Anda di halaman 1dari 254

BUILDING OF KHALIFA PORT (BUILDINGS / WATER

SERVICES/ DRAINAGE/ BOUNDARY WALL)

AT
M60

C0231/A-2012-60

2013
TABLE OF CONTENTS PAGE
NOS.
PART 1 INSTRUCTIONS TO TENDERERS 4 - 23
Table of Contents 5 - 5
Instruction to Tenderers 6 - 20
Appendix 21 - 23

PART 2 CONDITIONS OF CONTRACT 24 - 37


Conditions of Contract 25 - 35
Appendix to Part-2 Conditions of Contract 36 - 37

PART 3 GENERAL SPECIFICATIONS 38 - 117


Section 3 Excavation & Earth Work 39 - 39
Section 4 False Work & Frame Work 39 - 40
Section 5 Reinforcement for concrete 40 - 40
Section 6 Concrete 40 - 42
Section 7 Precast Concrete 42 - 43
Section 8 Masonry 43 - 43
Section 9 Roofing 43 - 44
Section 10 Carpentry, Joinery and Ironmongery 44 - 45
Section 11 Structural Steel Work 45 - 46
Section 12 Metal Works 47 - 48
Section 13 Plumbing & Sanitary Engineering Installations 48 - 57
Section 14 Air Conditioning & Mechanical Services 57 - 58
Section 15 Electrical Installations 58 - 92
Section 16 Plasterwork, Floor, Wall & Ceiling Finishing 92 - 92
Section 17 Glazing 92 - 92
Section 18 Painting & Decorating 92 - 95
Section 19 Drainage Works 95 - 97
Section 20 External Works 97 - 113
Section 21 Prime Cost & Provisional Sums 113 - 116
Section 22 Day Work 116 - 117

PART 4 PARTICULAR SPECIFICATIONS 118 - 122


A. Description of the site and Scope of Works 120 - 121
B. Particular Specification of Job Work 122 - 122

PART 5 PRELIMINARIES 123 - 157


Table of Contents 124 - 127
Preliminaries 128 - 157
TABLE OF CONTENTS PAGE
NOS.
PART 6 METHOD OF MEASUREMENT 158 - 181
Table of Contents 159 - 159
Method of Measurements 160 - 181
PART 7 SCHEDULE OF RATES 182 - 189
Generally 183 - 185
Bill of Qty (Cover page) 186 - 186
Bill No. 1 187 - 187
Bill No. 1 Summary 188 - 188
Main Summary 189 - 189

PART 8 FORM OF TENDER 190 - 192


Form of Tender 191 - 192

PART 9 APPENDICES 193 - 257


Appendix A Sub contractors / Suppliers 194 - 197
Appendix B Form of Initial Bond 198 - 199
Appendix C Form of Performance Bond 200 - 202
Appendix D Site Inspection 203 - 204
Appendix E Guarantee for Roof Waterproofing Treatment(NA) 205 - 209
Appendix F List of Drawings 210 - 211
Appendix G Bahraini Nationals 212 - 213
Appendix H Permanent / Temporary List of Vehicles 214 - 215
Appendix I Permanent / Temporary Civilian pass 216 - 217
Appendix J Advance Payment Form 218 - 219
Appendix K General Summary 220 - 222
Appendix L Sample of Sign Board 223 - 224
Appendix M Contract Report 225 - 226
Appendix N Monthly Cash Flow Chart 227 - 228
Appendix O Project Cash Flow Chart 229 - 230
Appendix P Site Office 231 - 239
Appendix Q Form of Authorization 240 - 241
Appendix R Insurance Form 242 - 244
Appendix S Air Field Insurance (NA) 245 - 251
Appendix T Retention Guarantee 252 - 253
Appendix U Vendor Evaluation 254 - 257
PART 1

INSTRUCTIONS TO TENDERERS
TABLE OF CONTENTS

Paragraphs

No. Item

1.01 Definitions
1.02 Tender Documents
1.03 Qualifications of Tenderers
1.04 National Industry, Protection and Support
1.05 Interpretation of Tender Documents
1.06 Revision of Tender Documents
1.07 Initial Bond
1.08 Tenderers Responsibility
1.09 Deviation from Tender Documents
1.10 Submission of Tenders
1.11 Tender pricing
1.12 Sub Contractors Qualifications
1.13 Evaluation of Tenders
1.14 Provisional Intention to Award Contract
1.15 Performance Bond
1.16 Advance payment Guarantee
1.17 All Documents Confidential
1.18 Recognized Local Banks and Insurance Companies
1.19 Canvassing
1.20 Costs of Tender
1.21 Discrepancies in Tender Documents
1.22 Further Instructions
1.23 Insurance
1.24 Scope of Tender
1.25 Contracts Report
1.26 Price Negotiations
1.27 Site Investigation / Report
1.28 Customs Duty
1.29 Invoice in CD
Appendix to Instructions to Tenders
INSTRUCTIONS TO TENDERERS

1.01 Definitions

.01 The “Employer” is the Ministry of Defence also known as Bahrain Defence Force, Kingdom
of Bahrain represented by His Excellency the Minister of Defence.

.02 The “Architect / Supervising Officer (SO)” is the person referred to in the Appendix hereto
or any replacement thereafter appointed by the Employer

.03 The “tender opening date” is the date referred to in the Appendix hereto.

.04 The “Project” is the project name more particularly mentioned or referred to in the Appendix
hereto or covering letter.

.05 The “Job No.” is the number more particularly mentioned or referred in Appendix hereto or
covering letter.

.06 “The Project Officer (PO)” means the person who is appointed by the Architect/Supervising
Officer (SO) to act as his agent on the Site. The Project Officer (PO) shall not have the
authority to vary the quantity or the quality of work without the consent of S.O.

.07 The contractor shall be the person or organization or tenderer whose tender is accepted by the
Employer.

.08 The “Ministry” shall mean the Ministry of Defence of the Kingdom of Bahrain or Bahrain
Defence Force ( BDF )

1.02 Tender Documents

The complete tender document is made available in CD. The programme used to prepare
tender document is Microsoft Office and Auto CAD for drawing. At the time of Tender
Opening the Vendor should return the Original CD with company seal and authorized
signature on the Label of the CD without changing any part of the Document.

The vendor should submit the a copy of filled B.O.Q, Form of Tender and Appendices (A, D &
Q) in an another new Rewritable CD (CD RW), Stamped & Signed (non returnable).

Also the Vendor shall submit the BOQ, Form of Tender and Appendices (A, D & Q) of Tender
Document in Hard Copy A4 Size properly filled with company seal on each pages with
authorized signature sealed in A4 size brown colour envelop with Job Number clearly marked
on the envelop addressed to the undersigned on the date & time specified. The Vendor is solely
responsible to maintain the confidence of this document in CD. Vendor shall not share or hand
over this document to any other persons without approval of BDF. Unauthorized copying or
any modification in the Original CD is strictly prohibited.

In case of addendum with alteration in the document, Contractor shall be requested to bring
the Original CD for updating the document by BDF.

1.03 Qualifications of Tenderers


.01 General Requirements

In general, the Employer when transacting for the purchase of its requirements for goods and
services or for the execution of its project shall deal only with individuals and establishments
who are licensed and competent to do the requirement job. In addition the Tenderer shall
either be:

(a) A Bahraini individual, corporation or government body, or

(b) A Bahraini individual or corporation with a non-Bahraini partner or a


Bahraini individual or corporation acting as a representative for a
foreign company, or

(c) a non-Bahraini individual or corporation who is sponsored by a Bahraini individual or


corporation and who has the right to conduct business in the Kingdom of Bahrain
according to the provisions of the Commercial Agencies Act. (The conditions and
provisions of the Commercial Companies Act and the Commercial Agencies Act shall be
complied with)

.02 Bahraini Nationals

(a) A tenderer intending to submit a tender for

(i) the supply of manpower, or

(ii) measured term of contracts, or

(iii) any other type of contracts, including maintenance contracts, but excluding foreign
supply of goods, contract, which requires the use of manpower in Bahrain.

(b) The tenderer has to submit, with his tender, a copy of the valid certificate as per
Appendix (G) issued by the Ministry of Labour and Social Affairs certifying that the
tenderer has the requisite percentage of Bahraini Nationals employed in his Company /
Organization.

(c) Priority for award of contracts will be given to tenderers who employ a percentage of
Bahraini Nationals.

(d) Tenderers must submit with their tenders documentary evidence satisfactory to the
Ministry establishing that the tenderer employs the required minimum percentage of
Bahraini Nationals, or any greater percentage the tenderer claims to employ. Such
documentary evidence shall include:

(i) Up-to-date GOSI statements for the total of all the tenderer’s business
establishments; and

(ii) Completed Civil Service Bureau form, “Qualifying Information from Service
Supplier to Governed”, the total of which must correspond with that on the
GOSI statements.

(e) successful tenderer’s renewal of contract (if applicable) after the expiration of the initial
award period, shall only proceed if the successful tenderer provides to the Ministry, prior
to renewal, then current up-to-date copies of the documents referred to in paragraph ( b,
d)
.03 Prohibited Categories

The following categories of individuals and establishments are not allowed to supply goods
or to render services to or to contract work with or to submit tenders for the project.

(a) A Government employee, except when asked to carry out non-commercial activities
such as the purchase of books, written by that employee or art, photography and
musical work composed by that employee, the payment or that Employee’s right of
royalties for literary and artistic works.

(b) An individual or a corporation convicted or criminal offences before or during the


time when tenders are being invited.

(c) An individual or corporation barred from transacting business unless subsequently


reinstated;

(d) A bankrupt until bankrupt’s debts has been discharged according to a court decision;

(e) A Contractor who has had contracts revoked by a supervising Government agency
which decided that the reasons for revocation disqualify the Contractor from any
future contracting within the Kingdom of Bahrain or if there is a similar judgment
from a competent judicial authority.

(f) Whoever is proved to have committed fraud or engaged in dishonest activities when
dealing with a Government body or any other legal entity and the concerned
supervising Government authority has barred transacting with that individual or
establishment or if there is a similar judgment from a competent judicial authority.

(iv) Any person barred for the time being by His Excellency the Minister of Bahrain
Defence Force from participating in tenders.

.04 Bahraini Tenders

Every Bahraini Tenderer, whether an individual or corporation, shall submit proof of the
following requirements with the tender. Items (a) and (b) shall apply also to the Bahraini
sponsors of non Bahraini individuals or establishments.

(a) A copy of the commercial registration certified by the Ministry of payment of


commercial registration fees for the year in which the tender is submitted.

(b) An official proof that the tendering entity is owned by, or is sponsored by or has a
Bahraini partner among its partners or has an agent, whether an individual or
company, in the Kingdom of Bahrain.

(c) An adequate design and technical knowledge and pertinent practical and operational
experience, save where the Tenderer is pre qualified by the Employer. Save, as after
said, the Tenderer shall state projects of similar size, which have already been
executed by the Tenderer as per Appendix (M)

(d) A valid approved certificate of the percentages of Bahraini Nationality working at the
company from Ministry of Labour.
.05 Overseas Tenderers

All Tenderers shall submit the following certificates and statements when invited to deal with
the Employer:

(a) A statement from a bank which is acceptable and recognized by the Bahrain
Monetary Agency stating the financial capability of the Tenderer.

(b) A statement of major works completed by the company overseas or in the Kingdom
of Bahrain and which are of a similar nature to the work to be carried out. The
statement shall be certified by an official authority in the country where the works
have been executed or in the Tenderer’s country of origin.

(c) A copy of completion certificates issued in the name of the Tenderer for work
executed by the Tenderer, whether in the Kingdom of Bahrain or abroad.

(d) A copy, of the Tenderer’s published accounts for the last two years showing the
balance sheets and profit and loss statement audited by a recognized certified auditor.

The above mentioned certificates, statements and accounts shall be submitted as part of the
tender for all firs time Tenderers. The Employer may ask for further certificates and
statements if it deems it appropriate for future works and supplies.

.06 Tenderers Representative and His Address

If the Tenderer is a Bahraini resident, then the Tenderer shall provide a local address in the
Kingdom of Bahrain. If the Tenderer is a foreigner to the Kingdom of Bahrain then the
Tender shall appoint a Bahraini agent in the Kingdom of Bahrain and shall submit in respect
of this Bahraini agent, the items mentioned in paragraph 1.3.3 above with the tender. All
notices and correspondence sent to the address in the Kingdom of Bahrain of the Bahraini
agent shall be deemed to be validity served on the Tenderer.

.07 Additional requirements

Additional requirements (if any) as to the qualifications of tenderers are set out in the
Appendix hereto.

1.03 National Industry Protection and Support

.01 Unified Rules for Giving Priority for National Products of a National Origin

The tender shall be subject to the Unified Rules for Giving Priority for National Products of
a National Origin. (Article 8, Prime Ministerial Edict No.21 of 1987) provided that such
products meet the requirements of the Contract.

.02 Appendix to Sub Contractors / Suppliers

The tenderer must as part of his tender indicate all Bahraini materials and products which he
intends to use for the project provided that such product does meet the technical requirements
of this contract. In order to satisfy this requirement the tenderer shall complete the
Appendixc A to the form of Tender so as to indicate the relevant item and quantity thereof in
the specification, the trade name (if any) of the Bahraini material or product which he intends
to use for such item, the name of the supplier and the total value of such material or product.
The tenderer may also complete such appendix as to quote for any item against which he
has indicated a Bahraini Material or product, an alternatively sourced material or product
which he is willing to use in respect of such item: in order to do so he shall complete such
appendix so as to indicate the trade name (if any) of the alternatively sourced material
product, the name and the supplier and the total value thereof. The employer shall be at
liberty in respect of each item mentioned in such appendix to accept either the Bahraini
material or product or the alternatively sourced material or product. For the purpose of this
paragraph the expression “alternatively sourced material or product” means a material or
product from any country or state or group of countries or states other than Bahrain. The
tenderer should note that the acceptance of a tender shall not release the successful tenderer
from any obligation arising under the contract to obtain the approval or rejection of the
materials or products for the project.

.03 Approval of Architect / Supervising Officer ( S./O )

The Tenderer should note that the acceptance of a tender shall not release the successful
Tenderer from any obligation arising under the contract to obtain the approval of the
Architect / Supervising Officer for materials or products for the Project.

1.05 Interpretation of Tender Documents

In case of doubt as to the interpretation of the tender documents or any part thereof the tenderer may
send a written request to the Supervising Officer (SO) for an interpretation. Any explanation,
interpretation, enquiries or queries to any of the tender documents shall be made only in formal
addenda duly issued by the Supervising Officer (SO) at least the period mentioned in item No.
1.22.06 prior to the tender opening date to all recipients of the tender documents. The Supervising
officer (SO) will not be responsible for or bound by any explanations, clarifications or
interpretations except those contained in formal addenda. These addenda shall become part of the
tender documents.

1.06 Revision of Tender Document

Any revision, addition, deletion, modification, explanation, interpretation or clarification of or to any


part of the Tender Documents shall be made only by way of formal addenda duly issued, by the
Architect / Supervising Officer (SO) at least three days prior to the tender opening date to all
recipients of the Tender Documents. The Architect / Supervising Officer will not be responsible for
or bound by an explanation; classifications or interpretations except those contained in formal
addenda. These addenda shall become part of the Tender Documents.

In case of Addendum with alteration in the document, Contractor shall be requested to bring
the original CD supplied by them for updating the Documents by BDF

1.07 Initial Bond

.01 Every tender shall be accompanied by an Initial Bond with a value (amount) as specified in
the Appendix hereto.

.02 The Initial Bond shall be in one of the following forms:

(a) A certified cheque from a local Bahraini Bank in favour of Bahrain


Defence Force.

(b) A bank guarantee from a local Bahraini bank – in the form set out in
the Appendix (B)
(c) A bank guarantee from an overseas bank through a local Bahraini bank in the form set
out in the Appendix (B)

(d) An insurance company guarantee from a recognized local Bahraini insurance company in
the form set out in the Appendix (B). Cash guarantees or uncertified cheques are not
acceptable.

.03 The Initial Bond shall be valid for the same period as the tender validity period and the
validity shall be extended by the Tenderer in line with any extension of the tender validity
period.

.04 Any tender submitted without the proper Initial Bond is liable to rejection.

.05 The Tenderers such as Government Ministries, Administrations and establishments are
exempted from submitting an Initial Bond.

.06 If the Tenderer withdraws the submitted tender after the tender opening date, the Tenderer
may forfeit the Initial Bond without having received any notification and without any legal
redress against such action.

.07 The Initial Bond will be returned to the Tenderer in the following cases:

(a) If the Tenderer withdraws the submitted tender by placing a


withdrawal notice in the tender box before the tender opening date.

(b) To the unsuccessful Tenderers after the contract has been awarded
without any Application being necessary from the Tenderer

(c) To the successful Tenderer after submitting the Performance Bond.

1.08 Tenderer’s Responsibility

It is the Tenderers responsibility to be fully informed of all aspects of the Project and the
Tenderer shall not be entitled to claim, at any time after the submission of the tender, that the
Employer or the Architect / Supervising Officer (SO) should reimburse the Tenderer for
expenses incurred as a result of any misunderstanding with regard to the Tenderers
obligations. No verbal agreement or conversation with any officer, agent or employee of the
Employer or of the Architect / Supervising Officer (SO) either before or after the execution
of the contract, shall affect or modify, any of the terms or obligations therein contained.

1.09 Deviation from Tender Documents

.01 Save as hereinafter mentioned the Tenderer shall not deviate from the Conditions of
Contract or Specification in any respect. Should the Tenderer consider it necessary or
desirable to deviate from the Specification in any material respect then, provided the
Tenderer initially submits a tender which complies in all respects with the
Specification, the Tenderer may in addition submit as a separate tender, being an
alternative tender indicating clearly the extent of the deviation and the Tenderers
reason for the deviation.

The Architect /Supervising Officers decision as to what constitutes a material respect


shall if any be final and binding on all the parties. The Tenderer shall designate the
tender, which complies with the Conditions of Contract Specification in every respect
as the “Basic Tender”

The Tenderer shall designate the tender (if any) which complies with Conditions of
Contract in every respect but which deviates from the Specification in one or more
material respects as the “Alternative Tender”

.02 Any alteration or addition to any other of the Tender Documents shall be treated as
null and void unless the Tenderer shall have specifically identified such alteration or
addition in a letter enclosed with the tender.

1.10 Submission of Tenders

.01 Tenders shall be submitted by the tender opening date to the address(es) and the
manner prescribed in the Appendix hereto.

.02 The complete tender document is made available in CD. The programme used
to prepare tender document is Microsoft Office and Auto CAD for drawing. At
the time of Tender Opening the Vendor should return the Original CD with
company seal and authorized signature on the Label of the CD without changing
any part of the Document.

A copy of filled B.O.Q, Form of Tender and Appendices (A, D & Q) in an


another new Rewriting Stamped & Signed CD (non returnable).

Also the Vendor shall submit the BOQ, Form of Tender and Appendices A, D & Q of
Tender Document in Hard Copy A4 Size properly filled with company seal on each
pages with authorized signature sealed in A4 size brown colour envelop with Job
Number clearly marked on the envelop addressed to the undersigned on the date &
time specified. The Vendor is solely responsible to maintain the confidence of this
document in CD. Vendor shall not share or hand over this document to any other
persons without approval of BDF. Unauthorized copying or any modification in the
Original CD is strictly prohibited.

.03 Unsealed, torn, damaged or spoilt envelope or envelopes which identify the Tenderer
in any way, shall not be accepted.

.04 Separate envelopes shall be supplied by the Tenderer as mentioned in the Appendix
hereto,

.05 The Tenderer should amend any quantities that are considered incorrect.

.06 All Tender Documents belong to the original named Tenderer and are not transferable
to third parties.

.07 The Tenderer is not allowed to submit a tender for a part of the Project unless
otherwise stated in the Appendix hereto.

.08 Subject to the provisions of paragraph 1.09 above any tender for the supply of
materials shall be in agreement with the accepted samples of materials to be supplied
or in accordance with the authorized specifications or drawings with which the
Tenderer is required to be acquainted.
.09 Subject to the provisions of paragraph 1.09 above the submission of a tender shall be
treated as an implied acknowledgement of the Tenderers awareness of the tender
specifications and drawings.

.10 The Tender shall be bound by the tender from the tender opening date up to the
expiry date for the tender validity period specified in the Appendix hereto. The
tender will remain valid for the period stated in the Appendix.

.11 The form of tender shall be signed by the Tenderer and all tender documents shall be
officially stamped by the Tenderer. If the Tenderer is a company or corporation the
tender shall be signed by an officially authorized person.

.12 Any tender submitted after the tender opening date shall not be evaluated.

.13 Samples submitted by Tenderers shall be submitted separately from the tender, shall
be stamped by the Tenderer and shall be signed or distinctly marked by the Tenderer.
The Employer shall keep all submitted samples until examined and accepted for
supply or rejected and returned to the Tenderer. At least two units, of the relevant
sample shall be submitted if the sample is to be used for analysis or experimental
purposes.

.14 The Tender must be submitted on the Form of Tender provided in Part ( 7 ). The
tender amount is to be inserted in words and in figures in the space provided and all
other blank space elsewhere in the Form of Tender must be filled in with the
information required.

.15 The tender must be signed by the principal of the firm or by a person properly
authorized for the purpose and the registered name and address of the Contractor
must be printed in BLOCK letters or typed in the space provided. No tender that is
incompletely or improperly filled in will be considered. All pages should be stamped
and signed.

.16 Any of the Tenderers who wants to withdraw from this tender should inform BDF in
writing before the opening date of this tender.

1.11 Tender Pricing

.01 All tenders shall be priced in the Bahrain currency namely Bahrain Dinars, unless a
provision to the contrary is stated in the Appendix hereto. The prices shall be stated
in figures in the schedule of rates and in both figures and in words on the form of
tender in par ( 7 )

.02 All items in the Tender Documents which require to be completed or priced by the
Tenderer shall be completed or priced or moneyed out in BLACK INK.

.03 The crossing out or striking off of the prices shall be avoided as far as possible. Any
alterations or correction shall be clearly written after deleting the incorrect part. The
Tenderer shall initial the correction or alteration.

.04 If the Tenderer refrains from stating the price of an item or category in a list then it
shall be treated at the discretion of the Employer either as a refusal by the Tenderer to
quote an offer in respect of that item or category or an acknowledgement by the
Tenderer that the price of such item or category is included in the overall quoted
price. The employer has the right either before or after awarding the contract, to
require the tenderer to give explanation of such omission and submit further detailed
price breakdown.

.05 The Tenderer shall not be allowed to increase or decrease the quoted price after
submission.

.06 If there are any discrepancies in the price list submitted by the Tenderer either in
items or totals, the Employer may make the necessary corrections in the tender.

.07 If the stated price in figures is different from the price stated in words then the price
stated in words shall be considered as the offer.

.08 If the unit price differs from the total price the unit price may be considered as the
offer.

.09 Subject to any provision to the contrary stated in the Tender Documents the prices
quoted in the tender shall be considered inclusive and shall be deemed to cover all
expenses and commitments to be borne by the Tenderer in the performance of the
Contract such as freight, insurance, customs, duty, clearance, off-loading and
handling for the delivery of materials to the location specified in the Tender
Documents.

.10 The quoted prices are final and binding and shall not be revised or altered because of
fluctuations in prices, duties or any other reasons.

.11 Tenders which are expressed to be subject to foreign exchange fluctuations, shall not
be considered unless otherwise stated in the Appendix hereto.

.12 Tenders submitted on the basis of a percentage reduction of the lowest tender shall
not be considered and all tenders shall state a given fixed price in accordance with the
Tender Documents.
.13 The final tender amount should be rounded off to the nearest Bahrain Dinar and
the same to be carried over to the form of tender.

1.12 Sub-Contractor’s Qualification

Details of the extent to which (if at all) different part of the Project may be sub contracted are
set out in the Appendix hereto. In the event of subcontracting being permitted then the
following details shall be included in the tender.

.01 Evidence in writing of firm commitments from Sub Contractors to whom it is


intended to sub contract the supply of any major items of plant or the execution of
any major portion of the Project.

.02 Evidence that all obligations imposed by the Tender Documents on the Tenderer have
been fully understood aid accepted where applicable by the Sub contractors referred
to in (a) above.

.03 In the case of any Sub contractors to whom it is intended to sub contract the execution
of any, major portion of the Project information on the nature of the sub Contractors
organization and evidence of its competence to undertake the work involved together
with details of the specialized staff to be used.

1.13 Evaluation of Tenders

.01 The evaluation of tenders shall be based on the following.

a. The conformity of the tender to the requirements of the


Tender Documents
b. The Tenderers qualifications, experience, organization
and facilities.
c. The total quoted price
d. The adjustment of arithmetical errors and Fluctuations
Multiplication Errors: If the difference of quoted price over actual calculated
price is plus, then the calculated price will be considered and the difference will
be added to the contingencies. If the difference is minus, then the quantity shall
be adjusted to the quoted price.
Error in summing or carrying over: If the difference is plus, then the actual
calculation will be considered and the difference will be added to the
contingencies. If the difference is minus, then the amount and quantities of the
related Items and Sub Items will be proportionately adjusted.
Unbalanced rate or quantity: If any quantity and rate of any of the item with
10% greater or less than that of Estimated quantity and rate, reason shall be given
by the Tenderer based on which the quantity and rate will be accepted or adjusted
by the Employer.
Uniform rates for similar items: Similar item of works in the tender should have
uniform rates.
If different rates are quoted for these items, reason shall be given by the Tenderer
based on which these rates will be accepted or adjusted by the Employer. In case
of Quantity being one number/item, adjustment shall be made to the Rate &
Amount of the item concerned.

e. The time of completion


f. The proportion of Bahraini materials/products to be supplied
g. The Tenderers reliability
h. Any other related features.

.02 The Employer shall not be bound to award a contract to the Tenderer submitting a
tender with the lowest price or to any other Tenderer.

1.14 Provisional Intention to Award Contract

.01 The Employer shall notify the successful Tenderer in writing of the Employers
provisional intention to award the contract. In response, the contractor shall attend
the office for signing and receiving the job orders and documents within 3 days from
the date of intimation from the Employer. Failing which the tender shall be cancelled
without any financial commitment by the employer. Such notification shall not result
in any legal liability by the Employer to the successful Tenderer. The legal liability
of the parties shall only start on the earlier of.

(a) the issue by the Employer to the successful Tenderer, of


a letter of Notice to Proceed.
.02 However, in the case of ( b ) above a contract must still be signed before any payment
can be made to the successful Tenderer.

1.15 Performance Bond

.01 The successful Tenderer shall submit a Performance Bond within fourteen (14) days
from the date of notification of provisional intention to award the contract. The
employer may extend this period for an appropriate time if the supplier or contractor
is not resident in the Kingdom of Bahrain.

.02 The form of the Performance Bond shall be as set out in Appendix ( C )

.03 If the Tenderer shall fail to submit the Performance Bond within the period specified
in paragraph 1.15.01 above, the Employer may allow a further three ( 3 ) days for the
submission of the Performance Bond, if the Tenderer shall fail to make the required
submission within the extended period, the tenderer shall be treated as having failed
to perform its duties, and necessary action may be taken against the Tenderer
according to these Instructions to Tenderers including the forfeiture of the Initial
Bond without having received any notification and without having any legal redress
against such action. The Employer shall be entitled to bar the Tenderer from
participating in any future tenders for a period of not less than one year.

.04 Exemptions from the submission of a Performance Bond are the same as those for an
Initial Bond, (paragraph 1.07.05 above)

.05 If the successful Tenderer shall submit the Performance Bond within the period
specified in paragraph 1.15.01 above but shall fail to sign the contract within a
reasonable time from being called upon so to do.

Without an acceptable or valid reason, or shall express his unwillingness to sign the
contract then the Tenderer shall be deemed to be withdrawing from the tender or to be
in breach of the Tenderers duties and obligations as may be deemed appropriate. In
such an event the provisions of paragraph 1.1:5.03 above shall be applied against the
Tenderer and its Initial Bond / Performance Bond shall then be liable to consequent
forfeiture. The Employer may then award the tender to the next best Tenderer and
may deduct any additional costs involved against money’s owed to the withdrawing
Tenderer/Contractor (as the case may be ) by the Employer to the defaulting Tenderer
or recover such additional costs by legal action.

1.16 Advance Payment Guarantee

In the event of provision being made in the Appendix hereto for an advance payment to be
made to the Supplier / Contractor then no advance payment shall be made until an Advance
payment Guarantee has been submitted in accordance with Conditions of Contract and a
formal Contract has been entered into. Where the form of the Advance Payment Guarantee
is applicable it shall be as set out in the Appendix to the Conditions of Contract.
1.17 All Documents Confidential

The Tenderer (whether the tender is accepted or not) and all other recipients of the Tender
Documents (whether they submit a tender or not) shall treat the details of the Tender
Documents as private and confidential. In particular no information concerning this or any
other tender for the Employer shall be issued to television, Radio, press or other media
service without the prior approval of the Architect / Supervising Officer. The Tenderer shall
impose a similar condition or any Supplier or Sub Contractor.

1.18 Recognized Local Banks and Recognized Insurance Companies

.01 Recognized local banks for the issue of Initial Bonds, Performance Bonds and
Advance Payment Guarantees are specified in the Appendix hereto.

.02 Recognized local insurance companies for the issue of Initial Bonds, Performance
Bonds and Insurance Company guarantees are specified in the Appendix hereto.

.03 Recognized foreign Insurance Companies for the issue of Initial Bonds, Performance
Bonds and Insurance Company Guarantees are specified in the appendix hereto.

1.19 Canvassing

Any form of canvassing is prohibited. If any Tenderer or any person acting on the Tenderers
behalf shall make any representation intended to influence the evaluation or consideration of
the tenders, either directly or indirectly to an official of the Employer or to any person
officially concerned in the evaluation or consideration of the tenders, then that tender shall be
disqualified. In the event of a second occurrence that Tenderer shall be suspended from the
list of approved Contractors for one year. In the event of a third occurrence that Tenderer
shall be permanently suspended from the list of approved Contractors.

1.20 Costs of Tender

All costs incurred by the Tenderer in the preparation of the tender and any work in
connection therewith shall be solely at the expense of the Tenderer.

1.21 Discrepancies in Tender Documents

(a) If there is any conflict between the tender drawings this document and the Standard
Specification dated January 1994 then the Tender Documents to the notice of the
Architect / Supervising Officer before submitting a tender. No adjustment to the Contract
Sum will be allowed for any discrepancy discovered after the tender opening date.

(b) If there is any conflict or discrepancy between the drawings, specifications and
other contract documentation then the highest or best quality material, equipment or
process shall prevail.

(b) The Tenderer shall notify the Architect / Supervising Officer (SO) of any technical
defects or errors in the Specification which in the tenderers opinion might adversely
affect the work to be constructed.
1.22 Further Instructions

.01 The Tender will be deemed to have read carefully these instructions and no claim will
be entertained on the ground of failure to read or comply with these instructions or for
any alleged misunderstanding of their import.

.02 It is the Tenderers responsibility to examine carefully the whole of the Tender
Documents and be satisfied that their full imporet severally and jointly is completely
understood and that the full set of documents as listed has been received. No claim
will be entertained on the grounds that the Tenderer failed to see any of the
documents in whole or in part.

.03 The tender information provided by the Employer is strictly limited to the information
contained in the Tender Documents together with any written clarification,
rectification and consequent addenda to the Tender Documents issued to the Tenderer
by the Architect / Supervising Officer (SO) prior to the tender opening date.

.04 No information concerning this or any other tender shall be issued to television, radio,
press or other news media, without the prior approval of the Architect / Supervising
Officer ( SO )

.05 The rate inserted by the tenderer against each item shall include for all labour,
materials, plant profit overheads, establishments charges, obligations under this
contract and for implications of other clause conditions specified elsewhere.

.06 All enquiries and queries should be faxed to TENDERING & PURCHASING
DEPARTMENT on Fax No. 17653420/17663123 to the attention of Head of
Tendering & Purchasing Department and should be at least one week before the
tender opening date.

1.23 Insurance

.01 The tenderer shall be deemed to understand the indemnity and insurance requirements
under the Contract to be signed by the successful tenderer. It shall be the
responsibility of the tenderer to ensure that insurances to be taken out by him under
the Contract shall be sufficient to cover all insurable risks and liability exposures
associated with the works to be performed.

.02 The successful tender shall submit Certificate(s) of Insurance or cover Notes or
Policies taken out as per the Contract within 14 days from the date of Notice to
Proceed Letter. The employer may extend this period up to any appropriate date if
the tenderer is not resident in Bahrain or if a request, supported by justification, is
made to the employer. The wording of all documents pertaining to insurances shall
be subject to the approval of the employer.

.03 All insurances required under the contract shall be arranged before the tenderer is
handed over the possession of the work site or before any work relating to the project
is commenced.

.04 If the tenderer shall fail to submit the required insurances within the specified period,
he shall be treated as failing to perform his contractual obligations and necessary
legal or other action may be taken against him according to the Tender Documents,
including the impounding of the Initial Bond without any notification.

.05 In addition to the insurance to be taken, and if applicable, the tenderer shall prepare a
full programme of risk management to be implemented during the contract term. The
programme shall cover all aspects of safety, security, occupational health, and
insurance while the Contract work is executed.

1.24 Scope of Tender

The Tender price shall include for all work described in the Specifications, all works shown
on the Drawings and any other work which although not mentioned in the Specifications or
shown on the Drawings, may be reasonably inferred there from.

