeled power roller, pneumatic tyre rollers or other approved compaction equipment. 3. Rolling shall progress gradually from the sides to the centre, parallel to the centreline of the road and shall continue until the entire surface has been rolled. Any irregularities or depressions that develop shall be corrected by loosening the material at these places and adding or removing materials until the surface is smooth and uniform.

Gen7 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. Along curbs, headwalls and all places not accessible to the roller, the materials shall be compacted thoroughly with approved tampers or compactors. The materials shall be both blended and rolled until a smooth even surface has been attained and to camber as shown on the Drawings. 5. Compaction shall be 98% of modified Proctor density as per AASHTO T 180-74, Method C. 6. The Engineer shall make arrangements for checks on thickness and density in randomly selected test locations during progress of the work. Cutting of the test holes and refilling with materials properly compacted shall be done by the Contractor under the supervision of the Engineer. 7. Adequate inspection shall be made to ensure that the mix is uniform and that there are no unmixed layers or streaks of white sand or sand clay. Any unmixed areas shall be corrected at no additional cost to the Employer. 8. When mixing is completed, it shall be inspected at intervals not exceeding 100 metres by trenching across the entire section of the road, to ensure uniformity.

Reef Sand/White Sand 13.14 Reef Sand/White Sand Material


1. The material shall be a mixture of local Reef Sand and White Sand conforming to AASHTO M147, or as approved by the Engineer. It shall be free from foreign and deleterious materials and shall conform with the following grading requirements:
ASTM Sieve # 4 7 25 36 52 100 200 Limits of % Passing 98-100 96-100 80-96 50-90 40-80 20-65 0-20

2. The materials shall be thoroughly mixed to a uniform consistency by approved methods.

13.15 Mixing Reef Sand/White Sand


1. The Contractor shall mix the Reef Sand/White Sand by any one of the two following methods or propose an alternative methodology: (a) Stationary Plant Method: The materials and water shall be mixed in an approved mixer. Water shall be added during the mixing operation in the amount necessary to provide the moisture content for compacting to the specified density. After mixing, the Base/Sub-base material shall be transported to the jobsite while it contains the Gen8 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

proper moisture content and shall be placed by means of an approved aggregate spreader. (b) Travel Plant Method: After the material for each layer of base has been placed through an aggregate spreader or windrow-sizing device, the material shall be uniformly mixed by a traveling mixing plant. During the mixing, water shall be added in an amount sufficient to provide the necessary moisture content for compacting. The material shall be placed on prepared sub-base and compacted in 150 mm layers to the thickness shown in the plans. The top of the course shall conform to a tolerance of +6 mm. Where the material will be used as a sub-base, mixing can be done by a grader. 2. The placing of material shall begin at the point designated by the Engineer; placing shall be from spreader boxes or from vehicles especially equipped to distribute the material in a continuous uniform layer or windrow. The layer or windrow shall be of such size that when spread and compacted, making due allowance for any blending material hat is to be added on the road, the finished layers shall be in close conformity to the nominal thickness shown on the plans. 3. When hauling is done over previously placed material, hauling equipment shall be dispersed uniformly over the entire surface of the previously constructed layer, to minimize rutting or uneven compaction.

13.16 Spreading and Compacting Reef Sand/White Sand


1. When uniformly mixed, the mixture shall be spread smoothly for compaction to nominal thickness as shown on the Drawings. 2. Immediately following final spreading and smoothing, the layer shall be compacted to the full width by means of smooth-wheeled power roller, pneumatic tyre rollers or other approved compaction equipment. 3. Rolling shall progress gradually from the sides to the centre, parallel to the centreline of the road and shall continue until the entire surface has been rolled. Any irregularities or depressions that develop shall be corrected by loosening the material at these places and adding or removing materials until the surface is smooth and uniform. 4. Along curbs, headwalls and all places not accessible to the roller, the materials shall be compacted thoroughly with approved tampers or compactors. The materials shall be both blended and rolled until a smooth even surface has been attained and to camber as shown on the Drawings. 5. Compaction shall be 98% of modified Proctor density as per AASHTO T 180-74, Method C. 6. The Engineer shall make arrangements for checks on thickness and density in randomly selected test locations during progress of the work. Cutting of the test holes and refilling with materials properly compacted shall be done by the Contractor under the supervision of the Engineer. Gen9 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

7. Adequate inspection shall be made to ensure that the mix is uniform and that there are no unmixed layers or streaks of white sand or reef sand. Any unmixed areas shall be corrected at no additional cost to the Employer. 8. When mixing is completed, it shall be inspected at intervals not exceeding 100 metres by trenching across the entire section of the road, to ensure uniformity.

Laterite/Sand 13.17 Laterite/Sand Material


1. The material shall consist of: (a) Laterite For laterite: 95% passing the 1 sieve and not more than 8% passing the No.200 sieve; CBR value to be not less than 40% when compacted in accordance with AASHTO T99, Method C and tested after soaking for four days. In addition, the laterite shall have a plasticity index of 10 and a liquid limit of 23. (b) Sand For sand: not more than 2.5% passing the No.200 sieve; CBR value to be not less than 20% when compacted in accordance with AASHTO T99, Method C and tested after soaking for four days. In addition, the sand shall be non-plastic. 2. Laterite / Sand Mix shall be a mixture of laterite and sand free from foreign and deleterious materials and shall conform with the following grading requirements: ASTM SIEVE 1 in 1 3/8 No.4 10 40 200 PERCENT PASSING 100 100 100 90-100 80-100 55-85 35-65 20-40 15-30

3. The CBR value to be not less than 50% when compacted in accordance with AASHTO T99, Method C and tested after soaking for four days. In addition, the laterite / sand mix shall be non-plastic and the liquid limit must not exceed 13%. 4. The materials shall be thoroughly mixed to a uniform consistency by approved methods.

Gen10 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

13.18 Excavation of Laterite from Borrow Areas


1. The method of utilising and draining borrow pit areas is of special importance during rainy weather. If power shovels or front end loaders are used the pit shall be excavated from a downhill position upwards. This would allow natural drainage and prevent ponding. 2. All stripped soil shall be place at a location outside the borrow area in order to prevent contamination of the laterite to be loaded. 3. While the ironstone or concretionary gravel is being excavated care shall be taken to avoid digging into underlying soil that may not be laterite. If this happens the undesirable material shall be washed out prior to transportation. Ironstone laterite must be excavated with a bulldozer equipped with ripper teeth. Under no circumstances shall blasting be used. 4. During excavation, transportation and compaction care shall be taken to prevent structural degradation of the laterite. Compaction shall be light and shaping done carefully to avoid high shear stresses. Light rollers shall be used and good moisture control applied to obtain the specified density. 5. The following is a useful guideline:For wormhole laterite: For pellet laterite; use 8-10 ton vibrating steel wheel roller; use 5 to 8 ton steel wheel or pneumatic tyre roller.

13.19 Proportioning and Mixing Fine Aggregate Insitu


1. Whenever two or more materials are to be blended in a specified proportion such proportioning is always done by weight at the laboratory place of testing. In the absence of weighing devices in the field, the weight proportion has to be converted into volumetric proportions. This must be done by the Engineer through a process of calibration in the field. 2. If a blend of laterite and sand has to be prepared, care shall be exercised by the Contractor in working the pit site to exclude any topsoil or organic matter. 3. Prior to placing on the roadway the aggregate shall be stockpiled in layers of not more than 1,200 mm in thickness. The stockpile site shall be cleared of all vegetation, trees, rock or other debris and a uniform ground surface prepared before aggregate is deposited upon the site. The stockpiles when completed shall be neat and regular in shape, avoiding the creation of a conical shaped pile. The material shall be removed from the stockpile by a backhoe or front-end loader.

13.20 Placement and Mixing of Aggregate


1. When the aggregates are placed as uniform layers, one on top the other and spread to the required depth and width, the Contractor will be required to effect mixing and compaction to produce the specified density.

Gen11 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. The aggregate and water shall be mixed by an approved type of road mixing machine. This machine shall be of the type that processes the loose aggregate from a blanket of loose material spread over the full width of the proposed base, or from a windrow. The machine shall be so constructed that it will process all the mineral aggregate to be treated during the time of mixing and may be of the transverse shaft type that employs steel paddles fastened to the revolving shaft to mix the full depth of the loose material. 3. The machine shall be mechanically efficient and so controlled that it will process the aggregate to the full design depth on each pass, or will pick up the total mineral aggregate in the windrow in one pass without cutting into or otherwise disturbing the sub base. 4. Water shall be added uniformly in increments during the processing as required to obtain the optimum moisture content as designated. 5. Mixing may be accomplished in one or more passes but in any event shall be continued until the resulting mixture is entirely uniform. At least one pass shall be made before water is added to the material. No traffic shall be allowed on the mixture after the last pass of the machine until the mixture is well compacted. Not more than thirty minutes shall elapse between mixing operations in adjacent mixing lanes at any location. Transverse shaft rotary type mixers shall be operated to overlap previously processed material in adjacent mixing lanes.

13.21 Compaction
1. The material shall have approximately the optimum moisture content and the proper loose consistency, as determined by the Engineer, before being compacted. Wetting or drying will be required when the material does not have the proper moisture content to insure the require density. If the material is deficient in moisture, water shall be added and uniformly mixed-in by disking the base course to its full depth. If the material contains an excess of moisture, it shall be cause to dry before being compacted. Wetting or drying operations shall involve manipulation of the entire width and depth of the base as a unit. As soon as proper conditions of moisture are attained each course shall be compacted to a density not less than 98 per cent of the maximum density as determined by AASHTO T180. 2. Prior to the placing of material for the overlying course, the density tests shall have been made on the lower course and the Engineer shall have determined that the specified compaction requirements have been met. In the compaction of the upper course the operation of wetting, spreading, etc, shall not be such as to disturb the density in the lower course. The density shall be determined separately for each layer. 3. When a Nuclear Density Gauge is used, the in-situ density of each layer shall be determined as specified by the ASTM Standards D2922, D 3017 and/or C1040.

Gen12 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

13.22 Testing Surface


1. The finished surface of the base shall be checked with a template cut to the required crown and with a 4.6 metre straightedge laid parallel to the centre line of the road. All irregularities greater than 6 mm shall be corrected by scarifying, and removing or adding base material as may be required, after which the entire area shall be re-compacted to meet the specified density requirements.

13.23 Thickness of Base


1. A 12 mm under-tolerance in the thickness of the base will be allowed. All areas where the thickness of the completed base is less than the thickness required after such tolerance shall be corrected by scarifying, adding base material and re-compacting as specified above.

Crushed Stone/Gravel 13.24 Crushed Stone/Gravel Material


1. Crushed stone shall consist of one or the other of the following materials: (a) Durable crushed rock consisting of angular fragments obtained by breaking and crushing solid or shattered rock. (b) Durable crushed gravel stone obtained by mechanically crushing gravel boulders or stones with a minimum diameter before crushing of 200 mm. 2. The crushed stone shall be free of a detrimental quantity of thin, flat, elongated or other objectionable pieces. 3. Thin or elongated pieces are defined as follows: Thin stones shall be considered to be such stones whose average width exceeds four times their average thickness. Elongated stones shall be considered to be such stones whose average length exceeds four times their average width. 4. Crushed stone shall also be reasonably free from clay, loam or other deleterious material. 5. Materials for the Base Course may be granite or gabbro and shall be obtained from proven satisfactory quarries in Guyana. 6. Physical requirements of crushed stone for Base Course shall be as follows: Percent passing two inches (2") sieve Percent passing 38 mm (1") sieve Percent passing 19 mm (") sieve Percent passing 9.5 mm (") sieve Percent passing 4.75 mm (3/16") sieve Gen13 of 16 100 80-100 60-80 45-65 30-50

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Percent passing # 25 sieve Percent passing # 200 sieve Maximum Liquid Limit Plasticity index Range CBR (Soaked)

10-30 5-15 35 10 80

7. Physical requirements of crushed stone/gravel for Surfacing Course shall be as follows: Percent passing two inches (2") sieve Percent passing 38 mm (1") sieve Percent passing 19 mm (") sieve Percent passing 9.5 mm (") sieve Percent passing 4.75 mm (3/16") sieve Percent passing # 7 sieve Percent passing # 14 sieve Percentage passing # 52 sieve Percent passing # 200 sieve Maximum Liquid Limit Plasticity index Range CBR (Soaked) 100 100 100 100 80-100 50-80 40-65 20-40 10-25 35 10 80

13.25 Construction
1. Crushed stone shall be placed on the sub-base only after the sub-base has been inspected by the Engineer immediately prior to the start of base operations and the sub-base is found to be in conformity with these Specifications. 2. The crushed stone shall be placed, shaped and graded to the lines and dimensions as shown on the Construction Drawings. The Contractor shall exercise care at all times to prevent contamination of the crushed stone materials by any type of deleterious material. 3. The sub-base shall be maintained in acceptable condition when the base is being placed. Deformations, ruts etc, caused by hauling equipment shall be repaired at the Co ntractors expense. 4. The Contractor shall take care to load and haul the material to the works so that it arrives in an un-segregated condition. 5. Where the required compacted thickness is 150 mm or less, the aggregate base material may be spread and compacted in one layer. Where the required thickness is more than 150 mm, the material shall be spread and compacted in two or more layers of approximately equal thickness and the maximum compacted thickness of any one layer shall not exceed 150 mm. Each layer shall be spread and compacted in a similar manner. 6. When more than one layer is required, each later shall be spread, shaped, compacted and be approved prior to the placement of a succeeding layer. The surface of each layer shall be maintained in acceptable condition at all times. Deformation, ruts etc, caused by hauling equipment or plant, shall be restored at the Contractors expense. Gen14 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

7. All compaction shall be done at optimum moisture content as determined by AASHTO T180. The density of base course compaction shall not be less than 98% of the maximum dry density as determined by AASHTO T180. 8. During compaction, the surface shall be shaped to the required lines, grades and cross section. The finished surface shall be such that when tested with a 3 metre straightedge placed on the surface both horizontally or transversely, the maximum deviation from the surface to the edge of the straight edge shall not exceed 12 mm. 9. Compaction shall continue until the surface is even and true to the proposed lines and grades within a tolerance of 8 mm above or below the required cross sectional elevations and to a maximum irregularity not exceeding 8 mm in 1 metre longitudinally. 10. The Contractor shall be required to maintain the base in good condition until it has received its final course surface. Maintenance shall include repairs of any defects which may occur due to construction traffic and otherwise. 11. Any specific area of base which, after being compacted, does not form a satisfactory, solid, stable foundation (regardless of test results) shall be removed, replaced and recompacted to the Engineers satisfaction, at the Contractors expense.

Gen15 of 16

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

14

Pipelines
14.1 General

1. The pipelines referred to in this section of the Specification are those having a maximum working pressure of less than 5 bar and shall include all pipe-formed culverts, collector drains, conduits, drain junctions, underpasses, etc. as shown on the Drawings

14.2

High Density Polyethylene Pipes and Fittings

1. The Contractor shall provide for the Engineers approval copies of all manufacturers test certificates and a statement from the manufacturer stating that the pipe material and jointing method is suitable for the climatic conditions at the site. 2. Installation shall be carried out in accordance with the Specification, the manufacturers instructions and BS 8010:1989 Part 1.

14.3

High Density Polyethylene

1. Polyethylene pipes shall be high density polyethylene of twin wall construction with the inner wall smooth. Pipes and fittings shall comply with the provisions of WIS 4-32-03, 09 and 13. 2. Generally pipe shall be supplied in straight lengths. Coiled pipe may only be used if specifically approved for use by the Engineer and with installation closely following the manufacturers instructions. 3. Joints shall be in accordance with the manufacturers instructions. In addition fusion joints shall comply with the WIS 4-32-14 or WIS 4-32-06. Mechanical joints shall comply with the provisions of WIS 4-24-01. 4. Fusion jointing shall only be permitted if carried out by qualified and experienced personnel. The Engineer shall approve all personnel assigned to carry out fusion jointing prior to them commencing any duties on the Site.

14.4

Transportation and Handling of Pipes and Fittings

1. Any vehicle on which pipes are to be transported shall have a body of such length that the pipes do not overhang. Large pipes are to be placed on cradles and the loads properly secured during transport. The pipes are to be handled in accordance with the manufacturer's recommendations. 2. Wide non-abrasive or other approved slings shall be used and all hooks and dogs and other metal devices shall be well padded and steadying ropes used. Any equipment which in the opinion of the Engineer may damage the pipes or their coating shall not be used. Hooks engaging on the inner wall surfaces at pipe ends shall not be used. 3. Under no circumstances are pipes to be dropped or allowed to strike one another, rolled freely or dragged along the ground. Gen1 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. Pipe ends shall be protected during transport to and around the Site and during handling. 5. The timber or skids used to support the pipe prior to lowering into the trench shall be properly padded with sufficient bags stuffed with sand or straw for the purpose of protecting any coating. Alternatively, the pipe may be supported alongside the trench on mounds of sand. Any injury to protective coating, from any cause, must be repaired before the pipes are tested. Every precaution shall be taken to prevent foreign material from entering the pipes or fittings. During laying operations, no debris, tools, cloth or other material shall be placed in the pipe. Pipes and fittings shall be lowered into the trench with equipment suitable for the weight of the pipes and fittings, and shall be carefully cleaned before jointing.

14.5

Inspection of Pipes and Fittings

1. Each pipe and fitting shall be carefully brushed out and examined for soundness, before incorporation in the pipeline. Damaged pipes which in the opinion of the Engineer cannot be satisfactorily repaired shall be rejected.

14.6

Cutting of Pipes

1. High density polyethylene pipes shall be cut by a method which provides a clean, squarecut of the pipe without damage to the pipe.

14.7

Bedding

1. Pipes including bends shall be laid in standard bedding or in reinforced concrete (Class A2 bedding), mass concrete (Class Al bedding), or granular bedding (Class B) as ordered or approved by the Engineer in accordance with the Specification and at least to the minimum dimensions shown on the Drawings. 2. Standard bedding shall be used where no other bedding is specified and where there is no risk of rock, boulders and irregular hard spots occurring beneath the pipe barrel. Standard bedding shall consist of careful hand preparation and compaction of the trench bottom to the level of the underside of the pipe barrel to a smooth and regular surface free from all rocks and stones greater than 20 mm size. 3. Where pipes are to be laid in a Class B bedding of granular material, the granular material shall be evenly spread over the full width of the formation and carefully compacted up to the level of the underside of the pipe barrel to a minimum thickness of 150 mm, or one sixth of the external diameter of the pipe barrel, whichever is the larger. In rock or mixed soils containing rock bands, boulders or other irregular hard spots, the thickness of granular material beneath the pipe barrel shall be not less than 200 mm or one quarter of the external diameter of the pipe barrel, whichever is the larger. The thickness of granular material generally shall be such that in no case does a pipe socket or sleeve rest on the excavated formation. 4. The bedding for a distance of a sixth of the diameter both sides of the centreline of the pipe shall be left loose and uncompacted. Gen2 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

14.8

Granular Material

1. Granular material for Class B bedding shall consist of coarse sand, durable gravel, broken stone or crushed brick or crushed concrete, to the approval of the Engineer. Not more than 10% of such material shall be less than the minimum specified below and all the material shall pass the maximum sieve aperture sizes as listed below: Nominal internal diameter of pipe (mm) Granular fill Maximum (mm) 450 or less 525 to 750 over 750 10 20 30 Minimum (mm) 1 5 5

2. The Contractor shall supply a 1,000 kg sample of granular material in accordance with Clause 3.5 of the Specification.

14.9

Concrete Blinding

1. Where pipes are to be laid in a Class Al or A2 bedding, a blinding layer of concrete Class D shall be laid evenly over the full width of the formation to a minimum thickness as shown on the Drawings and accurately to the required gradient of the finished pipeline. 2. The layer of blinding concrete shall be allowed to set for at least 12 hours before pipelaying commences.

14.10 Pipelaying - General


1. Pipes shall be laid in accordance with this Specification. 2. Unless otherwise shown on the Drawings pipelines shall be straight between manholes or other structures and each pipe shall be laid accurately within the following tolerances to the lines and levels shown on the Drawings or ordered by the Engineer:
Nominal internal diameter up to and including 750 mm over 750 mm Tolerance in line or level 10 mm 20 mm

provided always that there shall be no reverse gradient on any pipe and the line as a whole unless shown otherwise on the Drawings.

3. Properly painted sight rails shall be supplied and erected and used with boning rods of predetermined measurement for the boning in of individual pipes to the correct alignment. The sight rails shall be situated vertically above the line of pipe or immediately adjacent thereto and there shall be at no time less than three sight rails in position on each length of pipe under construction to any one gradient. Gen3 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

4. For pipelines of length greater than 20 m, a badger or bung about 5 mm smaller than the internal diameter of the pipe shall be kept in the pipe at all times and pulled forward as the work progresses. When pipelaying is not in progress, including overnight, the open ends of the pipeline shall be blanked off with a temporary watertight fitting approved by the Engineer. The pipe shall be suitably held down so that the pipe does not become buoyant in the event of the trench becoming flooded. 5. To restrict the flow of rain run-off along the trench, it shall be plugged with backfill material at distances not exceeding 250 m, until the pipeline can be filled in. The plugs shall be removed when trench filling is taking place.

14.11 Pipelaying in Standard Bedding


1. Sufficient space shall be made in the trench bed to allow each pipe joint to be made, tested and inspected. The pipe shall then be laid and covered to a depth of 300 mm above the crown of the pipe, leaving the joints exposed. Selected excavated material shall be used with particle size not exceeding 25 mm. The material shall be evenly placed and compacted in layers not exceeding 100 mm thickness after compaction. Hand controlled vibrators or such other means as approved by the Engineer shall be used. Special care shall be taken to fill under the sides of pipes to ensure full contact with the barrel of the pipe. 2. After the pipeline has passed the test before completion of backfilling, the holes left at exposed joints shall be carefully filled and compacted with material as specified above. The remainder of the pipe trench shall then be filled in with the excavated material with particle size not exceeding 100 mm. Trenches must be overfilled to allow for settlement.

14.12 Pipelaying in Granular Material


1. Where pipes are to be laid in a Class B bedding of granular material, they shall be laid on the bed prepared as specified in Clause 14.7. Sufficient space shall be made in the granular material to enable the joints to be made, tested and inspected, but the Contractor shall ensure that at least three-quarters of each pipe length is fully supported at all times. 2. The pipe joints shall be protected to prevent granular material or fill entering the pipe. 3. After the pipeline has been approved by the Engineer, the trench shall be carefully filled to the level of the horizontal diameter of the pipe barrel with granular material. This filling shall be carefully compacted by a method approved by the Engineer so as not to disturb the pipes or joints. 4. Special care shall be taken to fill under the sides of pipes to ensure full contact with the barrel of the pipe. 5. The pipe shall then be covered to a depth of 300 mm above the crown of the pipe, using selected excavated material with particle-size not exceeding 25 mm. The material shall be evenly placed and compacted in layers not exceeding 100 mm thickness after compaction. Hand controlled vibrators or other such means as approved by the Engineer shall be used. 6. Trenches must be overfilled to allow for settlement. Gen4 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

7. Where ordered by the Engineer, the granular bedding and fill to the excavation shall be interrupted by a clay or other approved impermeable barrier.

14.13 Pipelaying in Concrete Bed


1. Where pipes are to be laid in a concrete bed, the concrete blinding layer specified in Clause 14.7 shall first be washed clean. The pipe to be laid shall be firmly supported to true line and gradient on precast concrete blocks and separated from them by a 25 mm thick saturated softwood or other approved flexible packing. The blinding concrete shall then be thoroughly washed down and reinforcement, if any, and concrete shall be carefully placed and compacted thereon until the appropriate profile shown on the Drawings for the required concrete bed has been obtained in such manner as not to disturb the pipes or joints. The concrete shall be placed against vertical shutters or to the full width of the trench. The concrete class shall be Class A for all Class A2 bedding and for pipe diameters less than 0.75 m on Class Al bedding. Class B concrete shall be used for all other pipe diameters on Class Al bedding. 2. Before placing the concrete bed, a thickness of bituminous joint filler as specified, or other approved filler, shall be shaped and placed at every pipe joint to prevent concrete entering the pipe joint and to interrupt the concrete bed across its full section. The thickness of the joint filler shall be:
25 mm for pipes up to 675 mm nominal diameter 35 mm for pipes over 675 mm nominal diameter

3. After placing and fixing the reinforcement, if any, the concrete shall be placed and compacted evenly to within 25 mm of the underside of the pipe barrel over the full width of the excavation or between rigid shutters to the required minimum width of the bedding. The concrete shall then be placed on one side of the pipe only and carefully worked under the pipe until all voids are filled and the pipe is firmly supported on the concrete. The remainder of the concrete shall then be placed to bring up the level of the concrete equally on each side of the pipe. 4. After the concrete has been cured as specified for not less than 24 hours, the remainder of the excavation shall be refilled. 5. The pipe shall be covered to a depth of 300 mm above the crown of the pipe, using selected excavated material with particle size not exceeding 25 mm. The material shall be evenly placed and compacted in layers not exceeding 100 mm thickness after compaction. Hand controlled vibrators or other such means as approved by the Engineer shall be used. Backfilling shall then continue with selected excavated material with particle size not exceeding 100 mm and as specified in Clause 4.9. 6. Trenches must be overfilled to allow for settlement.

14.14 Making Flexible Joints


1. Flexible joints shall be made in accordance with the manufacturer's instructions and to the approval of the Engineer. Gen5 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

2. Until immediately required for incorporation in a joint, each rubber gasket shall be stored in the dark, free from the deleterious effects of heat or cold. 3. Lubricants for rubber gaskets shall not be toxic to plant or animal life and shall not have any deleterious effect on the rubber joint rings, and shall be to the approval of the Engineer.

14.15 Laying to Curves


1. Where flexibly jointed pipes are to be laid to curves, the deflection at each joint shall not exceed that recommended by the pipe or joint manufacturer. For sharper curves standard bends shall be provided.

14.16 Anchor and Thrust Blocks


1. Anchor and thrust blocks shall be provided at horizontal bends, and vertical bends as noted on the Drawings, and at other locations ordered by the Engineer. 2. They shall be made from concrete Class C and constructed to the dimensions shown on the Drawings. Where faces of anchor blocks or thrust blocks bear against undisturbed ground, measures shall be taken to ensure that such bearing is given over the full dimensions shown. Anchoring of curves formed by jointing standard straight pipe lengths will not normally be required.

14.17 Pipework Surrounded by Concrete


1. When pipework is surrounded by concrete at thrust blocks, anchor blocks, etc. the pipes shall be given the normal external protection and shall be wrapped with at least two layers of waterproof paper to BS 1521:1972 Grade BIF securely fixed with waterproof tape or similar approved.

14.18 Disposal of Water


1. Care shall be taken to ensure that water discharged from the pipelines shall not cause damage to any part of the Works, injury or damage to persons, animals or property.

Gen6 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

15 15.1

Engineers Requirements Meetings and Reports

1. Approved representatives of the Contractor shall attend formal meetings at the office of the Engineer on Site, in Georgetown or in any other suitable place to be designated by the Engineer when called upon, for the purposes of Contract administration. Such meetings, unless otherwise agreed, shall not be more frequent than once per month. 2. The Contractor shall submit to the Engineer each month a report on his progress in the performance of the Contract. 3. The progress report shall follow a standard format to be approved by the Engineer and shall include, but not be limited to, the following:
Daily labour records and monthly totals Daily Plant records and monthly totals Physical progress vs programme (submitted under Clause 1.7) Financial progress vs planned financial progress Plant and labour resources vs planned plant and labour resources

15.2

Photographs

1. The Contractor shall supply negatives and unmounted positive prints of photographs, not less than 250 mm x 200 mm, of such portions of the Works, in progress and completed, as may be directed by the Engineer and specified herein. 2. The negatives and prints shall not be retouched. The negative of each photograph shall be the property of the Employer and shall be delivered to the Engineer with the prints. No prints from these negatives shall be supplied to anyone without the written permission of the Engineer. 3. The photographs shall be of two categories:
(a) (b) progress photographs record photographs.

4. Both categories of photographs shall be properly referenced to the approval of the Engineer and on the back of each print shall be recorded the direction in which the camera was facing, an identifying description of the subject, and the reference. The camera shall be of the type that automatically date stamps each photograph. 5. Photographs taken for record purposes as ordered by the Engineer or as specified in Clause 2.1 herein shall be supplied with two prints, having on the reverse of one print the signatures of the Contractor and the Engineer (or their authorised representatives) for the purpose of attestation. If required, the Contractor may, at his own expense, have an additional print similarly attested for his retention. Gen1 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

6. The Contractor shall supply one negative and two prints of each progress photograph ordered by the Engineer. He shall supply sets of four additional prints of progress photographs selected by the Engineer for incorporation in albums. He shall supply albums, mount the prints, and title the prints and albums all to the approval of the Engineer. 7. The Contractor shall supply for the sole use of the Engineer, a digital camera with minimum 6 Mega Pixel image capacity, minimum on board or flash memory cards of 256Mb capacity and all necessary computer interfaces.

15.3

Offices for the Engineer

1. The Contractor shall provide, service and insure from the start date to the intended completion date, or such other shorter time as may be directed, for the sole use of the Engineer's site supervisory staff, a permanent office (with parking for three vehicles). 2. The Contractor shall supply the furniture, fittings and equipment listed in the Schedules to the Bid or as agreed with the Engineer and install them in the building. They shall be for the sole use of the Engineer and his staff. All furniture, fixtures and equipment shall be supplied new, and a manufacturer's description or sample shall have been approved by the Engineer before any item is ordered. The Contractor shall keep insured all furniture, fittings and equipment supplied to the Engineer to their full local value (including duty) from the start date to the intended completion date, or such shorter period as the Engineer may decide.

15.4

Location of the Buildings

1. The Contractor shall site the office at a location to the approval of the Engineer. The building shall be enclosed within securely fenced areas, lockable double entrance gates and which shall have external electrical lighting within the compounds. The office shall have a full time 24 hour security guard service.

2. All-weather access roads shall be provided to serve the compound. 3. Surface water drainage facilities shall be provided to protect the buildings from surface run-off and to convey it from the compounds.

15.5

Materials and Workmanship

1. The material used and workmanship employed in the construction or refurbishment of the buildings shall be in accordance with the other requirements of the Specification, covered by Clause 3.1.

15.6

Office Block

1. The design of the office block shall be suitable for the climate and shall be provided with foundations appropriate to the selected design, all to the approval of the Engineer. 2. The minimum floor area shall be 100 m2. Gen2 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The roof shall be of an approved construction of a type generally used in first class work, special attention being paid to the weatherproofing, and expansion. The roof shall be extended and supported so as to form a verandah not less than 2 m wide along two sides of the building. 4. The building shall be complete with electrical, drinking water and sewage installations and with a complete inventory of furniture and equipment as listed in the appropriate schedules of the Bill of Quantities, or as otherwise agreed with the Engineer.

15.7

Car Ports

1. Car ports for the accommodation of three vehicles shall be constructed of hardstanding of well-compacted granular material and shall be provided with roofing or shade netting.

15.8

Deadlines and Penalties

1. The offices shall be furnished and ready for occupation within 2 months of the Engineer's order to commence the Works or within one month of commencement of the Permanent Works, whichever is the earlier. 2. The Contractor shall provide alternative accommodation to the satisfaction of the Engineer if he fails to complete the building within the above stated times.

15.9

Water and Electricity

1. The Contractor shall be responsible for providing continuous supplies of water and electricity to the Engineer's offices.

15.10 Servicing
1. The Contractor shall service all ancillary works, the Engineer's offices, furniture, fixtures and equipment including provision of all water, electricity and sewerage and refuse disposal services, from the start date to the intended completion date. The Contractor shall replenish consumable items as and when required. In addition, on completion of the contract, the furniture, fittings and equipment shall be cleaned, repaired or replaced, as necessary, to bring them into good condition, and they shall remain the property of the Employer at the conclusion of the Contract.

15.11 Assistance to the Engineer


1. The Contractor shall supply such labour, either continuously or from time to time, as may be required by the Engineer, to assist him in checking the setting out of the Works, in measuring the Works, as messengers in connection with the Works, general labour in connection with the operation and maintenance of the Engineer's office and as watchmen over the Engineer's offices and equipment.

Gen3 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

15.12 Surveying Instruments and Equipment


1. The Contractor shall supply and insure, for the sole use of the Engineer, surveying and other instruments and equipment, as detailed in the Schedule to the Bill of Quantities or otherwise approved by the Engineer. The instruments and equipment shall be less than 3 years old and shall be maintained in a good state of repair and shall be replaced in the event of loss or damage. On completion of the Contract, the equipment shall become the property of the Employer.

15.13 Radio and Telephone Network


1. The Contractor shall, if ordered by the Engineer, supply, install, service and insure from the start date to the intended completion date: (a) (b) a cellphone a telephone link to facilitate communication. The Contractor shall install and arrange licensing from the appropriate Government department to connect the office of the Engineer to outside telephone lines. The Contractor shall provide all facilities such as aerials, batteries, battery chargers, telegraph poles and wires to provide a complete working system. The Contractor shall pay all operating charges made by the appropriate Government department for calls made and hire of equipment.