1.25 Contracts Report

The Tenderer is required to submit a Contracts report giving full details of work in hand or
shortly expected to commence. This information shall be entered in the relevant Appendix
(M)

1.26 Price Negotiations

.01 For certain tenders, the employer might invite the tenderer for price negotiation. If
the tenderer is requested and agreed to reduce his price, any discount or reduction in
price offered by the tenderer can be applicable to any item in the schedule of rate
except items in the following categories.

a. Provisional quantities ( re-measurable items )


b. The sum of prime cost items
c. The sum of provisional items

.02 This discount or reduction in price should be converted to percentage and to be


applied to all rates. Then the approved tenderer has to give a revised break-down.

1.27 Site Investigation / Report

.01 The Tenderer is to visit and inspect the site entirely at his own risk and expense and
obtain all requisite information regarding the nature of the site, local conditions,
means of access, location of existing services and any other matters affecting the
tender.

a. Site visit date As per Appendix hereto


b. Site visit Time As per Appendix hereto

.02 No claim will be allowed for lack of knowledge of the prevailing ground conditions.

1.28 Customs Duty

All import customs duty imposed by the Government shall be paid by the tenderer and shall
be deemed to be included in his price. However, in case the Employer wish to request the
Customs Authority to exempt certain imported material from the customs duty, Employer
shall issue such request in writing, in which case the contractor is obliged to refund the
Employer the fees saved by such request. Amount of refund shall be according to the rates
imposed by the Customs Authority, and calculated as per the original invoices submitted to
the Customs Authority. All shipping documents shall be submitted to the Employer for
review and processing of such request.

1.29 Invoice in CD

The contractor shall submit valuation for payment in soft copy (CD). For submitting
valuation in CD, BDF will provide Excel file of final BOQ to the contractor after issuing
NTP with option to claim percentage of work done for each item. BDF will return the
same CD to the contractor with certified percentage and amount of valuation for
submitting the next valuation.
APPENDIX PART 1 - INSTRUCTIONS TO TENDERERS
Paragraph

No. Item: Detail

1.01 Description of Project: The Works to be executed are fully described in the Particular
Specification.

1.02 Architect/Supervising Officer (SO) Attn: Director of Military Works Directorate


GHQ, Bahrain Defence Force
Post Box No. 28280, Kingdom of Bahrain
Fax: No. 653420

1.03 Tender Opening date and time Refer the Tender Invitation Letter

1.04 Project Name BUILDING OF KHALIFA PORT (BUILDINGS / WATER


SERVICES/ DRAINAGE/ BOUNDARY WALL) AT M60

1.05 Job Number C0231/A-2012-60

1.06 List of Tender Documents: The Conditions of Contract, Standard Specification for Building
Works issued by Ministry of Works and Agriculture dated Jan, 1994. Particular Specification,
Method of Measurement, Schedule of Rates, Form of Tender, Appendices, Drawings, and
Amendments.

1.07 Amount of Initial Bond : Refer the Tender Invitation Letter

1.08 Place for submission of Tender: Military Works Directorate (MWD) Tendering & Purchasing
Department (TPD) or BDF Head Quarter.

The Vendor shall submit the BOQ, Form of Tender and Appendices A, D & Q of Tender
Document in Hard Copy A4 Size properly filled with company seal on each pages with
authorized signature sealed in A4 size plain brown colour envelop with Job Number clearly
marked on the envelop addressed to the undersigned on the date & time specified. The Vendor
is solely responsible to maintain the confidence of this document in CD. Vendor shall not share
or hand over this document to any other persons without approval of BDF. Unauthorized
copying or any modification in the Original CD is strictly prohibited.

All blank spaces in the Tender submission Form are to be filled in with the information required,
with any enclosures required securely attached to the Form. All insertions made by the Tenderer on
this form shall be made in BLACK INK. Any alterations must be initialed by the authorized
signatory signing the form. The Form must be signed by the Principal of the firm or by a person
properly authorized for the purpose and the registered name and address of the Tenderer must be
printed in BLOCK letters or typed in the space provided. No tender that in incompletely or
improperly filled in or submitted on an unstamped form will be considered.
1.09 Envelopes to the prepared for submission shall be as follow:

a. One small separate envelope shall be prepared to contain the Original Initial Bond
from the bank (if any)

b. The Original CD given by BDF shall be presented at the time of tender opening
with company seal & authorized signature on the label of the original CD. And
also another new re writable CD (CD –RW)should be submitted, with filled BOQ
in Microsoft excel.

c. A4 Size plain brown colour envelope shall be prepared to contain the original CD,
BOQ hard copy, Form of Tender hard copy and Appendices (A, D & Q) hard copy.
One additional CD filled with priced BOQ, Form of Tender and appendices (A, D
& Q) shall be presented at the day & time of opening.
Paragraph
No. Item / Detail

1.10.01 Whether partial tendering is acceptable and if so, details thereof : Not acceptable.

1.10.02 Tender validity period : One hundred & Eighty (180 ) days from the date of Tender
Opening

1.11.01 Tender pricing currency if not Bahrain Dinars : Not applicable.

1.11.02 Whether base metal costs variations to be taken into account and if so details:
: Not applicable

1.11.03 Whether foreign exchange fluctuations allowance and if so details thereof :


Not applicable

1.12 Whether and if so details of the extent to which sub contracting is permitted: to the Architect
/ Supervising Officers approval, but limited to 40% or less of the total Contract Sum.

1.13 Amount of Performance Bond required : Refer Appendix to Conditions of Contract

1.14 Whether advance payment to be made and if so details thereof : Refer Appendix to
Conditions of Contract.
1.15 Recognized local banks and local foreign insurance companies

.01 Recognized local banks: National Bank of Bahrain B.S.C. Bank of Bahrain and Kuwait
B.S.C., Al Ahli Commercial Bank B.S.C. Bahrain Islamic Bank B.S.C. Bahrain
Development Bank B.S.C.; The Bahraini Saudi Bank B.S.C.; Grindlays Bahrain Bank B.S.C
( c ); Arab Bank; ABN Amro Bank; Bank Melli Iran; Bank Saderat Iran; Bank du Caire
S.A.E, Banque Paribas, British Bank of the Middle East;Citi Bank NA. Habib Bank Limited;
Standard Chartered Bank; United Bank Limited.

.02 Recognized local insurance companies: Al Ahli Insurance Company B.S.C. Bahrain
Insurance Company B.S.C. National Insurance Company B.S.C ( c ) Bahrain Norwich
Union Insurance Co B.S.C.(c ) ; Bahrain Islamic Insurance Company B.S.C ( c ) United
Insurance Company B.S.C

.03 Recognized foreign Insurance companies: New India Assurance Company, Arabia Insurance
Company, Iran Insurance Company, General Accident Fire & Life Corp. Northern
Assurance Company, Ltd. Guardian Royal Exchange Assurance; Mitsui Marine & Fire
Insurance Company Ltd. Royal Exchange Assurance, Gulf Union Insurance and Reinsurance
Co.

1.16 Site visit Date and Time – as per tender invitation letter

1.17 All enquiries and queries should be faxed to TENDERING & PURCHASING DEPARTMENT
on Fax No. 17653420/17663123 to the attention of Head of Tendering & Purchasing
Department and should be at least one week before the tender opening date.
PART 2

CONDITIONS OF CONTRACT
CONDITIONS OF CONTRACT

2.01 Contract Particulars Alternative - 1

The Conditions of Contract are based on the “Standard Form” of building contract for use without
quantities for local authorities edition 1963, July 1977 revision published by the Joint Contracts
Tribunal amended with the alterations and additions set out below.

The following general amendments should be noted.

a) All references to the Employer shall mean Bahrain Defence Force

b) All references to the Contractor shall mean the tenderer whose tender was
accepted by the Employer.

c) All references to the Architect / Supervising Officer shall be read as Director


of Military Works Directorate, or their appointed representative.

d) All references to the Quantity Surveyor shall be read as Director of Military


Works Directorate or their appointed representative.

e) All the references to General Specification, shall be read as the Standard


Specification for Building Works issued by Ministry of Works and
Agriculture (Jan, 1994)

A schedule of clause headings contained in the “Standard Form” of building contract, together with
amendments, additions and omissions is set out below.

2.02 1. Contractor’s obligations

Sub clause (1) line 7 : Delete Word “Reasonable”

Insert new sub clause :


“(3) If the Contractor does not give immediate notice as in sub clause (2) of this Clause, then the
additional delay and additional loss and expense caused by the notice being given late shall not be
taken into account by the Architect / Supervising Officer in considering claims under Clauses 23 and
24 of this Contract”

2.03 2 Architect’s / Supervising Officer’s Instructions

Sub-Clause ( 1 ) line 1, delete

“s (2) and”

Delete sub-clause (3 )
Sub-Clause (1) (a) , line 3, after the word ‘Architect’ insert
“Supervising Officer”

2.04 3 Contract documents


Delete sub clause (2) (a) (i) and insert
“(i) one copy certified on behalf of the Employer of the form of Agreement”

Sub clause (2) (a)(ii) Delete Word: Two and insert Three Delete sub clause(2)(a)(iii)

2.05 Statutory obligations, notices, fees and charges

Sub-clause (1) (a), line 1, delete


“Act of Parliament”
and insert
“Law of the Kingdom of Bahrain”

Sub-Clause (1) (a), line 2, delete


“Act of Parliament”
and insert
“Law of the Kingdom of Bahrain.

Sub-Clause (2), line 2, delete


“Act of Parliament”
and insert:
“Law of the Kingdom of Bahrain

Sub-Clause (2) line 3, delete


“Act of Parliament”
and insert
“Law of the Kingdom of Bahrain”

Sub-Clause (2) line 5, delete:


“other than value added tax”

2.6 5 Levels and setting out of the Works

Delete second sentence and insert:

“The contractor shall be responsible for any errors arising from his own inaccurate setting out and
shall entirely at his own cost amend such errors unless the Architect/Supervising Officer instructs
otherwise in which case the Contract Sum shall be reduced accordingly”

2.07 6 Materials, goods and workmanship to conform to description, testing and inspection

Sub clause (1) at end of sentence insert:

Unless otherwise described in the Specification, all workmanship, goods and materials shall be of
the best quality”

2.08 7 Royalties and patent rights

Line 7 after the word “instructions” insert


“(except variations)”

2.09 8 Foreman in charge


Line 1, after the term “Foreman in charge” insert
“able to write and communicate in English

2.10 9 Access for Architect / Supervising Officer to Works

2.11 10 Clerk of Works

2.12 11 Variations, Provisional and Prime Cost Sums

Delete Sub -clause 11(1) and add new sub-clause

Any variations requested by Bahrain Defence Force – Military works Directorate should be through

a written Field Order Instruction (FOI) on Bahrain Defence Force Letter Head signed by the Head of

the executing branch.

If the contractor receives any verbal instruction to carry out variation, within 2 days of such

instruction the Project officer should issue a Field Order Instruction (FOI) to the contractor. If the

Field Order Instruction (FOI) is not issued, the contractor should immediately report in writing to the

Head of Tendering and Purchasing Department and a copy to Project officer, otherwise this variation

shall be deemed void.

Within 14 days of receiving Field Order Instruction (FOI) the contractor should
submit the entire supporting documents to the Project officer to process the
variation. Failing to do so, the contractor has no right to claim the variation. Further
no legal or financial liabilities shall be imposed on Bahrain Defence Force and no
time extension shall be granted for the variation.

No variation required by the Project officer or subsequently sanctioned by him shall


vitiate this contract.

Sub clause (4) (c ) delete and insert:

“ ( c ) where work can not properly be measured and valued the Contractor shall be allowed day
work at the rates inserted by the Contractor in the Specification or if none is inserted, at the rates
prevailing when such work is carried out. Provided that in any case vouchers specifying the time
daily spent upon the work (and if required by the Architect / Supervising officer the workmen’s
name(s) and the materials employed shall be delivered for verification to the Architect / Supervising
Officer not later than the end of the week following that in which the work was done. The
observance of this proviso is a condition precedent to payment under this sub-clause”
Insert new sub – clause

“(7) (a) The term “Provisional Sum” shall mean a sum provided for work or for costs which
can not entirely be foreseen, defined or detailed at the time of the Contract documents are
issued.

(b) The term “Prime Cost Sum” shall mean a sum provided for work or services to be
executed by a nominated sub contractor, a statutory authority or a public undertaking or for
materials or goods to be obtained from a nominated supplier”

2.13 Quality and Quantity of Work

Sub clause (1) line 2, after the word “Specification” insert a full stop and delete the remainder of the
sub clause

2.14 13 Contract Sum

2.15 13A Value Added Tax Delete Clause

2.16 14 Materials and Goods unfixed or off site

Sub clause (1) line 6, delete “Clause 20 (B) or “

2.17 15 Practical completion and defects liability

2.18 16 Partial possession by Employer

Line 3, delete: “then not withstanding anything expressed or implied elsewhere in the Contract”
And insert: “unless the parties have agreed otherwise”

2.19 17 Assignment or sub-letting

2.20 17A Fair Wages

Delete clause E

2.21 18 Injury to persons and property and Employer’s indemnity

Sub clause (1) line 2, after the word ‘whatsoever’ insert


“and whosesoever”

Sub clause (1) line 2, delete


Statute or at common” and insert “Any law”

Sub clause (1) line 4, insert the word “sole” after “due to any”

Sub clause (2) line 1, delete “Clause 20 (B) or “

Sub clause (2), delete : the full stop at the end of the sub-clause and insert:
“without regard to any contributory fault or negligence on the part of the Employer, his servants or
agents”
2.22 19 Insurance against injury to persons and probes

Sub-clause (1) (a) line 11, delete


“Employer’s Liability (Compulsory Insurance) Act 1969”
and insert
“labour law for the Private Sector Amiri Decree law No.23 of 1976 and “

2.23 19A Expected Risks - Nuclear Perils, etc.

2.24 20 Insurance of the Works against Fire, etc.

Delete sub-clause 20 (B) and 20 (C)

2.25 21 Possession, completion and postponement

2.26 22 Damages for non-completion

2.27 23 Extension of time

Delete sub-clauses (g),(j),(i) &(ii) and (m)


Sub-clause ( c ), line2, delete
“[B] or [C]”

Insert new sub-clause


“(n) by reason of any act or default on the part of the Employer, his servants or agents”

2.28 24 Loss and expense caused by disturbance of regular progress of the Works

Delete sub-clause 24(1)( c ).

2.29 25 Determination by Employer

Sub-clause (1) (d), line 1, delete


“either”

Sub-clause (1) (d), line 1, delete


“or clause 17A”

Sub-clause (1) (d), line 7, insert a full stop after ‘Contract’ and delete
“ provided that such notice shall not be given unreasonably or vexatiously”.

Sub-clause (3), line 8, insert a full stop after ‘Contractor’ and delete the remainder of the sub-clause
2.29 Determination by Employer (Cont’d)

Sub- clause (4) (a), insert the following sentences after ‘Works’
“All temporary buildings, plant, tools, equipment, goods and materials intended for delivered
to and placed on or adjacent to the Works, shall forthwith upon determination be deemed to
be the property of the Employer. Upon completion of the Works the Employer may sell tie
same and apply the proceeds in discharge of the Contractor’s liability under this Contract.
The value of the aforesaid after completion of the Works or the proceeds of the sale thereof
shall for the purposes of Sub-clause (d) of this Clause ( should the aforesaid before the
determination be the property of the Contractor ) reduce the amount of expenses properly
incurred by the Employer or the amount of any loss and/or damage caused to the Employer”.

2.30 26 Determination by Contractor

Delete sub-clause (1) (a) and insert


(a) The Employer does not pay to the Contractor the amount due
on any certificate within 6 weeks from the issue of that
certificate and continues such default for seven days alter
receipt be registered post or recorded delivery of a notice by
the contractor stating that notice of determination under this
Condition will be served if payment is not made within seven
days receipt thereof: or”
Sub-clause ( c ) (ii), line 3, delete
“or clause 20 (B)”

2.31 27 Nominated sub-contractors

Sub-clause (a), line 1, delete the words


“2 ½ per cent cash discount and” and delete sub-clause (a) (vii) and insert:

8% Overhead and Profit or 4% Overhead and Profit

a. The allowance for contractor’s attendance, profits, over heads, expenses and all other
charges whatsoever will be 8%, if the contractor settles payment immediately after
getting confirmation letter from BDF as per payment terms and conditions of the
nominated subcontractor/supplier which is approved by BDF.

b. The allowance for contractor’s attendance, profits, over heads, expenses and all other
charges whatsoever will be 4% when the contractor settles payment to the nominated
subcontractor, after getting payment from BDF.

Sub-clause (a) (viii), line 13, insert a full stop after ‘full’ and delete the remainder of the sub-clause
Sub-clause (b) line 6, delete: “14 days” and insert “45 days”

Sub-clause (b), line 10, insert a full stop after ‘thereof’ and delete the remainder of the sub-clause

2.31 27 Nominated subcontractors

Sub-clause ( c ). line 8, delete


“(To which amounts the Employer may add an amount for arty value added tax which would have
been properly due to the nominated subcontractor)”

Sub-clause ( c ), line 6, insert a full stop after ‘certified’ and delete the remainder of the sentence.

2.32 28 Nominated suppliers

Sub-clause (a), delete the entire sub-clause and replace with the following:

“The term Prime Cost when included or arising as aforesaid shall be understood to mean the net cost
to be defined as a Prime Cost and should include any customs duty and the cost of packing shipping,
insurance, port clearance and delivery to site”.
Sub-clause (b) line f, after the word ‘Architect’ insert

“/Supervising Officer”

Delete sub-clause (b) (iv)

Sub-clause ( c ), delete and insert

“( c ) All payments by the Contractor for materials or goods supplied by a nominated


supplier shall be in toll and shall be paid within 30 days of the month during which
delivery is made”.

2.33 29 Artists and tradesman

2.34 30 Certificates and Payments

Sub-clause (1) Line 5: Delete ’14 days’ and Insert ’45 days’.

Sub-clause (3) (a), line 5, delete


“5 per cent”
and insert:
“10 per cent”
Sub clause (4) (b) Line Delete ’14 days Insert ’45 days’.

Sub-clause (4) ( c ) Line Delete’14 days Insert ‘45 days’.

2.34 30 Certificates and Payments (Cont’d)

Sub-clause (5) ( c ), line2. delete


“(Including the discounts for cash mentioned in clauses 27 or 28 of these Conditions)”

Sub-clause (5) ( c ), line 12. delete


“ Any amount or value to be so set against the relevant prime cost or provisional sum shall be
exclusive of value added tax”

Sub-clause (6) 9b) Line 5: Delete ‘fourteenth day, and insert ‘forty second day’

Page 23, delete ‘* Footnote’

Insert new sub-clause

(9) The Interim and Final Valuation Certificates are considered to be under the terms of
the contract on the date they are authorized and not the date when the certificates are
prepared by the Quantity Surveyor.

2.35 30B Finance (No. 2) Act 1975

Delete sub-clause 30B

2.36 31 Functions
Delete sub-clause 31A, 31B, 31C, 31D, 31E and related ‘ for * Footnotes ‘; and insert “ The
Contract will be a FIXED PRICE BASIS and no adjustment of the Contract Sum shall be made in
respect of either increases or decreases in the cost of materials, transport, wages or other costs
connected with labour which may take place subsequent to the date of tender”.

2.37 32 Outbreak of hostilities

Sub-clause (1), line 2. delete


“United Kingdom”

and insert:
“ Kingdom of Bahrain”

Sub-clause (1), line 3, delete


“ Crown “

and insert:
“ Kingdom of Bahrain”
2.38 33 War damage

Sub-clause (3), line 2, delete


“Parliament”

and insert:

“the Kingdom of Bahrain”

Delete sub-clause (4)


2.39 34 Antiquities

2.40 35 Arbitration ( Not Applicable )

Sub-clause (1), line 12, delete

“ the President or a Vice-President for the time being of the Royal Institute of British
Architects.”

and insert:
“clause 30 (7)”

Delete sub-clause (5) and insert

Whatever the nationality, residence or domicile of the Contractor, any sub-contractor or


supplier or the Arbitrator and wherever the Works, or any part thereof are situated the law of
the Kingdom of Bahrain shall be the proper law of this contract.”

Delete ‘Footnote’

2.41 36 Serving of notice

Insert new clause 36


“(1) Any notice shall be sufficiently served if it is sent by registered post or delivered to, in the
case of a notice to the Employer at the offices of the S.O and a receipt obtained from a
responsible person and in the case of the Contractor, delivered to his last known address in
the Kingdom of Bahrain.

(2) A notice sent by registered post shall be deemed to be given at the time 2 days
after
posting.

(3) All dates and periods mentioned in this agreement shall be according to the
Gregorian calendar”.

2.42 37 Law Governing the contract

Insert new clause 37


“ The Contract shall be subject to the law of the State of Bahrian”.

2.43 38 Boycott of Israel

Insert new clause 38.

The Contractor shall be bound strictly to comply with the rules, regulations and laws in force in the
Kingdom of Bahrain relating to the boycott of Israel. In case of a breach of this rule by the
Contractor, the Employer will apply all relevant penalties and determination of the Contract without
any advance notice and the Employer also reserves the right to claim for any, suitable compensation.

2.44 39 Performance Bond

Insert new clause 9

(1) The successful Tenderer shall submit a Performance Bond within fourteen
days
from the date of notification of provisional intention to award the contract. The Employer
may extend this period for an appropriate time if the supplier or contractor is not resident in
the Kingdom of Bahrain.

(2) The form of the Performance Bond shall be set out in Appendix D.

(3) If the Tenderer shall fail to submit the Performance Bond within the period
specified in sub-clause (1) above, the Employer may allow a further three
days for the submission of the Performance Bond. If the Tenderer shall fail to
make the required submission within the extended period, the Tenderer shall
be treated as having failed to perform it’s duties, and necessary action may be
taken against the Tenderer according to these Instructions to Tenderer
including the forfeiture of the Initial Bond without having received any
notification and without having any legal redress against such action. The
Employer shall be entitled to bar the Tenderer from participating in any future
tenders for a period of not less than one year.

(4) Exemptions from the Submissions of a Performance Bond are the same as
those for an Initial Bond.

(5) If the successful Tenderer shall submit the Performance Bond within the
period specified in sub-clause (1) above but shall fail to sign the contract
within a reasonable time from being called upon so to do, without an
acceptable or valid reason or shall withdrawing from the tender or to be in
breach of the Tenderer’s duties and clause (3) above shall be applied against
the Tenderer and it’s Initial may then award the tender to the next best
Tenderer and may deduct any additional case may be the Employer to the
defaulting Tenderer or recover such additional costs by legal action.

(6) If the value of additional work ordered under this Contract amounts to 20%
(twenty percent) or more of the Contract Sum, then the Contractor shall
submit an additional Bond or Bonds in the same form as the original Bond to
the value of 10% of the additional work within 14 days of receipt of
notification from the Employer requiring the additional Bond or Bonds.

2.45 40 Contract Claims

Insert new clause 40

(1) Notwithstanding anything contained elsewhere in these Conditions, the


Contract
Sum shall be deemed to include any direct loss and/or expense in which the Contractor has
been involved under the circumstances referred to in clause 11(b), clause 24 and clause 34(3)
of these Conditions during.

(a) any extension of time made by the Architect/ Supervising


Officer under
clause23(c), (f), (h) and (i) of these Conditions, which extension does not exceed the
Initial Period (as hereinafter defined); and

(b) the aggregate of any extension of time made by the


Architect/Supervising Officer under clans(,.23(e), (D ,, (h and
(i) of these Conditions, if more than one such extensions is
made if the aggregate period of such extensions does not
exceed the Initial Period; and

(c) the Initial Period of any extension of time made by the


Architect/Supervising Officer under clause 23(e),(f),(h) and (i)
of these Conditions, which extension exceeds the Initial Period;
and

(d) the Initial Period of the aggregate of any extensions to time


made by the Architect/Supervising Officer under
clause23(e),)f),(h) and (i) of these Conditions. If more than one
such extension is made and if the aggregate period of such
extensions exceeds the Initial Period.

(2) for the purposes of this clause

(a) the expressions “Initial Period” means whichever is the greater


of 4 weeks or 1/10 (one tenth) of the period from the Date of
Possession mentioned or referred to in the Appendix to these
Conditions up to and including the Date for Completion stated
in such Appendix and

(b) the Initial Period shall run from the day following such Date
for Completion.”
2.46 41 Sub-Contractor’s agreements

Insert new clause 41


“ The Contractor should note that Nominate Sub-Contractor will be required to enter into the
standard “ Employer/Sub-contractor Form of Agreement “ in addition to the standard
agreement to the entered into between the Main Contractor and Nominated Sub-Contractor.
A copy of each form is included in the General Specification.

2.47 42 Safety of the Works

Insert new clause 42

“ The Contractor is solely responsible for safety in carrying out the works. The Contractor
shall observe all relevant laws and regulations in this regard. If the Contractor fails to do so,
the Architect/Supervising Officer may issue instructions and/or suspend the works. Any such
instructions and/or suspension shall not constitute a basis for claiming an extension of time or
additional cost.”
5APPENDIX TO PART 2 - THE CONDITIONS OF CONTRACT

Description Clause

Defects Liability period 15.16 & 30 365 days

Insurance to cover for any one 19(1) (a) Total Project Sum
occurrence or a series of occurrences
arising out of one event

Percentage to cover Professional fees 20 [ A ] None

Date for Possession 21 As stated in the Notice To Proceed

Date of Completion 21 545 days from the Date of possession

Liquidated Damages 22 0.2% of the Contract Sum per day of delay up


to a maximum 10% of the Contract Value

Period of delay by reason of loss or 26 25% of the contract period or14 weeks
damage caused any of the Contingencies whichever is greater
as referred to in Clause 20 [A] or any
other reasons

OH & Profit for PC Sum 27 Follow clause 2.31 (Conditions of Contract)

Period of Interim Certificates 30 (1) 1 Month

Period for Honoring of Certificates 30 (1) 45 days from date of issue

Percentage of Certified Value retained 30 (3)a 10%

Percentage of Certified Value retained 30 (3)b 5%


during Defects Liability Period

Period of Final Measurement and 30 (5) After inspection of the work

Period for issue of Final Certificate 30 (6) 3 Months

Pre-Final Payment Practical Completion Certificate form issued by


Project Officer. In case of source of budget
funding other than from BDF Directorate,
retention shall be released against Bank
Guarantee
APPENDIX TO PART 2 - THE CONDITIONS OF CONTRACT (...Continued)

Description Clause

Period of Final Measurement and 30(5) 12 Months from the day named in the
Valuation Certificate of Practical Completion of the
Works. (The invoice should be accompanied
with the Final Completion Certificate form
issued by Project Officer )

Period for issue of Final Certificate 30(6) 3 months

Amount of Performance Bond 39 10% of Contract Sum

Time within which the Performance 39 14 days from the date of notification of intent
Bond must be produced to award the contract

Advance Payment Up to a maximum of 10% of the total amount


against Bank Guarantee which will be adjusted
equally in the Interim, Pre-Final, Final Bills
expected according to the performance period
of the job
PART 3

GENERAL SPECIFICATIONS
THE FOLLOWING ARE ADDITIONS, DELETIONS, AND AMENDMENTS TO THE STANDARD
SPECIFICATION FOR BUILDING WORKS ISSUED BY (MINISTRY OF WORKS, POWER AND
WATER SECTION 3 TO 20) DATED 1994.

Note: Some items might be repeated in the Project Drawings.


** The use of this specification shall be as per the design requirement for each project. (This is only
indicative)
* Optional as per the Design requirements.
*** The figures or values are changeable as per the requirements of each project.

SECTION 3 EXCAVATION & EARTHWORKS.

i. Change in Clause SS. 3.2.2 (c) Paragraph 2 Grading Envelope for class (3), the sieve size from 10mm to
100mm.

A. All backfill material shall be as per Clause SS. 3.2.


1. Backfill for under and around foundations, ground slabs shall be “Class 2”
2. Crusher fine shall be “Class 6”
3. Type A material for roads and where mentioned on the drawings shall be “Class 2.”
4. Filling below ground floor slabs, paving, foot path and where required shall be of “Class 2”
materials and laid in ***150 – 250mm layers to be compacted with approved methods, until a
minimum relative dry density of 95% is obtained.

B. *Excavation
*1a) Excavation shall be done to remove unsuitable material insuring that assumed bearing
capacity in the design are met at formation level. Depth of excavation shall be as per site
instruction. The Whole project area shall be excavated giving ***1.0m allowances at all sides
and depth of excavation shall not be less than ***1.4m from the existing ground level filled
with hardcore minimum ***550mm plus ***400mm thick topped with desert fill as per
Clause SS. 3.2 “Class 2”. All desert fill should be compacted in layers with a maximum depth of
***200mm with ***20 TON roller. Minimum ***5 nos. Field Density tests to be taken after
completion of each layer. No blinding shall be allowed unless the results obtain complies with the
requirements. Also Load Plate Test is required under the foundation as per the S.O. instructions.

*b) Foundations are to be placed on a minimum bearing capacity of ***250 KN/m2

*c) Excavation shall be done to remove unsuitable materials. Foundations are to be placed on natural
ground of rock with an allowable soil bearing capacity of ***250 KN/m2, Mass Concrete
(20N/mm2) may be used below foundations to reach the required bearing level up to 150mm. The
Contractor shall be responsible for investigating at what level this bearing capacity can be
attained. The results of the Load Plate Test * * * (Total Nos. 3) to be submitted for checking
and approval of the S.O.

SECTION 4. FALSEWORK AND FORMWORK.

1. Add the following to Clause SS. 4.3.5


All internal ties for the shuttering of the retaining walls shall be filled with the following materials:

a. Internal up to 10mm from outside to be filled with structural grade polymer


modified concrete re-instatement mortar

b. External up to 10mm to be filled with epoxy resin fairing coat.

2. Delete item A, B, C & D of Clause SS. 4.3.12 and add the following:

a. Sides of all the beams, footings, columns, slabs up-stands : 2 Days.


b. Bottom of beams, slabs, that are simply supported : 14 Days.
c. Beams, slabs, drops, which are cantilevered : 21 Days.
3
a. Buried concrete, it shall be as per Clause SS. 4.3.9. ‘b’
b. Exposed concrete, it shall be as per Clause SS. 4.3.9 ‘c’
c. The form work shall be marine plywood.

SECTON 5. REINFORCEMENT FOR CONCRETE


1. Add the following to Clause SS. 5.2.1

a. Reinforcement shall be high yield steel “Y” 460 N/mm2 and mild steel “R” 250 N/mm2.

b. Add the following to Clause SS. 5.2.1.


Distribution bars to be Y 8 @ 300mm C/C cut and bent on site minimum lap 400mm.

2. In Clause SS. 5.3.2 “g”, delete “Tension reinforcement 40 bar diameters” and add “For Tension lap, it
should be 43 times bar diameters”, also delete “Compression reinforcement 25 bar diameters” and insert
“For compression lap, it should be 43 bar diameters.”

SECTION 6. CONCRETE

A. Add the following points.


1. Delete the table in item “a” of Clause SS. 6.2.11 and add the following table.

Grade Nominal Cement Content Maximum Free Slump Characteristic


Max. Water/Cement Cube
Aggregate KG/m3 of Ratio Strength
Size Finished
Concrete +/- 25
mm mm N/mm2
Min. Max 28 Days
45 20 370 500 0.42 75 45
35 20 350 500 0.45 75 35
Blinding 20 220 500 0.45 75 20
2. Grade 45 concrete shall be used with Sulphate Resisting Cement, and it is used in unreinforced

concrete structures and in reinforced concrete structures below ground level up to the underside of

damp proof course or membrane.

3. Grade 35 concrete shall be used with Ordinary Portland Cement, and it is used in unreinforced concrete
structure and in reinforced concrete structures above damp-proof course/membrane level, which is not
in direct contact with the ground.

B. Add the following to Clause SS. 6.2.11


h). Screed Floor finish and Roof: -

Type of Location Cement Maximum Free Nominal Characteristic


Screed Content Water/Cement Max. Cube Strength
Ratio Aggregate
KG/m3 Size N/mm2
mm 28 Days
Normal Flooring
and roof 290 0.55 10 20
C. *Expansion Joint Filler shall be as per Clause SS. 6.2.21 type 1.

D. *Joint Sealant is two part polysulphide based sealant shall be as per Clause SS. 6.2.22 “d”

E. *Water bars shall be nitrile rubber and as per Clause SS. 6.2.19.

F. *All concrete and blocks surface in touch with backfill material, shall be treated as follows:
1. Bituminous coating as per Clause SS. 6.2.18’c’.
2. Membrane as per Clause SS. 6.2.18 “d” and S.O. instructions.

G *All concrete and blocks in touch with backfill


1. Bituminous coating as per Clause SS. 6.2.18‘c’.
2. Polythene Sheet 1000 gauge.

H.*All concrete not in touch shall be treated with bituminous coating as per Clause SS. 6.2.18 ‘c’ up to
damp proof course (The first block layer).

I. *Polyethylene sheet 1000 Gauge shall be placed below ground beams and ground slabs.

J. *All concrete works and retaining walls below water table shall be waterproofed with 4mm thick, two
layers of approved torched applied membranes. (APP modified with 200 gm/m2 non-woven polyester
reinforced membrane). Waterproofing shall also be applied at least 1000mm above highest water table
level on all concrete surfaces and waterproofing to be protected with 4mm thick plywood before
backfilling with approved materials.
K.
LOCATION COVER TO ALL STEEL
A Foundation Footings 50mm
B Columns 35mm
C Walls below ground and external face of walls 35mm
D Internal walls above ground 30mm
E Ground Beams 30mm
F Beams 30mm
G Floor Slabs, Staircase 30mm
H Strip Footing 50mm

SECTION 7. PRECAST CONCRETE


Add the following to Section 7.
Hollow Core Pre-Cast Slab (H.C.P.S.)