2. The Contractor shall, if ordered by the Engineer, supply, install, service and insure from the start date to the intended completion date: (c) Four hand-held, 2-way radios and one base set. Minimum range 25 km. The radios shall be installed complete with such items as aerials, batteries, battery chargers and licensing to provide a complete working system. The equipment shall be to the approval of and be located at sites as directed by the Engineer.

3. A provisional sum is provided in the Bill of Quantities for the provision of a cellphone and landline including all local call charges.

15.14 Desk Top Computer


1. If ordered by the Engineer the Contractor shall provide and service for the sole use of the Engineer and his staff from the start date to the intended completion date, computers and associated equipment as detailed below or similar approved. The computers shall be provided within 3 months of the date of issue of the Engineer's order for the provision of the same. The minimum specifications shall be: 1. 2. 3. 4. 5. Lap top/desk top computer (brand and model to the approval of the Engineer) all complete with compatible keyboard, mouse, mat and dust covers and bag. Pentium 4, 1600Mhz (or higher, widely used, up to date) 20 Gb hard disk for Lap Top computers, 40 Gb hard disk for Desk Top Computers, 256 Mb RIMM RAM for Lap Top Computers, 512 Mb RIMM RAM for Desk Top Computers 15 colour monitor for Lap Top computers, 17 colour monitor for Desk Top computers. Gen4 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

6. 7. 8. 9. 10. 11. 12.

13.

CD ROM (Recordable Rewritable) Data/fax/voice modem, local area network (ethernet) card, plus Email software and connection with internet service provider 50 CD-R, and 50 CD-RW Laser Jet printer, 10 ppm, HP1200 or similar, with dust cover Plotter, such as HP DesignJet 500ps (with additional 128 Mb memory) 15 printer cartridges A master program library on CD disks including: Microsoft Office XP, Windows XP, Project Management software (the same used by the Contractor), anti-virus software and latest version of Auto-Cad software. A set of user manuals,

14.

suitable cables and connections, dust covers and disk boxes.

2. The equipment shall be new and the Contractor shall enter into a service agreement with the approved supplier to the satisfaction of the Engineer to ensure that it is kept in first class working order. This agreement shall cover visits by accredited service Engineers from the suppliers to the Site as required. In the event of damage or loss the equipment shall be replaced. 3. The Contractor shall install all power supplies, voltage regulators and air temperature controls as may be necessary for the proper working of the equipment. 4. The Contractor shall supply for the use of the Engineer all stationery and consumable materials such as printer rolls and cleaning materials as are necessary for the full use of the machine. 5. On the completion of the Contract, the equipment, CDs and ancillary equipment shall become the property of the Employer.

15.15 Transport for the Engineer


1. The Contractor shall, if ordered, provide new 4-Wheel Drive vehicles or similar approved vehicles for the use of the Engineer and his staff.

2. Vehicles shall be equipped with air conditioning, front and rear seat belts, water and spare petrol containers, roof rack and be suitable for the prevailing climate. Kerb weight and tyre pressures shall be stated on each vehicle and the vehicles shall conform in all respects to the regulations of the appropriate licensing authority.

Gen5 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

3. The Contractor shall provide competent drivers to the approval of the Engineer. The Contractor shall provide all fuel, lubricants, etc. and shall license, insure (as detailed below), service and maintain the vehicles in a roadworthy state. The Contractor shall be obliged to have ready access to spare parts appropriate to the number, type and duty of the vehicles supplied. If in the opinion of the Engineer the Contractor should default in this respect and deprive the Engineer of use of vehicle(s) made unserviceable by normal use in the conditions and demands of the Site, the Contractor shall provide suitable alternative transport to the approval of the Engineer. If the Contractor fails to provide this service the Engineer shall be entitled to withhold the issue of a Payment Certificate until the service is resumed.

4. Insurance for vehicles must be 'comprehensive' and include : (a) (b) (c) cover for the Engineer and his staff driving the vehicle; usage on the business of the Engineer and his staff and for social, domestic and pleasure purposes; liability to third parties (including passengers whether the Engineer, his staff or others) for an unlimited indemnity in respect of death or personal injury and for the maximum indemnity reasonably obtainable in respect of loss, destruction or damage to property.

15.16 Hand-over to the Employer


1. At the completion of the contract or before if ordered by the Engineer, all purchased (not hired or rented) movable / portable items of the Engineers Requirements shall be handed over to the Employer. All items shall be handed over in good condition, fully serviced and with copies of all relevant documents including service manuals and guarantees.

Gen6 of 7

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Appendix A: PROJECT DESCRIPTION AND BACKGROUND INFORMATION


A.1 Background

The drainage and irrigation (D&I) system in Guyana requires rehabilitation and institutional improvements to achieve and support a sustainable increase in agricultural productivity. While productivity gains are required within its most relevant rice and sugar production activities, significant steps must be taken toward diversification of its agricultural industry since the rice and sugar economies will be deleteriously impacted by the programmed phasing-out of the preferences that rice and sugar receive in their access to the European Union markets (Cotonou Agreements.). Without a sustainable and modernized D&I system, agriculture in Guyana cannot contribute to economic growth and equity. In 1996 the Government of Guyana (GoG) implemented the Agricultural Sector Loan (ASL, Loan 965/SF-GY), to improve the environmental framework; to consolidate trade and pricing policy for rice; to develop drainage and irrigation policy, legal framework and administration; and to develop and consolidate public land policy, legal framework and administration. The Government of Guyana (GoG) and the Inter-American Development Bank (IDB) have prepared an investment loan for the agricultural sector, the Agricultural Export Diversification Program (ADP, LO 1929/BL-GY). The rehabilitation/construction of the control structures and access roads in Canals Polder would be executed under the Agricultural Export Diversification Programme A.2 Purpose of Drainage and Irrigation System Rehabilitation

The purpose of the drainage and irrigation (D&I) component of the ADP is to: Rehabilitate the drainage and irrigation infrastructure in nine areas of Guyanas coastal plain, as a prerequisite to: Ensuring sustainable operation and maintenance (O&M) of the rehabilitated systems by transferring management and financial responsibility to irrigation water users (farmers).

The physical D&I works will include: Re-sectioning of canals and drains by clearing weeds and excavating silt from channels. Improvements to drainage capacity in some areas, including rehabilitation of drainage pumping stations and sluices. Improvements to irrigation infrastructure, including rehabilitation of head and tail regulators, checks, intakes and outlets, siphons and irrigation pumping stations. Rehabilitation and/or improvement of access roads and bridges, both for system O&M and for farm-to-market access.

1 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

A.3

Drainage and Irrigation System Rehabilitation

Drainage and irrigation (D&I) systems in nine project areas of Regions 3, 4 and 6 have been selected for rehabilitation (Table 1).

2 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications Table 1 Project Locations and Areas

Region

System Vergenoegen/Bonasika Den Amstel/Fellowship

Area (ac) 27,300 880 4,465 21,700 5,052 7,220 27,600 22,352 4,365 120,934 (ha) 11,048 356 1,807 8,782 2,045 2,922 11,170 9,046 1,766 48,942

4 6

Vreed-en-Hoop/La Jalousie Canals Polder Golden Grove/Victoria Cane Grove Black Bush Polder Lots 52-74 Crabwood Creek Total

The project will involve the clearance of irrigation and drainage channels, the rehabilitation of hydraulic control structures and pumping stations, the repair of bridges, and the re-grading of access roads and tracks. There will be a very limited amount of new construction - some control structures, one or two groynes, a few bridges, and a short length of primary irrigation canal (1 km to supply Crabwood Creek). The primary elements of the rehabilitated drainage and irrigation (D&I) systems will continue to be managed and maintained by the National Drainage and Irrigation Authority. Management, operation and maintenance (MOM) of the secondary systems will be transferred from the public sector to the private sector, in the form of Water Users Associations (WUAs). Both the NDIA and WUAs will receive support to build their capacity for MOM. A.4 A.4.1 Co-ordination of D&I Activities with Construction General Purpose

Drainage is necessary to prevent crops being lost or damaged by flooding, and to avoid inundation of roads and housing areas. Irrigation is needed at certain times of the year for successful crop cultivation. Without access to fields, agricultural activities cannot be carried on. Therefore, it is essential that on-going D&I and agricultural activities are properly co-ordinated with construction works during rehabilitation of D&I infrastructure and access roads and bridges. Water Users Associations (WUA) have authority and responsibility, formally delegated by Government of Guyana, for the Management, Operation and Maintenance (MOM) of secondary D&I infrastructure. They also have responsibility to the farmers within their WUA area for providing secondary D&I services, and liaison with others for the provision of primary D&I. It is thus essential that they are given and accept a full part in the entire construction process, from planning and programming through to taking over responsibility for routine maintenance of the Works immediately after Substantial Completion. The intention of this section of the Specification Appendices is to: (a) Inform the Contractor that he must take full account of on-going D&I and agricultural activities in the planning, programming and execution of the Works. 3 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

(b) Establish a formal role in the construction process for the WUA(s) of a project area, while maintaining the contractual relationship between the Employer and the Contractor, through the Engineer. (c) Provide means for other stakeholders in D&I, such as NDCs, to play an appropriate part in ensuring that construction activities do not unduly disrupt normal agricultural and day-to-day activities. (d) Provide a basis for the Engineer, the WUA and the Contractor jointly to ensure that there is the least possible disruption to agricultural production during execution of the Works. Detailed procedures shall be established by the Engineer before the Works commence, as part of the overall construction planning process.

A.4.2

Mechanism for Co-ordination

The mechanism for overall co-ordination of D&I activities with construction shall be the Community Liaison Committee (CLC), which shall be constituted under the guidance of the Engineer as a first step in the construction planning process. The CLC shall comprise the Engineer, the Engineers Representative, and representatives from the Contractor, WUA(s), NDC(s), and the RDC, together with any other appropriate stakeholder as shall be determined by the Engineer The CLC shall have responsibility for co-ordinating activities, including but not limited to the following: access to site, public health and safety, construction planning, construction procedures, spoil disposal, quality control, taking-over of Works and dispute resolution. The CLC shall have the authority to appoint sub-committees and/or working groups to deal with individual aspects of its responsibilities, or with specific issues that may arise. The Engineer shall at all times retain overall responsibility for the functioning of the CLC.

A.4.3

Contractors Role

Immediately he arrives on site, the Contractor shall work with the Engineer, the Engineers Representative, WUA(s), NDCs, and the RDC, together with any other appropriate stakeholder as shall be determined by the Engineer, to set up a Community Liaison Committee. The CLC shall have responsibility for co-ordinating activities, including but not limited to the following: access to site, public health and safety, construction planning, construction procedures, spoil disposal, quality control, takingover of Works and dispute resolution.

In his construction planning the Contractor shall ensure, through the CLC or other means, that he has taken account of the cropping pattern and the corresponding irrigation and agricultural calendar in the particular project areas in which he is working. Procedures for operating the D&I system shall be agreed and included in the construction plan, with the objective of co-ordinating the activities of the Contractor, WUAs and the entity responsible for MOM of the primary D&I system.

4 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

A.4.4

WUA(s) Role

One or more WUAs have been established and are operating in each Project Area. WUAs have responsibilities, on behalf of their members, for Management, Operation and Maintenance (MOM) of the secondary D&I system, and liaison with the entities charged with MOM of the primary D&I system. Before, during and after construction a WUA will be responsible to its members for providing, to the greatest extent possible, D&I services. A WUA shall be responsible for formally agreeing the Contractors construction programme and any subsequent modifications. Agreement shall not be unreasonably withheld. The Engineer shall retain ultimate responsibility for ensuring the Works are executed in an appropriate manner, while maintaining the reasonable interests of all affected parties.
WUAs will work, through the CLC, to ensure that:

(b) Construction planning is co-ordinated with agricultural and irrigation activities in such a way as to minimise disruption to all parties. (c) Irrigation water can be provided according to a schedule agreed with the Contractor, and included in the Programme. (d) Drainage and access facilities are available when necessary. (e) Routine maintenance activities, e.g. weed-cutting, are commenced immediately or at about the same time as the Taking Over Certificate is issued for a Work Block, and after the WUA has taken over responsibility for the Block, in such a form as shall be agreed between the Engineer, WUA and Contractor, and determined by the Engineer. A.5 A.5.1 Natural, Environmental and Social Background Objectives and Overview

It is the objective of GoG and the funding agency to implement the Project in a manner that will cause minimum temporary and permanent disturbance to the existing conditions, and in accordance with the conditions stipulated in the project's Environmental Permit issued by the Environmental Protection Agency. The Bid Documents and in particular the Conditions of Contract and Special Provisions of the Specifications have been set up accordingly.

A.5.2

Temperature, Humidity, Sunshine and Wind

The collection, routine processing and storage of hydrometric data in Guyana is the responsibility of the Hydrometeorological Department (HYDROMET) of the Ministry of Agriculture. In Georgetown, mean daily temperatures are generally 26-27 oC. Higher temperatures are experienced in September and October when daily maxima exceed 30 oC. On average, relative humidity in Georgetown and on the coast is lower than further inland (Timehri). The lowest values of relative humidity occur in February and March, and in September and October, corresponding to the two dry seasons. The pattern of daily sunshine hours shows maxima in the two dry seasons of February to March and August to September. Coastal areas are sunnier than interior locations. Wind speeds, like most other climatic parameters, vary little throughout the year. Maximum wind speeds tend to occur in the period February to May. 5 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

A.5.3

Rainfall and Evapotranspiration

Rainfall occurs year-round (Figure 1), but there are two drier seasons when irrigation is required, especially for rice. Water for the project areas is obtained from large shallow reservoirs (conservancies), or from rivers. No groundwater is used for irrigation. Water quality is good, except possibly in drains which may suffer episodic pollution by pesticides (insecticides for rice pests, herbicides for weed control), sewage and solid waste. The station with the longest precipitation record is Georgetown Botanical Gardens, where the mean annual rainfall is 2,300 mm. The project areas are located along the coast and subject to similar maritime influences. Interpolation between Georgetown and other stations indicates a significant variability in rainfall between the project areas. Region 3 clearly experiences higher annual rainfall (>2,500 mm) than Region 6 (~1,750 mm). The greatest variability of monthly rainfall occurs in December and January. Design storm rainfalls derived from analysis of long-term rainfall records are shown in Table 2. There is no indication of increasing storm rainfall magnitudes, despite anecdotal reports.

6 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Figure 1 Rainfall and Evapotranspiration Patterns and Related Cropping Seasons

Rainfall and evapotranspiration - Georgetown


350
Crop season

250
Crop season Crop season

Rainfall and ETo depth (mm)

300 250 200 150 100 50 0 J F M A Rainfall M J ETo J A S O N

200 150 100 50 0 -50 -100

Rainfall - ETo

Table 2 Estimated Annual Maximum Rainfall (mm) Return Period (yrs) 20 50 100 200 500 1,000 10,000 1-day 162 188 208 230 261 285 384 2-day 204 233 256 279 311 336 422 3-day 258 293 319 345 379 405 490 4-day 286 321 346 370 401 424 494 5-day 319 362 394 426 468 499 600 7-day 363 407 438 467 504 531 613

A.5.4

Water Resources and Sea Defences

The coastal drainage and irrigation (D&I) system now comprises: Fresh water supply by gravity from water conservancies (large shallow reservoirs) and/or rivers and creeks by both gravity and pumping. Primary and secondary irrigation canals, irrigating fields of sugar, rice and other crops by gravity and/or pumping depending on local circumstances.

7 of A-10

Rainfall- ETo (mm)

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Drainage canals leading to the sea or to rivers and outfalling via sluices and/or pumps2. A seawall to prevent inundation of the entire zone during high tide.

Strategically and functionally the most important single feature of this system is the seawall, and the most important single process is drainage as opposed to irrigation. Gravity drainage is constrained in some locations by very large mud banks which move slowly along the shore from east to west (accretion phase). This results in siltation of the outfalls and the need for pumping. Between the passage of these banks, the shore is vulnerable to erosion and retreat. The Ministry of Public Works Sea and River Defence Division is currently undertaking a study of cyclical coastal dynamics as part of the EC-funded project Guyanas Sea Defences: Institutional Capacity Building Activities within the Shorezone Management System. A compounding challenge is sea level rise, currently judged to be some 4 mm/year. A.5.5 Natural Habitats and Wildlife

Although the National Biodiversity Action Plan (EPA 1999) classifies marine/coastal ecosystems as an ecosystem type that includes marine, littoral, estuarine, mangrove and palustrine sub-systems, the coastal area in Regions 3, 4 and 6 is largely a man-made agricultural landscape. The shore zone consists of a combination of natural and man-made sea defence structures, mud banks, mangrove forests and sand flats, all of which serve to protect the coast from inundation and flooding. Major problems associated with marine/coastal ecosystems include: over harvesting of mangle (mangrove vegetation), excessive targeting of certain marine species of fish, and degradation of water quality due to contamination from solid and other wastes (EPA 1999). Little or none of the original vegetation is left within the declared drainage and irrigation areas. Nevertheless, a variety of semi-natural habitats remain in the coastal plain in these Regions, in particular forest swamp and savannah vegetation communities in the conservancies (large shallow water reservoirs), mangrove forest and swamps along some of the river banks and the shoreline, especially in Region 6, uncleared forest in pasture areas, wetlands by creeks, and bush in abandoned lands. These natural areas are important for wildlife, especially birds but also a variety of mammals and reptiles. Internationally threatened and/or CITES-listed animals3 are present in Guyanas coastal zone but there is virtually no data on their numbers or distribution. For example, as of 1995 there was no recent information on the national status of the West Indian Manatee Trichechus manatus, the only population estimate being in 1963 when they were reported along coastal rivers including the Canje, in wet savannah areas, and most commonly in Northwest Guyana and the border with Suriname (Courantyne River region) (Bertram and Bertram 1963). Manatee are known to be present in waterways and canals near Crabwood Creek in Region 6, having been introduced for vegetation control (Ground Structures Engineering Consultants Inc 2002). Similarly, in 1975 the threatened Giant Anteater Myrmecophaga tridactyla, Giant Armadillo Priodontes giganteus, Giant Otter Pteronura braziliensis, and Bush Dog
2

In addition to allowing water out during low tide, the sluices can be operated to allow water in for the following purposes: when river or estuary water is fresh, for supplemental irrigation supply; to maintain drain water levels for transport by boat; for weed control in drains; and for shrimp cultivation in drains.
3

CITES: Convention on International Trade in Endangered Species.

8 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Speothos venaticus were listed as present in the Black Bush Project Area in Region 6 (Harza Engineering Co. & Aubrey Barker Associates 1975b). However in 2002 none of these species were encountered during biological surveys in approximately the same area for the Skeldon sugar estate expansion scheme (Ground Structures Engineering Consultants Inc. 2002). Some wildlife surveys (of hunting and trapping) have been undertaken recently as part of development of the Species Management Plan for the Wildlife Trade in Guyana, including in Corentyne and Cane Grove (GINA 2003), but the data are not officially available yet. A.6 A.6.1 Socio-Economic Framework and Issues National Overview

Ninety-five percent of the population in Guyana lives in the coastal plains, where most of the economic activity takes place. Agriculture is the most important sector of Guyanas economy, accounting for around 30% of GDP, 30% of employment, and 40% of export earnings. Agriculture is carried out on both private and state-owned land using mostly public owned and operated D&I systems. Sugar and rice are the most important crops in terms of area, value of production, employment creation, and contribution to export earnings. Sugar production, processing and export marketing is done by the government parastatal GUYSUCO. However, within the next six years Guyana will face falling prices for its rice and sugar because preferential tariffs will be eroded as a result of the "Everything but Arms" initiative. This is a serious cause of concern in Guyana. It calls for an acceleration of the diversification of the country's economy and, at the same time, improvements in the productivity of its rice and sugar sectors to be able to compete. The rice sub sector, which is composed of a large number of small farms (under 15 acres). Around 12,000 full or part time small rice farms represent 80% of total rice farms and occupy about 80% of the total land in rice. The rice sector is an important contributor to employment and income for the poor population in the rural sector. A non-traditional crop sector is slowly increasing, and it is still largely the domain of small sized non-commercial growers. Key problems facing farmers include poor D&I services due to weeds, siltation, and damage to control structures (to obtain water, to assist drainage, or to harass smaller farmers), difficult access especially for harvesting rice, low rice prices, and delayed payment by millers. This difficult environment must be set against a background of inequitable social relations and depressed agricultural markets. A.6.2 Project Areas - Socio-Economic Profile

A summary socio-economic profile has been prepared for each of the nine project areas, based on an extensive household questionnaire. Full details, including explanations of data discrepancies, are available in the Baseline Survey Appendix of each of the nine Detailed Reports. The raw statistics in the tables are interesting and provide a statistical baseline for future monitoring, but by themselves cannot paint a full picture of life in the polders. Special issues noted in the Baseline Survey reports focus on: Poverty and exclusion: farming households have a lower standard of living than non-farming households; there is an almost complete absence of any systematic government extension service for crop and livestock farmers. 9 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Health: diseases associated with poor hygiene and sanitation are very common in rural areas; the incidence of ill-health due to exposure to agrochemicals is shocking: in Lots 52-74 41% of respondents reported recent ill health in the family due to agrochemicals, most commonly skin rashes. Power structures: NDCs are perceived to be controlled by influential people and to work in their interests rather than those of small farmers; there is widespread concern that WUAs would be even less accountable than NDCs. Gender differentiation: the inequitable power structure extends to women, who are almost entirely absent from representation in NDCs; women seldom attended focus group discussions; women have extremely heavy work loads, partly but not entirely due to the absentee father syndrome. Illegal manipulation of the lease situation prior to land tenure regularisation (LTR): survey respondents in at least one area reported that larger, influential farmers had illegally obtained control over up to 80 ha of land prior to LTR and the transfer of leasehold to freehold Illegal consolidation and expansion of farm holdings: the process of land accumulation by larger farmers by renting land (often against the terms of leases) from smaller farmers who are in debt due to costs of production of rice being above farm gate receipts; the smaller farmers may be intimidated in this process, sometimes through the vandalising of hydraulic structures and/or fences. Conflicts: in addition to the unfair power play between large and small farmers, there are conflicts between farmers and cattle owners, and in a few areas between crop farmers and fish farmers concerning water supply, water quality and drainage; grazing areas often flood or dry out, in both cases resulting in pressure for cattle to move onto cropland; this process can turn violent: it was reported that four persons opposed to ranchers died violently in Crabwood Creek a few years ago; the murders remain unsolved.

10 of A-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Appendix B:
B.1 General

SITE ENVIRONMENTAL MANAGEMENT PLAN

The Contractor shall prepare and implement a Site Environmental Management Plan (SEMP) setting out a clear statement of environmental policy to be adopted for the Contract, and incorporating the following principles: (a) Details of the Contractors organisational framework, in particular the designation of an engineer to take overall responsibility and to manage environmental control facilities on a day-to-day basis and liaise with the Engineers environmental monitoring team. (b) Details of the principal pollution control facilities proposed, including procedures for operation, maintenance and disposal of wastes, and of contingency plans in the event of failure of these facilities. (c) Details of the Contractors proposed environmental monitoring procedures, to ensure faci lities are operating satisfactorily and that problems are being dealt with promptly. (d) Details of the Contractors environmental awareness training programme proposed for the workforce. (e) Details concerning work camps, borrow pits, gravel winning, quarries and fire control. (f) A requirement that all method statements include a section on environmental impacts and mitigation. (g) Details of the records to be kept to demonstrate compliance with the SEMP. (h) A formalised mechanism to audit the effectiveness of the SEMP. B.2 Particular Risks

The potential risks listed below should be addressed through the SEMP:

(a) Proposals for collection, treatment and disposal of solid waste of all types. (b) Sanitary installations and sewage treatment. (c) Disposal of used oils, hydraulic fluid etc. (d) Proposals to identify and implement working practices and physical measures that will minimise the risk of pollution. (e) Equipment, systems and training for emergency response for pollution events, including spills of any hazardous materials. (f) Location of haulage routes for bulk materials, including both road and river transport and transhipment locations. (g) Proposals for measures to ensure full restoration of all land used temporarily to its original condition or better. (h) Proposals for establishing and maintaining good community relations.

1 of B-2

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

B.3 B.4

Liaison and Co-ordination Reporting

The Contractor shall issue monthly Report Forms to the Engineer, comprising a checklist of environmental issues at each work site, and covering the specific problems of the works under the Contract. Forms will be developed by the Contractor to demonstrate that compliance with the environmental requirements of the Contract is being achieved and to identify any problems. The forms will be copied to the Engineer for information and action where required. For serious infringement of the environmental requirements of the Contract, a Failure Report form would be issued to notify the Engineer that urgent action is required. These forms also provide an incident log for the project. B.5 Environmental Management and Audit Programme

A general programme for environmental management in relation to the construction programme shall be drawn up by the Contractor within 90 days of the Commencement Date. It is anticipated that the environmental management programme will be audited every six months, and that the first audit will be carried out after about 6 months to review the establishment of the management systems and procedures.

2 of B-2

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Appendix C:

HEALTH AND SAFETY PLAN

The Contractor shall prepare and implement a Health and Safety Plan that shall include or address the following topics, where they are relevant to the work proposed: C.1 General (a) The Tenderers health and safety policy C.2 Communication and Management of the Work (a) Management structure and responsibilities (b) Health and safety goals for the project and arrangements for monitoring and review of health and safety performance (c) Arrangements for: Regular liaison between parties on site Consultation with the workforce; the exchange of design information between the Employer, designers, the Engineer, Subcontractors and other contractors on site Handling design changes during the project The selection and control of Subcontractors The exchange of health and safety information between parties Security, site induction and on site training Welfare facilities and first aid The reporting and investigation of accidents and incidents including near misses The production and approval of risk assessments and method statements

(d) Site rules (e) Fire and emergency procedures

C.3

Arrangements for Controlling Significant Site Risk (a) Safety risks: Services, including temporary electrical installations Working in confined spaces Preventing falls Work with or near fragile materials Control of lifting operations Dealing with services (water, electricity and gas) 1 of C-3

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

The maintenance of plant and equipment Poor ground conditions Traffic routes and segregation of vehicles and pedestrians Storage of hazardous materials Dealing with existing unstable structures Accommodating adjacent land use Other significant safety risks

(b) Health risks: C.4 Manual handling Use of hazardous substances Reducing noise and vibration Removal of asbestos Dealing with contaminated land Other significant health risks

Safety

(a) Qualifications and experience of the Safety Officer and his Deputy (b) Procedures for identification of safety risks including hazardous equipment and materials, fire, and explosives (c) Proposals for training workers in safe working practices (d) Procedures for ensuring implementation of safe working practices C.5 First Aid

(a) Proposals for provision of first aid facilities and skills (b) Proposals for ambulance service and medical evacuation (c) Proposals for training workers in first aid C.6 Medical

(a) The qualifications and experience of the Medical Officer and his Deputy (b) The number and qualifications of any other medical staff to be provided by the Contractor (c) Any other medical facilities to be provided in addition to the first aid provisions required by the Contract

2 of C-3

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

C.7

Welfare on Site

(a) Proposals for provision of changing facilities, rest areas, washing areas, drinking water and sanitation for workers at work sites

3 of C-3

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

Appendix D:

STANDARDS

The following is a list of publications which on instruction by the Engineer shall be supplied together with such others as may be approved or relevant in accordance with Clause 3.1. All amendments to each Standard shall be included. D.1 ISO ISO ISO ISO ISO ISO ISO D.2 ISO International Organisation for Standardisation 7-1 65 272 281 888 898 4759 Pipe threads where pressure-tight joints are made on the threads Carbon steel tubes suitable for crewing in accordance with ISO 7-1 Fasteners Rolling bearings Bolds, screws and studs Mechanical properties of fasteners Tolerances for fasteners

British Standards

(Published by British Standards Institution) Year Book - 2003 BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS 4:1993 12:1996 21:1985 302:1987 443:1982 449:1969 499:1991 534:1990 709:1983 729 812:1995 879:1988 882:1992 903:1990 1377:1990 1387:1985 threads 1452 1471 1472 Structural steel sections Portland cement Pipe threads for tubes and fittings where pressure-tight joints are made on the threads, accessories, overhead power transmission Stranded steel wire ropes Specification for testing zinc coatings on steel wire and for quality requirements Specification for the use of structural steel in building Welding terms and symbols Steel pipes, joints and specials for water and sewage Methods of destructive testing fusion welded joints and weld metal in steel Specification for hot dip galvanised coatings on iron and steel articles Testing aggregates Water well casing Specification for aggregates from natural sources for concrete Physical testing of rubber Methods of test for soils for civil engineering purposes Steel tubes and tubulars suitable for welding or for screwing to BS 21 pipe Specification for flake graphite cast iron Wrought aluminium and aluminium alloys for general engineering purposes-drawn tube Wrought aluminium and aluminium alloys for general engineering

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS BS

1521:1972 1881:1983 2035:1966 2494:1990 2499:1993 2523:1966 2569:1965 3100:1991 3242 3148:1980 3382:1967 3416:1991 3505:1986 3692:2001 4027:1996 4072;1999 4190:2001 4254:1983 4343 4395:1969 4449:1997 4466 4483:1998 4504:1989 4550:1978 4568:1970 4604:1970 4652:1995 4660:2000 4848 4962:1989 5135 5150:1990 5328; 1997 5400:2000 5481:1977 5493 5911:2002 5930:1999 6150:1991 6316:1992 6323:1982

Purposes-forging stock and forgings Specification for waterproof building papers Methods of testing concrete Cast iron flanged pipes and flanged fittings Specification for elastomeric seals for joint in pipework and pipelines Hot applied joint sealant systems for concrete pavements Specification for lead-based priming paints Specification for sprayed metal coatings Steel casting for general engineering purposes Aluminium stranded conductors for overhead power transmission Methods of test for water for making concrete Specification for electroplated coatings on threaded components Bitumen-based coatings for cold application PVC-U pressure pipes for cold potable water Specification for ISO metric precision hexagon bolts, screws and nuts Sulphate-resisting Portland cement Wood preservation by means of copper/chrome/arsenic compositions Specification for ISO metric black hexagon bolds, screws and nuts Specification for two-part polysulphide-based sealants Industrial plugs, socket-outlets and couplers High strength friction grip bolts and associated nuts and washers Carbon steel bars for the reinforcement of concrete Scheduling dimensioning bending and cutting of steel reinforcement for concrete Steel fabric for the reinforcement of concrete Circular flanges for pipes, valves and fittings Methods of testing cement Steel conduit and fittings for electric installations The use of high strength friction grip bolts in structural steelwork. Metric series Specification for zinc-rich priming paint Thermoplastics ancillary fittings of nominal sizes 110 and 160 for below ground Gravity drainage and sewerage Hot-rolled structural steel sections Plastic pipes and fittings for use as subsoil field drains Arc welding of carbon and carbon manganese steels Cast iron gate valves Methods for specifying concrete, including ready-mixed concrete Steel, concrete and composite bridges Unplasticised PVC pipe and fittings for gravity sewers Code of practice for protective coating of iron and steel structures Precast concrete pipes, fittings and ancillary products Code of practice for site investigation Code of practice for painting buildings Code of practice for test pumping of water wells Seamless and welded steel tubes

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

BS BS BS BS BS D.3 BS EN BS EN BS EN BS EN BS EN BS EN BS EN BS EN BS EN BS EN

7079:2002 7668 8010:1989 8110:1997 8666:2000

Surface roughness characteristics blast-cleaned steel substrates Weldable structural steel Code of practice for pipelines Structural use of concrete Scheduling dimensioning bending and cutting of steel reinforcement for concrete

BS EN Standards 499 512:1995 515:1993 and 593:1998 601-1:1997 1011-1:1998 ISO 1461:1999 1561:1997 1982:1999 ISO 4066:2000 Welding consumables. Arc welding electrodes and classification Fibre-cement products. Pressure pipes and joints Specification for butterfly valves Wrought aluminium and aluminium alloys for general engineering purposesforging stock and forgings Arc welding of carbon and carbon manganese steels Specification for hot dip galvanised coatings on iron and steel articles Specification for flake graphite cast iron Specification for copper alloy ingots and castings Scheduling dimensioning bending and cutting of steel reinforcement for concrete Weldable structural steel Tolerances on dimensions, shape and mass for hot rolled steel plates Hot-rolled products in weldable fine grain structural steel Plates and wide flats structural steels Code of practice for protective coating of iron and steel structures

BS EN 7668:1994 BS EN 10029:1991 BE EN 10113:1993 BS EN 10137:1996 BS EN ISO 12944:1999 and BS EN ISO 14713:1999 D.4

UK Water Industry Specifications Water Industry Specification, Specification for blue polyethylene pressure pipe for cold potable water dia 90 mm to 1000 mm for underground or protected use Water Industry Specification, Specification for blue polyethylene pressure pipe for cold potable water dia 90 mm to 1000 mm above ground or sewerage Water Industry Specification, Specification for blue higher performance polyethylene, HPPE/PE 100, pressure pipe dia 90 mm to 1000 mm for underground or protected use for the conveyance of water intended for human consumption. Water Industry Specification, Specification PE 80 and PE 100 electrofusion fittings for nominal size up to and including 630 mm.