1. Electrical holes to Hollow Core Pre-cast Slab (H.C.P.S.) Slab at site shall be done mechanically by
the supplier and should not affect the loading capacity of this particular slab; provided that the S.O. is
notified in writing prior to any work and approval is granted.

2. The voids in the hardened concrete specimens sawn from slabs aged not less than 7 days and
determined in accordance with ASTM C642 shall not be greater than 10%.

3. The structural deck is to consist of prestressed pretensioned extruded concrete Hollow core precast

slabs.

4. Calculations and all other details are to be provided to S.O. for approval and to show that

stress and deflection criteria are satisfied for all standard units and for all units with cut outs. The

following deflection criteria applies:

Short term camber, span/300, short-term deflection under full live load, span/350, long-term

deflection, and span/250.

5. Units will be rejected if any of the following conditions exist under zero applied load:

i. Any crack in the top.


ii. General cracking in the top of any width.
iii. Any cracking in the bottom.
iv. Any honeycombing except where localized, of very limited area and shallow.
v. Any slippage in the prestressing wires, as detectable from the side ends of the
unit.

6. Joint Grout shall be grade 35 with 10mm nominal maximum aggregate size.
7. Add to S.S. 7.1.2. (B.S. 5896)

SECTION 8. MASONRY

A. DAMP PROOF MATERIALS:

Damp proof course shall be as per Clause SS. 8.2.14 type 3 and shall be placed below the first layer
block.

B. BLOCKWORK:

1. Blocks for external walls.


A.*Blocks for external walls shall be of none load bearing, light weight blocks and wall
thickness 200mm thick, and it should confirm with the following:
1. The minimum compressive strength = 3.2N/mm2 - 3.5N/mm2.
2. The dry density should be between 480Kg/m3 - 550Kg/m3.
3. The Thermal conductivity factor (K) should not be more than
0.12 - 0.14W/m0K
4. Fixing of blocks, surface preparation, plastering, curing etc, should be
done in accordance with the Manufacturer and the S.O. instructions.
5. Materials used for fixing blocks and tiles should be supplied and done
as per the manufacturer instructions and to the approval of the S.O.
B. Concrete blocks shall be Hollow Blocks (RAK) as per Clause SS. 8.2.8 ‘a’ and shall be
7N/mm2 for all walls in frame structure and 10N/mm2 for load bearing walls.
2. All blocks at opening side shall be filled with concrete and 8mm dia bars for at least

400mm as Clause SS. 8.3.13

3.*For all blocks the pointing shall be recessed pointing as per Clause SS. 8.3.6

SECTION 9. ROOFING

1. Add the following to Section 9.


“Test Certificate from authorized laboratory for all materials, to be submitted as requested by S.O.”

2. Add the following to Section 9.

a). Foam and Liquid Water Proofing for roof.


1. The surface shall be clean to the approval of the S.O.

2. Supply and spray Polyurethane foam (CFC-Free) comply to BS 5241 and BS 4370 with a minimum
thick at any point on the surface of not less than 35mm and a minimum core density of 40Kg/m3,
K-Value-0.017 W/M.K

3. Supply and lay an approved liquid tar extended elastomeric polyurethane water proofing protective
coatings to a minimum dry thickness of 800 Micron.
4. Supply and lay an approved protection layer or Geotextile (100gm/m2) Polyester and shall be glued
to the substrate with a minimum of 100mm side laps and 150mm end laps.

5. Protective screed of 20 N/mm2, (minimum thickness 50mm) 10mm RAK as per Section 6 and it
should be laid in alternative bays in areas not exceeding 16m2 with slope of 1:100 with joints
12mm wide filled with (flexel board, and an approved polysulphide sealant of minimum depth of
12mm)

6. All right angles, corners should receive a minimum of 75x75mm of screed fillets.

b). Waterproofing for flat roof on sloped screed.


1. All right angles, corners, should receive a minimum of 75x75mm of screed fillets.

2. Supply and lay of one coat of Bituminous Primer.

3. Supply and lay of 4mm layer of torch applied APP (Atactic Poly Propylene) (APP Modified)
Non Woven Polyester reinforced, Granular finish, Bituminous membrane with a minimum of
(200gm/m2)

c). Liquid Waterproofing for floor toilets: -


1. All right angles, all up stands, corners should receive a minimum 50x50mm of plaster fillet.

2. The surface should be clean to the approval of the S.O.

3. Supply and lay an approved Bituminous Primer.

4. Supply and lay an approved liquid tar extended elastomeric polyurethane water proofing protective
coatings in two coats reinforced with (60gm/m2) Woven Polyester to a minimum dry thickness of
1.5mm

3. Add the following to Section. 9


Steel structural building to be erected by an approved sub-contractor by S.O.

4. In the 4th line of Clause SS. 9.3.3(b), delete “lead or plastic” and add “EPDM” (Ethylene, Propylene,
Diene, Monomer)

5. Add the following to Clause SS. 9.3.3.


All joints should be sealed with an approved sealant tape inserted between overlaps.

6.*Where exposed on wall adjacent columns, floors, and ceilings, the face of an expansion joint shall be
covered with 55mm wide x 3mm thick powder coated aluminum cover strip countersunk drilled,
plugged and screwed along one edge and countersunk drilled, plunged and screwed with slotted screw
holes along the other edge.

SECTION 10. CARPENTRY, JOINERY AND IRONMONGERY.

Add the following to Section 10.


Timber for external use or where in direct contact with concrete, concrete blockwork or other water based

products shall be impregnated in accordance with paragraph Section 10.2.14

A. *The use of timber shall be as per Clause SS. 10.2.13 without window frames.

B. 1.*Air-conditioning frames for wall diffusers shall be of red meranti (25mm thickness) and for
window air conditioning (25mm thickness).
2.*Skirting shall be of red meranti 100mm high and 20mm thick with decorative edge to the
approval of the S.O.

C. Working drawings must be submitted to the S.O. for approval.

D.*Laminated plastic board for decorative works shall be 6mm thick and as per Clause SS.
10.2.7

SECTION 11. STRUCTURAL STEEL WORK

Add the following to Section 11.


For pre-engineering buildings, the design calculations shall be done in accordance with BS (British
Standard), but the material, fabrication, and workmanship can be done in accordance with AISC
(American Institute for Steel Construction), ASTM (American Society for Testing Materials).
11.1. *SANDWICH PANEL PRE-ENGINEERING BUILDING
1 Foundation designs where shown on drawing is only guidance for estimation, however, final design
or revised design will be issued to contractor after receiving the approved building and proposed
loading, and reactions by the steel suppliers.
Dead Load: Includes the total weight of the building and its components. (Main frames,
purlins, girts, cladding, bracing, connections, …etc.)

Roof Live Load : The minimum roof live load is 0.57 kN/m2.
Wind Load : The wind speed load should not be less than 145km/h.

2. The contractor should submit the complete design of pre-engineering building to S.O for approval.

3. Factory injected rigid polyurethane insulated sandwich overall Panel thickness = 75mm.

4. Panel U-Value = 0.42w/m2K.

5. The minimum sheet thickness = 0.5mm.

6. The minimum core thickness = 50mm

7. Primary steel to be factory primed with one coat of zinc phosphate primer.

8. Secondary steel to be (275g/m2 galvanized).

9. Roof and wall sheeting to be of Grade 50 (50ksi) and as per ASTM A792.

10. Minimum web thickness = 4mm and flange thickness = 6mm for primary steel.
11. *Apply to all primary steel “intumescent coating” to achieve one hour fire resistance.

12. The painting system for the sheets shall be factory pre-painted as per the following:-

The sheets panel to be fully zinc aluminium 150g/m2 (ASTM A792) then epoxy primer (5 microns
DFT), and then baked silicon modified polyester coating (20 microns DFT for exterior face and 7
microns DFT for the interior face).

Note: The sheets in contact with polyurethane should receive a minimum of zinc aluminium coating.

11.2. *Single Panel Pre-Engineering Building.

1. Foundation designs where shown on drawing is only guidance for estimation, however, final design
or revised design will be issued to contractor after receiving the approved building and proposed
loading, and reactions by the steel suppliers.
Dead Load: Includes the total weight of the building and its components. (Main frames,
purlins, girts, cladding, bracing, connections, …etc.)

Roof Live Load : The minimum roof live load is 0.57 kN/m2.
Wind Load : The wind speed load should not be less than 145km/h.

2. The contractor should submit the complete design of pre-engineering building to S.O for approval.

3. *Non-hazardous to health of 100mm fiberglass blanket foil laminated insulation having a density of
10kg/m3 for walls and roof.

4. The panel U-value = 0.42w/m2k

5. The minimum roof sheet thickness = 0.635 mm.

6. The minimum wall sheet thickness = 0.5mm.

7. Primary steel to be factory primed with one coat of zinc phosphate primer.

8. Secondary steel to be (275g/m2 galvanized).

9. Roof and wall sheeting to be of Grade 50 (50ksi) and as per ASTM A792.

10. Minimum web thickness = 4mm, and flange thickness = 6mm for primary steel.

11. *Apply to all primary steel “intumescent coating” to achieve one hour fire resistance.

12. The painting system for the sheets shall be factory pre-painted as per the following:-

The sheets panel to be fully zinc aluminium 150g/m2 (ASTM A792) then epoxy primer (5 microns
DFT), and then baked silicon modified polyester coating (20 microns DFT for exterior face and 7
microns DFT for the interior face).
SECTION 12. METAL WORK.

1. Delete (c) in Section SS. 12.3.7 and add the following.

a) For Sliding Windows, main frames shall be of a minimum 100mm wide (closed tubular frame
at the bottom) x 45mm high without architrave x 1.6mm wall thickness.

b) For Casements (Doors and Windows) – mainframe shall be a minimum of 45mm wide x
45mm high without architrave x 1.6mm wall thickness. The casement frame for either windows
and or doors should be tubular.

2. Delete ‘h and i’ in Section SS.12.3.7


3. Aluminium Works
(New series 100/45 systems Balexco or equally approved) aluminium with the minimum following
specifications.

1. All Aluminium to confirm with Public Works Affairs (P.W.A) Specification Section
12.

2. All Shop drawings must be submitted to the S.O. for his approval, as per PWA
Specification Clause SS. 12.3.2

3. Dimensions of extrusions should confirm to the drawing, and tolerances applied


should confirm to DIN standards 17615.

4. All ironmongeries to be match the color of the Aluminium.

5. Aluminium Alloys used in Joinery Work should confirm to American AA Standard


for Alloys 6063 and 6351. Temper should be T6 and (T4 for arches) Mechanical
properties should confirm to DIN Standard 1748 or BS 1474.

6. Polyester Powder Coating: The Polyester Powder Coating should be of minimum 60 to


maximum 90 micron thick. The Polyester Powder Coating should confirm to BS 6496. Polyester
Powder Coating should be white or equal approved colour within the same price range and
should be guarantee color fastness for a minimum period of Ten Years under normal
maintenance conditions.

7. *All aluminium windows in ground floor shall be provided with aluminium guard bars at 100mm
centers fixed to aluminium frame around.

8.*All balustrades, shall be of aluminum sections and should be manufactured to ensure safety of
personnel and should conform to the following.

a. Railing should withstand a resistance of 100Kg of force at two application points. Elastic
stability of railing should withstand a load of 100Kg/m at private places and 167Kg/m at
public places.
b. The spacing between vertical balustrades should be maximum of 115mm center and the
railing should normally be fixed on cast shoes for correct vertical alignment. All pins, bolts,
and screws should be made of stainless steel.
c. All associated aluminum fittings shall be the correct ones to be used for end covers, fixing to
walls, other accessories, etc.
d. Height of the handrail is 1000mm from the top of the center thread.

9. Aluminum Doors and Windows (Fly screens for windows only) should be manufactured, in
order that the doors and windows are dust-proof and waterproof, in accordance with the
following specifications:

a. The amount of deflection of vertical sections should not exceed 1/200 of the height and length
at a wind pressure of 100Kg/m2 (145km/h wind speed). Evacuation holes for drainage of
water should be protected by deflector plates.
b. Two safety wedges should be fitted in the middle of the sliding windows to prevent
removal of sliding panels.
c. Gaskets should be ‘U’ shaped for sliding system and in/out for casements system and of
marine and building quality, made of E.P.D.M. (Ethylene, Propylene, Diene, Monomer) and
should be resistant to temperatures from -400C to +1000C. Brush type gasket should be fitted
on all four members of an opening to improve dust tightness.
d. Rollers should be manufactured in Nylon Graphite and have an aluminum casing. The pin
bearing must be fitted with a stainless steel pin on to roller casing. Each roller should be able
to withstand a load of 60kgs, and should be guaranteed for 30,000 cycles (openings)
minimum.
e. For sliding windows, use 450 joint for both frame and sash.

f. All locks, hinges, handles, and other fittings must also guarantee that the air and water
tightness standards are maintained and therefore be of high quality to ensure a long life to the
whole unit. Hinges should be manufactured with a Stainless steel pin encased in a graphite
bush. Handles of aluminium doors should have both pull and push signs written in both
Arabic and English languages.
g. All cylinder locks used for the Mortice locks for all aluminium doors shall be of the same
manufacture and range as those used for timber doors and they shall be sub master and master
keyed accordingly. All locks shall be supplied complete with three keys. All keys shall be
properly cleaned, tested, and oiled. All the keys shall be clearly labeled and housed in a key
box.
h. All screws used in assembly and fixing should be made of stainless steel.
i. An approved quality silicon sealant should be used during installation for sealing between the
aluminium frames and the masonry.

SECTION 13. PLUMBING AND SANITARY ENGINEERING INSTALLATIONS.

1. Add at the end of Clause SS. 13.2.27 “unless otherwise indicated in the particular specifications or

drawings.”

2. Change the second and third paragraphs of Clause SS. 13.3.1 “b” to be read as follows:
“Three sets of installation working drawings from two to five weeks from the date of notice to proceed,

depending on project size.”

“Three sets of detailed plant room drawings, purpose made diagrams, detailing separately all the

composite electrical circuits and wiring layout and builder’s working drawings from two to ten weeks

from the date of the notice to proceed, depending on project size.”

3. Add subdivision ‘c’ to Clause SS. 13.3.3

All Pipes shall be laid in symmetrical patterns and supports for the pipes shall also be fixed in

symmetrical patterns without interference.

4. Change Clause SS. 13.3.21 ‘a’ to be read as follows:

“Within three weeks from the date of the notice to proceed, The Contractor shall submit to the S.O. for

his approval, three sets of drawings giving details of size, weights, fixings, mechanical and electrical

connections, types of connection and standard of finish of every item of plant and equipment.”

5. Add subdivision ‘e’ to Clause SS. 13.3.21

One compacted disk and one copy of the same of “as installed” drawing shall be handed over to the S.O.

within two weeks after issuance of practical completion certificate.

6. Add the following to Section. 13

Workmanship (Pipe in Pipe System)

Installation of the polybutylene pipe system or cross linked high-density polyethylene pipe system shall

be carried out in accordance with the manufacturer recommendations by specialized technicians with

adequate experience in the installation of such items. Particularly, pipes shall be in continuous lengths

between manifolds and outlet fittings, bends shall not exceed manufacturer’s recommendations and pipes

shall not be in a location where they are exposed to sunlight. Shop drawings shall be submitted for the

approval of S.O. before commencing the installation of the system. Attention shall be given to the

following matters on the shop drawings: -

1. The location of the manifolds, distribution.


2. The degree of bends in the pipes.
3. The outlets for fittings are in flush with the wall.

A complete system shall be installed in a sample house or unit and approved by the S.O, before general

installation commences. The S.O. will ensure that all pipes can be easily withdrawn as required.

During the installation process, adequate care shall be taken to avoid damage to any element of the

piping system. Pipe run in concrete slabs shall be kept away from steel reinforcement. A proper legend

shall be placed at the manifold duct for future identification purpose.

7. Add the following to Section. 13

7.1a. All works shall be done in accordance with Sewerage Directorate (SD) Specifications, i.e. Standard
Specification and Standard Details Drawings for Sewerage and Drainage Civil Engineering Works,
and
b. All works shall be done in accordance with Water Planning & Projects Directorate
Specifications, 1992-1998.

7.2 WATER SUPPLY SYSTEM FOR BUILDING WORKS.

1. The external water works shall be done in accordance with the Water Planning & Projects
Directorate, Specification, January 1992, or latest edition.

2. No work shall be permitted without approved working drawings.

3. A set of record drawings on which change due to site conditions have been recorded shall be
maintained at site.

4. Three prints & one reproducible, of all as built or as installed-drawings with a CD are
required.

5. All valves and accessories shall be tagged. Each tag shall state the type of service and valve
number, which shall be as stated in the as built drawings. The labels and tag shall be dye
printed red on 2-mm aluminum sheet and permanently sealed in anodized film.

6. The main contractor shall be responsible for coordinating the works between different sub-
contractors.

7. Services crossing the roads shall be protected with concrete. Asphalt cutting shall be
reinstated to the S.O satisfaction. Details to be agreed at site.

8. The contractor shall visit the site to understand the scope of internal and external works. All
items of equipment and works shall be complete to render the services of rainwater, water
supply, drainage, air conditioning and ventilation systems fully functional and operational.
This shall include connections to the exiting system where required, shall be included in the
price, whether specified or not. No extras will be allowed once the contract is awarded.
9. For Hot and cold water pipe work (pipe in pipe system) shall be suitably sized. Pressure drop
calculations shall be submitted estimating the pressure at the entry to each building and in
support of pipe size selected for internal works.

10. All sanitary fixtures shall be provided with isolating angle valve. Each section of pipe work
shall have an isolating valve. Each toilet shall have an isolating valve, one each for the hot
and cold water supply.

11. The Water heater shall be located as indicated in the drawings with correct capacity.

12. The system shall be sterilized as per the specifications of the local authority.

13. WATER SUPPLY SYSTEM, INTERNAL:

a. Copper pipes or pipe in pipe system, Pb or PEX pipes shall be used for both hot and cold water
services, and copper pipes shall be protected by wrapping with bitumastic tape, compatible with
the pipe materials, in an approved manner, where concealed. All pipes to be concealed. Hot
water pipes where exposed, shall be insulated accordingly, while exposed cold water pipes shall
be wrapped with denso tape if they are copper pipes. All sanitary fixtures shall be provided with
isolation valve for maintenance purposes. Copper pipes used for hot and cold water services
shall be to BS 2871, Part 1, Table X together with integral Solder Ring capillary fittings to BS
864 Part 2. All as per Yorkshire Imperial U.K or equal and approved, including valves or PEX-
system approved by S.O.

b. Water transfer pump and booster shall be stainless casing, shafts and impeller capable of
delivering water to a desired head as indicated in the drawings contractor to submit performance
curve of their proposed pump and to place order only once approved by the S.O.
14. . *HOT & COLD WATER SUPPLY SYSTEM

“For Hot and Cold water supply, the pipe in conduit (Pipe in Pipe System) is to be used and should be
submitted to the S.O. for approval with the minimum following specifications:

1. All pipes, conduits, elbows, valves, manifolds, distribution boxes, and other fittings shall be
submitted to the S.O. for approval.

2. The Contractor should submit to the S.O. the design layout and the Schematic Diagram for
approval, showing all sizes etc, for internal piping layout from the distribution boxes to the sanitary
wares or final point as per the drawings.

3. The minimum guarantee period for the pipe system against material and manufacturing defects
should be 15 years with a guarantee letter from the manufacturer or the agent in the Kingdom of
Bahrain.

4. The system should withstand a temperature range and pressure between a minimum of (100 C, 200
C, 300 C) @ 7 bars and a maximum of 950 C @ 3.5 bars, also up to 1000 C as a short-term
temperature.
5. All the internal services piping are to be tested @ 7 bar pressure prior to connecting water
heaters and sanitary fittings. Minimum duration of the pressure test is 24 hours. Normal working
pressure for both hot and cold-water service is 2.7 bars for building service.

6. There should not be any joints in the conduits in Pipe in Pipe system.

7. In the distribution boxes, all the inlets & outlets (the gap between conduits and pipe) should be
sealed with a removable sealer, to avoid any water intrusion through the conduits, prior to any
commissioning or dismantling any pipes.

8. All internal sides of the distribution box should be waterproofed and the front cover should be
removable as per S.O. approval.

9. The pipe sleeve (conduit) used for the pipes must be corrugated type. The conduit shall be made of
polyethylene or any other approved suitable material. The conduit shall be available in at least two
colours to distinguish between hot and cold water pipes.

10. The pipe and fitting should not be exposed to the sun under any circumstances.

11. The system shall be manufactured completely out of environmentally friendly recyclable materials,
in accordance with DIN 16892/DIN 16893, and DIN 1988, for cross linked high-density
polyethylene (PE-Xc) or class ‘S’ of BS 7291 part 1&2 for polybutylene and or any other approved
standard.

12. The system shall be certified by an approved recognized third party testing body for compliance
with an approved international standard and suitability for use with drinking water.

13. The full system shall be manufactured by an approved manufacture having a quality management
scheme certified by an approved third party quality assurance body.

7.3 Rain Water System:


All rain water pipes and A/C drain pipe shall be concealed in the block work and freely
discharging on to the walkway with shoe. Invert level of the shoe shall be 50 mm higher than level
of walkway. The roof shall be sloped as specified and roof outlets with cowls shall drain down the
roof into down comer pipes.

7.4 Pipe Work:


Supply of pipes and fittings, laying, jointing and bedding, protection of metallic parts and uncoated
pipe work with Denso tape, testing, sterilization and connection to the existing buildings shall be
considered. Joints shall be of the ring socket, push fit type. Fitting shall be to BS 4346. The complete
pipe work shall be suitable for a working pressure of 15 bars. The pipe work shall be designed to
withstand thermal expansion. Pipe and fittings of all sizes shall be UPVC pipes to BS 3505 Class E.

7.5 Concrete Protection:


When the pipe crosses the road, the pipe shall be inserted in a sleeve of one size larger than the pipe.
The sleeve shall be encased in Class 1 concrete with cover of at least 150mm in any direction.
7.6 Thrust Blocks:
Construct thrust blocks where required including excavation, shuttering concrete, etc. Provide two
layers of 100-g polyethylene sheet to prevent the pipe from being gripped by the concrete.

7.7 Warning Tape:


Warning tape and concrete watermarks are to be provided and installed at site.

7.8 Bedding:
This shall be well compacted bed of clean marine sand free of clay material at the sides to firmly bed
the pipe to turn line and level.

7.9 Pipe Jointing:


These shall be strictly to the manufacturer recommendations.

7.10 Testing:
1. The external water supply system shall be tested at 10.5 bar pressure as per Water
Planning & Projects Directorate Specifications.
2. The internal system including water heaters shall be tested at 7 bar pressure for 24 hours
at atmospheric temp.
3. Pipelines shall be tested in lengths between manholes or valves pits or such shorter
lengths as the S.O. may direct or permit. Fittings required for temporary closing the
opening in the pipe lines to be tested shall be adequate to with stand the pressure
specified. The contractor shall keep a record of all tests in a book, which shall be
available for inspection and handed over to the S.O. on demand. The final tests shall be
applied in the presence of the S.O. and as per the method required by the S.O.

7.11 Protection:
All exposed pipe work shall be protected and painted. Pipe shall be color banded according to services.

Wrapping Tape System:

The wrapping tape for the external protection of pipes and fitting shall comprise a thick plastic tape
coated on one side with a heavy self adhesive bituminous or butyl rubber compound. The adhesive
compound shall form at least 50 % of the total tape thickness. The product shall achieve the following
minimum performance values: -

Total tape thickness 1.5 mm


Tensile strength 17 N/mm2
Elongation of non-strengthened tape 250 %
Tear resistance 45 Newtons
Impact resistance (double layer) 15 Nm (Joules)
Adhesion 2.00 N/mm
Dielectric strength 20 Kv
Insulation resistance 1,000,000Mega Ohms
Operational temperature range -20 to +75 C

The wrapping system for pipes shall unless otherwise approved by the S.O. include a compatible
surface primer.

Bolted connection incorporating ferrous metals, which are laid in direct contact with the ground, or in
chambers, shall be protected. Special tapes with grease in fibre material shall be used.

7.12 Garden Hose Point:


Garden tap shall be provided wherever necessary. The taps shall be supplied from water supply. The
garden tap shall consist of G.I pipe as mentioned on the drawings with a gate valve and a chromium
plated hose bib. The height of the up stand shall be 3 feet with one feet x one feet x one feet concrete
base.

7.13 Pressure Reducing Valve (Provisional):


There shall be sufficient space in the stop valve box to fix a 1” or 2”size pressure-reducing valve (PRV)
with isolating valves. The PRV shall be suitable for an upstream pressure 10 bar with the down stream
pressure of 1.4 bars to 4 bars. The PRV shall be of the gunmetal /Bronze to BS 1010 marked and
suitable for water duty. The PRV and its installation is a provisional item.

7.14 Sanitary Accessories:


In general for each EWC provide
1. a toilet roll holder
2. a hose spray with trigger and angle valve at the right hand side of the user.
For each washbasin provide a soap dish.

For every shower tray provide:-


1. a soap dish and
2. a towel rail

For each toilet provide 4 Nos. clothes hook.

The location of the accessories shall be decided at the site. The manufacturer of the sanitary accessories
and the sanitary fixtures shall be the same.

7.15 Guarantees of Equipment’s and Plants:


Unless otherwise indicated elsewhere, all components, system and parts supplied by the contractor shall
be guaranteed against defects in materials and workmanship for two years from acceptance date. Labour
to repair, reprogram, or replace components shall be furnished by the contractor at no charge during the
guarantees period of 24 month from the date of issuing acceptance certificate by an end-user. Two years
or manufacturers guarantee for electric water heaters. In the event of a manufacturing defect or defects
arising within the guarantee period, the contractor shall make good all defects noted at his own expense
to the satisfaction of the S.O. During the defect liability period, the contractor shall service all
equipment installed at least once a year after the date of handing over. The time of servicing shall be
decided by the S.O.

7.16 Shop and installation Drawings.


The contract drawings are for the purpose of obtaining tenders and showing the general arrangements
only, they are not intended for and shall not be used as “Shop Drawings”. Allow in the tender price for
the preparation of shop drawings. No work shall be carried out on site without prior approval from the
S.O. of the relevant shop drawings.

7.17 Record Drawings


The contractor shall maintain, on site, a continuous record of alterations on a copy of the contract
drawings so as to produce a set of “As Built Drawings”.

7.18 As built Drawings


At the conclusion of work, prepare and submit “As Built Drawings” and shall be prepared from the
“Record Drawings”. These drawings shall be submitted to the S.O. for review and approval.
7.19 Workmanship
Add the following to Clause SS. 13.3.12

It should be understood that neatness, exactness and a good finished appearance of all works carried out
is an essential requirement. Under no circumstances will inferior work or workmanship be accepted by
the Bahrain Defence Force and a high standard must be maintained through out the period of the
contract.

No work shall be carried out on site without prior approval from the S.O. The installation method of
jointing and fixing shall comply in all respects to the manufacturer’s site work instructions.

7.20 Coordination
Contractor shall be responsible to coordinate different services, system and builders works accordingly,
and any discrepancy found shall be brought into S.O. attention in writing, failing which contractor will
rectify the systems or services as per S.O. requirements, at no extra cost.

7.21 Testing Balancing and Adjustments


The commissioning procedures shall be based on manufacturer recommendation. The contractor shall
prepare a program of commissioning and associated activities and sufficient time shall be allocated for
each activity shall be
clearly identified and cross-referenced.

7.22 Alternative manufactures


The contractor shall note that references to all manufacturers and model numbers are purely for
establishing a standard. The contractor may submit alternative manufacturer’s equipment provided that
it meets the standard, and is to the satisfaction of the S.O. But the contract price shall be deemed to
include only for the manufacturers called for in the specification.

7.23 Service Valve Box at entry to building.


A common isolating valve shall be provided for each building. This valve will be in a service valve box
with proper cover. Valve boxes shall be approved by the S.O. These shall be minimum 600x600 mm
plan dimensions, internal. The construction shall be in general as per Standard Drawing.

8. PIPE LAYING:
Add the following to Section. 13

For trench details Contractor shall refer the drawings. All pipelines shall be constructed generally in
accordance with CP 2010: Parts 3 & 4: 1972, unless otherwise specified elsewhere in this document, or
instructed by the S.O. The contractor shall ensure that the pipe remains clean during lying and allow, at
no extra cost, for the use of a badger. The badger which will be drawn forward through the pipe
previously laid as work proceeds on the pipe line, shall be soft material which will not damage the
external surfaces of the pipes and be of a design approved by the S.O.

The contractor shall also include for approved water tight plugs to be provided at all open ends when pipe

line is not actually in progress. Each pipe shall be laid accurately to line and gradient so that, except

where otherwise specified or ordered by the S.O., the finished pipe line shall be in a straight line in

horizontal and vertical planes. The contractor shall ensure that the pipe is uniformly supported on the

bedding material over its full length and under no circumstances shall large stones, rock projections or

other hard objects be permitted to come into contact with the pipe. Pipe support blocks shall be firmly
bedded to true line and gradient before the pipe is laid. Pipes shall be laid upon an even formation for the

full length of each pipe and where pipe sockets are used without bedding the joint holes where necessary,

shall be as short as practicable to admit the sockets and to permit the joints being properly made. Where

lines of pipes are to be constructed in trench the contractor shall provide, fix and maintain at such points

as may be directed by the S.O., properly painted sight rails and boning rods of predetermined

measurement, for the boning in of individual pipes to correct alignment. The sight rails shall be situated

vertically above the line of pipes or immediately adjacent thereto.

9. JOINTING PIPES:
Add the following to Clause SS 13.3.15

The contractor shall ensure that joints are made strictly in accordance with the manufacturer’s
instructions. Flexible joints shall be sealed with an elastomeric joint ring or flexible gasket. The rings
shall be stored, until needed, in a cool place free from direct sunlight. Flanged joints shall be sealed with
an annular gasket. When flanged joints are to be made the bolts shall be inserted and the nuts turned to
finger tightness. Thereafter the final tightening of nuts shall be effected by the spanners in such sequence
that diametrically opposite nuts are tightened together. UPVC pipes shall be laid such that the minimum
cover from the crown of the pipe to ground level is 1.0 m. Polyethylene pipes shall be laid such that the
minimum covers of 0.6 m. Where the water pipe cross sewerage pipes or electrical cables, the services
shall be laid as directed by the S.O.

10. GATE VALVES:


Add the following to Section. 13.
Gate valves installed in valve chambers, size 3 inches and above, unless otherwise stated, shall be of
following specifications.

a. Gate valves shall be double flanged, inside screw, solid wedge resilient seated, non-
rising stem cast iron wedge gate valves conforming to BS 5163.
b. Valves flanges shall conform with BS 4504 (metric units) table 16/11
c. The valves shall close in a clockwise direction and shall be supplied complete with valve
hand wheels.
d. All valves shall have machined gunmetal faces on the body and bronze non-rising spindles
operating in gunmetal nuts. Stem seal shall be of the stuffing box and gland form.
e. All valves shall be resilient seated with an approved rubber wedge facing and Smooth bore.
f. Valves shall satisfy the requirements of the open-end test specified in BS 5163.
g. Valves shall be coated internally and externally with fusion bonded epoxy resin or non-toxic
PVC or equivalent approved material, approved by the S.O.
h. In general the valves shall be as per item 1c.

11. NUTS, BOLTS AND WASHERS:


Add the following to Clause 13.3.13.‘a’

Bolts, nuts, washers and other demountable fastening shall be steel galvanized to BS 729:1971. All
exposed bolt heads and nuts shall be hexagonal and the length of all bolts is such that when fitted with a
nut and tightened down, the threaded portion shall fill the nut and not protrude from the face thereafter
more than half the diameter of the bolt.
12. DISINFECTIONS:
Add the following to Section. 13.

The contractor shall carry out the sterilization of all water system pipelines to BS code of practice CP
310, 1965.

Pipelines for water supply purposes shall after testing, are thoroughly flushed out. Any swabbing of

mains that may be required by the S.O. is deemed to be included in the contract price. After the S.O. has

approved the cleaning, the contractor shall completely fill the pipeline with water supplied by the Water

Supply Directorate. To which he shall have added “Clorox” or other approved chemical to give a free

chlorine reserve of 50 mg/liter or as approved by the S.O. but not exceeding 50 mg/liter.

The S.O. and the Water Supply directorate shall approve the method used for chlorine injection. The
pipe line shall be completely isolated from existing supply mains and the solution shall be left in the
pipeline for at least 24 hours after which it shall be emptied of the solution and flushed out again before
being put into service.

On completion of chlorinating and flushing, the pipeline shall not be put into service until the contractor

has demonstrated that bacteriological tests on the water delivered at one end of the pipe length under test

is to a satisfactory potable standard. 100-ml sample of waste containing of no detectable conifers shall

be considered bacteriological acceptable or to any standard required by the S.O. Internal pipe work shall

also be disinfected as detailed above.

SECTION 14. AIR-CONDITIONING AND MECHANICAL SERVICES.

1. Change Clause SS. 14.1.9 to be read as follows:


“Any comments by the tenderer on the approved design drawings, the availability of plant, materials and
labour, and the time required for the completion of the work shall be brought to the S. O. in writing at
least two weeks before the time of submission of tender.”

2. Change Clause SS. 14.1.10.”a” to be read as follows:


“Three sets of installation working drawings, within five weeks of acceptance of the tender,”
depending on project size.

3. Change Clause SS. 14.1.10.”b” to be read as follows:


“Three sets of detailed plant room drawings, purpose made diagrams detailing separately all the
composite electrical circuits and wiring layout and builder’s work drawings from two to ten weeks of
acceptance of the tender, depending on project size.”