WIS 4-32-03

WIS 4-32-09

WIS 4-32-13

WIS 4-32-14

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

WIS 4-32-06

Water Industry Specification, Specification for polyethylene electrofusion couplers and fittings for cold potable water supply for nominal sizes up to and including 180 mm. Water Industry Specification, Specification for mechanical fittings and joints including flanges for polyethylene pipes for the conveyance of cold water for the size range 90 to 1000 mm inclusive made of metal or plastics or a combination of both.

WIS 4-24-01.

D.5 D.5.1
D 412

American Standards The American Society for Testing and Materials Tests for rubber properties in tension

D D D D

570 1682 1694 1751

D 1752

Preformed expansion joint fillers for concrete paving and structural construction (non extruding and resilient bituminous types) Preformed sponge rubber and cork expansion joint fillers for concrete paving and structural construction 480F C159061 The American Society of Agricultural Engineers
S263

ASTM ASTM D.5.2


ASAE

D.5.3

United States Federal Specification Joint fillers

HH-F-341e D.6

Miscellaneous Building Research Station, UK Digest 35 shrinkage of natural aggregates in concrete US Bureau of Reclamation Earth manual US Department of Agriculture Agricultural handbook No. 60, February 1954 Department of the Environment Analysis of raw, potable and waste waters, 1972

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII General Specifications

T. M. Ackroyd Laboratory testing in soil mechanics (Soil Mechanics Ltd.)

Section VII (b) Control Structures & Access Roads Particular Specifications

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII Particular Specifications

Particular Specification Canals Polder Control Structures & Access Roads

1
1.2

General
Brief Description of the Works

1. The Canals Polder area is a primarily sugar, fruit and ground provisions growing area covering some 7,353 ha gross including settlement areas. The table below summarises approximate lengths of channel and numbers of existing structures in the area. Category Primary canals Primary canal structures Pump stations (drainage) Main drains Main drain structures Primary access Secondary canals Secondary canal structures Secondary drain Secondary drain structures Item Main canal Main canal head regulator Primary canal tail regulator Drainage diesel pump station Main drain Primary system bridge (public road) Outfall sluice Primary access Secondary canal Secondary canal head regulator/intake Secondary drain Secondary drain access Secondary drain bridge Secondary drain culvert Code MC MHR MCT DDPS MD MBR MOS MA SC SHR SD SDA SBR SCU Unit ln.ft No. No. cusecs ln.ft No. No. ln.ft ln.ft No. ln.ft ln.ft No. No. Quantity 72,870 3 3 2 x 110 109,100 10 3 38,500 128,240 62 467,583 283,706 2 104

2. In addition to the general works described in sub-clause 1.2.5 of the Specification 3. The following summarises some of the key socio-economic aspects of the Canals Polder area: Canals Polder lies on the west bank of the Demerara River in Region 3. It was constructed in 1940. The declared D&I area covers 8,782 ha (21,700 ac), although project estimates from AutoCAD plans give an area of 8,690 ha (21,472 ac). The population of Canals Polder 1 & 2 was estimated at 8,154 persons, based on approximately 1,359 households with a mean household size of 6 persons. 49% of households are female-headed. The demographics are affected by proximity to Georgetown which encourages settlement by commuters, and by poor conditions for agriculture (see below), which encourages out-migration. About 80% of the land is cultivated, 60% with sugar cane, the rest with cash crops. The NDC reports that a living can be made from cash crops on 2 ha (5 ac) of land if drainage is adequate. Mean farm size is 4.4 ha (10.8 ac). However, 7.7% of farmers own in excess of 52% of the land. Of these larger holdings, only 50% is farmed by the owners, with the remainder being rented or left idle, reportedly due to flooding problems. Small farmers those owning less than 2 ha - farm more land than they own, probably due to squatting.

Particular-CP1 of 3

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII Particular Specifications

Water is supplied by gravity from the Boerasirie Conservancy using three canals: B Line, C Line and Centre Line. The C Line canal is not used extensively. Primary drainage is by the A Line Canal, Canal No. 1 and Canal No. 2. Each has its own outfall sluice to the Demerara River. Canal No. 2 also has a pump station constructed in 1989 with two diesel pumps, though one has not been operational since 1996. The system was last rehabilitated in 1989. Extensive weed clearance is needed. Within the Canals Polder NDC, approximately 2,200 ha (5,500 ac) of land are uncultivated. This represents about 40% of the 5,666 ha (14,000 ac) total of agricultural lands in the NDC. These lands are on pegasse soils (very high in organic matter), and are said to have been burnt out as well as not benefiting sufficiently from drainage and irrigation. Flooding is a problem during heavy rainfall, particularly since land near the conservancy is at a lower level than land near the Demerara River. Improvements to the drainage outfalls are required. Sea defence structures and the shoreline (the tidal Demerara River) are outside the Canals Polder NDC and fall within the NDCs of the villages of Bagotsville and Stanleytown, through which drainage from No. 1 and 2 Polders has to pass to reach the river. The sluices to the Demerara river, for both Canals 1 and 2 drainage, are in need of rehabilitation or replacement. Also, the channels have become silted and houses have been built on both sides of the canals making it difficult for machinery to work. An area of land within Canals Polder (from Lust tot Rust to La Parfaite Harmonie) is a dairy farm and housing development. This area used to drain through the housing area around La Grange to outfall sluices between the A Line drain and Canal No 1 drain. However, some apparently unauthorised drainage paths have been created into Canal No 1. The area around C Line canal is less extensively cultivated. There are flooding problems in this area from some 570 ha (1,400 ac) of swampland to the south. The C Line dam has been deliberately breached, apparently in relation to fish-farm construction at the corner of the Conservancy. Many of the drainage and irrigation structures, particularly timber structures, require replacement. Concrete structures are generally in better condition, though mechanical parts are often broken or missing. Improvements to farm access are required. There are no lands within the NDC allocated for pasture though there are private pasture lands. However, a large part of these has been converted to rice and sugar cane cultivation. There are few cattle in the NDC. Some households have less than 10 head, kept on their private lands. GUYSUCO runs a dairy project in Canal 1, but this project has recently been downgraded. Much of the cropping in Canals Polder is rain-fed. Improved drainage is the major requirement. Rehabilitation of the area would not be economic without including the ricelands between Canals Polder and the river, which would be the prime beneficiary of improvements to the irrigation system. Canals Polder is transport land, i.e. private freehold. D&I rates are extremely low: G$33 per acre. The NDC reports a collection rate of above 80%, of which 20% rates reportedly goes to the NDIB. WUA formation may prove challenging in this area as the attitude of the State being responsible for maintaining D&I facilities appears to be pervasive

Particular-CP2 of 3

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII Particular Specifications

Outfall Sluice Decommissioning (Not applicable) 1. Prior to decommissioning the existing outfall sluice the new outfall sluice shall be handed over and operated over a 28 day period of continuous operation to test that it is complete and fully operational. Decommissioning shall only commence on the written approval of the Engineer.

Particular-CP3 of 3

Section VIII List of Drawings

The section provides a list of the Drawings that are provided in Volume II of the Tender Documents.

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII List of Drawings

Drawing List - Canals Polder Control Structures & Access Roads 207431/CP/LOCATION Canals Polder Location Plan

GENERAL
Drawing Number 207431/GEN/001 207431/GEN/002 207431/GEN/003 207431/GEN/004 207431/GEN/005 207431/GEN/006 207431/GEN/007 207431/GEN/008 207431/GEN/009 207431/GEN/010 207431/GEN/011 207431/GEN/012 207431/GEN/013 207431/GEN/014 207431/GEN/015 207431/GEN/016 207431/GEN/017 207431/GEN/018 207431/GEN/019 207431/GEN/020 207431/GEN/021 207431/GEN/022 207431/GEN/023 207431/GEN/024 207431/GEN/025 207431/GEN/026 207431/GEN/027 207431/GEN/028 207431/GEN/029 207431/GEN/030 207431/GEN/031 207431/GEN/032 207431/GEN/033 207431/GEN/034 Drawing Name Typical Secondary Canal-Cross Section Typical Secondary Drain-Cross Section Typical Head Regulator- General Arrangement Typical Head Regulator- Details Typical Head Regulator- Reinforcement Details (Upstream End) Typical Head Regulator- Reinforcement Details (Downstream End) Typical Check Structure-General Arrangement Typical Check Structure-Reinforcement Details Typical Tail Regulator-General Arrangement Typical Tail Regulator-Details Typical Tail Regulator-Reinforcement Details (Upstream End) Sheet 1 Typical Tail Regulator-Reinforcement Details (Upstream End) Sheet 2 Typical Tail Regulator-Reinforcement Details (Downstream End) Typical Canal and Drain Culvert - General Arrangement Typical Canal and Drain Culvert - Details Culvert Type Sliding Gates for Head Regulators Channel Type Sliding Gates for Head Regulators Channel Type Lifting Gates for Check Structures Timber Outfall Sluice Gates Sheet 1 Timber Outfall Sluice Gates Sheet 2 Timber Outfall Sluice Gates Sheet 3 Typical Access Dams Cross Sections Typical Access Bridge - General Arrangement and Details Outfall Sluice - General Arrangemet at Gantry Level Outfall Sluice - Handrails and Ladder Typical Operator House Floor Plan and Elevations Typical Operator House Electrical Layout Small Check Structure General Arrangement Small Check Structure Details Sheet 1 Small Check Structure Details Sheet 2 Small Check Structure Reinforcement Details (Inlet End) Small Check Structure Reinforcement Details (Outlet End) Typical Access Bridge - Abutment and Wingwall Details Typical Groyne Details

Note: Not all General Drawings apply to all Contract Packages

Preamble- ii of i

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section VII List of Drawings

CANALS POLDER
Drawing Number 207431/CP/SW/001 207431/CP/SW/002 207431/CP/SW/003 207431/CP/SW/004 207431/CP/SW/005 207431/CP/SW/006 207431/CP/SW/007 207431/CP/SW/008 207431/CP/SW/009 207431/CP/SW/010 207431/CP/SW/011 207431/CP/SW/012 207431/CP/SW/013 207431/CP/SW/014 207431/CP/SW/015 207431/CP/SW/016 207431/CP/SW/017 207431/CP/SW/018 207431/CP/SW/019 207431/CP/SW/020 207431/CP/SW/021 207431/CP/SW/022 207431/CP/SW/023 207431/CP/SW/024 Drawing Name Masterplan Structure Schedule Sheet 1 Structure Schedule Sheet 2 Structure Schedule Sheet 3 Bridges Schedule Access Dam Plan Canal No2 Sluice General Arrangement Elevation Canal No2 Sluice General Arrangement Section Canal No2 Sluice Layout for Foundation Piles Canal No2 Sluice Flood Slab Plan Canal No2 Sluice Concrete Details (Cross Section) Canal No2 Sluice Concrete Details (Elevation) Canal No2 Sluice Walkway Plans (Abutment Level) Canal No2 Sluice Walkway Plans (Gantry Level) Canal No 2 Sluice Reinforcement Details (Walkways) Canal No 2 Sluice Reinforcement Details (Gantry Column) Canal No 2 Sluice Reinforcement Details (Abutment and Wingwall) Canal No 2 Sluice Reinforcement Details (Division Wall) Canal No 2 Sluice Reinforcement Details (Wave Breaker) Canal No 2 Sluice Reinforcement Details (Floor Slab) Sheet 1 Canal No 2 Sluice Reinforcement Details (Floor Slab) Sheet 2 Canals Polder Main Head Regulators Sheet 1 Canals Polder Main Head Regulators Sheet 2 Canal No 2 Sluice Proposed Location

Preamble- iii of i

Section IX Bills of Quantities (a) Preamble to the Bills of Quantities (b) Bills of Quantities

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bill of Quantities

Section IX (a) Preamble to the Bills of Quantities

Preamble- ii of i

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Preamble - List of Contents


Preamble Sections i. ii. iii. iv. v. vi. vii. viii. ix. x. xi. xii. xiii. xiv. xv. xvi. xvii. xviii. xix. xx. xxi. xxii. xxiii. xxiv. xxv. xxvi. Introduction Provisional Quantities Provisional sum Day works General The Site Materials and Workmanship Earthworks Clearance Works Concrete Works Remedial Works Fixing and Building In Movement Joints Pipes and Pipelaying Channel and Structure protection Works Water Control Equipment Painting and Preservatives Timber Steel, Timber and Plastic Sheet Piles Bridges Roads Engineers requirement Particular Specification Environmental Management Plan Health and safety Plan Cleaning Up the site

Page

1 4 4 4 5 6 6 6 8 58 10 10 10 11 11 11 12 12 13 13 13 14 14 14 14 15

Preamble- i of i

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

(i) Introduction The Bill of Quantities includes this Preamble, the Parts of the Bill of Quantities, the Schedules and the Summary. The quantities set out in the Bill of Quantities are the estimated quantities of the work and they are not to be taken as the actual and correct quantities of the Works to be executed by the Contractor in fulfilment of his obligations under the Contract. The Permanent Works shall be measured net notwithstanding any general or local custom except where otherwise specifically described or prescribed in the Contract. The rates and prices in the Bill of Quantities shall, except where otherwise provided in the Contract, cover all the Contractor's obligations under the Contract and all matters and things necessary for the proper execution and maintenance of the Works. The items provided in the Bill of Quantities shall be the only items against which payment shall be made, except that where additional items are required in respect of authorised additional works, payments may be made against such additional items. The Contractor shall be deemed to have included in his rates entered against the items in the Bill of Quantities for all activities necessary to complete the Contract Works, including any items of Work, which, in his opinion has been omitted from the Bill of Quantities. Except where otherwise detailed in the Bill of Quantities or specified, labour, including the supervision thereof, materials, Constructional Plant, Temporary Works, transport to and from the Site and in and about the Works, loading and unloading, laboratory testing and other things of every kind required for the execution and maintenance of the Works shall not be measured and the cost thereof shall be deemed to be included in the rates and prices in the Bill of Quantities. The total quantity included in the final measurement of each item shall be measured to the nearest integer relative to that item, or to one decimal place if so indicated in the Bill of Quantities. All measurement in this Contract is in accordance with the S.I. metric system. If the Contractor wishes to use equivalent Imperial (foot-pound-second) size materials he shall obtain the Engineers approval prior to starting the work. The rates and prices entered in the Bill of Quantities will be deemed to include for any increased use of materials that may result. The following abbreviations are used in the Bill of Quantities:

m2 m3

square metre cubic metre

mm m Preamble- 1 of 15

millimetre metre

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Nr hr kg Prov. Sum cfm Min G$

number hour kilogramme Provisional Sum cubic feet per minute minimum Guyana Dollars

km % dia ha lin hp t

kilometre per cent diameter hectare linear horse power Metric tonne

Where in the Bill of Quantities there is a Schedule or subsidiary bill setting out the quantities of component materials and work which comprise a unit of work measured under a single item in a Part of the Bill of Quantities, the said quantities shall be subject to measurement and valued at the rates and prices entered therein and the total thereof shall be the rate for the item in the Part. For items which the unit of work is given as Sum and the quantity of work is given as Item, otherwise than the items brought forward from a subsidiary schedule as explained under paragraph 9 above, the proportions of payments in interim payments shall be made, according to ratios based on the percentage of work or components of work completed and/or, in instalments defined by the period covered by the interim certificate to the total period for which such works/facilities are provided. Such ratios and instalments shall be determined by the Engineer. At any stage, during the duration of the Contract, the Engineer will be entitled to adjust such ratios and instalments to correspond with any amendment to the duration of the works as related to completion of the Works. Quantities shown on the Drawings: In order to assist the Contractor quantities of works are indicated on the Drawings. Those quantities are only for the Contractors guidance and shall not constitute as part of the Bill of Quantities. In the event of any discrepancy between the quantities shown on the Drawings and those given in the Bill of Quantities those in the Bill of Quantities shall prevail. Table 1 (overleaf) provides an indicative measure of the quantities for each structure. The quantities will be re-measured on a structure by structure basis.