4. Change Clause SS. 14.1.10. “d” to be read as follows:


“One Compacted Disk of “as installed” drawing and one copy of the printed drawing from same CD
shall be handed over to the S.O. within two weeks after issuance of practical completion certificate.”

5. Add to the Clause SS. 14.5.1 ‘c’


Ball (seat) valves with lever handle shall be used. These valves shall be made of gun metal, bronze or
stainless steel.

6. Add the following to Section 14.


Air Conditioning system:

1. Window and Split Units.


All air conditions units shall be of the standard type, specified capacities and manufacturers. The
location of the fan coil units and condensing units shall be proposed by the Architect.

The condensate drain pipe shall be to BS 3505,Class E and shall be concealed in the block work and
freely draining into an underground concrete soak pit filled with gravel, internal size
300x300x300mm. Access shall be provided for rodding. The contractor shall provide vibration
isolation pads for the condensing units. The condensate drain from the evaporator shall be installed
as directed by the S.O. The pipe drain for the condensate shall be at least 3/4 dia or as mentioned.
The size of the conduit for routing the refrigerant pipes and cables shall be 3- dia. UPVC pipe at
each unit.

An Ozone friendly, CFC free refrigerant is to be used in all Air Conditioning and Refrigeration
systems in according to the regulations of the environmental committee of the Kingdom of Bahrain.

SECTION 15. ELECTRICAL INSTALLATION


1. Add to the Clause SS. 15.1.3
Compliance with approved International Standards and codes of practice. (Note: Applicable Standards
such as B.S, I.E.C, N.E.C, etc shall be carried out as per the clarification).

2. Add to the Clause SS. 15.2.1 ‘d’


If there is any conflict between the drawing and the specification, the contractor shall bring it to the
attention of the S.O. and get it clarified in writing and the work shall be carried out as per the
clarification.

3. Change Clause SS. 15.4, to be read as follows:

15.4.’a’ ELECTRICAL SUPPLY (NORMAL ELECTRICAL SUPPLY)

The characteristics of the supply as provided by the Electricity Directorate is as follows:

1. 400 volts + or – 6% 3 Phase, 4 wire, 50Hz + or – 2% System


2. 230 volts + or – 6% 1 Phase, 2 wire, 50Hz + or – 2% System
3. Fault level: 31MVA at 400V for 0.5 seconds duration.

‘b’ ELECTRICAL SUPPLY (SPECIAL ELECTRICAL SUPPLY)

The characteristics of the special power supply as provide by the Bahrain Defense Force is as follows:
1. 400V + or – 2% 3 Phase, 4 wire, 60Hz + or – 1%
2. 110V + or – 2% 3 Phase, 4 wire, 60Hz + or – 1%
3. 110V + or – 2% 1 Phase, 3 wire, 60Hz + or – 1%
4. 230V + or – 2% 3 Phase, 4 wire, 60Hz + or – 1%
5. 230V + or – 2% 1 Phase, 3 wire, 60Hz + or – 1%
6. 400V + or – 2% 3 Phase, 4 wire, 400Hz + or – 1%
c. The Contractor shall however, conform these before ordering equipment or commence work on
existing installations, dependent on these factors.
4. Change Clause SS. 15.5.1’c’ to be read as follows:
The Contractor shall ensure that adequate entry/free access for maintenance/additions/alterations are
provided to suit the particular requirements.

5. Change Clause SS. 15.5.3 ‘b’ to be read as follows:


All the switchboards shall be free of distortion and welding strains. They shall be sufficiently rigid to
support the equipment without distortion under normal and short circuit conditions. They shall be
suitably braced for short circuit duty of 50KA symmetrical for a period of 0.5 seconds.

6. Change Clause SS. 15.21.5 to be read as follows:


“The Contractor shall submit two sets of “as fitted drawings” of the installation for verification and
checking immediately after the final completion, but in any case not later than two weeks from the date
of practical completion. After verification one set of drawing will be returned to the contractor who shall
resubmit another two sets of “as fitted drawings” incorporating all the comments made by the S.O. on
approval of the above set of drawings, the contractor shall submit two sets of finally approved drawing,
one Compact Disk of “As fitted Drawings” and three copies of operation and maintenance manuals (at
least one set of original) within two weeks of final approval of the “as built drawings” by the S.O. These
shall incorporate the general arrangement of all the electrical equipments, wiring details of equipments
and its control, location of conduits, trunking, trays and catalogues/brochures of materials and equipment
used and name of local agent. All details shall show all sizes used.”

7. Add the following to Section 15.

a. The Contractor shall obtain approval for internal and external layout of telephone works
from S.O. and execute the work accordingly.

b. This general specification shall be read in conjunction with all the relevant drawings and particular
specifications. In case of any ambiguity, the S.O. must be contacted prior to tendering and a written
clarification shall be obtained.

c. Before assigning any cable splicer to the work covered by this specification, the Contractor shall
provide the S.O. with the names of the cable splicers the employer, together with satisfactory proof
that each splicer has had at least 3 years experience in splicers, high voltage and communication
cables and is experiences with the type and rating of cables to be spliced. In addition, each cable
splicer may be required to make an approved dummy splice in the presence of the engineer in
accordance with cable manufacturer’s instructions, before the splicer is approved to splice cable. All
material for dummy splices shall be furnished by the Contractor.

d. Service cables shall be extended into various buildings as indicated, and shall be properly connected
to the main service equipment. Conduits from a point 5 feet (600 mm) below finished grade to the
main service equipment will be provided. After installation of cables, conduits shall be sealed with
linking compound to prevent entrance of moisture or gases into building.

e. The electrical Contractor or the electrical subcontractor(s) should submit the ED licence holding
Grade ‘A’ or ‘B’ and the CV of the electrical engineer for S.O. approval. After signing the contract,
the main contractor has to submit the following of the proposed electrical subcontractor for the
approval of S.O.

a). CV of the Electrical Engineer.


b). C.P.R. copy of the Engineer and Electricians.
c). B.S.E.D. License copy of the Engineer & Electrician.

The Electrical Engineer should attend all site meetings and be present at site full time.
8. Add the following to Section 15.

GENERAL
All distribution shall be of the size and type specified and shall be fitted with fuses, moulded case or
miniature circuit breakers as specified. Distribution boards shall be in accordance with IEC-439.

PART 1 - MCB- DISTRIBUTION BOARDS


1. All distribution boards shall be equipped with MCB’s and shall incorporate a set of fixed bus bars and a
main MCCB as shown on drawings. The MCCB (moulded case circuit breakers) banks shall be so
mounted that they can be readily removed or canted for wiring and inspection. All MCB’S shall be plug-
o
in/ screw on type and shall be calibrated at 50 C. Distribution boards shall be SPLIT BUSBAR type and
comprise of 2 nos. suitable rated ELCB with 30mA sensitivity for socket outlets and water heaters and
300 mA sensitivity for lighting and small power, unless otherwise indicated on drawings. All MCB’S,
ELCB’S and DB’S shall comply with IEC standards 898, 1008 and 439, and shall have a minimum
breaking capacity of 6 KA.

A circuit list shall be printed on plastic sheet and installed inside the panel door or adjacent to each MCB
distribution board.

2. SHORT CIRCUIT RATING


The whole distribution network forming part of this installation shall be capable of carrying without
permanent distortion or deterioration both 3-phase and 1-phase short circuit fault currents that may be
encountered at any part of the system.

3. ROUTING OF CABLES
The routing of cables shown on the drawings is for a guideline to Tenderers in pricing. The exact routing
of all the cables shall be the responsibility of the Contractor. The Contractor shall therefore prepare his
own routing layout drawings before commencement of any installation for the S.O. approval. It shall be
the responsibility of the Contractor to check at the stage of tender the runs of all cables in relation to the
structural restrictions so that all materials, such as trays, ducts, conduits etc. are included in his tender.

4. FINAL SUB-CIRCUITS
Generally, PVC insulated cables, from the MCB Boards, shall be drawn into trunking and conduits,
installed in false ceiling, slabs or walls or floors, as may be required to the various lighting points,
switches and small power outlets forming part of the installation as shown on drawings. Where trunking
are used for drawing more than one circuit each circuit shall be bunched together taped and labeled at 3-
meter intervals. Where XLPE/SWA/PVC copper cables are shown, these shall be routed through ducts,
trays or clipped direct to wall surfaces or laid direct in ground, as may be required, up to the various
power points or control panels and distribution boards.

All cables used shall be of standard sizes and colours shall satisfy all the relevant British Standards and
other regulations for the type of service, which they are used.

PVC insulated cable shall be stranded single core, class number 6491X and are to be manufactured in
accordance with BS 6004. All flexible cords shall be circular PVC insulated PVC sheathed 300/500 volts
grade and are to be manufactured in accordance with BS 6500 and BS 6746.

5. CONDUITS AND THEIR FITTINGS


Where conduits are to be surface run, it must be galvanized conduit, if it is exposed to the air either
outdoors or in service ducts unless otherwise specified.
All exposed flexible conduit to be installed outdoor shall be G.I. with PVC coating unless otherwise
specified.

No conduit of diameter less than 20mm can be used in any part of the installation. Particular attention
should be paid to areas, if there is any, where conduit needs to be installed in pre-stressed concrete slabs
where special fixing of conduits are required and the exact position and method should be known in
advance; such work should be carried out very accurately and carefully and only after approval from the
S.O.

All conduit shall be heavy gauge extra super high impact rigid PVC the requirements of BS 4607, unless
otherwise stated.

Only PVC spacer bar saddles of the appropriate size shall be used to secure PVC conduits to surfaces.
Factory made bends, elbows, tees and split fittings shall not be used on any part of the installation
without the written permission of the S.O. The end of conduits shall be cut square, have all sharp edges
removed and be properly reamed and cleaned prior to assembly to fittings. Adaptable PVC boxes shall be
fitted at every point where conduits cross to avoid unnecessary offsets. Internal barriers shall be fitted
within these boxes to maintain circuit separation. Circuits from different distribution boards shall not be
covered by the same lid.

A back outlet box shall be used where a surface conduit turn and passes through a wall not more than two
bends or offsets or one coupling shall be fitted between conduit boxes or other draw-in points to enable
cables to be installed in accordance with the IEE Regulations.

6. CABLES BONDING CONNECTION


Where armoured cables are installed, the armouring shall be bonded to the metal case of the equipment
to which the cables are connected. This shall be by means of jubilee clips and copper tape not less than
50 per cent of the cross sectional area of the current-carrying conductor except that of maximum size of
2
copper conductor of 70mm need not normally be exceeded. Where the armoring of cables is used as an
earth continuity conductor and this has impedance more than twice that of the current-carrying conductor
then supplementary provision shall be made to reduce the impedance of the earth path to a value in
excess of that stated in the relevant section of E.D. Regulation.

7. CABLES, GENERAL MATERIALS:


a. All cables shall conform to the following requirements unless otherwise specified.
Thermoplastic insulated single core BS 6004 BS 6350
Conduit wiring and flexible cord. BS 6007 BS 5746.
Thermoplastic insulated power cables. BS 6500 BS 6899 BS 6346.
XLPE insulate power cables BS 5467.
Glass fiber insulated flexible cords. BS 6500.
Impregnated paper insulated cables Lead or lead alloy sheathed
BS 6207 parts I & Ii.

b. Polyvinyl Chloride (PVC) Insulated Cables for Conduit and Trunking Installation.

c. All cables drawn into conduit and trunking shall be installed as a “loop-in system, no joints
shall be permitted.

8. BALANCING OF LOADS
Care should be taken by the Contractor in connecting the various loads on the circuits to assure that the
loads are balanced as much as possible on the three phases.

9. CHANGE IN POSITION OF POINTS


The exact positions of the various load points could vary and the Contractor should not have a claim
provided notice of the change is given by the S.O. in advance.

10. CHANGE IN NUMBER OF POINTS


The number of lighting and power points could vary and the Contractor’s price will be adjusted
accordingly on the basis of rates to be given in the tender.

11. ACCESSORY PLATES


In general and unless otherwise stated or instructed by the S.O, all accessories, such as lighting switches,
socket outlets, spur and DP switches etc. shall have moulded stain lees steel cover plates.

12. ELECTRICAL MOTORS:


a. All electrical motors shall be suitable for continuous operation in an ambient of 50º C and 95%
humidity, Class “F” classification and shall be departed to operate at this temperature.

b. The nominal rating of each motor shall be not less than 15% greater than the maximum KW
demand of the driven appliance.

c. All electrical motors shall comply with the codes and standards listed below:
1. Electricity Directorate regulations for Electrical Installations (Latest Edition).
2. British Standards 292, 2048, 2757 and 5000.

13. SPECIAL NOTE


Before final commissioning of any equipment referred herein the Contractor shall check, for tightness,
all clamps, screwed and bolted connections regardless whether these were made before delivery of the
equipment to site or not. The Contractor shall also ensure that all fusible links and trip settings are
correctly calibrated to give discrimination and protection to the circuits and equipment forming this
installation.

14. WEATHERPROOF 13A, SOCKET OUTLETS


Where socket outlets are shown to be exposed in the outdoor open air and covered areas, these shall be
square pin to BS 1363, switched, weather and dustproof, galvanized and of the surface-mounted type.
The rating shall be labeled with permanent inscriptions.

They shall be of the screwed type cap on chain and they must be provided complete with 13A fused
plug-tops.

15. LIGHT FITTINGS


The light fittings indicated on the drawing specify the minimum standard requirements.

The light fittings proposed to be installed shall be superior as regards to design, construction, materials
finish, performance and safety to the light fittings of minimum standards.

The Contractor shall guarantee that all light fittings, allowed for in his tender, comply fully with the
requirements of this specification.

The fluorescent and discharge fittings shall be fitted with suppression devices to avoid interference to
radio and television reception. Radio and television interference shall not exceed the limits specified in
BS 800.

The light fittings shall comply with BS 4533 and BS 2818.

All light fittings should be provided complete with lamps, fluorescent tubes, and control gear and fixing
accessories as applicable to each item.
o
In general the PL and fluorescent lamps to be installed shall have a colour temperature of 3500 K and
shall have colour rendering index Ra > 85 unless specified otherwise.

The control gear of all fluorescent, compact fluorescent and discharge lamp fittings should be of the
high power factor > 0.9.

Tungsten filament lamps shall comply with BS 161, latest edition, and fluorescent tubes shall comply
with BS 1853, latest edition.

The fittings shall be of the instant start type, heavy duty with high power factor control gear and
supplied with cable termination blocks unless otherwise specified.

Samples of all types of proposed fittings to be submitted to the S.O. free of cost, by the contractor for
inspection, if requested.

1. The 100mm DIA. Easy bend may be PVC (suitable for underground installation) or
asbestos cement.
2. It is essential that this bend is of a minimum 450 radius.
3. The bend should be installed to line up with the cavities in the blockwork below meter
box. (Refer to BDF drawings)
4. Ensure that these cavities in blockwork are kept free from surplus mortar.
5. Where Pre-cast Company slabs are used any wiring running in slab is to be fully conduited and

properly glanded into boxes or fittings.

6. Where blockwork is to be broken out for the installation of boxes etc, care is to be taken that the

minimum breakout commensurate with size of the box is to carry out.

8. Light switches to be installed at 1300mm to center of plate from finished floor


level and where the catch or lock is situated the nearest switches being
approximately 15cms from the door frame.

8. 13AMP sockets to be installed as follows:

Low Level - 350mm to center of plate from finished floor level.

High Level - 1300mm to center of plate from finished floor level.

9. Distribution Board circuits shall be labeled in English and Arabic.

10. Wire shall be colour coded.

Red - Phase A.
Yellow - Phase B.

Blue - Phase C.

Black - Neutral.

Green - Earth

11. Wall mounted lights to be installed 2300mm from finished floor level except in bathroom
where the height is to be 2000mm from finished floor level directly over wash hand basin.
12. Ring main A/C circuit and Water Heater circuits to be installed in floor slab fans and lighting
circuit conduit to rise through blockwork to ceiling level and then through roof slab conduits.
13. Lamp to be provided on all light fittings.
14. Electrical installation shall conform to latest E.D. regulations and 15th edition of I.E.E.
(International Electrical Engineer) regulation.
15. Supplementary bonding required on all exposed metal parts.
16. Electrical load shall be rotated to balance E.D. feeder on group of houses.
17. A/C installation to be by Air Conditioning contractor, but all conduiting, wiring, and fittings
including compressor isolator on roof near the condensing unit, thermostat control wiring and
connection to DB are to be included by the electrical contractor.
18. Conduit provision from water pump location to roof water tank to be provided for the anticipated
future use of float switches.
19. The Telephone system details shall be coordinated and approved by Batelco/BDF cable and
wireless section by the electrical contractor.
20. The feeder for the A/C package unit/Ventilating system shall have shunt trip interlocked with fire
alarm system so that power supply to the A/C package/Ventilating unit will be cut off in the event
of fire.
21. All panels and DB’s shall be fully type tested for the requirements of IEC-439-1.
22. For MCCB up to 250 Amp. Thermal Magnetic trip and above 250Amp. Electronic trip shall be
used. Electronic trip unit shall comply with Appendix ‘F’ of IEC 747-2.
23. All MCB shall comply with EN 60-898.
24. Water Heater, water inlet and outlet line to be earthed with main earth connection inside water
heater terminal box.
25. Should not allow any joints inside the conduit.
26. All the inlets and outlets of the electrical conduits should be sealed with removable sealer.
27. All material to be approved by EDD, such as distribution boards, sub main panels, all other switch
gears, cables…etc.
28. All metallic trunking joints shall be made, mechanical, and electrical continuously. The different
section of the trunking shall be boned by copper links/cable. Tray and trunking shall be securely
supported every meter, when run exposed.
29. Earth test certificate to be provided along with calibration of earth tester during commissioning
period.
30. All switches and socket outlets unless otherwise specified shall be of 13A, 20A, 45A, three pin,
switched and shuttered type stainless steel to BS 1363.
31. The socket outlets shall be surface or flush mounted as the case may be, fixed inside galvanized
stamped steel boxes, and mounted at 350mm and switches at 1.2mm above finished floor level.

16. TELEPHONE INSTALLATION


The Contractor shall be responsible for the supply and installation of all the conduit work for the
telephone installation as shown on drawings and in accordance with the requirements of BATELCO.
The supply and installation of telephone conduits and pull boxes with draw wires shall be used for the
telephone system only and segregated entirely from all other services.

The external telephone network comprises of telephone manhole suitable for precaste Jb-2 and JRC-4
type telephone box with heavy duty cover, 100mm dia PVC ducts with pull wire, trench excavation etc.
all as per the standards and requirements by BATELCO. The contractor shall consult with BATELCO
for the exact connection point, their requirements etc. and notify the S.O. for approval.

The telephone terminal box for wall mounting shall be a flush plastic industrial box as IP55 (359x265
x154mm) deep or cabinets made of steel sheet fully enclosed, dust tight with lockable hinged doors
installed flush or surface on the wall with the required PVC duct etc. as specified and shown on
drawings. The terminal box shall have sufficient terminals to accommodate the wires.

The telephone out let boxes for wall-mounted telephone shall comprise a flush 75x75x35 mm deep
with adjustable fixing lugs. The contractor shall provide a draw wire in every run of conduits to assist
wiring by others.

17. WORK HYGIENE AND ETIQUETTE


The contractor shall adopt the most strict hygiene behaviors in all areas and collect all scraps of
materials, old and discarded materials and equipment and clear the same from time to time (at least once
in a week) and before the final cleaning prior to handing over of the installation.

At the completion of every stage in the works, the contractor shall handover the installation in a clean,
tidy, sound and perfect condition and shall clear away all tools and plant whether or not used in the
execution of the works to the entire satisfaction of the S.O.

18. SEPARATION OF SERVICES


Each service such as electrical, telephones, computers shall be run in separate conduits and no wiring
associated with one service shall be installed in any conduit box or enclosure containing wires
associated with a different service.

a. Switchgear and Power Distribution Equipment:


Main Distribution Board (MDB).

1. The enclosure shall be fabricated with 14swg sheet metal finished with stove enameled
spray paint on suitable anticorrosive primer. The gland plate shall be 10swg thick..

2. All external bolts and screw heads shall be provided with suitable PVC or neoprene gaskets
to prevent the ingress of dust, vermin and insects.

3. Each cell of the panel shall be fitted with hinged door mechanically interlocked in such a
manner that the cell door can only be opened when the switch is in the OFF position.

4. Adequate cableways shall be provided in the switchboard accessible by hinged lids or


removable covers.

5. Switchgear installed indoors shall have a minimum protection Class of IP-31 and shall be
totally closed type with bottom cover. In the Main/ Sub-main panels where switch fuses are
shown for feeders of 100 A and below, the following arrangement is to be followed. The
feeders of 100A and below shall be grouped into load banks which in turn shall be protected
by HRC fuse switches of adequate rating for the grouped load and the individual feeders
thereafter can be MCCBS of the same ratings as the ratings of the fuse units shown.
Wherever starters are specified within the panel, the contractors provided shall be complete
with ‘ON’ and ‘OFF’ push buttons in the panel. Remote push buttons if specified shall be
provided as shown in the relevant drawing.

6. Bus bars shall extend throughout the length of the board with the same cross-sectional area.

7. The indicating lamps for the three phases at the incomer shall be fed through a 240/6V
transformer. Selector switches for voltmeters shall be a seven-position type unless otherwise
specified.

8. The MCCBS for feeder to electrical apparatus, namely air handling units, packaged air
conditioning units, pumps, etc. shall have earth leakage circuit breakers not exceeding
500mA sensitivity in accordance with the latest Electricity Distribution Directorate
regulations.

9. Fault rating shall not be less then 50KA or as shown on the drawings.

10. The incomers of main panel where the Electricity Distribution Directorate supply is
terminated shall have fault ratings as specified by the Electricity Distribution Directorate.

11. The main panel board in the switch room shall be located in such a way as to leave a
minimum clearance of 750mm at the back..

12. The degree of protection in compliance with standard IEC-529 shall be as follows: -

a. IP 42 with door and gasket for indoor use.


b. IP 54 with door and gasket kit for outdoor use.

b. Moulded Case Circuit Breakers (MCCB):


From 100A to 630A.

1. The moulded case circuit breakers shall comply with IEC-947-1 and 947-2 standards.

2. They shall be of category A with a rated service breaking capacity (Ics) equal to the
ultimate breaking capacity (Icu) on all the operational voltage range for the rating up
250A, up to 500V for the greater ratings.

3. They shall have a rated operational voltage of 690V AC (50 HZ).

4. The moulded case circuit breakers shall be available in fixed or plug-in/withdrawable


versions as well as in 3-pole and 4-pole versions. For plug –in/withdrawable versions,
a safety trip shall provide advanced opening to prevent connection and disconnection
of a closed circuit breaker.

5. For 3-phase MCCB at 400V:


a. 22 KA for all MCCB below and up to 100A
b. 45 KA for all MCCB above 100A.

6. For 1-phase MCCB at 230V:


a. 14 KA for all MCCB below and up to 100A.

c. Isolators, Switch Fuses:


Local isolators shall have metal clad enclosures with a dark grey stove enameled finish and shall be
provided within two meters of the cable entry point of the equipment. The exact location is to be
decided on site between the Electrical Nominated Sub-contractor and the Mechanical Nominated Sub-
Contractor. The isolators wherever located externally outdoors shall be weatherproof to IP55, and
lockable and mounted on the parapet wall or on a separate frame as indicated.

Isolators and switch fuses shall be single or triple pole with neutral, of ratings as indicated on drawings

and provided with earth terminals. They shall be in accordance with IEC 408. The switch fuses shall be

suitable for H.R.C. type fuses of class Q1 to BS 88.

d. Distribution Boards
a. This distribution boards shall have hinged and lockable covers and only the main
isolator shall be exposed and accessible and a provision made at the bottom for
terminating the cable directly.

b. Labeling and circuit identification shall be provided in indelible ink on the inside of the
hinged cover for immediate reference. The spare ways shall be provided with 5A, 10A
or 30A miniature Circuit Breakers as approved by the S.O.

e. Galvanized Steel Trunking


1. Heavy gauge hot dipped galvanized trunking having a minimum thickness of zinc coating of
0.0025mm, shall be installed with support of purpose-made brackets, and matching cover
connectors. Factory manufactured gusset elbows, tees and junction boxes shall be used for
installation of galvanized steel trunking. The trunking, where connected, shall provide mechanical
joints for support. Not more than one connector shall be provided per length. The trunking shall be
provided with an additional protective coat of stove enamel or air drying paint. Identification marks
shall be provided at regular intervals – alternate lengths.

2. The following shall be the minimum gauges for the relevant sizes:

Nominal sizes Nominal Thickness

75mm x 50mm ]
75mm x 75mm ]
100mm x 50mm ] 1.2mm
100mm x 75mm ]

100mm x 100mm ]
150mm x 50mm ]
150mm x 75mm ] 1.4mm
150mm x 100mm ]
150mm x 150mm ] 1.6mm

3. The body and covers shall be manufactured to comply with BS 4678 Part I, 1971 of hot dipped
galvanized steel to comply with BS 2989, 1975. The length of body shall be a maximum of 3 meters
with two 1.5 meters long covers secured with M5 slotted pan head screws with captive shake proof
washers.

4. Support brackets shall be provided at 600mm centers and be painted to match the finish of trunking.
f. Cables Trays
1. Cable trays shall be of heavy gauge, heavy duty, galvanized steel, perforated, with return side
flanges and shall be installed using purpose-made brackets and matching connectors. Gusset bends
and tees shall be factory manufactured.
2. The following shall be the minimum gauges for the relevant sizes:

Nominal Width Nominal Thickness

150mm to 300mm 1.5mm


450mm to 600mm 2.0mm

3. The length of tray shall be 2400mm with depth of 50mm. The return flange shall be minimum of
32mm.

4. The supports for the cable tray shall be provided at 600mm centers.

g. Switches and Sockets


1. Switches and sockets shall have stainless steel cover plates installed flush. Water Heater and air
conditioning switches shall be engraved and have neon lights indicator.

2. Where shown on the drawings, switches and sockets shall be Stainless Steel Range mounted to BS
1363.

3. All insulated socket outlet shall be Stainless Steel with earth straps provided double earth connection
to BS 1363.

4. For single and multi-gang units in kitchen, plant room, tank room, and external locations switch shall
be weatherproof of the all insulated pattern coloured grey with white “rocker” covered by a
waterproof transparent cover.

5. Dimmer switches shall be suitable to fit into a grid system switch plate matching those of the flush
lighting switches unless specified otherwise.

6. Timer switch shall be of the solar type. They shall be used in conjunction with contractors as
specified.

7. Switches carrying load composed of incandescent tungsten-filament lamps only shall not be loaded
to carry more than 80% of their rated capacity.

8. Socket outlet for installation out door shall be to BS 1363, IEC-884-1 with an IP 56. They shall have
high impact strength, be surface mounting with switch socket outlet and polycarbonate enclosure.

9. Shaver sockets shall comply with BS 4052-1958 & BS 4573. They shall incorporate a double wound
isolating transformer for an earth free supply with the primary circuit protected by a self resetting
thermal overload device.

10. Cooker control units shall be to BS 4177 and incorporate a 45 A double pole switch. 13 A
switch socket ant two pilot lights. The unit shall be installed 1.3 m above floor level.

h. Water Heaters
The Nominated Sub-Contractor shall only connect to water heaters electricity connection units, which
shall be located near the water heater.
19. PLUGS AND SOCKETS.

Insulation

1. Each pair of the cables should show between leads and earth or conduit (where
applicable) a minimum insulation resistance of not less than 100 mega ohms.

2. The loop resistance of an individual pair with the distant end short-circuited shall not
exceed 25 ohms.

PART 2 - CCTV SYSTEM

The contractor shall supply, install test and commission a CCTV system complying with the following

specification:

The system shall consist of numbers of Plan/Tilt/Zoom infrared cameras location shall be as per drawings.

1. SYSTEM OPERATION

The monitors shall display the picture of associated cameras sequentially. Each camera shall have 2 digital
identification numbers. The number shall be displayed on the corner of the screen to enable the operator to
identify the area. With the switcher, the operator shall be able to freeze any of the cameras on the monitor
or bypass any of the cameras With pan/tilt/zoom remote control the operator shall be able to operate the
three functions for each camera.

One monitor shall display the camera selected by switcher through the time lapse video recorder. The

monitor shall show camera ID number on the corner of the screen. In case of recording the monitor shall

show the recording picture. In case of playback, the monitor shall automatically show the playback picture.

During recording the recorder shall display the date (day-month-year) and the time (hr-min-sec) on the

screen. The date and time shall be displayed on the screen corner during play back.

2. VIDEO CAMERAS

Video cameras shall be solid-state CCD (charge coupled device) colour type to meet the following:

Image Device Interline transfer CCD chip with


complementary colour filters
Picture elements 752 (H) x 582 (V) pixels
Sensing area 1/3” format
Scanning System 625 lines 50 fields/sec.2:1 interface
Illumination 0.1. Lux (minimum)
Video signal output Composite video IV P-P
Synchronization Internal/external/automatic gunlock
Resolution 460 lines horizontal
375 lines vertical
800mm to 1050 mm
Infrared wavelength

3. LENS

Focal length: 6-60mm


Zoom: 10 X
Aperture Wide 1.2 - 360
Mounting Standard CS mount

The cameras shall be mounted on suitable universal mounts suitable for wall mounting or ceiling, suitable
for indoor use. It shall have adjustable panning head.

4. MONITORS

These shall be a type designed to operate with composite video signals maintaining excellent stability
despite fluctuations in the input signal. Monitors shall be mounted on the custom built control desk:

Type 15” measured diagonally


Resolution More than 600 TV lines
Video input 1.0 V P-P composite video
Power input 240 V AC 50 Hz
Temperature 0 to 40 Deg. C
Front panel controls Brightness, contrast, power on/off switch,
power on LED
Rear panel controls Vertical size vertical position, horizontal
adjustments, video terminations
Dimension 32.4 (H) x 34.9 (W) x 36.2 (D)

5. PAN/TILT DRIVE

Pan/Tilt Drive o o o
360 Pan, + 30 to 90 tilt
Pan movement 6 deg./ sec.
Tilt movement o
3 /sec.
Temperature o
-34 to 65 C
Heavy duty all weather protected
Motors
Automatic
Braking
24V AC 50 Hz
Input Voltage

Drives shall be factory pre-wired for feed through of all control functions. All connections shall be made at
the input connector eliminating the need for wiring harness in the field.

6. HOUSING FOR CAMERAS


Environmental enclosures shall be constructed of aluminium and shall be designed to accept cameras with

motorized zoom lens with minimum possible size and to be integrated with the architectural finishes.

Enclosures shall open from rear by releasing two latches and opening assisted by a unique spring, which

securely holds the lid when fully, operated. The housing shall include protective sunshield and a blower.

o
The enclosures shall be weatherproof and tested to withstand temperatures from 35 C to 600 C. They shall
be designed to allow for top or bottom mounting. Lens window shall be scratch resistant glass.

7. SWITCHESRS (Multiplexers)

The video matrix switcher/control system shall be latest state of art, easy to operate and expandable
and should have both switching and computer technology to provide full matrix switching capability
so that video from any camera can be monitored on any of monitor either manually or via automatic
switching sequence. Each monitor shall display max. 8 nos. of cameras. The system shall be modular
in construction with powerful alarm handling capacity. Salvo switching capability shall be possible
where any number of system monitors can be selected to switch as a group. Graphic user interface
(GUI) shall be possible if required. The monitor should display 60 characters on screen display for
time and date. (Camera number, camera 11), an icon to identity controllable cameras and monitor
information.

Printer output shall be possible to provide permanent record of system status showing time and date of
changes such as incoming alarms, acknowledgement of alarm etc. Multiplexer and time-lapse recorder shall
be connected for maximum 16 cameras. For play back one VCR, plus 14” monitor shall be provided.
Inputs 8/128 terminating or looping
Output 8/16/24
Gain Unity
Video brand width 8 MHz min.
Signal to noise ratio 60 DB min.
Input to output cross talk Better than 50 DB min.
Selected camera ID Separate digital read-out for each monitor
Power supply 240 V Ac, 50 Hz
Operating temperature 0-50 deg. C
Mechanical construction Each module suitable for 19” rack
mounting, steel chassis aluminium side plate
8. TIME LAPSE VCR

A time lapse VCR shall be provided to record and document all or selected pictures through the master
switcher and shall have following specifications:

Tape ½” VHS wide cassette high-density video


cassette tape.
Mode 96 hours time lapse
S/N ratio Better than 42 dB
Speeds Normal + 3.5 times normal in forward and
reverse scratch
Alarm recording time:
Timed 15, 30, 45, Sec;
1, 2, 5, 10 min.
Until alarm reset switched on.
Manual 1 Until alarm set switched off.
Manual 2
Resolution 240 lines colour; 330 lines monochrome
Power supply 240 V. 50 Hz.

If required it should be possible to connect an alarm module for interface with other intruder and such alarm
systems for automatic selection and display/recording of cameras in alarm areas.

9. CHARACTER GENERATORS

Character generators shall be provided in each console for camera identification camera reference and 24-
character area code should appear on the screen for easy identification. It should be possible to position the
camera ID anywhere on the screen. The number and area code should be user programmable at site.

10. GENERAL

1. Power supply to camera and consoles should be connected to the essential supply network.
Switching ON/OFF of the cameras should be possible from the control console or any other
position as agreed with the S.O.
2. The cameras and housing shall be of the smallest possible size and shall be integrated with
the surrounding architecture such that it shall not be seen by the public.

a. Key board (Operators Console)


The keyboard that provides convenient controls digital multiplexers and VCRs. The keys on the left side
of the keyboard are designed to duplicate multiplexer front panel, the right side is used to control VCRs.
When the PTZ ON key is enabled, the multiplexer will switch to receiver mode. This mode is used to
control camera stations connected to the multiplexer. Front panel keys have a dual function for use in
receiver mode, to include focus far, focus near, auto iris, zoom in, zoom out, pan/tilt speed, preset and
autopan.