Table 1. Indicative Quantities for Canal and Drain Structures

Preamble- 2 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Head Regulator EARTHWORK Excavation in cut Excavation in foundation Filling compacted selected excavated material Rip rap 200mm thickness Granular underlayer to rip rap 150mm thickness CONCRETE C10 Blinding 75mm thickness Reinforced concrete Class A, C30 Steel bar reinforcement Fair finish vertical shuttering Rough finish vertical shuttering Fair finish soffit shuttering Form stoplog grooves 75 x 75 mm MISCELLANEOUS Supply and drive timber sheet piles 75 x 300mm, 2 ply, 1800mm long Supply and drive plastic sheet piles Capping beam to plastic sheet piles complete Twin wall HDPE pipe 1.20m diameter including pipe surround Removable Steel Hand Rail at 1.1m above foot path m m t m m m
2 2

Check Tail Regulator Structure

Drain Culvert

Field Culvert

m m m m m

61.0 9.8 8.0 43.0 43.0

61.0 9.8 8.0 43.0 43.0

1.0 4.9 0.0 0.0 0.0

41.2 13.8 25.3 14.7 15.0

13.4 1.7 10.9 0.0 0.0

14.3 18.9 1.9 27.0 33.0 0.0 4.8

14.3 18.9 1.9 27.0 33.0 0.0 4.8

12.2 14.6 1.0 34.7 34.3 4.5 12.0

0.0 0.0 0.0 0.0 0.0 0.0 0.0

0.0 0.0 0.0 0.0 0.0 0.0 0.0

7.7 10.0

7.7 0.0

16.2 8.0

0.0 0.0

0.0 0.0

Lin m

10.0

10.0

8.0

0.0

0.0

0.0

0.0

0.0

14.0

0.0

0.0

0.0

2.5

0.0

0.0

Provisional Quantities Items in the Bill of Quantities for which the quantities are stated to be provisional shall only be executed if they are the subject of a written instruction from the Engineer. The rates set out for such Preamble- 3 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

items shall be used for the valuation of works so ordered by the Engineer in writing whether the quantities shown are used wholly or in part. If the amount of work ordered by the Engineer to be executed under a Provisional Quantity item exceeds the quantity shown in the Bill of Quantities, the rate for that item set out in the Contract shall not necessarily be deemed applicable to the excess. Provisional Sums Where in the Bill of Quantities, otherwise than in the Dayworks Part, there is an item having the words "Prov. Sum" in the Unit column, the percentage stated in any space provided for evaluating the Contractor's costs shall be used for payment only when the work is ordered to be done and the percentage shall be applied to the actual price paid, on the written order of the Engineer, for all work executed or goods, materials or services supplied by any nominated Sub-contractor as described in the relevant item in the Bill of Quantities. Where a provisional sum is provided for collecting items measured under separate Schedules / Subbills, payment shall be limited to items measured under the Schedule / Sub-bill without addition. Dayworks The Dayworks Schedule of the Bill of Quantities includes Provisional Sums for use when work is executed on a daywork basis. Work shall not be executed as daywork except by written order of the Engineer. 1. Labour Payment in respect of labour employed on a daywork basis shall be at the rate entered in the Dayworks Part. Overtime rates shall be agreed by the Engineer and shall apply only if work during overtime is ordered by the Engineer or if the overtime occurred within the normal hours worked on the Site as approved by the Engineer. Overtime shall be paid for in the same proportion as is paid to the labour. No payment shall be made in respect of the Contractor's Site Supervisory and Administrative staff. Gangers or charge-hands working with their gangs shall not be counted as Site Supervisory or Administrative Staff. The rates shall include the costs in respect of portable tools such as picks, shovels, barrows, trowels, ladders, hand-saws, buckets, trestles, hammers, chisels and all items of a like nature, which for the purpose of work executed on a daywork basis shall not be considered as Construction Equipment.

2.

Construction Equipment

Preamble- 4 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Payment in respect of Construction Equipment employed in the execution of the work on a daywork basis, shall be at the rate entered in the Dayworks Schedule, exclusive of drivers and attendants but inclusive of fuel and consumable stores. The time for which Construction Equipment is broken down or during which it is being serviced shall not be measured, nor shall that of any labour or other Constructional Equipment which is unable to work by reason of such breakdown or servicing.
3.

Plant and Materials


Payment in respect of plant and materials used in the execution of work on a daywork basis shall be the net cost of plant and materials plus the percentage thereof entered in the Dayworks Schedule. The "Net cost of plant and materials" means the net cost of such plant and materials delivered by the supplier to store or stockpile on the Site. The cost of taking the plant and materials from the store or stockpile on the Site to the place where they are used shall be paid for at the appropriate daywork rates for labour and Constructional Plant. The "Percentage addition to net cost of plant and materials" shall cover the costs of taking delivery and putting into the store or stockpile, storage, overheads and all other charges and costs in respect of or incidental to the procurement and handling of such plant and materials.

(v) General No separate payment shall be made for complying with the provisions of Clauses 1.1 to 1.44 inclusive of the Specifications, unless otherwise stated in the Bill of Quantities. The rates for the team members providing Training in Operation and Maintenance of Irrigation and Drainage System shall include all costs for supporting the team members, including office space, use of office facilities, transport and housing.

(w) The Site


No separate payment shall be made for complying with the provision of photographs as specified in Clauses 2.1 and 2.4 of the Specifications. No separate payment shall be made for complying with the requirements of Clauses 2.1 to 2.9 inclusive. Site establishment of the Contractor shall be paid as set out in the Bill of Quantities.

(x) Materials and Workmanship


No separate payment will be made for complying with the provisions of Clauses 3.1 to 3.8 inclusive of the Specifications. Standards ordered by the Engineer shall be paid at the net cost for supply of standards plus the percentage in the space provided for the relevant item.

Preamble- 5 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

(y) Earthworks
No separate payment shall be made for complying with the provisions of Clauses 4.1 to 4.4, 4.6, 4.10 to 4.12, 4.20, 4.22, 4.25, 4.27 to 4.29 of the Specifications. The rates for earthworks shall be deemed to cover earthworks above and below water and in any material except those otherwise described, e.g. unsound material, and for which separate items are provided. The cost of dealing with unsound material in any part of the Works shall be borne by the Contractor if in the opinion of the Engineer the unsoundness is due to failure of the Contractor to comply with the Specifications including keeping the excavation free of water. No separate payment shall be made, inter alia, for testing; surveying and making records of ground levels and topography within earthwork and structure reservation limits; supporting excavations; making good slips and falls; excess excavations, for working space or any other reason; trimming surfaces of excavations and embankments; making allowances for settlement or heave; compaction (other than special compaction of fill); compaction trials; control of moisture content including drying of material; preparation and restoration of borrow pits; earthworks to prevent accumulation of water in borrow pits; scarification; double handling; location and shaping of disposal heaps and embankments, and delays due to testing of in-situ materials and Permanent Works. For the purposes of measurement it shall be assumed that one cubic metre of material excavated forms one cubic metre of material transported and occupies one cubic metre of volume in embankment. The Contractor shall be deemed to have covered in his rates for the disposal of surplus or make up of shortfall resulting from bulking or shrinkage in the case of work measured under items which include for both excavation of material and construction of formations and embankment. For such items identified in the Bill of Quantities as involving both excavation and construction of formations and embankments, the quantity shall be measured once, complete, as herein described or as otherwise ordered by the Engineer. No account shall be taken of any tolerances allowed in the Specifications when identifying for the purposes of measurement the dimensions shown on the Drawings or ordered by the Engineer. Excavation in open cut shall be measured where the sides of the finished excavation are shown on the Drawings as free-standing. For the purposes of measurement, excavation for riprap shall be treated as free-standing. Excavation for bridges and such structures supported excavation for channels formed under the Contract shall be considered to be measured from original ground profile, or the completed channel excavation profile, whichever shall be the lower. Excavation in foundation shall be measured as the volume of the product of the horizontal area of the base of the Permanent Works to be constructed and the mean depth from the original undisturbed surface, or as the volume below the said surface displaced by the Permanent Works or to the limits of excavation shown on the Drawings, whichever is the greater and which is defined as the net excavation. Excavation for pipelines shall be measured as the volume of the product of the horizontal area of the pipe bedding to be constructed and the mean depth from the original undisturbed ground surface. The rate shall include backfill and disposal of any surplus material.

Preamble- 6 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Backfill shall be measured as the difference, if any, between the net excavation and the volume below the original undisturbed surface displaced by the Permanent Works. Fill generally shall be measured as the net volume of fill in the Permanent Works above the original undisturbed surface, and vertically above any part of the Permanent Works, or as ordered by the Engineer. Fill from approved borrow area shall be measured as the difference between the volume of fill generally required and the volume available from associated excavation. Except where described as included in the rates, special compaction of backfill and fill where so ordered shall be measured by volume additional to the measurement as above. No additional payment will be made for scarification of the ground prior to placing and specially compacting fill. Haul distances up to 200 m shall be included in the rates for excavation and fill. Haul distances shall be measured as the straight line distances between the centres of gravity of excavation and deposition. Where cables or pipes occur within the limits of a structure, excavation in trench shall not be measured separately. In particular, pipes forming part of all canal and drain culverts, siphons, and other hydraulic structures shall be deemed to occur within the limits of a structure. Clearance Works Payment for complying with Clauses 4.13 and 4.17 of the Specification shall be made only for bush clearance and removal of structures as described in the Bill of Quantities.. No separate payment will be made for filling and making good cavities and losses of soil resulting from removal of trees, structures, bushes etc. Bush clearance and root ploughing as specified in Clauses 4.13 and 4.14 of the Specifications shall be measured on plan area. No separate measurement will be made for inspection, marking trees not to be cleared, gathering into windrows, burning, removal of timber of economic value to reserves. No separate payment will be made for the removal of bushes and shrubs regenerated from stumps or major roots remaining in the soil after the bush clearance operation. Removal of the any type of existing structures (reinforced concrete, steelwork, etc.) specified in Clause 4.17 of the Specifications will be measured as set out in the Bill of Quantities. The rate in the Bill of Quantities shall include all work necessary for the removal, transportation and disposal of materials to the areas approved by the Engineer.

Concrete Work
Unless otherwise described in the Bill of Quantities, concrete work as specified in Clauses 5.1 to 5.27 of the Specifications shall be measured in terms of four categories of work, namely: concrete, reinforcement, finishes and protection as described below and set out in the Bill of Quantities. Fixings to and in concrete shall be measured separately under the headings to which the fixings relate.
1.

Concrete
Preamble- 7 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Concrete including blinding shall be measured as the net volume of concrete to the dimensions specified or shown on the Drawings in the Permanent Works, but no deductions shall be made in respect of the volume occupied by reinforcement or in respect of small openings, recesses, chases and embedded fixtures having a cross-sectional area less than 0.1 m2. Concrete in each class shall be measured separately in each of the following circumstances irrespective otherwise of location in the Permanent Works: (a) Mass concrete in situ (b) Reinforced concrete in situ Where in the Bill of Quantities separate items are provided for concrete in particular locations or for particular types of work, it shall not be deemed to prejudice the generality of the above rules.

2.

Shuttering

Shuttering shall be measured for all final surfaces of in-situ conrete which require temporary support during casting except where otherwsie specified or indicated on the Drawings. Shuttering shall be measured in the following categories, irrespective otherwise of location in the Works (a) Back shuttering, for all surfaces which will remain hidden in the Permanent Works and which are vertical or of a slope steeper than 1 in 1 (b) Face shuttering , for plane surfaces which will remain exposed in the Permanent Works and which are vertical or of slope steeper than 1 in 1 (c) Soffit shuttering, for plane soffit surfaces which will remain exposed and which are horizontal or of a slope not steeper than 1 in 1. Shuttering shall not be measured for precast concrete or for concrete for bridge works. Shuttering shall not be measured for chamfered arises not greater than 50 mm x 50 mm or for construction joints, stop ends, steppings, bond chases and the like which may be necessary in addition to the shuttering required to support the surface of the finished concrete. No deductions shall be made from measurement of shuttering for forming holes for pipes and the like having an area at the face of shuttering less than 1 m2.
3.

Reinforcement
Steel bar or rod reinforcement shall be measured by mass, as calculated from the dimensions shown on the Drawings, the basis of the calculated masses being 7.849 x 103 Preamble- 8 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

kg/m3 for bar and wire. Additional reinforcement incorporated into pre-cast work to avoid unsafe stresses during handling shall not be measured except where shown on the Drawings. Steel wire fabric reinforcement shall be measured as the area shown on the Drawings for each weight of fabric, as detailed in the Bill of Quantities, with no allowance for laps. Wire or other material required for supporting and securing the reinforcement in its correct position shall not be measured. Reinforcement shall not be measured for bridge works.

4.

Finishes
Finishes shall not be subject to additional payment and shall be deemed to be included in the rates for concrete.

5.

Miscellaneous

No separate payment shall be made, inter alia, for supply and testing of concrete ingredients; storage of materials; determination of mix proportions; making and testing of trial mixes; testing of concrete; control and mixing of concrete; transporting, placing and compacting concrete; finishes; construction joints (whether shown on the Drawings or not except that where a waterstop is specified or ordered by the Engineer to be incorporated in construction joints it shall be measured by length for each type and size required); moulds for transporting and fixing precast work; precautions for concreting in unfavourable weather; curing; ascertaining requirements for reinforcement, bending, cutting and fixing reinforcement or working space for erection and handling of shuttering. Remedial Works Remedial work in accordance with Clauses 5.28 to 5.38 of the Specifications shall be measured in the categories as described in the Bill of Quantities. Any excavation at existing structures ordered by the Engineer for making an inspection as specified in Clause 5.29 shall be paid under the relevant items in the Bill of Quantities. No separate payment shall be made for carrying out the inspection jointly with the Engineer as specified in Clause 5.29. Fixing and Building In Whether specified or not, no separate measurement shall be made in respect of items to be built in or fixed to masonry, blockwork, concrete, metalwork or timber, for painting contact surfaces, welding, drilling, bolting inclusive of bolts, nuts and washers; jointing and joint materials, shuttering, boxing out and filling thereof; grouting, packing; making good; cutting; waste; labour; materials; Temporary Works; construction Equipment; storing; handling and all incidental work to the items concerned and their surrounding.

Preamble- 9 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Movement Joints Movement joints as specified in Clauses 6.1 to 6.7 of the Specifications, shall be measured solely in the following categories: (a) Surface area of one face of each joint separately for each type and thickness of joint filler (no deductions being made for sealer groove or waterstop, except for filler to pipeline joints where the cost shall be included in the rate for pipelaying in accordance with paragraph (xiv) below). Surface area of that part of one face of each joint to be bitumen painted. Length of sealer separately for each type of sealer and nominal sectional area of sealing groove. Length of waterstop, separately for each type of waterstop except for waterstop to pipeline joints where the cost shall be included in the rate for pipelaying in accordance with Paragraph (xiv) below.

(b) (c) (d)

No separate measurement shall be made, inter alia, for making joints in waterstops; for shuttering, preparations and forming recesses for movement joints. Pipes and Pipelaying Pipes and pipelaying, as specified in Section 14 of the Specifications, shall be measured by length of pipe separately for each class and type of pipe in the categories described in the Bill of Quantities. Excavation, backfill and fill shall be measured separately in accordance with Paragraph (viii) above, to the dimensions shown on the Drawings or ordered by the Engineer. No separate measurement shall be made, inter alia, for fittings, bends, anchor blocks, joints and jointing (including waterstop and filler where appropriate); cutting and laying; supporting trenches; compaction. No separate payment will be made for building-in to concrete structures, nor deduction made for stopping bedding short where the pipe is so built in, or for providing electrical continuity and potential test points for steel pipelines. Channel and Structure Protection Works Protection works as described in Section 7 shall be measured by plan area of each type and thickness of riprap, pitching, stone masonry and blockwork. Geotextiles and gravel underlayer shall be measured by surface area. The rates entered by the Contractor under the appropriate items in the Bill of Quantities shall include for all the work described in Section 7 of the Specifications and no separate measurement shall be made for, inter alia, special pre-cast or in-situ concrete block pitching, forming open joints in concrete block pitching; preparing the formation other than for work measured in accordance with Paragraph (viii) of this Preamble; haul of material; shuttering; and lapping of geotextiles. Water Control Equipment Water control equipment shall be measured under the following separate items:Water Control Equipment Preamble- 10 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Water Control Equipment shall be measured by number of gates, for the complete design, manufacture, delivery to Site, installation, commissioning and testing of the equipment. No separate payment shall be made for compliance with the requirements of Clauses 8.1 to 8.24 and 8.33 to 8.39 of the Specifications. Spare Parts, Special Tools and Test Equipment. Spare parts and tools defined in Clause 8.40 shall be measured on a Provisional Sum basis as the net cost of the tool plus a percentage addition of the cost of the equipment as shown in the Bill of Quantities;. The "Percentage addition to net cost of spare parts and tools" shall cover the costs of procurement, taking delivery and putting into the store or stockpile, storage, overheads and all other charges and costs in respect of or incidental to the procurement and handling of such Spare parts and tools Operation and maintenance manuals Payment for Operation and maintenance manuals shall be made on issue of final copies of the manuals.