Controls : Multiplexer functions


Camera select keys 1-16
Up, down, right and left
Zoom
Menu
Setup
Mode
Format
Enter
Shift
Display format
Restore
Freeze
VCR functions
Play
Rewind
Pause/still
Frame shift
Record
Fast forward
Stop
Record/play mode
A select key is used to select VCR’s
With camera keys 9-16 or multiplexers
With camera keys 1-8.

b. Access Control System


The system should certainly monitor/record the access of the staff/card users.

The contractors shall be responsible for providing a fully operational computerized Access control
system windows based, consisting of the following:
1. Computer
2. Access control and security Management software
3. Modular controller
4. Weigand Card Reader
5. Weigand Cards
6. Magnetic contacts
7. Electric strike

The readers shall be installed at each entry/exit point. There shall be one “IN” Reader at the entry point
and one “OUT” Reader at the exit point. The readers shall be of weigand technology for the maximum-
security purpose.

The reader should be constructed of heavy-duty cast aluminium with a durable attractive powder coat
gray finish with red and green indicator lamps to verify card status.

The Reader shall be connected to a central intelligent multi terminal controller, which shall support at
least 10,000 cards and shall be expandable. The controller should have the facility to expand up to more
no. of cards.

The whole system shall be managed by the Windows Software package. The system shall have the
capability to print out the access informations.
The highly secured weigand cards shall be supplied to be used with the readers.

The software should be able to generate alarm graphics so that the person monitoring can see exactly
where the alarm occurred.

c. Software
Capacity : Up to 3000 card holders
No. of doors : Up to 64 door
Operating system
Required and : Windows 3.1 or later
Feature : Simple Windows based

d. Specifications
1. Card Reader

a) Card Reader Type : Wiegand


b) Operating Equipment
Temperature : -20o -+ 46oC
Protection : IP54
c) Dimensions : 8mm H x 158m W x 44mm D
Weight : 0.8kg.
2. Cards:

Technology : Wiegand
Construction : Should be of plastic, flexible and
Durable.
Card size : 86mm x 54mm

3. Controller

Type : Modular, Micro process


based
Size : 350 x 300 x 143mm
No. of card holder capacity : Upto 10,000
Transactions Buffer : 8000 events
Indications : Comprehensive European EMC
Standard : Directive

4. P.C. : The PC should be of minimum


configuration as:
- Pentium 2 GHz CPU
- 256MB RAM
- 50GB Hard Disc
- Internal 52 x CD ROM
- 17” MONITOR
- Mouse
- Keypad
- MS 2000 per loaded
- 1 No. Parallel port
- 2 NO. Serial port
- 1 NO. 56K Modem

PART 3 - TRANSFORMER PACKAGE SUBSTATION

1. General

The transformer package sub-station or free building sub-station shall comprise of a rating as shown in

the drawings in KVA with integral 11 kV ring main unit, and LV air circuit breaker together with feeder

MCCBS, all of which are in a ventilated weather proof fibber glass enclosure and pad mounted.

The complete substation assembly and its enclosure shall be so designed, assembled and installed to be
as compact as possible, without any harm to personnel and equipment, and the operation and
maintenance requirements.

a. Transformer.
The transformer shall be 3 phases 50 Hz, free breathing, self-cooled, double wound, core type design,
suitable for indoor, pad mounting service to BS 171/1978.
Maximum fault level: 350 MVA @ 11 kV for 3 seconds
Voltage Ratio: 11000/415 volts between phases at no load.
Highest Voltage: 12000 volts
Connections: Delta, primary, Star secondary with Vector Group Dyne //
Neutral Arrangement: LV solidly grounded
TAP changer: 5 positions, off load with provision for padlocking.
Type of Tank: Welded steel with plate type radiators.
Fittings:
Rating and connecting plate
Earthling Terminal
Filling Hole
Lifting Legs
Skid type under base
Drain valve and Plug
Thermometer Pocket
4” Thermometer with maximum pointing.
Filter valves with plug dehydrating breather

b. Oil
The transformer will be completing with sufficient to BS 148/1984 for first filling the tank.

c. Painting
The transformer tank shall be sand blasted and zinc sprayed and the radiators galvanized, before being

given a coat of priming paint, followed by an intermediate coat after oil tests. In addition the internal

tank surface will be given a coat of oil resisting paint. A final coat of high gloss Grey paint as

specified in BS 4800, No. 183-25 will be applied before dispatch.

d. Performance
The temperature rise after continuous operation at full load at an ambient temperature of 50 degree C
shall not exceed top coolant by thermometer + 450 C windings by resistance + 550 C

e. HV Switch Gear
The 11 kV Ring Main Unit comprising as single line diagrams shown in the drawings. The ring main
unit shall be supplied complete with initial requirements.

f. LV Compartment
The low voltage compartment shall include an air circuit breaker rated at 1600 AF, 1400 AT, 3 pole

with long time, short time, high set instantaneous earth fault, adjustable trips and an interrupting

capacity of 50 kA. In addition, properly rated feeder MCCBS shall be provided. Feeder MCCBS shall

have selective trip, be rated as indicated in the load schedules and shall also have an interrupting

capacity of 50kA.
All circuit breakers shall be so coordinated such that there will be full discrimination between

upstream and downstream breakers, i.e. the circuit breakers nearest to the fault shall clear any fault

without affecting upstream circuit breaker.

In this regard, the contractor shall conduct a thorough short circuit and discrimination study of the
power distribution system and select protective devices to ensure full discrimination and protection of
the system components.

The secondary LV panel shall be equipped with the following:


a. 3 Nos. Ammeters with maximum demand indicator.
b. Voltmeter with voltmeter switch.
c. 3 Nos. Phase Indicator Lights.

g. Tests
The following tests shall be carried out on every transformer by the manufacturer and test certificates
shall be issued for each transformer.

- measurements of winding resistance


- measurement of ratio and vector group
- measurement of short circuit losses
- measurement of no load losses and current
- test by induced voltage at 2 Un
- test by applied voltage
- oil test
- other tests as required by the E.D or the S.O.

Upon completion of the works, the whole installations shall be tested in accordance with the

specifications and to the full satisfaction of the S.O. and local authorities (E.D).

h. Circuit Breakers
1. All the circuit breakers shall have the following features.

2. They shall be suitable for the electrical system stated elsewhere in the Specification.

3. They shall be of the single break type. Three phase breakers shall be designed to break
all the three poles simultaneously. And they shall have a single mechanism.

4. Each pole of the circuit breaker shall be equipped with an inverse time delay thermal
over current trip device and an electromagnetic instantaneous over current trip device.
The trip device shall be direct acting.
5. They shall have an arc-quenching device on each pole.

6. They shall have auxiliaries and accessories whenever required for signaling,
interlocking, shunt trips, under voltage release etc.

A. Moulded Case Circuit Breakers:


1. The moulded case circuit breakers (M.C.C.B) shall fully comply with BS
4752, Part 1 and to IEC-947-2. Each breaker shall have on each phase a thermal
over-current release and an instantaneous magnetic trip for protection against
heavier over current. The breaker shall be quick make, quick break, and trip free
type. The overall tripping characteristic of the breaker shall be such that proper
discrimination shall be achieved between two breakers in line and between a
breaker and miniature circuit breaker. The minimum S.C breaking capacity of
MCCBS shall be as rated in K A.

2. The tripping mechanism shall interrupt the electrical supply within a


maximum period of 200 milliseconds under earth fault conditions and also ensure
that the circuit breaker cannot be held closed against earth fault. The tripping
mechanism shall not be affected by the ambient temperatures. The winding of
the current transformer and trip coil shall have a class of insulation not inferior to
Class F. All contacts shall be of robust construction made from suitable alloy and
shall be of the non welding self wiping type, designed for a minimum of 10,000
operations.

B. Current Transformers:
Current transformers shall have required ratios. Single ratio units, used for Metering and relaying
shall have a metering accuracy class rating of 0.5-10 P. Single-ratio units, used only for relaying
shall have a relaying accuracy class ratio of 10 P. The continuous thermal current rating factor
shall be not less than 1.2. Other thermal and the mechanical ratings of current transformers and
their primary leads shall be consistent with the switch gear design and shall not be less than the
momentary rating of the associated circuit breaker. Unless otherwise indicated, bar, wound or
window-type transformers are acceptable; and except for window-type units installed over
insulated buses, transformers shall be insulated for the rated voltage of the associated switchgear
or electric power apparatus. Transformer secondary shall not be connected to any terminal of a
terminal block that is not of the short-circuiting type.

C. Instruments
1. The measuring instruments shall include ammeters, voltmeters and selector switches as
indicated on drawings.

2. The instruments shall have anti-glare glass fronts, anti-parallax scales and white faces with
black numerals and markings. The length of scales shall not be less than 250 degrees and
uniformly divided. The instrument cases shall be semi-flush mounted and shall be
approximately 100 x 100 mm square. Accuracy shall be one percent of full-scale values.
Moving elements shall be provided with zero adjustments external to the cases.

3. As a part of energy saving, Ammeters and Voltmeters can be connected to


the computer system and check with voltage, current, KVR, Cos ¢.

D. Earth Bus
The earth bus shall be of copper adequately sized extending throughout the length of the
switchboard and fixed to brass nuts brazed to the steel members of the switchboard. The earth
bus shall be extended at the ends for connection to the earth electrodes and shall have provision
for terminating earth continuity conductors.

E. Earth Leakage Protection


1. All loads of the electrical installations shall be protected against earth
leakage. Current operated earth leakage circuit breakers shall be installed provide
accident protection by interrupting dangerous contact voltages which may be
present in faulty electrical appliances as a result of frame faults, insulation faults
or misuse.
2. The C.O.E.L.C.B shall be all insulated type and consist of a current
transformer, tripping coil and contact. Main supply contacts, 'ON/OFF' trip front
operated handle and a test push button. The tripping mechanism shall interrupt the
supply on an earth fault current of 30 or 300 mille amps and as indicated on
drawings. The tripping arrangements shall not be affected by ambient
temperature changes. The current carrying contacts shall be of robust
construction, made of suitable copper alloy and they shall non-welding and self-
wiping and designed for a minimum 20,000 operations.

3. The rating of the earth leakage circuit breaker shall be at least equal to the
rating of the protective device, and its sensitivity shall depend on the type of load
as follows:

a. For Pool : 10mA


b. For sockets and domestic apparatus : 30 mA
c. For lighting : 300 mA
d. For A/c plants : 300 mA

4. The ELCB shall be designed to operate at its rated sensitivity within 30 ms. All contents of a
multiple breaker should be de-energized at the OFF position.

5. The ELCB shall generally comply with BS 4293 and IEC-1008. A test button facility shall be
available with unit.

F. Wires and Cables

1. Wires shall be plain annealed copper conductor to BS 6360. Insulated with PVC to
BS 6746, 600/1000 V grades conforming to BS 6004, single core for drawing inside
conduits and trunking.

2. Insulated/PVC Sheathed Cables shall be 600/1000 V single or multi-core conforming to BS 6346


with high conductivity plain annealed stranded copper conductors to BS 6360, PVC insulated
with an extruded layer of PVC bedding and final outer extruded PVC sheath. The insulation and
sheath shall be to BS 6746 with insulation coloured to identify phases and neutral in accordance
with BS 6746 C.

3. Cross Linked Polyethylene Cables (XLPE) shall be single core or multi-core cables, 600/1000 V
conforming to BS 5467 with high conductivity plain annealed stranded copper conductors to BS
6360, insulated with cross linked polyethylene (XLPE) to BS 5468 applied by a combined
extrusion and vulcanization process to form a compact homogeneous layer, cables bedded and
overall sheathed by a black PVC layer to BS 6746. Armored cables shall have a single layer of
galvanized steel wires for multi-core cables and aluminum wire or tape for single core cables.

4. Flexible Cords shall be circular silicon rubber insulated glass fibbers braided, three
cores, 300/500 volts and shall comply with BS 6500. The conductors shall be tinned;
annealed copper and the core shall be colored Brown, Blue, and Green/Yellow for
identification.

5. Cable with conductor size smaller than 2.5 mm2 shall be used in the installation
unless otherwise specifically mentioned. The earth continuity conductor shall have a
minimum size required by the regulations unless otherwise indicated.

6. The number of cables to be installed in conduits or trunking shall be such as to permit


easy drawing in without damage to the cables and shall be in no circumstances such
that a space factor or 40 % is exceeded. Installation shall comply with the current
IEE and the Electricity Directorate regulations.

G. Isolators and Switch Fuses


1. Isolators and switch fuses, where mounted individually shall be of front
operated handles. They shall be of the quick make, quick break type with
removable shields over the fixed contact door interlocks and 'ON/OFF' indicators.

2. Isolators and switch fuses shall be single or triple poles with neutral, of
ratings as indicated on drawings and provided with earth terminals. They shall be
in accordance with IEC 408. The switch fuses shall be suitable for H.R.C type
fuses of class QI to BS.

2. FENCE LIGHTING & STREET LIGHTS:

GENERAL
All outdoor pole mounted light fittings shall be operated through photocells with manual over-ride push

button. Location of the photocell shall be decided at site in consultation with the S.O. The manual over-

ride push button shall be housed in the relevant control panel located in the guardhouse.

1. Lighting pole will consist of fittings mounted on steel columns as detailed on the drawings.

2. Columns shall be of steel construction of suitable cross section and aesthetic appearance generally as
indicated.

3. They shall be suitable for the type of light fittings nominated and the loading applicable and shall comply
with BS 5649, columns, arms and other steel components shall be galvanized to BS 729 or have other
approved anti-corrosive treatment both inside and outside.

4. Columns shall be provided with a compartment at the base for housing individual fused cutout units.
Access to this compartment shall be by a suitable size door fitted with a tamper-proof lock. An earth
termination shall be provided inside each column. A baseboard of suitable material is to be fixed in the
base of each column and is to be of sufficient size to accommodate all control equipment and service
cable termination.

5. Each column shall be provided with a base plate wrapped with a densil tape such that the column can be
mounted on a concrete foundation. Galvanized fixing bolts, properly designed and embedded, and
complete with nuts and washers, shall be provided.

6. Each column shall be identified by means of a numbered brass disc affixed to the door of the auxiliary
compartment on each column, the number agreeing with that shown on the drawing. Numerals shall be
permanently stamped or engraved at not less than 25mm high.

7. Scale drawings of each configuration of column proposed shall be submitted to the S.O. for approval
prior to ordering.

8. The contractor shall include for the excavation, all necessary steel reinforcement and concreting the
bases. The contractor shall ensure that each column is set truly vertical and correctly oriented before
final grouting and bolting into place. The underside of the column base shall be treated with bitumastic
paint before final erection.

9. Each reinforced concrete base shall be provided with a cable duct such that the cable may enter the
column from below ground level

10. Suitable single pole and neutral fused cutout units shall be provided in the base of each lighting

column. Those which feed four arm columns shall be provided with four fuses and single arm columns

shall be provided with one fuse.

11.Wiring within the columns between cutout fuses and lamps via control gear (where
necessary) shall be by 20 A Butyl rubber insulated PVC sheathed cables or equal approved.

12.A separate earth wire shall be run between each light fitting and the earth termination situated at the
incoming supply point at the bottom of the column. The metal work of the column shall also be earthed
at this point.

13.The fittings and lantern shall be to the approval of the S.O. and suitable control gear supplied
adequate for the requirement of each type of lamp.

14. Fence lighting control panel shall be provided at the guardroom. It is constructed from at least 22 swg
galvanized steel sheet and shall contain moulded case circuit breakers with magnetic overload operation
and contractors to provide control for the fence lighting circuits.

15.Control of the fence lighting and street lights will be from the guardroom where photoelectric cells and
associated control unit shall be mounted externally, but with a maneuver-riding switch located inside the
guardroom.

3. UNDER GROUND CABLE

Power and distribution outside the building shall use the XLPE/SWA/PVC cables. The cables shall be

laid in trenches or drawn in conduits/ducts. Installation of cables (directly buried or in ducts) shall be as

shown on drawings. The final location of all cable routes shall be to the approval of the S.O.

4. LABELS, CIRCUIT LISTS ETC.

1. The Contractor shall provide warning and identification labels on electrical equipment to
define clearly and concisely the duty of the equipment and any potential hazard associated
with the equipment.

2. All switch gear items used for isolation purposes shall clearly indicate the "ON" and "OFF"
position in addition to any international notation provided with the equipment.

3. Distribution units, isolating switches, etc. shall be provided with phase identification discs and
designation labels made from ivories sheet or other approved plastic material.
4. Designation labels shall have black characters on a white background and be fixed to the
equipment by screws. Adhesive labels will not be permitted. The engraving details on the
labels shall be approved by the S.O. before work is commenced.

5. All distribution units shall be provided with accurate circuit lists. These lists shall comprise of the
detailed information, typed on high quality paper or card and enclosed in a plastic wallet type
container, which shall be attached to the internal surface of the distribution board.

6. Four copies of each completed list shall be handed to the S.O. and further copies shall be included in
the Operation and Maintenance Manuals.

7. The Contractor shall provide in each equipment enclosure. Circuit and/or wiring diagrams associated
with that item of equipment.

8. All labels and circuit lists shall be designated in both English and Arabic Languages.

5. GROUNDING

a. General Electrical Grounding System.

1. The metallic parts of the installation and the metallic parts of any, other Equipment connected to
the installation shall be grounded independently from the neutral of the distribution transformer. A
ground continuity conductor shall be installed with all the circuits and shall be connected to the
metallic parts of the lighting fixtures, to the grounding caps of all the socket outlets and to the
metallic wall plates. All the enclosures of the motors shall also be connected to the grounding
system.

2. Grounding materials including all clamps, bolts, conductor cables, bars, rods, insulators, ground pit
and the like shall be provided and installed to afford an efficient grounding system.

3. The Grounding system shall be in accordance with the requirements of the Standards and codes
mentioned in these specifications and to the Electricity Directorate Regulations.

4. Grounding electrodes shall consists of copper bond ground rods of 20 mm diameter driven to a
depth of at least 3 meters below the surface of the ground or deeper if required by the S.O. to
match the grounding requirements.

5. Top of electrodes shall be protected against damage but available for inspection in concrete pits
fitted with inspection cover.

6. Connections to the ground continuity conductors shall be made by means of an external bronze
coupling approved by the S.O. Connection shall made by means of permanently soldered or
mechanically clamped joints. Series grounding shall not be allowed except in ring circuits.

7. The minimum size of the ground conductors shall be of the same size as the neutral conductor of
the circuit.

8. The outside color of the ground continuity conductors shall always be GREEN/YELLOW and
shall not be used for any other purpose in the installation.

9. The resistance to ground of any electrode bank considered in isolation to all other associated
electrodes in the case of the general electrical system grounding shall not exceed one ohm when
tested.
b. Special Equipment grounding system

1. Apart from the general electrical system grounding, a separate equipment grounding
system shall be carried out as shown on drawings for personnel safety, elimination of RFI
and to ensure that all major items are at the same ground potential.

2. The special equipment grounding system shall be similar to the general electrical
grounding system and shall comply with all the requirements specified for the general
electrical grounding system.

3. An acceptable equipment ground system resistance of less than 25 ohms shall be


established through the use of a single ground rod at each major item or a configuration of
two or more ground rods connected by ground cable of minimum 35-mm2 size per major
item.

c. Lightning Protection Grounding System

1. In addition to the grounding systems specified above, a separate lightning protection


grounding system shall be carried out as shown on drawings.

2. The lightning protection grounding system method shall basically be similar to the other two
grounding systems specified and hence shall comply with all the required clauses.

3. The acceptable ground resistance required for this system shall be less than 10 ohms and the
minimum size of ground cable shall be 35 mm2.

d. Alternate Method

Where rocks lie just below the surface and deep driving of the ground rod is not possible, alternate
methods such as the use of parallel driven shorter rods, plates or mats, or a combination of these are
acceptable.

1. The Contractor shall propose the alternate method of grounding with all required details for
the approval of S.O.

2. In any case the contractor shall be responsible to obtain the specified ground resistance
values, all to the satisfaction of S.O.

3. 1n no situation may the lightning protection system be connected to the other grounding
system. To connect them will result in serious damage sensitive electronic equipment in the
event of a lightning stroke.
4. The distance between the equipment ground rod and the lightning protection ground rod shall
be extended to the maximum practical distance.

e. Ground Checks and Measurements

1. To be assured of a good ground for general electrical grounding, special equipment grounding and
lightning protection grounding, it is required that all grounds shall be checked properly and
measured by the Contractor. Typical procedure for checking and measuring the ground
resistance is described below.

2. Drive a 1.8-meter test ground rod 100 feet from the lightning rod and system ground rod.
Disconnect all data and power cables connected to the major equipment under test. Using a
calibrated ohmmeter, with test leads extended between the test ground rod and the lightning rod
ground rod, read the measured continuity. If the measured continuity is 5 ohms or less, measure
the continuity between the test ground rod and the system ground rod. If the measurement from
test ground to system ground is 50 ohms or less, measure continuity between the lightning rod
ground and the system ground. Measured resistance between the lightning rod and system
ground system should be less than 1 ohm and not more than 0.5 ohm per foot of distance
between the two ground rods. In the event any of the resistance measurements are higher than
specified above, corrective action should be taken to decrease the resistance. The first step to be
taken to decrease ground resistance is to assure that the ground rods are driven in to the ground
to a sufficient depth. If resistance readings are still too high after the ground stake has been
driven into the ground as far as is possible, it may be necessary to drive an additional rod (s)
connected in parallel with the original rod or to relocate the original ground rod or to provide
alternate method of grounding as specified elsewhere in this specification.

6. LIGHTNING PROTECTION SYSTEM

a. An effective lightning protection system shall be provided as per the details shown on drawings to
protect the major equipment and hangers.

b. A 2:1 "Cone of Protection" concept is employed in the design of the system. The cone of protection
originates at the uppermost point of the vertical shielding conductor, and extends conical
downward. The radius of the circular base of the cone is twice the height of the vertical-shielding
conductor.

c. Changes in the procedure described to suit the individual site requirement are acceptable
as long as equivalent protection is provided for the system.

d. The lightning protection system shall consist of air terminals, roof conductors,
shielding conductor masts, down conductors and/or shielding conductors ground
connections and grounds electrically interconnected to form the shortest distance to
ground without passing through any non conducting parts of the structure, all conductors
on the structure shall be exposed except where conductors are in protective sleeves
exposed on the outside walls. Shielding conductor masts shall be provided wherever
required to fix the shielding conductors.

e. The shielding conductor masts for all the major equipment except LHRs are
fabricated from 10.7m utility poles to which are attached shielding copper conductors.
The shielding conductor masts for LHRs are fabricated from radio antenna mast
sections. The height of the masts shall be as specified in this specification unless
otherwise indicated on drawings. The shielding conductor shall be properly fixed to the
masts in an approved manner. The masts for the LHRs shall be of hinged type so that it
can be laid down if and when required. Typical details of the hinged mechanism,
lightning protection system installation for each equipment etc., are shown on the
standard details drawing. But the contractor shall submit shop drawing showing the
complete details of installation for approval of S.O.

f. The shielding conductor mast with vertical shielding conductor must be emplaced a
minimum of 1.8m from the equipment being protected.

g. If the distance from the equipment to the shielding conductor mast exceeds 1.8m, the
height of the mast shown must be increased by one half the added distance to provide
the required protection.
h. If the equipment to be protected is located on a mount or tower the height of the
shielding conductor mast must be increased an amount equal to the height of the mount
or tower.

i. The shielding conductor must extend 60 cm above the top of the shielding conductor
mast to provide a wire terminal to intercept the electrical discharge at a safe distance
above vulnerable and flammable parts or structures.

j. The shielding conductor ground rod must be employed at least 1.8m beyond the
shielding conductor mast (3.6m minimum from the equipment to be protected.)

k. The shielding conductor grounding must not be connected to the safety equipment
grounding system. The distance between the two grounding rods shall be extended to
the maximum possible.

l. The ground resistance for lightning protection system shall be less than 10 ohms and
hence heavier ground conductors shall be used.

m. The system furnished shall be of the standard products of a manufacturer regularly


engaged in the production of lightning protection system equipment and it shall conform
to BS 6651: 1992.

n. No combination of materials shall be used that form an electrolytic couple of such


nature that corrosion is accelerated in the presence of moisture. Where unusual
conditions exist which would cause corrosion of conductors, conductors with protective
coatings or oversized conductors shall be used. Where a mechanical hazard is involved,
the conductor size shall be increased to compensate for the hazard or the conductors
shall be protected by covering them with moulding or tubing made of wood or non
magnetic material. When metallic conduit or tubing is used, the conductor shall be
electrically connected at the upper and lower ends.

o. The down conductors and/or shielding conductor shall be electrically continuous from
air terminals to grounding electrodes. They shall be rigidly fastened every 1.2m and
protected wherever necessary to prevent mechanical injury to the conductor.

PART 4 - PAGING SYSTEM COMPONENTS

1. GENERAL

1. The mixer amplifier shall have nos. of microphone inputs, which shall be wireless microphones and
with signal outputs. The microphone input channels shall be provided with speech filters. A
priority function mode shall enable blocking, serial and mixing of signal inputs. Each input shall
have an on/off switch, and volume control. The front panel shall include input channel controls, a
master mix volume control, and a VU meter. The frequency range shall be 16 Hz to 18 kHz.

2. Power booster amplifier (Nos.) shall provide power to drive the Loudspeakers. One power
amplifier shall drive the Nos. 20 watts horn type loudspeakers in the minaret, while the other
power amplifier shall drive the Nos. 12 watts column type loudspeakers inside the Mosque. It
shall have a built in loudspeaker-matching transformer with taps to provide 100 volts constant line
voltage to drive the loudspeakers. The units shall have a frequency response of 60 Hz to 18 kHz,
with a distortion of less than 1% and a signal to raise ratio of 80 dB. Amplifiers shall be provided
with overload and short circuit protection.
3. The Nos. hand held dynamic microphones shall have cardioids directivity, remote control
on/off switch, together with an adjustable quick release clamp, adjustable boom and
microphone stand. The microphone cable length shall be 5 meter long. They shall have a
frequency response of at least 100 Hz to 13 kHz. The wireless microphones shall be the
condenser types, which may be clipped to a tie, collar or jacket. A short cable connects it
to a battery operated FM transmitter carried in the speaker pocket. The transmitted signals
are processed by a receiver module at the amplifier location. The output signals of the
receivers are then demodulated, mixed and fed to an output jack socket.

4. The 12-watt column type loudspeakers shall have Nos. of loudspeakers with extended
frequency response in the higher frequencies. A matching transformer is included to vary
the output. The frequency range shall at least be 200 Hz to 12.5 kHz with an SPL of 99 dB
at 1 kHz Octave, 1 m, 1 w of an opening angle of 120/12 degrees. A robust adjustable wall-
mounting bracket shall be provided.

5. The 20 watt horn type loudspeakers shall have an SPL of 107 dB @ 1 kHz Octave, 1 m, 1
w, frequency range of 400 Hz to 4.4 kHz. A matching transformer shall allow the output to
be varied. The whole unit shall be weather proof with an IP 65 protection. It shall be
supplied complete with mounting stirrup 2 m cable and cable gland.

6. The loudspeaker cables shall be 2 cores stranded 1.5 mm 2 runs in PVC Conduits.

7. The amplifiers shall be rack mounted and provided with automatic fan/blower Unit for
ventilation and heat dissipation.

1. ACCESSORIES
Any required connecting cable, connectors, power supplies and accessories deemed necessary to ensure
reliable and satisfactory installation and performance of the system should be provided.

Testing and Commissioning

Representative of the system manufacturer must be present on site for proving trials during final
commissioning of the public address and intercom system prior to the system being handed over.
The manufacturer concerned shall be advised by the Contractor that such attendance is required
and the cost of attendance of the manufacturer’s representatives on site for proving trials to be
included in the Tender Price.

Commissioning shall comprise the following: -


1. The testing of each component or module or rack of equipment, with replacement where
necessary to ensure a serviceable system.
2. The adjustment of radiated sound levels in the areas served to provide the required
acoustic quality without being subjectively annoying by its loudness.
3. The tailoring of the overall Electro-acoustic frequency response to provide an optimum
acoustic transmission.
4. Performance tests are required to demonstrate that the design performance of the system
has been achieved.
5. The performance tests shall be carried out when the commissioning has been completed
(or may be carried out when the area under consideration has been completed. if there is
no interaction between areas).
6. Performance tests shall be made in a building empty of people but with all architectural
finishes in place.
7. Measurement of the Electro-acoustic system shall be conducted in the conditions found to
exist. Normalization of the results to the design conditions shall be made before offering
the test results to the S.O..
8. The measurements of the Electro-acoustic system shall include: -

i) The frequency response


ii) Intelligibility.
iii) Uniformity
9. The measurements shall be undertaken in at least one position in each a listening test
shall be performed in each room of the zone and the worst point found shall be used as
the measurement position.
10 All listening tests and measurements shall be at normal head height related to the use of the area.
No listening or measurement points shall be closer than 1m to the wills or 1.5 m to the building
service equipment.
11. Upon completion of' the commissioning of the public address system, the manufacturer shall issue
a certificate stating the system is performing in accordance with the specification.

Training

The Contractor shall be responsible for instruction to and training of persons designated in the
operation of the public address, intercom systems and in the diagnosis and correction of possible
malfunctions, and in Maintenance procedures. Accordingly, the Contractor shall:

a. Train the client personnel (at the site) to operate the system.
b. Instruct the client's staff, during the period of commissioning, in the maintenance of the system.

3. FIRE DETECTION AND ALARM SYSTEM:


Note: Delete all items under Clause SS.15.19 and add the following:-

A complete conventional/addressable fire detection and alarm system comprising of


bells/sounders, indicator lights, detectors, break glass contacts, zone indicator panels,
battery/charger units and associated relays shall be provided and connected in accordance with
this specification at the positions indicated on the drawings. The installation shall be carried out
with 1.5 mm2 (Min) M.I.C.C. cable with red PVC sheath run on trays or concealed within ceiling
voids. The mounting heights of equipment shall be in accordance with the schedule of mounting
heights.

Control and indicating equipment shall comply with BS 5445 to form a fully mounting system.

The Fire Alarm system shall be either conventional analogue system or one or two loop analogue
addressable system complying with EN 54 part 2 & 4 and BS 5839 part 4.

Suitable gas extinguishing system confirming to BS 5306 shall be provided in sensitive areas like
Transform room, Switch room, and Generator room etc. the control unit shall consists of double knock
extinguishing control and an additional zone of fire detection.

a. Standards.
The system will be designed and installed in accordance with the requirements of BS 5839:
Part1: 1988 and will meet classifications P1and L1. The Loss prevention council shall approve
the components of the system. The system design and installation will be inspected and
approved by the Bahrain Civil Defence authorities.

b General Specification.
Operation of a detector or a call point will initiate the action and testing shall be in accordance
with NFPA 72H. The recommended tests in NFPA 72H shall be considered mandatory and
shall verify those all previous deficiencies have been corrected. The test shall include the
following:

a. The led on the detector will be illuminated and on the F/A indicator panel.
b. The alarm will be transmitted to the fire brigade.
c. The bells on floors will sound continuously.
d. The appropriate air-conditioning plant 3 TR or more will be shutdown.
e. Test of each circuit in both trouble and normal modes.
f. Tests of each alarm notification appliance.
g. Tests of the battery charger and batteries.

c. Control Equipment.
The control unit will comply with the requirements of BS 5839: Part 4:1988 and will provide
the following facilities: -

a. 4 fully monitored detection zones, unless otherwise indicated.


b. Duplicated LED fire zone and fault indicator.
c. Indications of: -

1. Fire zone number


2. Fault zone number
3. Sounder circuit fault.

d. Switches for:
1. Sound alarms.
2. Silence alarms.
3. System reset.
4. Key-Switch

d. Manual Break –Glass


Break-Glass shall be of the metallic type constructionand of the manual type with a lever and break
glass.

e. Automatic Fire Detectors.


All detectors shall comply with BS.5445 or 5446 and be fitted with a built-in-LED response
indicator to aid fire location. Fire detector base shall also be provided with connection
terminals to facilitate remote LED indicator units as shown on the relevant drawings.
f. Smoke Detectors.
The alarm each detector shall be designed to protect an area of the smoke detectors shall
operate on the principle of balance between a “closed” and “open” ionized chamber so that
when smoke penetrates the open chamber an imbalance is created in the circuit that will
actuate up to 1.00 m2. All F/A detector units shall be of the plug-in type interchangeable with
other types of detector.

a. Optical smoke detector manufactured to BS 5445/EN 54, part 7.


b. Optical beam smoke detector having 0.3 to 0.6 meter beam projection below and
7.5m lateral to either side of the beam.

g. Heat Detectors.
Automatic temperature detectors shall be differential type with a combination fixed temperature and
rate of rice type. The element of the fixed temperature shall be factory set to function at a
temperature of 6 C. The element of the rate of rise shall be set in the factory to function above the
rate of rise of 100 C per minute.

The base of the detector will contain no electronics or use serviceable components. The
detector type will be selected to be appropriate for the risk to ensure that false alarms are
minimised. In general heat detectors will be installed in kitchens, boiler rooms, laundries etc.
and ionisation-chamber smoke detectors in other areas.

All devices will be fitted with an integral LED alarm indicator. Where detectors are installed
in rooms, which are likely to be locked, e.g. electrical risers, then a remote LED alarm
indicator will be installed outside the room.

The heat detector shall be of three types:


a) Fast response heat detector manufactured to BS 5445/EN 54 parts 5.
b) Fixed temperature heat detector, Alarm temp.70ºC.
c) Rate of rise heat detector.

h. Sounders
Alarm bells/sounders will be fitted throughout the premises. Locations will be determined to
ensure that, a minimum sound level of 75-dB (A) should be available at the end of the corridor
or each room.

i. Signal Bells
The signal bells shall be of the vibrating type with a solenoid and a diameter of 150mm.

j. Power supply
The power supply shall be composed of Nickel Cadmium battery, battery charger and rectifier to
be supplied for operation under 240 volts single phase 50 Hz.

k. Fire Fighting Equipments


Hand held fire extinguishers should be installed throughout the premises at the locations
shown in the drawings. The fire extinguishers provided must conform to BS 5423 and BS 5306
and shall be fixed on wall brackets with the handles at approximately 1-meter from the door.

The following Fire Extinguishers are to be provided:

1. FOAM SPRAY AFFF Extinguisher 9-liter capacity.

2. CO2 Extinguisher with steel body, hose thorn, 6.8 kg. capacity

3. Dry Powder Extinguisher - stored pressure type 10 kg. capacity

All fire extinguishers shall have the date of manufacture indicated in the label and no fire
extinguishers shall be older than 3 months prior to their date of installation/ acceptance.

All fire extinguishers shall be clearly labeled with at least 75 mm letters as to the CLASS of fires
they are to be used.

l. Fire Fighting
Provide fire hose reels and fire extinguishers at places located in the drawings after tapping from the
existing water for mains shown on the drawings. Fire Hydrants are to be provided at location shown
on the drawings and connected to the fire water mains. Both hose reels and Hydrants installation
shall be approved by the local authority.

m. General
The contractor shall be given drawings showing existing services. He shall ensure that these
services are not interrupted. Should any service be interrupted he shall repair the same
entirely at his cost. During the period of interruption he shall provide an alternative service at
his cost.

PART 5 - ROLLER SHUTTER DOORS

General
Heavy duty roller shutter doors shall be supplied and the installed by the contractor, on the main entrance to the vehicle parking buildings, general stores building
and catering store building etc. as indicated in the drawing. They shall be motor operated with manual override facility. Provision shall be made for pad locking the
door to the floor.

1. Gears and Sprockets

a. The gears and sprockets for chain operated drives shall be cast from high tensile Grey iron,
conforming to ASTM A48-64, in moulds made from machine cut patterns.

b. Gears for motor operated drives shall be machine cut and ground. The pinion shall be a hardened
steel worm and the master shall be cast phosphor bronze. Said gears shall operate in an oil bath,
shall be enclosed in a cast iron transfer case, mounted upon hardened steel. Constant pressure to
maintain motion of the door. Push buttons shall be full guarded type to prevent accidental operation.
The push button station on the building exterior shall be weather proof. In addition a key operated
interlock switch shall be provided. Limit switches shall automatically stop the doors at their fully
opened and closed positions. Positions of the limit switches shall be readily adjustable. The roller
shutter door shall be as manufactured by Bostwick Door, UK and Trade Mark (OVERHEAD
DOOR), USA or (Mersey Industrial Estate), UK or equal. Shafts which are suspended upon tapered
roller bearings provided with seals at each end of such shafts.

2. Roller Chain Sprockets

For motor operated drives shall be machine cut, ground and hardened. The mounting of all gears shall
provide for adjustment of such gears when required by wear.

3. Chain Operator

Chains hand operation of the doors shall be fabricated to mate with the sprockets mentioned in
paragraph above, shall be hot-dip, galvanized and shall be endless.

4. Guides For Chain Operator

Guides for hand chains shall be cast from Grey iron conforming to ASTM A48-64.

5. Roller Chains

Roller chain drives shall be provided between the transfer case and the torsion rod.

6. Weather Stripping

Shall occur at the head and the slats of the opening for the door and between the slats of the door. Such
weather stripping along with the tube astragal on the door shall limit the air passage around the closed
door to 0.8 cubic foot per minute per foot of door perimeter when subjected to a 40-mile (64.37km per
hour) velocity wind.

7. Brakes

Brakes for the motor operated doors shall be a solenoid-operated caliper and disc system. The brake
shall be released only by application of energy, by the motor or the hand chain, to the input shaft.

8. Motors

Motors shall be totally enclosed fan cooled, 400 volt, 50 cycle, 3-phase, producing a high starting
torque capable of moving the curtain at the rate of one foot (304 mm) per second in both the
opening and closing directions. Saide motor shall be provided with protection from overload and
low voltage.

9. Control

Door operating motors shall be an enclosed reversing across-line type magnetic starter having thermal
overload protection, limit switches, and two remote control switches. Starter shall conform to NEMA
pub. ICS. The two remote control switches shall be of the three-button type with the buttons marked
“OPEN", "CLOSE" and "STOP". Push buttons shall be momentary contact type.

10. Limit Switch Adjustment


In order for the limit switches to accurately stop the door in a fully opened or closed position, the limit

switch cams must operate their respective limit switch by striking the steep ramp on the arm. If the
limit switches are being operated in the opposite direction, refer to “Wiring Instruction” section to

correct the problem.

Course adjustments of the limit switches are made by loosening the allen head set screws in the limit
switch cams and rotating the cams in the appropriate direction. Rotating the cam toward the steep ramp
on the limit switch lever will decrease the amount of door travel in that direction and vice versa if the
cam is rotated away from the lever.

Fine adjustments of the limit switches are made by turning the slotted head machine screws in the
cams. Turning the machine screws clockwise will decrease the gap between the cams and increase in
the amount of door travel. Turning the screws counterclockwise will increase the gap between the cams
and decrease the amount of door travel. These screws are to be used only when there is 3 inches or less
of final adjustment to be made. To ensure consistent limit switch action, the spring gap should not
exceed 3/16”.

11. Brake adjustment.

The brake is Factory adjusted for proper tension and should not require attention at installation.
If during service to the motor or brake components this adjustment has been changed, it becomes
necessary to check brake adjustment, proceed as outlined below. Adjustments for brake spring
tensioning are made by turning locking nut (A) clockwise to increase the spring tension. The
amount of tension on the brake spring is important to the life of the solenoid. Insufficient tension
will allow the solenoid plunger to cause self-destruction, while too much tension will result in
solenoid burnout. In order to determine whether or not the brake spring is properly adjusted, the
solenoid must be observed during electrical operation. If the spring tension is correct, the
solenoid will pull in without excessive noise and when fully seated will produce a minimum
amount of hum. If there is excessive “hammering” noise when the solenoid pulls in, there is not
enough spring tension, and if there is excessive humming when the solenoid is fully seated, there
is too much tension on the brake spring.

12. Sensing edge switch installation.

Use the following suggested methods for making wire connections between sensing edge switch
and operator terminals.

1a. If a coiled or straight cord (3-wires) is to be used, install a junction box 12” above the center
of the door opening and on the same side of the door as the sensing edge switch. Secure one
end of the cord to the junction box using a strain relief bushing.

b. If a take up reel is to be used, install the reel slightly to the side and above the door opening
and on the same side of the door as the sensing edge switch. Also, install a junction box
adjacent to the take up reel and secure the stationary reel cord to the junction box using a
strain relief bushing.

2. Secure one end of the cord (straight, coiled, or from reel) to the sensing edge switch enclosure
using a strain relief bushing.
3. Connect wires from the cord to the sensing edge switch wires using wire nuts or other
suitable wire connectors.

4. Install a straight 3-wire cord between the operator electrical box and the junction box
adjacent to the take up reel or door opening. Secure cord at appropriate points to prevent
the cord from contacting any moving parts of the door and operator. Secure cord at both
ends with strain relief bushings.

5. Join the leads of the cord from the operator to the cord leads in the junction box using
wire nuts or other suitable wire connectors.

6. Connect the leads of the 3-wire cord to the operator terminals.

7. Operate the door to ensure that the cord will not encounter any interference. Also, check
sensing edge switch operation.

SECTION 16. PLASTER WORK, FLOOR, WALL AND CEILING FINISHINGS.

Add the following to Section 16.

1. Terrazzo and risers shall be:


a. Terrazzo treads 30mm and risers 20mm.
b. Marble treads 30mm and risers 20mm.
2. Working drawings for tiles, treads, risers, and thresholds shall be submitted for the S.O. approval.

3. In Section S.S. 16.3.7 (d), delete ‘white cement paste’, and add “water resistant cement based paste.”

SECTION 17. GLAZING.

A. All mirrors shall comply with Clause SS. 17.2.8 and Clause SS. 17.3.3. “g”.

B. All Glazing shall comply with Clause SS. 17.2.2 (for all except toilets, it shall be 6mm clear glass)

and Clause SS. 17.2.5. (For toilets, it shall be obscure 6mm glass.)

SECTION 18. PAINTING & DECORATING


Following are the changes.

6. In Section 18
BS 4232 is updated with BS 7079
BS 5358 is updated with BS 7956
BS 5493 is updated with ISO 12944

7. In Section S.S. 18.2.1.c


Change (i.e.10-6m) to (i.e. 40 microns)

8. Delete the content of table 18/1 and add the following:-

a). External Wall Paint System. One coat of acrylic primer sealer (solvent base), and two coats of fine
texture acrylic paint (water base). The external paint system shall provide an approved texture that
will adequately cover plaster undulations. The paint system shall be water based, alkali resistant and
shall give after application a fine texture unless otherwise specified. The system shall be an acrylic
and when top coats are tested on a washability apparatus to BS 3900, it shall resist 3000 scrubs.
Primer coats if tested for washability to BS 3900 shall resist 500 scrubs. The top coat opacity shall
be 94% (minimum) when tested to BS 3900.

b). Internal Wall Paint System. One coat of acrylic primer sealer (water base), two coats of acrylic filler
(water base) and two coats of acrylic emulsion paint (water base). Internal wall paint system shall be
water based, alkali resistant and shall give after application a matt finish unless otherwise specified.
The paint shall comply with the requirements of BS 7719-1994. The system shall be an acrylic. Top
coats when tested for washability to BS 3900 the paint system top coats shall withstand 3000 scrubs.
However, primers shall resist at least 500 scrubs. The top coat opacity shall be 94% (minimum)
when tested to BS 3900.

c). Internal wall and ceiling paint system for wet areas. One coat of acrylic primer sealer (water base),
two coats of acrylic filler (water base), and two coats of semi gloss water base paint. Paint for wet
areas shall be specifically intended for these areas. The paint finish shall be, unless otherwise
specified, semi-gloss with a reading of 20 to 50 when tested to BS 3900. The paint system shall be
alkali resistant; water based and shall be an acrylic. When tested for washability to BS 3900 the paint
system top coats shall withstand 3000 scrubs. However, primers shall resist at least 500 scrubs. The
top coat opacity shall be 94% (minimum) when tested to BS 3900.

d). Painting System for Gypsum ceilings. First the joints should be treated with an approved jointing
tape, then one coat of acrylic primer sealer (solvent base), two coats of acrylic filler (water base) and
two coats of acrylic emulsion paint (Water base). The system shall be an acrylic. Top coats when
tested for washability to BS 3900 the paint system top coats shall withstand 3000 scrubs. However,
primers shall resist at least 500 scrubs. The top coat opacity shall be 94% (minimum) when tested to
BS 3900.

4 a). In table 18/2 (B1a, B1b, B2a, B2b, B3a, & B3b) the ‘Primer’ is changed to “Wooden oil based
Primer”
b). In table 18/2 (B4a & B4b), change “2 coats thinned emulsion” to “acrylic primer sealer”
c). Add the following to table 18/2.
1. Painting for wood, Polyurethane system, (spray type). One coat of polyurethane primer by spray,
and one coat of polyester filler, one coat polyurethane spray as undercoat, and two coats
polyurethane spray as topcoat.
2. Painting for Wood Stain finish. One coat of wood stain by spray, and two coats of clear
polyurethane by spray as topcoat.
3. Painting for Wood clear finish. Two coats of sealer polyurethane by spray and two coats of
clear polyurethane by spray as topcoat.

5 a). In table 18/3 (C3) is changed to Epoxy/Polyurethane system as follows: -

Primer - 1- 2 coats epoxy primer 50/100 microns (DFT).


Undercoat - 1 coat epoxy high build at 125 microns (DFT).
Topcoat - 2 coats polyurethane finish at 50/75 microns (DFT).

b). In table 18/3 (C4a, C4b, & C4c) the ‘Primer’ is changed to “Oil based Primer”
c). In table 18/3 (C5) change the “Primer” to “Acrylic/Phosphate Primer”
d). In table 18/3 (C6) change “Undercoat” to “Acrylic/Epoxy”
e). In table 18/3 (C7) “Preparation” change to “Manual or light abrasive sweep” and “Undercoat”
change to “Epoxy Primer” and “Topcoat” change to “2” coat polyurethane finish at total 125 microns
(DFT).

6. Add the following to Section 18.


a). Painting for internal potable steel water tanks. Preparation: Abrasive blasting to min. SA2 ½ to BS
7079/ISO 8501, then high pressure fresh water wash with sweet water chloride checks to be carried
out. Then one coat of primer at 50 Microns (DFT), one coat solvent free epoxy at 300 Microns
(DFT) epoxy and one coat solvent free epoxy at 200 Microns (DFT). The internal system should
have appropriate certification confirming compliance with BS 6920 (water regulations advisory
scheme) “Items which have passed full tests of effect on water quality” or other equivalent
certification.

b). Painting for external potable steel water tanks and steel structure. Blast cleaning to SA2 ½ to BS
7079/ISO 8501, one coat of epoxy primer at 50 Microns (DFT), one coat of epoxy MIO
(Micaceous iron oxide) at 125 Microns. (DFT), and two coat polyurethane at 50 Microns (DFT)
each.

c). Painting for potable concrete water tanks. Preparation: High pressure fresh water wash, sweep
abrasive blast to remove all laitance and other impurities, all cracks, crevices or large blow holes to
be repaired using a proprietary epoxy mortar. Then one coat of epoxy concrete sealer sufficient to
seal the surface, one coat of solvent free epoxy at 300 Microns (DFT) and one coat solvent free
epoxy at 200 Microns (DFT). The internal system should have appropriate certification confirming
compliance with BS 6920 (water regulations advisory scheme) “Items which have passed full tests
of effect on water quality” or other equivalent certification.

7. Add the following to Section 18.


a. Paint supplied must be produced by factories having an established and approved and quality
control/quality assurance schemes. The quality control scheme must be complying with the ISO
9000 requirements and certified by a third party accreditor. The quality manual must be made
available to S.O. for their review and approval. Whenever required, the quality manual must be
submitted for review to ensure contents will meet requirements set by S.O. The manufacturer
must provide full access to S.O. for inspection and evaluation. Quality control on site shall be
maintained on a regular basis through testing. The S.O. shall be at liberty to take samples for the
purpose of test analysis.

b. Paint manufacturers/suppliers must maintain a technical term to support S.O. projects who are
capable of giving advise upon request and carry out regular site visits to ensure that paint is
applied in accordance to the manufacturer requirements and up to their standard.

c. Wherever possible all primers, undercoating and finishing paints shall be obtained from one
manufacturer approved by the S.O. No intermixing of brands is allowed under any circumstances.

d. The approval of the paint system does not relieve the Contractor from his contractual obligations.
It shall be the Contractor’s responsibility to completely hide the substrate by the painting system
without any visible patches. The paint shall not discolor or deteriorate.
e. Paints are to be used exactly as received in the sealed cans from the manufacturer in accordance
with the manufacturer’s instructions. Dilution on site is not allowed for water based paints under
any circumstances. The addition of thinners, dryers, or other materials for solvent based paints
will only be permitted when specially required by the manufacturer and approved by the S.O.
These additives must be used in accordance with the manufacturer’s recommendations.

f. The Contractor shall submit a guarantee for the paint system against discoloration and
deterioration for a period of four years starting from the issuing date of the Practical Completion
Certificate.

g. Painting shall generally comply with BS6150.

h. Paint shall show easy brushing, good flowing, spreading, and leveling properties. These
properties shall be demonstrated on test specimens at the request of the S.O. Coats that have any
noticeable pull under a large brush and that show poor or fair spreading and flowing properties
will not be acceptable.

i. Paint shall dry to a uniform, smooth, gloss appearance under ordinary conditions of illumination
and wearing. There shall be no laps, skips, highlighted spots, or brush marks. Tinted paints shall
dry to a uniform color.

j. Recoating of a previously painted surface shall produce no lighting, softening or other film
irregularities.

k. The paint system applied in all S.O. shall be, wherever possible, environmentally friendly and
shall meet local authorities particular requirements with respect to rules and regulations.
Particular attention shall be given to means of disposing empty paint containers and excess paint.
Paint containing lead must not be used under any circumstances.

l. Along with the system submission, the Contractor shall submit a list of theoretical quantities
required from each type of the paint. This list shall be endorsed by the paint
manufacturer/supplier. The Contractor shall then maintain documents as a proof of paint
quantities consumed on site. The paint manufacturer/supplier must maintain regular records for
paint quantities supplied to each site for the verification of S.O.

8. Add the following to Section S.S. 18.2.10


The paint shall be delivered to site in sealed containers bearing manufacturers, label. The following
shall be clearly identified on the container.

1. Manufacturers’ name.
2. Product name.
3. Batch number.
4. Date of manufacture.
5. Shelf life.
9. *Painting for galvanized steel.
One coat of epoxy primer, two coats of polyurethane (Total 125 microns DFT).

SECTION 19. DRAINAGE WORKS

Add the following to Section 19.


In general the current specifications and drawings issued by the Sewerage Directorate shall apply.
A. INTERNAL:

1. UPVC SOIL SYSTEM:

The pipe and fitting shall comply in all respect with the requirements of BS 4514 and item 1b. The
method of jointing to be employed shall be of solvent weld using the manufacturer’s approved
cement. Seal ring fittings shall be used where necessary to accommodate thermal movement, or the
sockets of standard fittings shall be converted to seal ring joints by the addition of a seal ring
adapter.

The grade of UPVC used for the pipe shall have a minimum softening point of 82 C, and for the
fittings 79 C, when tested by the Vicat method as described in BS 2782. Access shall be provided
where necessary either by means of an integrally molded door in an access fitting with an externally
fitted rubber seal and secured with two galvanized bolts and nuts, or alternatively by a two piece
clamp type door fitted into the pipe run.

2. UPVC WASTE SYSTEM:

a. The pipes and fittings shall comply in all respects with requirements of BS 5255 and item 1b.

b. The method of jointing to be employed shall be that of solvent welding using the
manufacturers approved cement. Seal ring joints shall be introduced where it is necessary to
accommodate thermal movement.

c. The grade UPVC used for the pipe shall have a minimum softening point of 94 C, and
for the fittings 80 C, when tested by the Vicat method as described in BS 2782.

3. WORKMANSHIP:

The installation method of jointing and fixing shall comply in all respects to the manufacturer’s site
work instructions, or as stated hereafter.

4. UPVC, RAINWATER SOIL AND VENTILATION PIPES:

a. UPVC rain water pipes and fittings shall comply with BS4576, Part 1 and item 1b.

b. UPVC soil and ventilating pipes and accessories shall comply in all respects with
requirements of BS 4514: 1969.

c. All plastic traps shall comply with BS 3943 and as manufactured submittal approval
by S.O

B. EXTENTION OF WORK: The contractor shall allow in his rates for:

C. UPVC BURIED DRAIN SYSTEM:

a. The pipe and fittings shall comply in all respects with the requirements of BS 4660 and 5481.

b. The method for jointing to be employed shall be by lip seal sockets fittings. Jointing to other
materials shall be made in the manner specified by the manufacturer.
c. The grade of UPVC used for the pipe shall have a mini softening point of 82 C, and for the
fittings 79 C, when tested by the Vicat method as described in BS 2782.
d. The rubber for lip seal joints shall be to the material requirement of BS 2494.

D. MANHOLES AND INSPECTION CHAMBERS:

a) Provide, in the bottom of manholes, half round vitrified clayware main invert
channels of the same diameters as the drains, with all necessary curved channels and
tapers. Similarly provide the necessary half round vitrified clayware branch channel
bends, which shall be curved in the direction of the flow and shall be set to discharge
over the main channel. Bench up the channels with class 1 concrete rising vertically
from the edge of the channel to a height not less than of the sophist of the outgoing
drain and sloping upwards from thence to meet the side of the chamber at a gradient
of 1 in 6 Float the benching to a smooth, hard surface with a coat of cement mortar
1:1

b) Build in the ends of drainpipes.

c) Provide manhole cover and frames of sizes and type shown on schedule, bedded
in cement mortar 1, and the cover in grease. Fill the recessed covers with materials to
match adjacent finishes. Provide 2 Nos. iron lifting hooks or keys suitable for each
type of cover specified.

d) Where the difference in level between the inlet pipe and invert exceeds
700mm, the connection shall be made with a cast iron vertical drop pipe, encased in
class 1 concrete outside the manhole, complete with bend, junction and ridding eyes
as shown on drawing.

1. Soak away Pits:


Add the following to Clause SS.19.3.27

Provide soak away, in positions as shown on the drawings, of capacity as indicated. Soak away
pits consist of 150mm high concrete foundation, 200mm thick pierced concrete block walls
250mm reinforced concrete cover slab and 600-x 600mm light duty manhole cover. The pit shall
be excavated for an additional 1.0m outside plan dimension and outside the block-work structure
back-filled with 100-25 mm rock fill. Refer to Standard Detail Drawing for Sewerage and
Drainage Directorate (1990).

2. Septic Tanks:
Add the following to Clause SS.19.3.27

Provide Septic Tanks, in positions as shown on drawings, of sizes indicated. Tanks consist of
250 thick slab with 200 block-work and voids filled 200 thick reinforced concrete slab over with
2 No. 600 x 600 Grade A2 cast iron covers A75 dia. ventilation pipe shall be run to a convenient
position (allow 10 Meters) with termination. Internally tanks to be rendered as shown. Refer to
Standard Detail Drawing for Sewerage and Drainage (1990).

SECTION 20. EXTERNAL WORKS.

I - ELECTRICAL DISTRIBUTION SYSTEM


1. Extent of Specification.

This General specification relates to the construction of 11KV/400V sub-stations in accordance


with EDD Standard Sub-station details, install, test and commission all equipments as indicated
on the drawing including H.V, L.V, Street Lighting, Power and Control Cables, H.V. Switch gear,
Transformers, L.V. Distribution Boards, Lighting Control Panels, Light Fittings including all
accessories etc. and maintaining for a period of 20 months after the completion of the electrical
installation as described here in and shown on drawing.

2. Contractor.

All works for the installation of the H.V. and L.V. Electrical Distribution System must be carried out by
an approved contractor from the Electricity Distribution Directorate approved list of contractors (MTC-
16) for the applicable work. They shall be licensed and registered with EDD as Grade “A” or Grade “B”
contractors.

3. Cable Jointers.

The cable jointers to be used for the project shall be EDD licensed and registered with EDD for the
applicable works.

4. Scope of Works

The contractor shall be responsible for the following: -

a. H.V. Works.
1. Construct 11KV/400V sub-stations in accordance with EDD Standard
Sub-station details. The sizes, locations and requirements of each sub-
station are as indicated on the drawings. The scope shall include all civil
and building construction including supply and installation of ducts,
small power, lighting, ventilation and drainage as indicated on the EDD
sub-station drawings.
2. Take delivery from Supplier, transport to site, install, test and
commission all equipment as indicated on the drawings including HV
switchgear, transformers, L.V. distribution boards, controls etc.
3. Take delivery from Supplier, transport to site, install, test and
commission all High Voltage cables as indicated on the drawing.
4. Carry out excavation, road crossing ducts, sand bedding and backfilling
for all H.V. cables in accordance with EDD Standard Specifications.
5. Preparation and submittal of as-built documentation.

b. L .V. Works
1. Take delivery from Supplier, transport to site, install, test and commission all Low Voltage
cables including all joints as indicated on the drawings.
2. Carry out excavation, road crossing ducts, sand bedding and backfilling for all L.V.
cables in accordance with EDD Standard Details.
3. Liaisson with EDD for the installation of cutouts, KWH meters and final
connections.
4. Testing and commissioning.
5. Preparation and submittal of as-built documentation.

5. Standard Specification.

The works shall be carried out strictly in accordance with the latest editions of EDD Specifications as
issued for the 1998 EDD Term Contract and BDF regulations.

6. External Lighting Installation.


a. Contractor.
All works for contractor from the Electricity Distribution Directorate approved list of contractors for
Street Lighting. the installation of external lighting must be carried out by an approved

b. Scope of Works.
The Contractor shall be responsible for the following: -

1. Take delivery from Supplier, transport to site, install, test and commission all street lighting as
indicated on the drawing including main street lights, Bollard lights and Wall lights.
2. Install, test and commission all electrical cables for lighting as indicated on the
drawings.
3. Builders work requirements such as foundations for lighting, cable termination boxes
to wall bracket light etc. all to the requirements of manufacturer’s recommendations
and as indicated on the drawings.
4. Take delivery from Supplier, transport to site, install, test and commission all lighting
controls, panels, timers etc. as indicated on the drawings.
5. Carry out excavation, road crossing ducts (including supply), sand bedding and
backfilling for all lighting cables in accordance with EDD and BDF Standard.
6. Testing and commissioning.
7. Preparation and submittal of as-built documentation.

c. Standard Specification
The works shall be carried out strictly in accordance with the latest editions of EDD Specifications as
issued for the 1998 EDD Term Contract and BDF regulations.

7. Telephone System Installation.

a. Contractor
All works for the installation of ducts and chambers must be carried out by a contractor, who is
approved by BATELCO for carrying out the applicable works.

b. Scope of Works.
The Contractor shall be responsible for the following:-

1. Excavate trenches for Batelco ducts and


Chambers in accordance with the drawings
and Batelco Standard Details.
2. Construct all necessary manholes/junction boxes in accordance
with Batelco
Standard Details.
3. Take delivery from Batelco, transport to site and install all manhole
covers etc. as per
Batelco normal practice.
4. Preparation and submittal of all as-built documentation.

c. Standard Specification
The works shall be carried out strictly in accordance with latest edition of Batelco Standard details
and Specification BTC/1000/Civil-Issue 1.

8. Applicable codes.
All electrical work appertaining to the works shall be executed in strict accordance with the last
published Regulations and Standards including any revisions thereto, at the date of execution of the
works of the following regulations:-

a. Electrical System (listed in descending order of priority)


1. Ministry of Electricity and Water, EDD Measured Term Contract-MTC-
16.
2. The Electricity Distribution Directorate (EDD) Regulations.
3. C.P.M.D. Specifications (June 1981)
4. 16th Edition Regulations for Electrical Installations of Buildings issued
by the
Institution of Electrical Engineers.

b. Telephone System
Standards of Batelco for Telephone System.

9. Electrical Supply System.

The electrical supply system for this project shall be as follows:-


(a) Voltages : 11000 Volts ± 6%, 3 Phase 3 wires
400 Volts ± 6%, 3 Phase 4 wires
(b) Frequency : 50Hz ± 2%
(c) Neutral : Solidly earthed.
(d) Fault level : 350 MVA at 11 KV
(e) Fault Duration : 3 Sec.

10. Climatic Conditions.

All electrical apparatus and equipment shall be so designed and constructed that they operate
satisfactorily and without any deterious effect for prolonged and continuous periods in the condition as
specified in EDD Regulations, Section 3, regarding ambient temperature, humidity and altitude. All the
derating factors should be applied so that capacity and rating of all electrical equipment is suitable for
Bahrain climatic conditions.

11. Degrees of protection of enclosures (I.P.)

Unless otherwise indicated specifically on drawings the following degree of protection complying with
BS 5490 and IEC 529 shall be provided for all equipment to withstand the external influences of solid
bodies and water.

• External : IP 65
• Enclosed room, classified as a plant
area including mechanical or
plumbing services : IP 54
• Electrical Room, with controlled
Environment for temperature,
Moisture, dust and maintained as
residential and office areas : IP 31

12. Application and coordination with EDD.


The Contractor shall be responsible for all necessary coordination with E.D.D.’s relevant departments to
make necessary application to EDD for the necessary loads to be connected, to establish the exact route
of incoming feeder cables, and to obtain the power supply for the project on time.

The Contractor shall make all necessary arrangements with the Electricity Distribution Directorate so
that the electricity will be made available at the consumer’s intake sub-stations as shown on the
drawings.

13. Contractor’s responsibility.

The electrical drawings are generally diagrammatic and are not intended to show the exact physical
location or configuration of work except where actual dimensions are indicated.

The Specifications and Tender drawings shall be read conjointly and the tenderer shall, before
submitting his tender, draw the Engineer’s attention to any discrepancies which, in his opinion, may be
unsuitable, undesireable or inconsistent with his guarantees and responsibilities under the Contract and
verification must be obtained before submitting tender. No extra payment will be allowed for any extra
work caused by any discrepancy or misunderstanding.

The tender drawings are prepared essentially so that, in conjunction with the specification, a correct
engineering interpretation may be put on the design scheme for the works and an estimate of cost
prepared.

The Engineer’s specification and drawings shall be interpreted in accordance with good installation
practice relevant to the circumstances.

14. Equipment identification and notices.

Where an assemblage of switchgear is operating at a voltage in excess of 250 Volts, a warning notice
shall be suitably fixed immediately adjacent to the switchgear and in a prominent position with a legend
printed in red letters on a white background, stating the maximum voltage present.

All items of electrical equipment to be installed by Contractor shall be provided with suitable legend
plastic (trafolyte) identification labels and warning notices.

Identification labels shall be constructed from 3 layers, 2 mm thick TRAFFOLYTE and shall be
securely screwed or bolted to the equipment housing. Stick on labels shall not be used.

All warning notice labels shall be bi-lingual in Arabic and English. All lettering shall be in block
capitals standing 13mm high and labels shall be atleast 20mm high.

15. Earthing and bonding of the system.

The Contractor shall be required to carry out the complete permanent earthing for the electrical
installation and the equipotential bonding of all extraneous metal parts of the building as per the
specification and he shall include a price in his tender.

The earth leakage protection to all parts of the installation shall be afforded by means of a combination
of current operated earth leakage circuit breakers and direct earthing system as shown on drawings.

The earthing installation shall be provided with an earthing lead connected to an effective earth
electrode or electrodes such as copper strips or rods, which shall be buried in the ground. The earthing
system shall be in accordance with I.E.E. and Local Authority Regulations, and shall satisfy the tests
specified in these Regulations and it shall become approved by the Local Electricity Authority as per
their regulations and requirements.

Neither building steel framework nor water pipes, separately or jointly, shall be used as the sole earth
electrode of the installation. From the main earthing terminal in the Main Switchboards and Panels, the
Contractor shall be responsible to carry out the complete earthing and bonding of the installation to give
an effective earth continuity as described in EDD Regulation, Section 6.

The 11 KV switchgear and Transformers are also to be earthed to the equipment manufacturer’s
recommendation and to the approval of Electricity Distribution Directorate.

16. Special Notes.

Before final commissioning of any equipment referred herein the Contractor shall check, for tightness,
all clamps, screwed and bolted connections regardless whether these where made before delivery of the
equipment to site or not. The Contractor shall also ensure that all fusible links and trip settings are
correctly calibrated to give discrimination and protection to the circuits and equipment forming this
installation.

17. Short Circuit Rating.

The whole distribution network forming part of this installation shall be capable of carrying without
permanent distortion or deterioration both 3-phase and 1-phase short circuit fault currents that may be
encountered at any part of the system.

18. Submittal of Materials.

The contractor shall submit in triplicate to the Engineer for approval within the above stated period
details of all equipment and accessories to be used for the complete installation.
19. Routing of Cables.

The routing of cables shown on the drawings are for a guideline to Tenderers in pricing. The exact
routing of all the cables shall be the responsibility of the Contractor. The Contractor shall therefore
prepare his own routing layout drawings before commencement of any installation for the Engineer’s
approval. It shall be the responsibility of the Contractor to check at the stage of tender the runs of all
cables in relation to the structural restrictions so that all materials, such as road/other services, crossing
ducts, etc. are included in his tender.

20. Identification of Cables.

Each cable listed on the Contractor’s cable scheduler or as detailed on the approved Drawings, shall be
identified by an embossed non-corrodible label securely fastened to the cable, giving the cable schedule
reference number, the cable core size, the number of cores and the service of the cable.

Identification shall be provided at all intersections and junctions of routes, where cables enter or leave
ducts, at 12m. intervals along every buried cable, and at 30m intervals where cables are in concrete
trenches, cable trays or above ground as applicable.

21. Cables Spacing and Markers.

Where cables are laid directly in the same trench or adjacent to other services the following minimum
spacing shall apply unless otherwise indicated on drawings.

Cable HV LV Telephone Co-axial Gas, Water


& Other piped
Services
mm mm mm mm mm

HV 150 300 500 500 500

LV 300 150 300 300 300

Control
And 500 300 150 150 300
Tele.

A barrier shall be formed between the cables and telephone, when both are in the same trench. This is to
eliminate any possible interference and transients. The cable cover tiles specified elsewhere in this
specification shall be used as the barrier by properly placing them or any other material shall be
acceptable provided it is suitable for the intended purpose and provides the required interference and
transient suppression.

Cable markers are to be provided at point where cables buried in the ground change direction. They shall
be made in concrete or level. They shall be so shaped that they cannot easily be removed from the
ground. The words "Electric Cable" shall be impressed into the face of the marker in English and Arabic
together with a weatherproof label carrying the reference number of the cable fixed to the face of the
marker.

22. Installation of cables - General

Cables shall be delivered to site with the manufacturer’s seals, labels or other proof of origin intact. The
Engineer or his representative shall retain these labels and seals for inspection.