Painting and Preservatives

Unless otherwise provided for in the Bill of Quantities no separate measurement shall be made for complying with the painting and preservative requirements of the Specifications, the cost of which shall be included in the rates and prices relative to the items concerned. Where items are provided in the Bill of Quantities for painting, it shall be measured as the surface area covered for the top coat only. Timber Rates for timber shall include for the provision, debarking, pitching, tarring, pointing and driving of piles to the required elevations shown on the Drawings or as directed by the Engineer. Timber piles for sluice foundations shall be measured in linear metres of driven pile. The rates entered by the Contractor under the appropriate items in the Bill of Quantities shall include for all the work described in Section 10 of the Specifications. No separate measurement of pile length shall be made for forming the pile tip, pile lengths cut off due to damage or pile lengths cut off to achieve the required elevation. Material for Timber Bridge Construction will be re-measured and will be paid for at rate in the Bill. Rates shall include full compensation for all costs of furnishing of materials, including equipment, tools and labour for the fabrication and erection necessary to complete all of the work in compliance with the Drawings and Specifications in a satisfactory manner. Rates for timber works shall be inclusive of all fixing dowels, bolts, screws, spikes and other ironmongery. Timber revetement shall be measured by the linear metre. The rate shall include for complete supply and installation including facing piles, anchors piles, sheet piles, tie rods, wakers and fixings. Preamble- 11 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Steel, Timber and Plastic Sheet Piles Steel sheet piles shall be measured as installed area under two items in the Bill of Quantities: (a) The manufacture, delivery to site and painting of steel sheet piles, including all fixings and fittings including anchor rods, necessary for a complete installation (b) The driving of the sheet piles including all temporary works such as walings and the installation and backfilling of anchor rods. Plastic sheet piles shall be measured as a linear length of installed revetment. Separate items are provided in the Bill of Quantities for the different height conditions that apply to the plastic sheet piles as shown on the Drawings. Capping for plastic sheet piles shall be measured as a linear length of installed capping. There are two types of measurement defined in the Bill of Quantities for 2-ply timber sheet piling. It will be measured as a linear length of installed revetment or as square metres of installed revetment. The linear length or square metre measurement is that of the whole structure not of the individual rows. Bridges Rates for concreting for bridge works shall include for shuttering and reinforcement. Rates to include for coachscrews, bolts and nuts, dowels etc.

Roads The contractor shall be responsible for the upgrading and maintenance of all access roads that he uses to access his sites. The costs of these works are deemed to be included in his rates for the construction/rehabilitation of works. When specific roads are identified for rehabilitation, the quantities for roads shall be calculated by the method of average end areas, unless the Engineer determines that another method of calculation will provide a more accurate result. In the event that material is placed, blown or washed outside the authorized roadway cross section in a manner such that it cannot be recovered and it is determined that the Contractor could have reasonably prevented loss of this material by exercising care and providing routine maintenance of the work, the volume of such material shall be determined and deducted from the quantity of Roadway Excavation or Borrow Excavation to be paid for. The measurement of excavation for roads shall include only the net volume of material excavated between the original ground surface and the surface of the completed earthwork. Excavation shall be measured as the volume between the ground levels after site clearance and grubbing, and the excavation line, shown on the drawings or as directed by the Engineer. The rate shall include for disposal of excavated material. Excavation below the required excavation lines shall not be paid for and the contractor may be required to backfill with materials specified by the Engineer at such locations at his own cost. Preamble- 12 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Grading compaction and proof rolling of the subgrade shall be measured as the surface area graded, compacted and proof rolled in accordance with the specifications Engineer's Requirements None of the requirements itemised in Schedule S.1 and S.2 of the Bill of Quantities shall be provided by the Contractor unless expressly ordered by the Engineer. The Engineer's requirements, as specified in Section 15 of the Specifications shall be measured solely in terms of the items set out in Schedule S.1 and Schedule S.2 of the Bill of Quantities. Wherever measurement is made under composite units, such as, unit-month, Nr-month, man-month, etc, each unit of provided relevant work / service / facility and period stated (such as month) shall be measured separately and multiplied to find the quantity. (e.g. maintenance of 2 Nr. of Vehicles for 3 months shall be 6 Nr-month.) Payment for items, where a period, such as month, is involved, shall be only for the period in which the work / service / facility is available for the usage of the Engineer. Such time, when work / service / facility is not available, for any reason, such as broken down machinery, shall not be measured and the corresponding amount shall not be paid to the Contractor. Rates for servicing shall be applicable up to the end of the Defects Liability Period or such earlier period as may be ordered or approved by the Engineer and shall include for all the obligations specified. No additional payments shall be made for compliance with Clauses 15.2, 15.11 and 15.16 of the Specifications. Particular Specification No additional payments shall be made for compliance with the Particular Specifications except where specifically shown in the Bill of Quantities. Environmental Management Plan Environmental management plan for the project shall be prepared and relevant actions for the application of the plan shall be taken in accordance with Appendix B. The payment shall be made on the written approval of the Engineer and for the part of the work executed, or goods, materials or service supplied. No separate payment shall be made for joint inspection, evaluation and corrections as a result. Health and Safety Plan Health and safety plan for the project shall be prepared and relevant actions for the application of the plan shall be taken in accordance with Appendix C. The payment shall be made on the written approval of the Engineer and for the part of the work executed, or goods, materials or service supplied. No separate payment shall be made for joint inspection, evaluation and corrections as a result. Preamble- 13 of 15

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Cleaning up the Site The Contractor shall prepare a plan and apply that plan to leave the Site clean and tidy to the satisfaction of the Engineer on completion of the Works. The disposal, storage, and camp areas shall be cleaned, smoothen, tided up environmentally. The borrow pits and excavation areas shall be tided up in accordance with the adjacent landscape. The payment shall be made on the written approval of the Engineer and for the part of the work executed.

Preamble- 14 of 15

Section IX (b) Bills of Quantities

Bills of Quantities

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

List of Contents

Part 1 Schedule S1 Schedule S2 Schedule S3 Part 2 Part 3 Part 4 Summary

General Items Engineers Requirements Surveying Instruments and Equipment Dayworks Schedule Canal and Drain Structures Structure Rehabilitation Access Rehabilitation

BOQ 2 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Agricultural Export Diversification Programme Canals Polder Control Structures & Access Roads Part Nr. 1 - General Items Item Number 1.1 1.2 1.3 1.4 1.5 1.6 Item Description Performance Bond Advance Payment Securities Insurance of the Work Insurance of Equipment Third Party Insurance Provide and Maintain Engineer's requirements listed in Schedule S1 in accordance with the Specifications Provision of Contractor's Drawings including survey, Shop/Working and As Built Drawings in accordance with the Specifications Contractor's arrangements for health and safety plan as instructed in Appendix C and preamble to bill of quantities of Bid documents Not Used Preconstruction survey as Specifications Clause 1.6 Unit Sum Sum Sum Sum Sum Contract Amount Quantity Rate Amount G $

Sum

1.7

Sum

1.8

Sum

1.9 1.10

Sum

1.11 1.12

Not Used Sampling and Testing METHOD RELATED CHARGES FIXED Prov. Sum

80,000

1.13

Contractor's Site Establishment, including inter alia, constructing, moving and clearing of the site camps and all other temporary works and items required under the Contract TIME RELATED

sum

BOQ 3 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

1.14

Contrator's Site maintenance including inter alia Maintenance of site camps and all other temporary works and items required under the Contract Sum Site supervision Staff TOTAL - PART 1 - GENERAL ITEMS CARRIED TO SUMMARY

Month Month

6 6

1.15

BOQ 4 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Agricultural Export Diversification Programme Canals Polder Control Structures & Access Roads

SCHEDULE S1 Requirements Item Number S1.6

Engineer's

Contract Amount Unit Quantity Rate Amount G $

Item Description

Maintenance of aproved 4-wheel drive (Honda CRV) or equivalent vehicle (1 Nr - provisional) including inter alia driver, servicing and fuel, lubricants and comprehensive insurance (PROV QUANTITY) Maintenance of computers (1 Nr - provisional) and all other ancillary equipment and software as provided for under the Specification PROVISIONAL QUANTITY Laser Jet Printers (1 Nr - provisional) and all other ancillary equipment (PROVISIONAL QUANTITY) Maintenance of Laser Jet Pinters (1 Nr provisional) and all other ancillary equipment (PROVISIONAL QUANTITY) TOTAL - Carried forward to Part 1 General Items Bill Item 1.6 S-1

Nr Month

S1.8

Nr Month

S1.9

Nr

S1.10

Nr Month

BOQ 5 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Agricultural Export Diversification Programme Canals Polder Control Structures & Access Roads Part Nr. 2 - Canal and Drain Structures Item Number

Item Description PRIMARY CANALS AND DRAIN STRUCTURES Allow for temporary access to primary canal sites and for temporary works (including where applicable the erection of constructional plant, cofferdams, all work for the temporary diversion of water courses, irrigation canals, drains and other services, during construction) removal of temporary works reinstatement of site on completion.

Unit

Quantity

Rate

Amount G $

2.1

sum

WATER CONTROL EQUIPMENT 2.2 Supply and install water level gauges upstream and/or downstream of rehabilitated structures SECONDARY CANALS AND DRAIN STRUCTURES CLEARANCE 2.3 Allow for temporary access to secondary canal and drains site and for temporary works (including where applicable the erection of constructional plant, cofferdams, all work for the temporary diversion of water courses, irrigation canals, drains and other services, during construction, removal of temporary works, reinstatement of site on completion. Break out, demolish and dispose of off site existing reinforced concrete canal structure. PROVISIONAL QUANTITY EARTHWORK 2.5 Excavation in cut (PROVISIONAL QUANTITY) m3
270

Nr.

sum

2.4

Nr.

CARRIED TO COLLECTION 2-1

BOQ 6 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Part Nr. 2 - Canal and Drain Structures Item Number 2.6 Item Description Excavation in foundation PROVISIONAL QUANTITY Excavation and disposal of unsuitable materials below formation level of structure. PROVISIONAL QUANTITY Backfill with white sand, compacted to 150 mm thick below foundation PROVISIONAL QUANTITY Backfilling and compacting selected excavated materal CONCRETE 2.10 C10 Blinding 75mm thickness m2 m3
20

Unit m3

Quantity
14

Rate

Amount G $

2.7

m3

10

2.8

m3

2.9

cu m

100

2.11

Reinforced concrete Class A C30 (PROVISIONAL QUANTITY) Steel bar reinforcement

28

2.12

3.6

2.13

Fair finish vertical shuttering

m2

230

2.14

Form stoplog grooves (75 mm x 75 mm)

CARRIED TO COLLECTION 2-2

BOQ 7 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Part Nr. 2 - Canal and Drain Structures Item Number Item Description MISCELLANEOUS 2.15 Supply and drive timber sheet piles 75 x 300 mm, 2 ply, 1800 mm long RETAINING WALLS FOR SECONDARY HEAD REGULATORS WITH 0.45 mm DIA. HDPE PIPE. Construct Concrete Retaining Walls For Five (5) SHR's Along B-Line and Two (2) SHR's Along Centre Line Canals As Shown On Drawings Supplied. 2.16 2.17 2.18 2.19 2.20 2.21 2.22 Excavation in foundation 2 metre deep by 1.8 metre wide by 3 metre long Backfill excavated area below foundation with 150 mm thick white sand. C 10 Blinding 75 mm thickness Reinforced concrete Class A C30 Steel bar reinforcement Fair finsh vertical shuttering Supply and drive timber sheet piles, 75mm x 300 mm, 2-ply, 1.8 m long. SECONDARY HEAD REGULATOR WITH 1.2 metre Dia. HDPE PIPE INCLUDING R C RETAINING WALLS. Construct SHR 39a With Retaining Walls Along B-Line Canal As Shown On Drawings Supplied. 2.23 2.24 2.25 2.26 Excavation in cut Excavation in foundation Backfill excavated area below foundation with 150 mm thick white sand. Rip Rap 200 mm thickness CARRIED TO COLLECTION 2-3 m m m m
3 3 3

Unit

Quantity

Rate

Amount G $

m2

20

m3 m3 m2 m3 t m2 m2

308 196 151 104 9 484 151

200 24 120 44

BOQ 8 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Part Nr. 2 - Canal and Drain Structures Item Number 2.27 2.28 2.29 2.30 2.31 2.32 2.33 2.34 2.35 2.36 2.37 Item Description Granular underlayer to rip rap 150 mm thickness C10 Blinding 75mm thickness Reinforced concrete Class A C30 Steel bar reinforcement Fair finish vertical shuttering Form stoplog grooves (75 mm x 75 mm) Supply and drive timber sheet piles 75 x 300 mm, 2 ply, 1800 mm long Twin wall HDPE pipe 1.20 m diameter including pipe surround Sliding gate (culvert type) Type 1 for 1.2 m dia. orifice and wall height up to 3.0 m Supply and fix No. 65 BRC Fabric around HDPE pipe Twin wall HDPE pipe 1.20 m diameter including pipe surround Twin wall HDPE pipe 0.90 m diameter including pipe surround Unit m m m t m m
2 2

Quantity 44 48 38 3.5 209 5 61 6.0 1 30.3


24

Rate

Amount G $

2 3

m
2

m nr. m
2

2.38

36

CARRIED TO COLLECTION 2-4

BOQ 9 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Part Nr. 2 - Canal and Drain Structures Item Number 2.39 Item Description Twin wall HDPE pipe 0.60 m diameter including pipe surround Twin wall HDPE pipe 0.45 m diameter including pipe surround WATER CONTROL EQUIPMENT 2.41 Sliding gate (culvert type) Type 2 for 0.45m dia. orifice and wall height up to 3.0 m Consider 2 SHR's @ 1 each = 2 Nr. 2.42 2.43 Sliding gate (culvert type) Type 2 for 1.2 m dia. orifice and wall height up to 3.0 m Supply and install water level gauges upstream and/or downstream of rehabilitated structures Nr. Nr
1 28

Unit m

Quantity
96

Rate

Amount G $

2.40

18

Nr

CARRIED TO COLLECTION 2-5

BOQ 10 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Part Nr. 2 - Canal and Drain Structures Item Description


BILLS PART 2 TOTAL TOTAL PAGE 2-1 2-2 2-3 2-4 2-5

Amount G$

TOTAL - PART 2 - CANAL & DRAIN STRUCTURES CARRIED TO SUMMARY

BOQ 11 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Agricultural Export Diversification Programme Canals Polder Control Structures & Access Roads Part Nr. 3 - Structures Rehabilitation Item Number Item Description PRIMARY CANALS AND DRAIN STRUCTURES CLEARANCE Allow for temporary access to Primary Canals and drains and for temporary works (including where applicable the erection of constructional plant, cofferdams, all works for the temporary division of watercourses, irrigation canals, drains and other services (during construction) removal of temporary works and reinstatement of site on completion. OUTFALL SLUICES 3.2 3.3 Remove gate guides and dispose off site. PROVISIONAL QUANTITY Fit new gate guides complete for sluice gate. PROVISIONAL QUANTITY Concrete repairs including cutting out, priming and mortaring as specified to a depth up to 150 mm. PROVISIONAL QUANTITY OUTSTANDING CONCRETE REPAIRS AT MAIN HEAD REGULATORS, SECONDARY CANAL REGULATORS AND SECONDARY TAIL REGULATORS. Concrete repairs including cutting out, priming and mortaring as specified to a depth up to 150 mm PROVISIONAL QUANTITY Further repairs to be executed when the water level is low. MISCELLANEOUS Supply and install water level gauges upstream and downstream of rehabilitated structures. One (1) Secondary Canal Regulator and two (2) Secondary Tail Regulators. TOTAL - PART 3 - STRUCTURES REHABILITATION CARRIED TO SUMMARY 3-1 Nr. Nr. 4 4 Unit Quantity Rate Amount G $

3.1

sum

3.4

m2

10

3.5

sq m

100

3.6

nr

BOQ 12 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Agricultural Export Diversification Programme Canals Polder Control Structures & Access Roads Part Nr. 4 - Acess Rehabilitation Item Number Item Description COMPLETE CAMERON DAM BRIDGE AT B-LINE CANAL 4.1 4.2 Supply and Install 200mm x 400 mm timber G.H. main beams Supply and install 75 mm x 300 mm timber deck planks including coach screws. Unit Contract Amount

Quantity

Rate

Amount G $

m m2

73.2 79.43

4.3

Supply and install 150 mm x 150 mm timber kerb Supply and install 50 mm x 300 mm timber wear strip

m m 128

32

4.4

4.5

Provide termite treatment/protection for timber Construct Northern Approach to Bridge as directed by the Engineer. (PROVISIONAL QUANTITY) CARRIED TO COLLECTION 4-1

sum

4.6

m2

1000

BOQ 13 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Part Nr. 4 - Acess Rehabilitation