Each drum length of cable shall be allotted a distinctive and separate reference number. This number
must appear on the Test Sheets covering the respective length of cable and must also be clearly marked
on the cable drum.

The arrangements of cables and all methods of installation shall be subject to approval by the Engineer
or his representative.

Cables shall be installed in one length from terminal point to terminal point. The radius of each bend or
change in direction of the route of any cable shall not be less than the minimum stated on the current
issue of Electricity Directorate Regulations, the IEE regulations, the relevant BS specifications, or the
cable manufacturer’s recommendations whichever is the greater.

Single core cables carrying alternating current for three-phase working shall be laid strictly in
accordance with the IEE Regulations.

Within 14 days of the cable installation together with all jointing having been completed the Contractor
shall arrange for voltage tests to be carried out in accordance with the relevant testing clauses.

a. Cable direct in the ground.


1.The Contractor shall excavate trenches along approved cable routes to the depths
shown on the Contractor’s approved drawings.
2.All loose rock, stones and other sharp materials shall be removed from the trench.
3.The Contractor shall supply washed sieved sand, cable warning tiles and marker
bases and plaques. He shall distribute these materials along the trench route at such
intervals and quantities as may be necessary.
4.The Contractor shall lay, level and compact sand in the bottom of the trench to a
depth of 100mm before laying the cables. After laying the cables, he shall then
cover with a further 100mm of sand, level and compact and lay cable tiles as
Decoduct, Rehau or equal approved.
5.The Contractor shall backfill the trench with fine selected material to a depth of
150mm to 250mm from the finished surface level as shown on the drawings and
compact to the satisfaction of the Engineer. The Contractor shall lay the warning
type in position and then complete the backfilling and compaction to the Engineer’s
satisfaction. There shall be a minimum clean cover of 350mm above the protective
covers.
6.The Contractor shall accurately locate and install all route and joint marker bases,
which are to be engraved in English/Arabic. The marker bases and plaques shall be
in accordance with the Contractor’s approved drawings.
7.The spacing between cables shall be maintained in accordance with IEE/EDD
regulations throughout the run. All possible precautions shall be taken to ensure the
cross-joints do not occur. As soon as cables are laid, but before they are covered,
the Contractor shall accurately record the position and depth of all cables and make
provision for cable markers to be installed where necessary.
8.He shall then notify the Engineer so that the cables and the records are inspected
before any covering is commenced.

b. Cables in ducts.
1. Where cables are shown on the drawings as being in ducts, the cables shall be
drawn into ducts provided, complete with temporary tapering wooden plugs of
suitable diameter to prevent the ingress of soil into the ducts.
2. The removal of temporary plugs, rodding and cleaning of the ducts shall be
carried out by the Contractor. After drawing cables through the ducts, they shall
be sealed with mastic compound.
3. Ducts for installing underground cables shall be laid at a minimum depth of
600mm from the finished floor level. Minimum spacing between the ducts shall
be 100mm. All underground ducts shall be surrounded by concrete to the
complete length of run for providing mechanical protection to ducts. Cables to be
installed below asphalted areas should be drawn through underground ducts.

23. Cables Bonding Connection.

Where armoured cables are installed, the armouring shall be bonded to the metal case of the equipment
to which the cables are connected. This shall be by means of copper tape not less than 50 per cent of the
cross sectional area of the current-carrying conductor except that the maximum size of copper
conductor of 70mm2 need not normally be exceeded. Where the armouring of cable is used as an earth
continuity conductor and this has an impedance more than twice that of the current-carrying conductor
then supplementary provision shall be made to reduce the impedance of the earth path to the value
stated in the relevant section of E.D.D. Regulation.

24. Leave Work Perfect.

The contractor shall adopt the most strict hygiene behaviors in all areas and collect all scraps of
materials, old and discarded materials and equipment and clear the same from time to time and before
the final cleaning prior to handing over of the installation.

At completion of every stage in the works, the contractor shall handover the installation in a clean, tidy,
sound and perfect condition and shall clear away all tools and plant whether or not used in the execution
of the works to the entire satisfaction of the Engineer.
25. Testing.

a. On completion or, as instructed by the Engineer, the Contractor shall carry out the tests on
the installation in presence of the Engineer and no section of the installation shall be
energized until tests desired by the Engineer are completed and proved to his satisfaction.
b. The Contractor shall supply all the necessary equipment, labour and instruments to carry out
the tests and shall demonstrate the accuracy of the equipment and instruments if required by
the Engineer.
c. No less than 500 Volts Megger shall be used for insulation tests.
d. All electrical installations are to be tested for insulation resistance and earth continuity by
the Contractor on completion of any work. Results of such tests must be entered into the test
report form supplied with the wiring permit.
e. The earthing of all exposed metal work of the electrical equipment shall comply with the
IEE and E.D.D. regulations.
f. The installation will not be deemed to be complete until the approval of the Electricity
Directorate has been obtained and electrical power supplied.

26. Working Drawings.

a. The contractor shall prepare and submit at his own cost detailed working drawings
covering his scope of work for the approval of the Engineer.
b. The working drawing shall be carefully checked by the contractor for all clearances, field
conditions and proper coordination with other trades. No payment will be made for any
variation or alteration on site due to lack of knowledge of other trades.
c. The working drawings shall clearly show the routes of cables and ducts location of
junction boxes, details etc. These drawings shall be submitted to the Engineer for his
approval at least two weeks prior to the commencement of work. Drawings returned to the
Contractor for alteration or amendment shall be re-submitted for approval of the Engineer.

27. Operating and Maintenance Manuals.

a. Draft Copy
The operating and maintenance manuals for the whole installations shall be submitted two months
before the date of practical completion for analysis, comments and /or approval. The operating and
maintenance manuals, duly approved, shall be handed over to the Engineer two weeks before the
date of practical completion. The test figures for the installations shall be forwarded to the Engineer
within two weeks after completion of testing and commissioning of the installations.

b. Final Copy.
The Contractors shall provide three sets of Operating and Maintenance Instructions, which shall be
enclosed in durable covers. The operating and maintenance instructions shall include.
• A brief outline of the operation of the Electrical Installation.
• Instructions on how to start and stop the plant, noting any safety and/or
sequencing arrangements.
• Details of required maintenance with suggested frequency of action.
• Details of each item of the installations including the name and address of
the manufacturer, and local agent, type and model, serial number, duty and
rating.
• A set of prints of all “as installed’ drawings.
• A list of the materials and spares for maintenance purposes as
recommended by the manufacturers.

One set of reproducible “as installed” drawings process negatives and electronic file.
28. Operating and Maintenance Instructions.

The Contractor shall demonstrate and explain the plant and the method of starting, running and stopping
to such staff as the Engineer shall nominate.

The Contractor shall also assist the Employer in formulating any maintenace contracts with suppliers of
equipment that the Employer may require.

29. As fitted Drawings.

The Contractor shall submit one set of as fitted drawings of the installation for verification and checking
one month before the final date of practical completion. On approval of the above set of drawings, three
copies of “As fitted Drawings and Manuals” one negative and one set of electronic file of the drawings
for record purposes shall be submitted within two weeks of practical completion. These shall incorporate
the general arrangement of all the electrical equipment, wiring details of the equipment and its control,
catalogues/brochures of materials and equipment used and name of local agent. All details shall show all
the sizes used.

30. Commissioning.

After completion and before handing over of the installation, and unless othewise determined herein in
respect of types of workmen or time, the contractor shall provide an approved Engineer, Electrician and
Assistant for a period of seven full working days and any further period deemed necessary by the
Engineer to fulfill the requirements of Clause 2.31 (Training) to stand by on site in attendance upon the
employer to instruct his staff in the correct and efficient operation of all plant and controls and to attend
to any adjustment or remedial works in minor nature, which may be required. The Engineer shall advise
the contractor once only of the calendar dates on which the workmen shall attend after which no further
notice will be given.

31. Training.

The Tender shall include for training one electrical and one mechanical technician to be appointed by
the Employer, in the operation and maintenance of all Electro-Mechanical plant and equipment. All such
training shall be carried out during the Testing and Commissioning period.

Four weeks prior to training and familiarization, the Employer must have in his possession all as-built
drawings, manufacturers operating and maintenance manuals, operating and maintaining briefs, all
labeling, all display boards, etc. The list of all personnel available for attending to the defects and snags
during working hours and off-working hours with their telephone nos. and contact locations.

If any of the above item is not available or complete in all respects, the training would deemed to have
not been completed as per contract and contractor will have to repeat the training at his cost.

32. Practical Completion Certificate

Upon practical completion of the works and when the Contractor has satisfied the Engineer that all
equipment is in an operating condition and that all tests and adjustments and the work described herein
have been completed, the Engineer shall issue a certificate to this effect.
33. Final Certificate of Completion.

The Contractor, together with the Engineer, shall carry out inspections of the installation during the last
two months of the Defect Liability Period and shall attend to any outstanding works or defects that have
occurred under the conditions of Contract on completion of this exercise and, on agreement that the
requirements of the Conditions of Contract and specification have been met, the Engineer will authorize
the Final Certificate releasing the balance of retention money due under the Conditions of Contract.

II – WATER DISTRIBUTION SYSTEM


1. Contractor.

All works for installation of the Water Distribution System must be carried out by a Contractor who
is either Class A or B on the Water Distribution Directorate approved list of contractors for the
applicable works.

2. Scope of Works.

The Contractor shall be responsible for the following.


a. Take delivery from Supplier, deliver to site, install, test and commission all pipes,
valves, tees, bends, ferrules, meters, fittings etc. for primary and secondary water
mains as indicated in the drawings.
b. Take delivery from Fire Service, transport to site, install, test and commission all fire
hydrants as indicated on the drawings.
c. Carry out excavation, sand bedding and backfilling for all primary and secondary
water mains in accordance with WDD Standard Specification and Details.
d. Install all fire hydrants in accordance with WDD Standard Specification and Details.
e. Install all meters in accordance with WDD Standard Specification and Details.
f. Construct all necessary thrust blocks, supports, blocks, chambers, etc. in accordance
with WDD Standard Specification and Details.
g. Preparation and submittal of all as-built documentation

III – SEWERAGE SYSTEM

1. Contractor.

All works for the installation of the Sewerage System must be carried out by a Contractor, who is
either Class A or B on the Sewerage and Drainage Directorate approved list of Contractors for
sewerage works.

2. Scope of Works

The Contractor shall be responsible for carrying out all intallation works as indicated on the
drawings, including all excavation, bedding and backfill, together with supply, installation, testing,
commissioning and all as built documentation for all pipes, fittings, chambers, etc. in accordance
with SDD Standard Specifications and Details.

3. Standard Specification

All works must be carried out strictly in accordance with the latest edition (including all revisions to
date) of the following as issued by the Sewerage and Drainage Directorate.
a. Standard Detail Drawings for Sewerage and Drainage, Civil Engineering Works (issued 1990)
b. Standard Specification for Sewerage and Drainage, Civil Engineering Works (issued 1987).
c. Standard Specification for Sewerage and Drainage, Civil Engineering Works, Revision issued
September 1993.

IV – STORM WATER DRAINAGE SYSTEM

1. Contractor.

All works for installation of the Storm water Drainage System must be carried out by a Contractor,
who is either Class A or B on the Sewerage and Drainage Directorate approved list of Contractors
for sewerage works.

2. Scope of Works.

The Contractor shall be responsible for carrying out all installation works as indicated on the
drawings, including all excavation, bedding and backfill, together with supply, installation, testing,
commissioning and all as-built documentation for all pipes, fittings, chambers etc in accordance with
SDD (Sewerage & Drainage Directorate) Standard Specifications and Details.

3. Standard Specification

All works must be carried out strictly in accordance with the latest edition (including all revisions to
date) of the following as issued by the Sewerage and Drainage Directorate.
a. Standard Detail Drawings for Sewerage and Drainage, Civil Engineering Works
(issued 1990).
b. Standard Specification for Sewerage and Drainage, Civil Engineering Works (issued
1987)
c. Standard Specification for Sewerage and Drainage, Civil Engineering Works,
Revision issued September 1993.

V – IRRIGATION WATER SYSTEM

1. Contractor.

All works for the installation of the Irrigation Water System must be carried out by a Contractor,
who is on the approved list of Contractors for carrying out irrigation works for the Parks Directorate
of the Central Municipal Council.

2. Scope of Works.

The Contractors shall be responsible for carrying out all installation works as indicated on the
drawings, including all excavation, bedding and backfill, together with supply, installation, testing,
commissioning and all as-built documentation for all pipes, fittings, valves, control wiring and other
materials in accordance with the Parks Directorate Standard Procedures.

3. Unplasticised Polyvinyl Chloride Pipes.

All UPVC pipes and fittings shall be complying with BS 3505 “Unplasticised PVC pipes for Cold
Water Services”. Pipes shall confirm to the following minimum working pressure.

Primary Pipes Class “C” - 9.0 bar N/mm with blue marking.
Secondary Pipes Class “B” - 6.0 bar 0.6 N/mm with red marking.
The primary pipes are upstream of the Solenoid valves and Secondary pipes are downstream of the
Solenoid valves.

All fittings shall be a minimum pressure of Class “D” and be manufactured of UPVC. Joints shall be
solvent welded and the Contractor will strictly adhere to the manufacturer’s specification with regard
to jointing and expansion.

4. Specification

The works shall be carried out strictly in accordance with “Kingdom of Bahrain, The Central
Municipal Council, Parks Directorate, Irrigation Specification, April 1998”.

VI. KERBS AND EDGINGS

*A. Road Kerbs shall be as per Clause SS. 20.2.2 “b-i ”

*B. Edge Kerb shall be as per Clause SS. 20.2.2 “b-iii”

*C. Kerb foundations shall be as per Clause SS. 20.3.4

VII. *ASPHALT WORKS

A. Where mentioned sub-base it means type ‘A’ (Class 2) and it is to be compacted to minimum
of 95% of the maximum dry density as per PWA Specifications?

B. Road oil shall be medium cut back bitumen to BS 3690 and to be applied to the rate
between or 0.7 to 1.0 L/m2 the oiled area must be closed for a period of time sufficient to allow
proper penetration and curing, as per PWA Specifications.

C. Asphalt will be as follows:


a. Base course wherever mentioned will be ‘B28 mix’ as per PWA specifications.
b. Wearing course wherever mentioned will be ‘W20 mix’ as per PWA
Specifications.
c. Combined base and wearing course wherever mentioned will be
‘W20mix’ as per PWA Specifications.

D. *Types of asphalt
a. Car park, paths, and parade ground.
150mm Class 2 fill, road oil and ***50mm combined base and wearing course.

b. Internal Roads: 150mm class 2 fill, road oil, ***60mm base course, tack coat ***40mm
wearing course.
c. Internal roads: 150mm Class 2 fill, road oil and ***75mm combined base and wearing
course.
E. Laying by hand will not be allowed.

F. Base course and wearing coarse are to be laid to break transverse joints by at least
600mm.

G. Temperature for laying:


Delivery minimum 1400C
Laying minimum 1300C
Rolling minimum 1200C

H. At least one pair of course to be taken for any area less or up to 1000m2 of each
course and their densities determined. The mean value of the pairs is to be not less than 97% of
the standard mix density.

I. *Interlocking concrete bricks laid on 50mm double washed marine sand as follows:
a. Light duty shall be 200x100x60
b. Heavy duty shall be 200x100x80
c. Tanks shall be 200x100x100.

VIII . *WATER TANKS.

The water tanks shall be of one of the following type as indicated:

a. Welded or riveted mild steel.


b. Reinforced polyester/ plastic Glass.
c. Pressed steel sectional.

Galvanized mild steel water tank shall be of 3mm thick sheet construction. Each water tanks shall be

provided with a 1.6mm thick galvanized mild steel loose cover formed in flanged sections of not more

than 2 m long and 1 m wide.

Galvanized mild steel water tanks and pressed steel tanks shall be cleaned and painted internally with
two coats of bituminous solution.

Each water tanks shall be fitted with a ball float valve. Ball float valves shall be of the size (a) indicated
and suited to the mains pressure available.

Overflow pipes shall be twice the diameter of the nominal size of the ball valve fitted or be 32 mm
diameter, whichever is the greater. Overflow pipes shall be run to discharge outside the building.
All connection to water tanks shall be made by means of bolts

, screwed flanges or pad and studs. Connections on mild steel water tanks shall be welded before

galvanizing. Flanges and/ or pads shall conform to BS 10. Table A.

Glass fibber water tanks shall comply with the general requirement of BS 4994 and be of approved
manufacture. The tank shall be prepared with all holes, for connections and shall be supplied with a
loose cover.

IX. *HANGARS AREA:


1. DRAINAGE

In general these works shall be done to the specifications and drawings of the Sewerage and Drainage
Directorate. The DI grating of the drain trench shall be to Group 5 BSEN124 Class E600 and will be in
short sections such that two men can easily lift these sections. The floor of the hangar shall slope
towards the drain trench, slope 1:400. All trenches and service pits provided in the floor of the hangar
shall drain into this drain trench.

The above area is to be so sloped as to drain the complete area into a concrete channel running along the
south side of the fire station road. The channel shall be so constructed as not to allow the rainwater to
flow over the road.

The channel shall be 500-mm wide, 400 mm deep. It shall be covered with heavy duty MS channel
grating, painted black, as manufactured by M/s Brick-house Broads or equal suitable for heavy traffic.

A culvert approximately 500 mm dia runs under this floor. The concrete channel shall drain into this
culvert by using a round channel the same size as shown.

The successful tendered will be required to submit complete details such as slopes, channel construction

details etc. for the approval of the client.

All underground trenches such as sewer manholes etc. shall be raised/lowered such that the top of the
cover is flush with the floor level. Refer to DWG. Ref. No. 14 of 15, of Standard details drawings for
Sewerage and Drainage Directorate.

2.* COMPRESSED AIR:

Provide a ring main 2” size on the inside perimeter of the hangar, at a height of 6.5 m and ¾” outlets as
shown on the drawings. The pipe shall be galvanized to BS 1387 heavy grade. The down comers to the
outlets shall be 1” size. The pipe shall be pitched to drain at the four corners of the hangar. The drain
shall have a valve, size of the drain ½”. Each outlet ¾” size shall be as shown on the drawings. Fittings
such as filter etc. shall be Spirax Sarco, Ingersoll Rand or equal. All valves shall be of the ball type. All
branches shall be taken off the top of the mains. The pipe work shall be painted and identified as per BS
1710. All pipes fittings and valves shall be to appropriate BS or equal standards.

Numbers ¾” compressed air outlets are required in wall as shown on the drawings. However, the filter
and PRV for these will be located at the sides of the hangar. Only the dry air quick connect outlet
lubricator and lubricated air quick connect outlet will be located in the electric room. The pipe shall be
routed through the hangar wall. The pipe works above shall be supported in a workmanlike manner.
The contractor shall submit details for approval.

The entire system shall be suitable for 15-cfm air @ 80-125 psi. The compressed air system shall be
connected to the hangar system installation.

3.* FIRE FIGHTING:

Installation of pressurized Hose Reel System including pressure pumping sets integrated with all
electrical and control items for automatic controls and including Hose Reel Units, water storage tanks
and all interconnecting pipe work valves and fittings all as generally shown on the drawings.

Hose Reels: Hose Reels shall be recess wall-mounting type to suit architectural requirements. The Hose
reels shall be compete with necessary mounting brackets, inlet valve, inlet pipe, control handle swinging
reel drum and with Fire Hose Reel written over it in Arabic and English, reinforced rubber flexible hose
and Nylon jet spray shut nozzles, fixing bolts and all related accessories fittings needed for a complete
unit ready for operation. The S.O. approval shall be required before placing the order.

Pipe-work and Fittings: Hose Reel system distribution pipe-work shall be heavy quality black steel tube
to B.S. 1387 with screwed type steel fittings to the relevant British Standard.

Support work: Steel pipe work shall be supported as per B.S. Specifications (M&E) No. 3 1974 and
W.D. Standard Specifications.

Fire Extinguishers: Fire Extinguishers shall be as shown on drawings in accordance with B.S. 1288 for
cylinders and B.S. 341 for the valves. Each unit shall be equipped with all necessary accessories.

Fire Hydrant: The fire main shall be connected to the nearest point for connection is shown on the
drawings. Fire hydrant and fire hydrant valves shall be provided as shown on the drawings. All
underground piping and fitting shall be seamless carbon steel pipe, Sch. 80 to ASTM 106Gr. B/API SL-
B.

Valves Crane cast iron gate valve to BS 5163 PN 16 key operated.


The metal cover of the fire hydrant chamber shall be surrounded by a concrete cover, which can be
removed for maintaining the fire hydrant inside the chamber.

The fire hydrant shall have flanges to BS 4504.

Threads of screwed outlets or mouthpieces shall suit Bahrain Fire Department/ Fire box shall be cast
iron to BS 1452 grade A heavy duty type.

Fixing of hydrant to pipe shall be in a manner specified for laying and jointing pipe and/ or to
manufacturers instructions. The nozzle shall be compatible with Bahrain Fire Department equipment.
The outlet of the hydrant shall be within the distance from the hydrant cover required by the local
Authority.

Testing: Pipe shall be tested as described hereinbefore. Running tests to check the function of water flow
and alarms shall be performed in a manner approved by the S.O. and Fire Chief of Department.
4.* FANS

Fans shall be capable of giving the specified performance when tested in accordance with BS. 848.
Although estimated values of the resistance to airflow of items of equipment may be indicated this does
not relieve the contractor of the responsibility for providing fans capable of delivering the required air
volumes through the system.

The make and design of fans shall be approved by the S.O. evidence supporting claimed noise levels and
fan efficiencies may be called for.

5.* ROOF EXTRACT FANS UNITS.

The fans used in roof extract units shall meet the appropriate requirements of the proceeding clauses
relating to fans generally and to particular type of fans. Cowls and bases shall be of weatherproof
material , e.g. steel galvanized after manufacture, aluminum, aluminum magnetized alloy or glass fiber,
or as indicated. Cases shall be formed so as to ensure a weatherproof fitting to the building structure.

6. * WATER PUMPS.

The performance of pumps shall be determined by test procedures in accordance with BS 599; when so
directed by the S.O. the manufacturer shall provide a certificate of such tests. Where the frictional
resistance of items of plant offered differed from the estimated values as indicated the necessary
adjustment shall be made to the pump head.

Pumps shall be of the centrifugal type with end suction. Casings shall be of closed grained cast iron,
impellers shall be of bronze or gunmetal, fully machined and hydraulically, statically and dynamically
balanced. Shafts shall be of stainless steel; bearings may be of ball, roller or sleeve type. Where the
water to be pumped is known to be corrosive the materials of construction shall be as indicated.

Pump shall be complete with a drain plug and, except where the pump is inherently self-venting, an air
cock.

Pump shall have flanged connections conforming to the table of BS. 10 appropriate to the maximum
working pressure; taper pieces shall be provided where necessary to connect to the pipe-work, valves
and anti-vibration connections shall be provided on suction and discharge connections as indicated.

SECTION 21. PRIME COST AND PROVISIONAL SUMS

21.1 PRIME COST SUMS:

21.1.1 General

a. Prime cost sums included within the particular Specification / Schedule of


Rates shall be for works or services to be executed by a Nominated Sub-
Contractor, a Statutory Authority or a Public Undertaking or for materials or
goods to be obtained from a Nominated Supplier or for work to be executed
on a Day works basis.

b. Such sums shall be exclusive of any overhead and profit to the Contractor and
attendance by the Contractor and provision shall be made for the additions
thereof.
c. The Contractor may be allowed to tender for work for which a Prime Cost
Sum is included, in which case if his tender be accepted it will be deemed to
include all profit required.

d. The disposal of Prime Cost Sums shall be at the entire discretion of the S.O
and may be expended or omitted in whole or in part without any claim for loss
of profit or any other losses arising there from. They do not include for any
allowance for Contractor’s Discount.

e. The contractor shall be given an opportunity to price, for

(i) Overhead and Profit

( ii ) General Attendance

( iii ) Special Attendance

( iv ) Builders work in connection therewith.

21.1.2 Attendance

21.1.2.a. General Attendance

(i) General Attendance shall be deemed to include the use of the Contractor’ s
temporary roads, paving and paths, standing scaffolding, the provision of
temporary lighting and water suppliers, clearing away rubbish, provision of
space for the Sub-Contractors own offices and for the storage of his plant and
materials and the use of mess rooms, sanitary accommodation and welfare
facilities.

General attendance shall be include the following:

( ii) General co-ordination and integration of all sub-contract works into the
general program including obtaining the approval of the S.O. for the materials
and drawings on behalf of the Nominated Sub-Contractor at the appropriate
time.

( iii ) Entering into an agreement with the Nominated Sub-Contractor based on the
Conditions laid down in the Conditions of Contract.

( iv ) Ascertaining full details of any Builder’s work in connection with the


Nominated Sub-Contract Work and arranging for such work to be executed at
the proper time.

(v) Unloading and storing Nominated Sub-Contractor materials at such times as


the Nominated Sub-Contractor’s men are not required to be working at the
site.

( vi ) Allowing the use of all temporary means of access already fixed or placed in
position on the site for men and materials.

21.1.2.b. Special Attendance:


Special attendance shall include the following:

(i) The provision of temporary access roads and hard


standings in connection with structural steelwork,
precast concrete components, piling heavy items of
plant and the like.

(ii) Unloading, storing and hoisting which shall include


for unloading all plant and materials, placing in
suitable protected stores, hoisting or lowering to the
required floor levels and distributing and depositing,
which shall include for moving all plant and materials
to positions convenient to the Nominated Sub-
Contractor for executing his work.

(iii) The provision of covered storage and accommodation


include lighting and power thereto.

(iv) The Contractor shall decide when pricing the item of


special attendance whether scaffolding or its
equivalent required by each Nominated Sub-
Contractor is additional to scaffolding required for the
execution of the main contract work. The Contractor
shall allow in his pricing of the item of Special
Attendance for the provision of scaffolding for the
Nominated Sub-Contractor as required, due
consideration being given to the period of the contract
when the Nominated Sub-Contractor’s work will be
carried out.

(v) “ Temporary Power “ which shall include for the


provision of single phase and/or three phase electric
power supply during the contract period including
power supply of the purpose of final testing when
required with outlets reasonably adjacent to the
Nominated Sub-Contractor’s work and for the cost of
all power consumed.

(vi) Maintenance of specific temperature and humidity


levels.

(vii) Any other attendance not included in the Attendance


Clauses.

21.1.3 Protection

The Contractor shall, during the carrying out of the works on site, allow for protecting all the
Nominated Sub-Contractor’s work from any damage including paying for all charges for
remedial work to any of the Nominated Sub-Contractors work.

21.1.4 Builders work


The Contractor shall allow for carrying out all builders work in connection with the
Nominated Sub-Contractor works including, but not restricted to, forming or cutting holes,
chases, mortises, shrinking or the like in any material encountered cutting, lifting and
replacing chequer plates, ducts, floorboards and the like and for all making good.

All the expenses and cost of a builders work, related to the nominated sub contractor’s work
shall be included in the prime cost sum percentage.

21.2 PROVISIONAL SUMS

a. A Provisional sum is a sum provided for work or for costs which


cannot be entirely foreseen, defined or detailed at the time the
Tendering Documents are issued.
b. The disposal or any Provisional Sum included within the Particular
Specification / Schedule of Rates will be at the entire discretion or the
S.O and may be omitted or expended in whole or in part without any
claim for loss or profit or any other losses arising therefrom.

SECTION 22-DAY WORKS

22.1 General:

a. The following provisions relate to payment for any work to be executed


on a Day work basis in accordance with the relevant Day works clause
of the Conditions of Contract.

b. Any decision with regard to payment for work executed on a Day work
basis for any shall be made by the Supervising Officer.

c. The Day works schedule ( labour and plants ) shall be obtained from the
approved current year’ Term Contract, issue by the BDF Military
Works Directorate.

d. “ The Contactor shall be entitled to 8% as overhead and profit on the


cost of the materials used for works executed on Day works basis,
provided always that such costs are reasonably supported with evidence
in respect of current market prices.

Overhead and profit for labor and plant utilized on Day works are already included in the
approved Term Contract References for the current year ”.

e. In the Final Account the amount of the Day works include in the
Contract sum / variations shall be omitted and the value of the actual
works carried out on a Day work basis and calculated at the rates
inserted in the Particular Specification shall be included.
22.4 Materials:

a. Any materials supplied by the contractors are used for day works,
the contractor shall be reimbursed, to add 8% ( For his overhead and
profits, general attendancy, special attendancy and builders works in
connection with work ) to the actual net cost of materials used.

b. The cost of all materials referred to above is the net cost less all
trade discount.
PART 4

PARTICULAR SPECIFICATIONS
Part 4

PARTICULAR SPECIFICATIONS

No. Item

1.01 Description of the site and scope of work

(Refer to Appendix to part 4 A)

1.02 Particular specification to the job

(Refer to Appendix to part 4 B)


APPENDIX TO PART 4

A. DESCRIPTION OF THE SITE AND THE WORKS


The work under this contract mainly consists of the following, as per the BOQ, Drawings and the Scope of
Work.

Scope of works:
Construction of following including complete civil, electrical and mechanical works:
(16 Battalion Building).

1) Watch Tower 01 No.


2) Pan Hard Hangar 01No.
3) Wash Ramp 01No.
4) Mess Hall 01No.
5) Mosque 01No.
6) Service Building 01No.
7) Open Parking Shade 01No.
8) Ammunition Store 01No.
9) HQ Building 01No.
10) Officers Accommodation 01No.
11) Company HQ & Soldier Accommodation 03 Nos.
12) Civilian Accommodation 01No.
13) Weapon Store 01No.
14) Shooting Range 01No.
15) Water Tank 01No.
16) Main Gate 01No.
17) Parade Ground 01No.
18) Signal Unit 01No.
19) Petrol Station 01No.
20) Flag Post 01No.
21) Swimming Pool 01No.

Construction of following including complete civil, electrical and mechanical works:


(NAVAL BASE)

1) Watch Tower 03 Nos.


2) Petrol Station 01 No.
3) Mess Hall 01 No.
4) Service Building 01 No.
5) Officer's Accommodation 01 No.
6) Weapon Store 01 No.
7) Civilian Accommodation 01 No.
8) Company HQ & Soldiers Accommodation 02 Nos.
9) Supply Hangar 01 No.
10) Technical & Ships Store 01 No.
11) Water Tank 02 Nos.
12) Main Gate 01 No.
13) HQ Building 01 No.
14) Parade Ground 01 No.
15) Ammunition Store 01 No.
16) Flag Post 01 No.

All the works shall be carried out according to the drawings and PWA specifications for Roads and
Buildings. All the materials and works shall be approved by the MWD engineer prior to commencement of
the work.

This job is a lump sum contract and the contractor is responsible to do all the works according to the
drawings and specifications to the approval of Bahrain Defense Force (BDF) Military Works Directorate
(MWD).
The contractor shall be bound by the Standard Form of JCT Conditions of Contract, for Local Authority,
without quantities, 1963 edition (Revised July 1977) and the Schedule of JCT Amendments by BDF.

The Tender shall be opened in the presence of representative from all participating tenders and
BDF representatives. The time and venue of opening the tender shall be informed to the participants
in due course.

The tenders shall carefully read the drawings and specifications in the tender documents, before
submission, to overcome any missing items not covered or unseen.

Tenderers who have not priced any items will be disqualified from the evaluation and his tender
shall be out of the race.

The tenderer has no right to claim any missing items in the schedule of rates or specification, which
are necessary to complete the job to BDF requirement.

The tenderer should submit with their bids, the name and designation and a copy of the CPR of the
proposed representative who will attend the opening of the tender.

1. Copy of up to date paid Invoice of General Organization for Social Insurance (GOSI)

2. Copy of valid Commercial Registration (CR)

3. Certificate from the Ministry of Labour as per Appendix G

4. Authorization letter as per Appendix Q

5. Tender Bond, as per Appendix B

6. List of subcontractors as per Appendix-A

7. BDF reserves the right to cancel this job at any time if we find the tender price is over
the BDF estimated price and / or if we conclude that any reasonable matter hindering to
proceed with the wok.