Item Number Item Description Unit Quantity Rate Amount G $

4.7 4.8

Oku Bridge, Centre Line Canal Supply and drive 300 mm dia GH piles, 13.7 m length - 2 sets of 2 piles making a total of 4 . Supply and Install 4 No. 300 mm wide by 150 mm thick by 2.74 metres long G.H pile caps including bolts with nuts and washers (fixings). Supply and install 200mm x 400 mm x 3 m long timber member as mud sills Supply and install 200mm x 400 mm timber member as stringers Supply and install 50 mm x 300 mm timber deck plank

m m lin m m m3

54.8 11 6 37 1.8

4.9 4.10 4.11

4.12

Supply and install 150 mm x 150 mm timber kerb

m m m3 m3 m2 lin m m3
sum

29 58 1.9 0.7 2.3 5.5 1

4.13 4.14

Supply and install 50 mm x 300 mm timber wear strip Excavate in foundation for mud sills 0.6 m wide x 0.43 m deep x 3.7 m long Backfill excavated area with white sand, 150 mm deep. C10 Blinding, 75 mm thickness Supply and install mud sill 400 mm wide by 200 mm thick by 2.7 m long Backfill around timber mud sills with selected exvavated material Provide termite treatment/protection for timber South Section Bridge, Canal No. 2 Supply and drive 350 mm dia GH piles, 16.8 m length - 4 sets of 5 piles making a total of 20 . Supply and install 8 No. 300 mm wide by 150 mm thick by 5.2 metres long G.H pile caps CARRIED TO COLLECTION 4-2

4.15 4.16 4.17 4.18 4.19 4.20 4.21

m m

336 41.6

BOQ 14 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Part Nr. 4 - Acess Rehabilitation


Item Number Item Description Unit Quantity Rate Amount G $

4.22

4.23

Construct timber revetment; comprising GH piles, 2 ply GH sheet piling and wailings; as shown on Drawing. (Length of sheet piles to be 5 metres long instead of 3.5 metres) Supply and install 200mm x 400 mm timber member as stringers Supply and install 75 mm x 300 mm timber deck plank Supply and install 150 mm x 150 mm timber kerb Supply and install 50 mm x 300 mm timber wear strip Provide termite treatment/protection for timber

lin m m m2 m m
sum

50 93 67 32 122

4.24 4.25 4.26 4.27

CARRIED TO COLLECTION 4-3

BOQ 15 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Part Nr. 4 - Access Rehabilitation Item Description


TOTAL PAGE 4-1 4-2 4-3

Amount G$

TOTAL - PART 4 - ACCESS REHABILITATION CARRIED TO SUMMARY 4-4

BOQ 16 of 25

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section IX Bills of Quantities

Agricultural Export Diversification Programme Canals Polder Control Structures & Access Roads

SUMMARY Amount G$
TOTAL BROUGHT FORWARD FROM:

Part 1 - General Items

Part 2 - Canal and Drain Structures

Part 3 - Structure Rehabilitation

Part 4 - Access Rehabilitation Sub-Total Contingencies 10%

Discount (if any)

TOTAL CONTRACT PRICE

BOQ 17 of 25

Section X Site Data

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section X Site data

Hydrological and Environmental Data

The following reports are available for inspection at the offices of the Employer:

Guyana Drainage and Irrigation Systems Rehabilitation Project Hydrology and Water Resources Final Report June 2004 Guyana Drainage and Irrigation Systems Rehabilitation Project Environmental and Social Management Report Final Report June 2004 The Bidder is advised to make himself aware through the Environmental and Social Management Report of the sensitive nature of the environment in which the Works will take place, and specifically the need to avoid soil and water pollution. In addition the Bidder is advised to make himself aware of the Employers policy that high standards of health, safety, welfare and environmental management shall be maintained on Site.

X-1 of X-5

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section X Site data

Geotechnical Data

A copy of the Geotechnical Report including; borehole logs, shear vane tests and laboratory results is available for inspection at the offices of the employer. Boreholes Within Site ? Number BH 1 BH 2 BH 3 Yes BH 4 BH 5 Location Lesbeholden Joppa Mibikuri Canal No 2 Naamryck Project Area Black Bush Polder Black Bush Polder Black Bush Polder Canals Polder Vergenoegen/Bonasika

Auger Holes
Within Site ? Number PH1 PH2 PH3 PH4 Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Within Site ? PH1 PH2 PH3 PH4 PH5 PH6 PH7 PH8 PH9 PH10 Number PH1 PH2 PH3 La Jalousie Coghlan Dam Rotterdam Wallers Delight Soesdyke A Line Utkomst/de Kenderen Soesdyke Vriendschap Endeavour/Ostend LOratoire Studley park /Sans Soucci Jacova Constantia Ruston Dam Cameron Dam Location No 66 Mid-point No 58 No 70 Mid-point Location Project Area Vreed-en-Hoop/La Jalousie Vreed-en-Hoop/La Jalousie Vreed-en-Hoop/La Jalousie Vreed-en-Hoop/La Jalousie Canals Polder Canals Polder Canals Polder Canals Polder Canals Polder Canals Polder Canals Polder Canals Polder Canals Polder Canals Polder Project Area Lots 52-74 Lots 52-74 Lots 52-74

X-2 of X-5

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section X Site data

PH1 PH2 PH1 PH2 PH3 PH1 PH2 PH3 PH1 PH2 PH3 PH4 PH5

Craig Milne/Victoria PS Craig Milne/Cove Canal Barnwell/ Philadelphia Good Hope/Ruby Naamryck Cane Grove PS Palmyra/Cane Grove Diamond Melville Savannah Crown dam Old Crown Dam 16 Foot Dam Canal

Golden Grove/Victoria Golden Grove/Victoria Vergenoegen/Bonasika Vergenoegen/Bonasika Vergenoegen/Bonasika Cane Grove Cane Grove Cane Grove Crabwood Creek Crabwood Creek Crabwood Creek Crabwood Creek Crabwood Creek

Laboratory Tests
Triaxial Tests BH Nr 1 2 3 4 5 Location Lesbeholden Joppa Mibikuri Canal No 2 Naamryck Sample TT11 TT13 TT13 TT19 TT11 Depth 54 - 56 60 62 64 66 90 92 50 52

Atterberg Limits BH Nr 1 1 2 3 Location Lesbeholden Lesbeholden Joppa Mibikuri Sample TT5 TT9 TT3 TT7 Depth 20 22 40 42 10 - 12 30 - 32

X-3 of X-5

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section X Site data

4 5 Auger Hole Nr PH 2

Canal No 2 Naamryck Area Golden Grove / Victoria Cane Grove

TT7 TT7 Location Craig Milne/Cove Canal

30 - 32 30 - 32 Depth 10 15 10 15 6 10 10 15 10 15 20 25 10 15 57

PH1

Cane Grove pump station Rotterdam

PH3

Vreed en Hoop/La Jalousie Vreed en Hoop/La Jalousie Vergenogegen Bonasika Crabwood Creek Lots 52 -74 Canals Polder Canals Polder

PH4

Wallers Delight

PH2

Good Hope/Ruby

PH 4 PH 2 PH3 PH8

16ft Dam No 58 Soesdyke Jacova

X-4 of X-5

Section XI Security Forms


Samples of acceptable forms of Bid, Performance, and Advance Payment Securities are provided in this Section XI. Bidders shall not complete the Performance and Advance Payment Security forms at this stage of the procurement process. Only the successful Bidder shall be required to provide these two securities The Bidder shall fill in and submit with the bid: - the Bid Security (Bank Guarantee or Bid Bond)

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

Bid Security (Bank Guarantee)


________________________________ [insert banks name, and address of issuing branch or office] Beneficiary: Cooperative Republic of Guyana, represented by the Finance Secretary, Ministry of Finance. Date: .. BID GUARANTEE No.:

We have been informed that . (hereinafter called "the Bidder") has submitted to you its bid dated .. (hereinafter called "the Bid") for the execution of .[insert name of Contract] under Invitation for Bids No. .[insert IFB number] (the IFB). Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid Guarantee. At the request of the Bidder, we [insert name of bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of .[insert amount in figures expressed in the currency of the Purchasers Country or the equivalent amount in an international freely convertible currency] ...([insert amount in words] ) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder: (a) (b) (c) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter the ITB) of the Bidding Documents; or having been notified of the acceptance of its Bid by the Contracting Agency during the period of bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB.

This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the Contract signed by the Bidder and of the Performance Security issued to you by the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder that the Bidder was unsuccessful, or (ii) twenty-eight days after the expiration of the Bidders Bid. Consequently, any demand for payment under this Guarantee must be received by us at the office on or before that date. This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

XI-1 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

_____________________________ [signature(s) of authorized representative(s) ]

XI-2 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

Bid Security (Bid Bond)


BOND NO. .
BY THIS BOND .. as Principal (hereinafter called the Principal), and .., authorized to transact business in Guyana, as Surety (hereinafter called the Surety), are held and firmly bound unto the Cooperative Republic of Guyana, represented by the Finance Secretary, Ministry of Finance as Obligee (hereinafter called the Contracting Agency) in the sum of .[insert amount in figures expressed in the currency of the Purchasers Country or the equivalent amount in an international freely convertible currency] .... [insert amount in words] , for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has submitted a written Bid to the Contracting Agency dated the .. day of [month], [year] , for the construction of ...[insert name of Contract] (hereinafter called the Bid). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal: (1) (2) (3) withdraws its Bid during the period of bid validity specified in the Form of Bid; or refuses to accept the correction of its Bid Price, pursuant to ITB Sub-Clause 28.2; or having been notified of the acceptance of its Bid by the Contracting Agency during the period of Bid validity; (a) fails or refuses to execute the Agreement in accordance with the Instructions to Bidders, if required; or fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders;

(b)

then the Surety undertakes to immediately pay to the Contracting Agency up to the above amount upon receipt of the Contracting Agencys first written demand, without the Contracting Agency having to substantiate its demand, provided that in its demand the Contracting Agency shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred. The Surety hereby agrees that its obligation shall remain in full force and affect up to and including the date 28 days after the date of expiration of the Bid validity as stated in the Invitation to Bid or extended by the Contracting Agency at any time prior to this date, notice of which extension(s) to the Surety being hereby waived.

XI-3 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be executed in their respective names this day of .[month],. [year]
Principal: _______________________ Surety: ______________________________ Corporate Seal (where appropriate) ____________________________________ [insert signature(s) of authorized representative(s)] representative(s)] ____________________________________ [insert printed name and title]

_______________________________ [insert signature(s) of authorized

_______________________________ [insert printed name and title]

XI-4 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

Performance Bank Guarantee


(Unconditional)

[The bank/successful Bidder providing the Guarantee shall fill in this form in accordance with the instructions indicated in brackets, if the Contracting Agency requires this type of security.] [insert banks name, and address of issuing branch or office] Beneficiary: [insert name and address of Contracting Agency]

Date: [insert date] PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]

We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. [insert reference number of the Contract] dated with you, for the execution of [insert name of Contract and brief description of Works] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required. At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert amount in words]),4 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein. This guarantee shall expire no later than twenty-eight days from the date of issuance of the Taking-Over Certificate, calculated based on a copy of such Certificate which shall be provided to us, or on the [insert number day of [insert month], [insert year],5 whichever occurs first. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

The Guarantor (bank) shall insert an amount representing the percentage of the Contract Price specified in the Contract and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Contracting Agency. Insert the date twenty-eight days after the expected Completion date. The Contracting Agency should note that in the event of an extension of the time for completion of the Contract, the Contracting Agency would need to request an extension of this Guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the Guarantee. In preparing this Guarantee, the Contracting Agency might consider adding the following text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a one -time extension of this Guarantee for a period not to exceed [six months][one year], in response to the Contracting Agencys written request for such extension, such request to be presented to the Guarantor before the expiry of the Guarantee. XI-5 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded. _____________________ [signature(s) of an authorized representative(s) of the Bank ]

XI-6 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

Performance Bond
[The Surety/successful Bidder providing the Bond shall fill in this form in accordance with the instructions

indicated in brackets, if the Contracting Agency requires this type of security] By this Bond, [insert name and address of Contractor] as Principal (hereinafter called the Contractor) and [insert name, legal title, and address of surety, bonding company, or insurance company] as Surety (hereinafter called the Surety), are held and firmly bound unto [insert name and address of Contracting Agency] as Obligee (hereinafter called the Contracting Agency) in the amount of [insert amount of Bond] [insert amount of Bond in words] ,6 for the payment of which sum well and truly to be made in the types and proportions of currencies in which the Contract Price is payable, the Contractor and the Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Whereas the Contractor has entered into a Contract with the Contracting Agency dated7 the [insert number] day of [insert month], [insert year] for [insert name of Contract] in accordance with the documents, plans, specifications, and amendments thereto, which to the extent herein provided for, are by reference made part hereof and are hereinafter referred to as the Contract. Now, therefore, the Condition of this Obligation is such that, if the Contractor shall promptly and faithfully perform the said Contract (including any amendments thereto), then this obligation shall be null and void; otherwise it shall remain in full force and effect. Whenever the Contractor shall be, and declared by the Contracting Agency to be, in default under the Contract, the Contracting Agency having performed the Contracting Agencys obligations thereunder, the Surety may promptly remedy the default, or shall promptly: (1) (2) complete the Contract in accordance with its terms and conditions; or obtain a Bid or bids from qualified bidders for submission to the Contracting Agency for completing the Contract in accordance with its terms and conditions, and upon determination by the Contracting Agency and the Surety of the lowest responsive Bidder, arrange for a Contract between such Bidder and Contracting Agency and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term Balance of the Contract Price, as used in this paragraph, shall mean the total amount payable by the Contracting Agency to the Contractor under the Contract, less the amount properly paid by the Contracting Agency to the Contractor; or

An amount is to be inserted by the Surety, representing the percentage of the Contract Price specified in the Contract Data, and denominated either in the currency(ies) of the Contract or in a freely convertible currency of type and amount acceptable to the Contracting Agency. Date of Letter of Acceptance or Agreement. XI-7 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

(3)

pay the Contracting Agency the amount required by the Contracting Agency to complete the Contract in accordance with its terms and conditions up to a total not exceeding the amount of this Bond.

The Surety shall not be liable for a greater sum than the specified penalty of this Bond. Any suit under this Bond must be instituted before the expiration of one year from the date of issuance of the Certificate of Completion. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Contracting Agency named herein or the heirs, executors, administrators, successors, and assigns of the Contracting Agency. In testimony whereof, the Contractor has hereunto set its hand and affixed its seal, and the Surety has caused these presents to be sealed with its corporate seal duly attested by the signature of its legal representative, this [insert day] day of [insert month] , [insert year].

Signed by [insert signature(s) of authorized representative(s) ] on behalf of [name of Contractor] in the capacity of [insert title(s)] In the presence of [insert name and signature of witness] Date [insert date]

Signed by [insert signature(s) of authorized representative(s) of Surety] on behalf of [name of Surety ] in the capacity of [insert title(s)] In the presence of [insert name and signature of witness] Date [insert date]

XI-8 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

Bank Guarantee for Advance Payment


The bank/successful bidder providing the Guarantee shall fill in this form in accordance with the instructions indicated in brackets, if an Advance Payment is to be provided under the Contract

[insert Banks name, and address of issuing branch or office]

Beneficiary:

[insert name and address of Contracting Agency]

Date: [insert date]


ADVANCE PAYMENT GUARANTEE No.: [insert number] We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. [insert reference number of the contract] dated [insert date] with you, for the execution of [insert name of contract and brief description of Works] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, an advance payment is to be made against an advance payment guarantee in the sum or sums indicated below. At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert amount in words]8) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor used the Advance Payment for purposes other than the costs of mobilization in respect of the Works. It is a condition for any claim and payment under this guarantee to be made that the Advance Payment referred to above must have been received by the Contractor on its account number [insert account number] at [insert name and address of Bank]. The maximum amount of this guarantee shall be progressively reduced by the amount of the Advance Payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the Interim Payment Certificate indicating that eighty (80) percent of the Contract Price has been certified for payment, or on the [insert number] day of [insert month], [insert year],9 whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.
8

The Guarantor shall insert an amount representing the amount of the Advance Payment and denominated either in the currency(ies) of the Advance Payment as specified in the Contract, or in a freely convertible currency acceptable to the Contracting Agency. Insert the expected expiration date of the Time For Completion. The Contracting Agency should note that in the event of an extension of the Time For Completion of the Contract, the Contracting Agency would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Contracting Agency might consider XI-9 of XI-10

Agricultural Export Diversification Programme

Ministry of Agriculture, Guyana Section XI- Security Forms

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

_____________________ [insert signature(s) ) of authorized representative(s) of bank]

adding the following text to the form, at the end of the penultimate paragraph: We agree to a one -time extension of this guarantee for a period not to exceed [six months][one year], in response to the Contracting Agencys written request for such extension, such request to be presented to us before the expiry of the guarantee. XI-10 of XI-10

You might also like