8. If the duration of the project specified the APPENDIX TO THE CONDITIONS OF


CONTRACT, is not suitable, you are required to send us your request in writing for Amendment
prior to the opening, so that we can evaluate your request and answer you accordingly. Otherwise,
you will be disqualified from the bid.
APPENDIX TO PART 4

B. PARTICULAR SPECIFICATION TO THE JOB WORKS

Refer Standard Specifications for Building Woks Section 22 Day works

Clause 22.1.C General

Add… The Day work schedule (Labour and Plants) shall be obtained from the current year
Term Contract approved by BDF Military Works Directorate
PART 5

PRELIMINARIES
PART 5

PRELIMINARIES

TABLE OF CONTENTS
Paragraph

No. Item

1. The Project
2. Description of the site
3. Site Visit
4. Definitions
5. Drawings and other documents
5.1 Shops Drawings
5.2 Working drawings and As-Built Drawings
6. Insurances
7. Obligations and restrictions imposed by the Employer
7.1 Sign Boards
7.2 Advertising
7.3 Water
7.4 Progress Programme
7.5 Work Programme-Critical Path Method
7.6 Public and Private services
7.7 Cultivated Land
7.8 Existing features
7.9 Existing property
7.10 Adjoining property
7.11 Occupied Premises
7.12 Products
7.13 Manufacturer’s Recommendations
7.14 National standards
7.15 Single sources
7.16 Local Goods
7.17 Goods from abroad
7.18 Nuisance
7.19 Fire
7.20 Explosives
7.21 Initial Bond
7.22 Advance Payment
7.23 Performance Bond
7.24 Progress Photographs
7.25 Advanced Payment
7.26 Weekly Meeting
7.27 Instructions Other than project Officer/Engineer
7.28 Demolition Work
Paragraph

No. Item

8. Fixing/Fastenings
8.1 Fixing Generally
8.2 Fastening
9. Supervision/Inspection
9.1 Technical Staff
9.2 Person-In-Charge
9.3 Covering up
9.4 Overtime Working
9.5 List of Personnel
9.6 Full Time Site Engineer
9.7 Site Engineer’s C.V
9.8 Restriction on Working Hours
9.9 List of Sub-Contractors
10. Records, Measurements, Certificates and Forms
10.1 Interim Certificates
10.2 Measurements
10.3 Labour Record
10.4 Plant Record
10.5 Day work vouchers
10.6 Invoices
10.7 Storage of Materials
10.8 Submittal Schedule
10.9 Progress Reports
10.10 Cash flow
10.11 Daily Report
10.12 Major Activities and Tests
10.13 Official Forms for Construction
10.14 Material Approval
10.15 Submittals
10.16 International Standard
10.17 Extra Works/Variations
10.18 Correspondence Letters
10.19 The Project (Job) and Contract Number
10.20 Variation Order/Claim
11. Samples/Approvals/Testing
11.1 Samples
11.2 Approvals
11.3 Apparent Defects
11.4 Mechanical, Electrical and all other Services
11.5 Tests
11.6 Existing Ground Levels
Paragraph

No. Item

11.7 The Permanent Air-Conditioning Installation


12. Works by others directly engages by the Employer
13. Plant, Tools and Vehicle
14. General Scaffolding
15. Site administration and Security
15.1 Good Practice
15.2 Setting out
15.3 Check all dimensions and levels
15.4 Workmanship
15.5 Cutting for services
15.6 Concealed services
15.7 Damage and theft
15.8 Stability
15.9 Gate Passes
16. Protection of survey Directorate Markers
17. Transport for work people
18. Inclement weather
19. Water for the Works
20. Lighting and Power for the works
20.1 Electricity Supply
20.2 Lighting
20.3 The Permanent lighting Installation
21. Temporary roads, hard standings, crossings and similar items
21.1 Locations
21.2 Rates or charges
21.3 Maintain
21.4 Attendance
21.5 Roads
21.6 Temporary Opening for access
22. Temporary Accommodation
22.1 Use of site
22.2 Buildings
22.3 Room for Meetings
22.4 Clerk of Work’s site Office
22.5 Sanitary Accommodation
23. Telephone
24. Safety, Health and Welfare
24.1 Safety, Health and welfare
24.2 Labour on Costs
24.3 Social Insurance
24.4 Safety Helmets
24.5 Industrial Safety Regulations
25. Maintenance of Public and Private Roads
Paragraph

No. Item

26. Removing of Rubbish, protection and Cleaning


26.1 Rubbish
26.2 Remove All
26.3 Painted Surfaces
26.4 Moving Parts
26.5 Make Good
26.6 Clean
26.7 Security at completion
27. Drying the Works
27.1 Drying out
27.2 Fuel equipment and Attendance
28. Temporary Fencing, Hoardings and the like
29. Control of Noise, Pollution and all other Statutory Obligations
29.1 Noise
29.2 Pollution
29.3 Customs Duty
29.4 Public Security Regulations
30. Completion
30.1 Notice of Completion
30.2 Making Good Defects
31. Contract Particulars Alternative 1
32. Contract Particulars Alternative 2
33. Contract Particulars Alternative 3
34. Nominated Subcontractors
34.1 Generally
34.2 Instruction to Tenderers
34.3 Preliminaries
34.4 Contract Particulars for Nominated-sub-Contractors
34.5 General Attendance, Special Attendance, Protection and Builder’s Work
34.6 General Method of Statement
PART-5

PRELIMINARIES
The Project
A GENERAL DESCRIPTION of the works to be carried out shall be as stated in the Particular
Specification.,

2. Description of the Site

THE SITE: Details of the site, proposed access to the site and anticipated working will be
included in the particular specification.

TRESPASS: The Contractor shall take all measures necessary to confine his activities to, and
prevent all personnel from trespassing beyond the areas which are allocated to him and shall
indemnify the Employer against all claims arising in respect of trespass.

ACCESS: The contractor shall be granted all reasonable access to the Works. However
confirmation of the method of access for all workman, materials and equipment must be obtained
from the S.O. prior to the carrying out of the work.

THE WORKS: Detailed description of the Works will be given in the Particular Specification.

3. Site Visit

a. The Contractor is recommended to visit the site before tendering and ascertain
the full extent of the works, all local conditions and restriction likely to affect
the execution of the works; such as soil and subsoil conditions, etc. No claim
in respect of want of knowledge thereof will be admitted.
b. The site location –refer to the covering letter
c. Time of the site visit-refer to the covering letter

4. Definitions

IN WRITING: When required to inform, confirm, obtain approval or obtain instructions the Contractor
shall do so in writing.

SUPERVISING OFFICER’S IJSTRUCTIONS. (and words derived from them) means the instructions
in writing of the S.O, or, subject to the provisions of the Contract, of the Site Supervisor.

APPROVAL: (and words derived there from) means the approval in writing of the S.O unless specified
other wise.

PARTICLUAR SPECIFICATIONS: All references in this General Specification to “Particular


Specification’s shall be read and construed to mean “ bills of Approximate Quantities” where Conditions
of Contract is used.

B.S : The abbreviation ‘B.S’ shall mean the relevant British Standard Specification published by the
British Standards Institution and current at the date of Tender.

MANUFACTURER AND REFERENCE: Specific manufacturer’s components and material are


included to represent the quality and performance required.

Where ‘Manufacturer and Reference’ are used in this combination.


a. ‘Manufacturer’ means the firm under whose name the particular product is marketed.

b. ‘Reference’ means, the proprietary brand name and /or reference by which the
particular product is identified.

MANUFACTURER’S RECOMMENDATION.: Means the manufacturer’s latest published


recommendations or instructions.

OR OTHER APPROVED: Means products of different manufacture which may be substituted if prior
approval; has been obtained, but he the S.O reserves the right to insist on the named product(s). The rate
or prices will be held to be based on the product(s) specified, and any savings shall be adjusted through a
variation order unless agree otherwise in writing at the time of approval.

PROPRIETARY NAMES:” The phrase ‘or other approved’ is to be deemed included whenever
products are specified by proprietary name.

SIZE: Unless otherwise stated, products are specified by other co-coordinating sizes.

FIX ONLY: The term ‘fix only’ shall be deemed to include for taking delivery of on site or such other
designated storage area, unloading, unpacking, sorting, preparing replacement list of the short lanced or
damaged goods and preparing insurance claims of materials and goods missing or damages in transit,
sorting, protecting, taking from store, hoisting, distributing, assembling, fitting and fixing with all
necessary fixing materials in the manner prescribed or specified, testing as instructed or specified,
returning packing material carriage paid and obtaining credits therefore.

SUPPLY ONLY: The term ‘supply only’ shall include for delivery of goods to the site or other
designated storage area, unloading, unpacking, sorting and checking. Any short landed or damaged
goods shall be replaced at the suppliers expense.

SUPPLY AND FIX: The terms’ supply and fix’, ‘provide’, supply’, Install’, etc. shall include for
supplying and fixing, as defined above of the specified items.

5. Drawings and other documents

THE CONTRACT DRAWINGS: Contract Drawings shall be listed in the Particular Specification.
Other drawings not part of the Contract may be examined at the offices of MWD.

After signing of the Contract, one set of Contract drawings as well as soft copy in Auto Cad will be
issued to the Contractor free of charge.

MAINTENANCE INSTRUCTIONS AND GUARANTEES: Maintenance Instructions and Guarantees


provided by product and equipment manufacturers shall be handed over to the S.O. on or before
practical Completion.

AS INSTALLED DRAWINGS: As installed drawings, as required in this specification, shall be handed


over to the SO, within 4 weeks of practical completion.

5.1 SHOP DRAWINGS:


Contractor has to submit: Shop Drawings both hard copies &copied in a CD for Civil, Electrical and
Mechanical items of work for approval by BDF before doing the work. Original catalogues, samples,
etc. should be submitted along with all these submission wherever required and possible.

5.2 WORKING DRAWINGS AND AS-BUILTS

Prior to the issuance of the Practical Completion Certificate, the Contractor shall provide the
following:

a. The originals of all “as built” drawings in addition to three CD copies of


all “as built” drawings, both in hard copies an copied in CD.

b. Roofing and other guarantees required.

c. Operating and Maintenance Manuals from all Domestic and Nominated


Sub-Contractors.

d. The Contractor shall prepare all working drawings and as built drawings
using Auto Cad (recommended), and he shall submit copies of these
drawings on CD in addition to that which is specified at the time of
submittal of working drawings and as built drawings.

e. Contractor has to provide the working drawings both hard copies and
copies in a CD for electrical work. These drawings shall be stamped
with BSED STAMP provided to the Contractor(s). The electrical
contractor has to have BSED LICENSE; Contractor has to provide
complete CV of the electrical engineer. The electrical contractor shall be
grade1 or 2 subject to BDF approval.

6. Insurances

All insurances required to be taken out by the contractor pursuant to the terms of the contract shall be
taken out with one of the local insurance companies approved by the Ministry for the time being. The
insurances should cover the following.

a. Insurance against injury to persons and property

b. Injury to personal and property and Employer’s indemnity

c. Insurance of the works against fire, etc.

7. Obligations and Restrictions Imposed by the Employer

7.1 SIGN BOARD:

When required in the Schedule of Rates, the primary sign board shall be provided in Arabic
and English giving the names of the Client, (Sub) Project, Project, Consultant and Prime
Contractor only and strictly in accordance with the format which must be previously agreed
with and approved by the Project Officer.

The sign Board shall consist of a supporting structure securely anchored to the ground and
with sign plates fitted on it. All working details including sitting and positioning shall be
submitted for approval and shall be approved before fabrication or erection commences (2
Nos. to be fixed in “V” shape) and as per Appendix L.

The secondary signboard shall be provided where necessary to cater for Specialist
Consultants and Sub Contractors. These shall be of a standard and type of construction equal
to the primary signboards and shall be approved before fabrication or erection commences in
the same way as primary sign boards. Each sign plates shall be of the same size as those used
for Consultant and Contractor on the primary sign board. The Contractor shall comply with
current regulation s of the Municipality and obtain approval of the Municipality. The
Contractor shall keep clean and maintain the signboards and remove then and make good all
works disturbed upon completion of the Contract. The Contractor shall provide space for
signboards and pay all costs in connection with them include ‘Municipal Fees’.

The approved signboards shall be supplied from Awal Plastics, or equal approved. The
Contractor to supply and fix the signboards in the site not later fourteen (14) days from the
date of Notice to Proceed (NTP) letter.

7.2 ADVERTISING

The Contractor shall not display nor permit advertisements, to be displayed on the site without
consent of the S.O and any other relevant authority.

7.3 WATER

Storm, surface and subsoil water shall be drained off to prevent damage and nuisances. Ensure
that no damage, pollution or silting up shall occur to any pipe or water course, or damage to
property as a result of keeping the excavations the excavations free from water. The Contractor
shall comply with the regulations of MWD.

7.4 PROGRESS PROGRAMME


a. MASTER PROGRAMME: The Contractor shall prepare an approved on
approved form a time and progress chart (bar chart) or network diagram for
the works including the work of Subcontractor’s work resulting from
instructions issued in regard to the expenditure of provisional sums, and other
work concurrent with the contract.

b. SUBMISSION: The Contractor shall submit 3 copies of Programs to S.O


within 2 Weeks after date of letter of acceptance or letter of intent of tender
and keep one copy in the site office.
c. The Contractor shall note that submission of programs will not relieve him of
his
obligations to apply in writing for instruction as required by the Conditions of
Contract. Neither will it affect the contract completion date nor relieve the
contractor of his responsibility to complete the works by this date.
d. Monitoring: The Contractor shall review the program as necessary to take
account of any circumstances which arise affecting the progress of the Works.
Contractor shall produce revised programs and submit copies to S.O.
7.5 WORK PROGRAMME AND CRITICAL PATH METHOD:
(Alternative to the Master Programme – This shall be done where required by the Particular
Specification) Programme to be furnished.
a) The Contractor shall not later than (30) thirty days after the date of signing the
Articles of Agreements or after the date of acceptance of the Contractor’s tender
whichever shall be the earlier submit to the S.O for approval a Programme (hereinafter
referred to as “the CPM Programme”) showing the order and method in
which he proposes to carry out the works. The CPM Programme shall be in the form of a
Network Analysis System, commonly referred to as “CPM” or “Critical
pith Method”, designed to indicate the rate of progress of the Works and the
necessary dated of all significant events so as to ensure practical completion of the
works within the time allowed and the interrelationship of the major elements of
errection / construction, purchasing, sub-contracting and commissioning. Electronic
data processing equipment shall be used as required.

b) The CPM Programme shall be established and maintained by the Contractor in


collaboration with a qualified CPM Expert skilled ad experienced in
erection/construction programs of the this kind (herein after referred to as “CPM”
Expert”) .The contractor shall submit the CPM Expert’s qualifications to the S.O
for approval.
c) The network analysis shall be presented in a form prescribed in the following
paragraphs of this clause and shall be submit of the S.O. All work in establishing and
maintaining the CPM Programmes shall be paid for the Contractor. The CPM Programme
shall be updated monthly by the Contractor with a progress report advising the site officer of
necessary actions for procurement of plant, labour and material.

Copies of the initial CPM Programme and of all subsequent updates, changes , amendments
and variation thereto shall be furnished by the contractor to the S.O.

The Contractor shall be solely responsible for all scheduling to be done for the works and for
meeting the completion requirements of the Contract.

The CPM Programme shall be prepared in network from to show the earliest and latest start
and finish times and the float associated with each activity.

d). The Work analysis system shall consist of logic diagrams and supporting, Computer
analysis and schedules. The minimum number of activities for this project shall be exclusive
of material submittals. The activities shall include all work to be performed by the
contractor, all Sub-Contractor and the Employer and shall have the following minimum
data for each activity.

i) Activity number

ii) Description of work

iii) Area work to be performed

iv) Duration (work days)

v) Code number referring to applicable


specification section

vi) Early start date (calendar)

vii) Early finish date (Calendar)


viii) Late start date (Calendar)

ix) Late finish date (Calendar)

x) Total float (Workdays)

xi) Estimate crew size.

e. Logic diagrams shall be based on precedence of work item logic and shall
below. Activities and milestones, each activity shall display the activity
number, description, duration in work and total float. Blank spaces shall be
provided for recording of actual start and finish dates. The critical path shall
be clearly marked. Sheet size for the diagrams shall be approximately 1 m x
2m. Materials procurement items and sequences shall not be displayed on the
logic diagrams, but shall be handled as outlined below.

f. In addition to the logic diagrams, the following compute reports shall be


provided by the contractor.

i) Node Sort : listing of all activities and milestones sorted by activity number and displaying the
description, early/late starts and finishes, total float and specification Section identification code.

ii) Milestone Schedule : Chronological listing by early start of all milestones

iii) Master Working Schedule : Chronological listing by early start of all activities and
milestones.

iv) Preparation of Master Programme outlining chronological listing early start of all
activities and milestones.

v) Submittal of a cash flow schedule indicating protected monthly and cumulative expenditure.

vi) Sub-Contractor Schedule :Individual schedules, sorted chronologically by; early start, fro each Sub-
Contractor. These schedules shall only have the early start date and early finish date and shall be
distributed to all sub-contractors. Written certification of schedule dates by the Sub-Contractors shall
be required.

vii) Man power schedule: A listing of all activities, displaying estimated crew sizes
and
manpower requirements for each activity.

viii) Manpower Loading: curves displaying manpower requirements based on the early
start schedule for the works and for specific increments for work.

ix) Purchasing Programme for Materials: Separate material and procurement schedules
based on the early start erection/construction schedule for all significant material items.
They shall include schedule dates for initial submittal, final submittal, final approval,release
for ordering/fabricating and delivery to job site.

x) Sort by Critically : A listing of all activities sequenced by degree of criticalness.


g. The Contractor shall submit to the S.O for his approval the following
information and documentation.

I. Details of the qualification ands experience of the CPM Expert shall b submitted within
seven (7) days of the data of signing the Articles of Agreement or of the date of acceptance
of the Contractor’ tender whichever shall be the earlier.

II. Logic Diagrams shall be submitted within twenty (20) calendar days from the date of
approval of the CPM Expert.

III. Completed documents for the initial CPM Programme shall be submitted within thirty (30)
calender days from the date of approval of Logic Diagrams.

In constructing the paragraph time shall be deemed to be of the essence.

h. Once the initial CPM Programme has been submitted to and approved by
the P.O, it shall not be changed, amended or varied without the approval of
the S.O. The Contractor shall record the actual starts and finished and
remaining duration and, using this data, shall update the computer analysis.
The updated mathematical analysis shall be accompanied by a narrative
report and shall be used by the S.O as a basis for evaluating any requesting
by the Contractor to change, amend or vary the CPP Programme.

i) Revisions to the schedule logic shall be provided by the Contractor on the occurrence of
any of the following events.

i) A change in work sequence is instituted by the


Contractor.

ii) The initial CPM Programme has been delayed by


more than thirty (30) calendar days.

iii) An instruction is given by the S.O which shall be


significantly affect the progress of the Works.

j) The Contractor shall perform the works in accordance with the approved CPM Programme. If any
work is found not to be on schedule during any regular review of the Works the Contractor shall
immediately advice the S.O in writing of action proposed to bring the Works up to the schedule
and shall submit a revised CPM Programmed indicating such action together with typed list if such
revisions. Correction and updating of the CPM Programme will be done as often as necessary until
the works are in schedule.

k) Float belongs to the works and shall be utilized so as to complete the works on time. Any existing
float shall be used to the maximum extent possible to offset unexpected delays to the Works.

l) In the event of the Contractor failing to submit a CPM Programmed or submitting, a CPM
Programme which is not in compliance with the requirements of this Clause the Employer
shall be entitles to employ and pay other persons to carry out the same . All expenses
consequent thereon or incidental thereto shall be recoverable from the Contractor by the
Employer, or any be deducted by the Employer from any monies due or which may become
die to the Contractor.

7.6 PUBLIC AND PRIVATE SERVICES


Notify all service authorities of proposed works before commencing site operations. The contractor
shall ascertain location of services or confirm that none exist in the vicinity of the works.

Adequately protect, uphold, maintain and prevent damage to all services. Do not interfere with the
operation without consent of the service authorities, private owners, or the 15.0, as appropriate. The
Contractor will be held responsible for fully maintaining the existing service, viz. Electrical
installation, water supply, telephone, telephone, drainage, etc, to other premises during the progress
if the works and shall take all steps to prevent interruption of same.

If any damage results from the execution from the execution of the Works, immediately

a) Notify the S.O and appropriate service authority.

b) Make arrangements for the work to be made good without delay, to


the satisfaction of the service authorities or private owners as
appropriate.

The S.O may issue instruction or make such other arrangements, as he deems necessary, to repair
rapidly any essential services damaged during the execution of the works. Such arrangements shall
not affect any liability to pay for making good.

The code of practice for service installation prepared by the Ministry of Works; Power and Waster
sets down firm guidelines for all Public Authorities, Consultants and Contractors involved in the
installation of underground services. Every effort should be made to ensure compliance with the
provision of the code. However, the code does not supersede or remove any requirements
contractual, legal or otherwise, which may be imposed upon contractors.

7.7 CULTIVATED LAND

Where the work involve disruption to any cultivated ands owned by the Temporary Central
Municipal Council, the Contractor shall comply with the terms of Municipal Bye –law N0.4 OF
1990 in the manner set out in the conditions of Contract.

7.8 EXISTING FEATURES Adequately protect the existing buildings, fences, gates, walls,
roads, paved areas and other site features which are to remain in position during the execution of
the Works and make good any damages caused to the complete satisfaction of the S.O. at no
additional cost to the Employer.

7.9 EXISTING PROPERTY

Prevent damage to existing property and contents undergoing alteration or extension by adequately
protecting affected property/items. Rectify/replace affected property/items tot eh S.O’s satisfaction
at contractor’s own expense.

7.10 ADJOINING PROPERTY

Take all reasonable precautions to prevent damage to adjoining property. The Contractor shall
allow for obtaining permission from the owners of adjoining if he requires to erect scaffolding on
or otherwise use adjoining property, including paying all charges and clearing away and making
good on completion.
7.11 OCCUPIED PREMISES

Where the works are to be carried out in or around occupied premises the Contractor shall, before
tendering, ascertain the nature and times of occupation and use. Carry out the Works with
minimum inconvenience, nuisance and danger to occupants and users.

Agree records of state of premises with S.O before commencement.

7.12 PRODUCTS

All products shall be new unless otherwise specified handle, store and fix products with carte to
ensure that they are not damaged when incorporated into the work.

7.13 MANUFACTURER’S RECOMMENDATIONS

Handle, store prepare and use or fix each products in accordance with manufacturers
recommendations. Inform, S.O if these conflict with any other specified requirements. Submit
copies of manufacturer’s recommendation to S.O when requested.

7.14 NATIONAL STANDARS

For products and materials specified to a National Standards obtain certificates of compliance from
manufacturers when requested by the S.O.

7.15 SINGLE SOURCES

Where a choice of manufacturer or a source of supply is allowed for any particular product or
material the whole quantity required to complete the work must be of the same type, manufacturer
and /or source. Do not change the product manufactures; source of supply without approval.
Produce written evidence of sources of supply when requested by S.O.

7.16 LOCAL GOODS

Preference must be given to locally manufacture products or materials over imported products and
materials provided that the locally manufactures products or materials comply with the
Specification. The Contractor shall be subject to the unified rules for giving priority for National
Products and Products of a National Origin. (Article 8, Prime Ministerial Edict No.21 of 1987).

7.17 GOODS FROM ABROAD

Any Plant/Materials/Equipment to be provided by the Contractor shall be shipped on a Bill of


Lading issued by the United Arab Shipping Company or by any one of its Subsidary companies
provided always that the rates and services of the United Arab Shipping Company or its Subsidary
company are competitive with the rates and services of other shipping companies who are members
of the shipping unions operating to the ports of the Arabian Gulf and provided further that in the
event of United Arab Shipping Company confirming in writing that it is unable to ship the
Plant/Material/Equipment, then the Plant/material/Equipment may be shipped on a Bull of Lading
issued by one of the other shipping companies who are members of the shipping unions operating
to the ports of the Arabian Gulf.

Priority in all air travel undertaken by the Contractor for the purposes of the Contract shall be given
to Gulf Air.
The employer and the Supervising officer shall not incur any liability as a result of any
arrangement between the Contractor and United Arab Shipping Company or other such company
as in mentioned in above sub clause as a result of any arrangement between the Contractor and
Gulf Air.

7.18 NUISANCE

Take all necessary precautions to prevent nuisance from smoke, dust. rubbish and other causes.

7.19 FIRE

Take adequate precautions as recommended by the statutory authorities to prevent personal injury,
death and damage from fire.

7.20 EXPLOSIVES

The use of explosives on the works shall only be undertaken at the discretion of and subject to the
written permission of the Employer. The Contractor shall riot import into Bahrain any explosives
without the express; written permission of the Employer.

Any movement of any explosives from the main store or stores to the site will be subject to such
terms and conditions as the Employer my specify and such movements may not take place without
the Employer permission in writing.

Approval of any of the above matters shall not be deemed to relieve the Contractor of any
obligation, duty, responsibility or liability either under the rules, regulations and Law of Bahrain or
under the terms of this contract.

7.21 INITIAL BOND

As described in the APPENDIX (B)

7.22 ADVANCE BOND

As described in the Appendix

7.23 PERFORMANCE BOND

As described in the Appendix (C )

7.24 PROGRESS PHOTOGRAPHS

Coloured progress Photographs, which shall be taken at monthly intervals, starting at site
possession, shall consist of 2 Prints of 4 views taken at positions indicated by the S.O not later
than 2 weeks after exposure.

7.25 ADDITIONAL PAYMENT

No Payment for additional works shall be considered unless instructions to proceed are issued in
writing by the architect/Supervising Officer.
7.26 WEEKLY MEETINGS

There will be weekly construction meetings at the site, or any other location conformed by both
parties. The date and time also will be fixed later in coordination with the Contractor. The BDF
Project Officer, other BDF Engineers, Contractor’s Site Engineer, Subcontractor’s Engineer, etc
will be participants in the meeting.

Contractor has to provide 3 copies of any correspondence to BDF ( one original plus two copies).
The Contractor can bring an additional copy for the purpose of receipt acknowledgement.
Correspondence are to be prepared addressing the DIRECTOR, MILITARY WORKS
DIRECTORATE, P.O BOX 28280, BAHRAIN DEFENCE FORCE for all the attention of the
PROJECT OFFICER. Reference has to be made to the Job No. in all correspondence and serial
numbering system shall be used fro tracking purposes. All correspondences and a serial
numbering system shall be used for tracking purposes. All correspondences are to be registered in
MWD office and a receipt shall be acknowledged.

Minutes of these meetings should be prepared by the Contractor and submitted to BDF two (2)
working days prior to the next meeting. This will enable BDF to review the contractor prepared
minutes and any changes if deemed necessary can be made. Contractor has to strictly follow the
BDG format of preparing weekly meetings on Contractor Letter Headers. Four (4) copies of the
minutes with contractor’ covering letter should be submitted to MWD office for registration.

7.27 INSTRUCTIONS OTHER THAN PROJECT OFFICER /ENGINEER

Any instructions other than the BDF Project Officer/Engineer concerning the work should be noted
and forwarded to the Project Officer/Engineer. This is specifically noted to the contractor with the
assumption that the commander or Officer –In –Charge of a particular camp, where the work is
undergoing, may ask directly the contractor to do any type of work. As soon as the contractor
informs the requirements of such officer(s), the Project Officer will handle th4is matter.

7.28 DEMOLITION WORK

If any demolition work involved, prior permission should be obtained from the Project Officer and
should be scheduled according to his direction.

8. Fixings/Fastenings

Use fixing and Jointing methods and types and spacings of fastenings which are suitable having
regards to:

8.1 a. Nature of and compatibility with product/material being fixed and fixed to.

b. Recommendations of manufactures of fastenings and manufacturers of


product/material being fixed and fixed to.

a) Materials and loads to be supported.

b. Conditions expected in use.

c. Appearance, this being subject to approval.


8.2 FASTENING

For materials and components forming part of external construction to be of corrosion-resistant


material or have a corrosion-resistant finish.

9. Supervision/inspection

9.1 TECHNICAL STAFF

Before the commencement of the work the contractor shall supply if required, to the S.O a list of
the technical staff he proposes to use on the site together with their qualification and experience.

9.2 PERSON-IN-CHARGE

Do not change the person-in –charge without either giving 60 days notice to S.O or obtaining the
consent of the S.O.

9.3 COVERING UP

Give not less than one working day’s notice to S.O for inspection of the following. Do not cover
up until S.O’s approval has been obtained.

i) All excavation

ii) Brick, Block, Concrete, Hardcore, Damp-Proofing Work and the


below ground.

iii) Drainage Pipe work

iv) Services Pipe work.

9.4 OVERTIME WORKING

Wherever overtime is to be worked, obtain S.O’s approval and give S.O not less than 2 days
notice, specifying times, types and locations pf work to be done. Concealed work executed during
overtime for which notice has been given may be required to be opened up for inspection and
reinstated at the Contractor’s expense irrespective of the outcome of the inspection.

9.5 LIST OF APPROVAL

Contractor has to be submit the list of his personnel assigned for the site , Also, the list of vehicles
are to be submitted which will be in regular use for the project.

9.6 FULL TIME SITE ENGINEER

Contractor Engineer is to be made available on the site at all times who could speak at least
English fluently. In case, if this Engineer is not available for any reason, Contractor has to arrange
another Engineer on site and intimate this matter to BDF Project Officer/Engineer.

9.7 SITE ENGINEERS C.V

Contractor has to submit the full Curriculum Vitae of the Site Engineer at the earliest with
certificates, etc.
9.8 RESTRICTION ON WORKING HOURS

(1) None of the words shall, save as hereinafter provided, be carried on during the night, on
Friday, or on officially declared public holidays for the Government Sector without the
consent the S.O except when work is unavoidable or absolutely necessary for the saving
of life or property or for the safety of the works, in which case the contractor shall
immediately advice the S.O.

The Contractor shall not carry out any of the following works on Thursdays without the
consent of the S.O

a) any work which need curing

b) any work which requires on-site testing or monitoring.

c) Any work which will be covered within 48 hours

d) Any asphalting work.

(2) The Contractor will not be allowed to work in any day more the MWD working hours (I.e
7:00 AM – 2:15 PM) unless approved by Site Officer.

9.9 LIST OF SUB-CONTRACTORS

Contractor has to submit list of sub-contractors who will be working for this particular project
before awarding any job to him.

10. Records, Measurement, Certificates and forms

10.1 Interim Certificates (Valuation)

Where tender Documents have been issued without quantities the Contractor shall supply to
the quantity Surveyor with in 15 days from the date of possession, the detail of quantities and
rates upon which he has base his tender for the works, for agreement. If any errors are found
this shall be adjusted by correcting to actual quantities and revising rates to adjust them to
equal the original sum quoted. The rates, quantities as agreed shall form the basis for interim
certificates (Valuation). Where Tender Documents have been issued with quantities for the
guidance of the Contractor, the rates and quantities as indicated in the Contract documents
shall form the basis for Interim Certificates (Valuation) .The contractor shall submit monthly
valuation for payment between 25th and 1st of every month. Failure to submit within that time
frame may delay his payment to the next months for which BDF will not be responsible at all.
The contractor shall also submit to the quantity surveyor details for work carried out and
materials on site in a summary, as per appendix (K),. For preparing interim certificates
(valuation) as provided for in the condition of contract.

The contractor shall submit valuation for payment in soft copy (CD). For submitting
valuation in CD, BDF will provide Excel file of final BOQ to the contractor after issuing
NTP with option to claim percentage of work done for each item. BDF will return the
same CD to the contractor with certified percentage and amount of valuation for
submitting the next valuation.

10.2 MEASUREMENTS

Give at least 2 working days notice in writing to S.O, before covering up work which the
quantity surveyor, requires to be measured.

10.3 Labour record

Provide each weak for S.O in a daily record showing the number and description of tradesmen
and labours employed on the works, including those employed by nominated sub-contractors.

10.4 PLANT RECORD

Before the commencement for the works, supplied to the S.O, a list of the plants he proposes
to use on the site together with capacities and sizes. Each weak provide for the S.O , a daily
record showing the number , type and capacity of all plant, excluding hand tools, currently
employed on the works.

10.5 DAY WORK VOUCHERS

Day work vouchers in an approved form must be signed by the clerk of works and foreman in
charge/engineer as evidence that time and materials shown are correct before being delivered
to the S.O.

10.6 INVOICES

The Contractor shall submit paid up invoices for verification if demanded by the Quantity
Surveyor for evaluating any instruction issued.

10.7 STORAGE OF MATERIALS

The S.O will not allow for inclusion for payment in valuation certificates any materials which
in his opinion are improperly stored on site or either have or likely to suffer damage.

10.8 SUBMITTAL SCHEDULE

Immediately following submission of programme, the Contractor shall prepare a complete


schedule of all submittals required by the Specification. The Contractor shall indicate the
names of all subcontractors, suppliers, etc, against each submittal so far as is possible.

The Contractor shall prepare in chronological sequence listing the specification section and
number, description of the work covered, the activity or event on Programme, the scheduled
date for submission and blank columns for the actual date of submittal, re-submittal & final
approval by the S.O The Contractor shall submit four copies of the schedule to the S.O, for his
information and distribution.

10.9 PROGRESS REPORTS


The Contractor shall keep a permanent written record on the site of the progress of the work.
This record shall be open to inspection by the S.O. A copy shall be furnished to the S.O upon
request and prior to the Project Meetings for his consideration.

The record shall contain

Daily weather conditions, including maximum and minimum temperatures.

Dates of the Commencement and completion of the work of each trade in each areas of the
Project.

Conditions encountered during excavation.

Dates of the Commencement and completion of the Work of each trade in each areas of the
Project.

Dates of pouring the concrete in each area of the project, with quantity and details of the
concrete.

Daily work force on project listed by trades.

Visits to the site by personnel of the S.O , Consultants , Jurisdiction authorities and
testing companies.

Machines and equipment where these are used.

10.10 CASH FLOW

The contractor shall provide a detailed projected/monthly cash flow as per the appendices
No. N and O for the whole works for the approval of the Quantity Surveyor within one
month of the date for commencement, and in any case prior to the first interim valuation.

This cash flow shall be updated and presented for approval whenever requested.

10.11 DAILY REPORT

Contractor has to submit a daily report, which clearly reflects every item of daily work at
every early mornings.

10.12 MAJOR ACTIVITIES AND TEST

Major activities such as concrete, painting, block work, screen, slabs, etc. should not be
stated before receiving approval from the Project Officer/Engineer. All Concrete work
should be informed prior starting. No concreting are allowed on holidays and
Thursdays/Fridays. Also all concreting must be done early mornings. Contractor shall
conduct the cube test 6 to 8 cube for large quantities and 3 to 4 for small quantities.
Necessary tests are required to carry out for aggregate, water, fill, sand, cement, block,
steel etc. The compaction test should achieve 95% for each layer and each layer of
200mm. These tests will be according to the direction of the Project Officer/Engineer.

10.13 OFFICIAL FORMS FOR CONSTRUCTION


The Contractor is to strictly follow the BDF official forms for he submission of materials
approvals, inspection request, confirmation of verbal instruction/record note/request for
approval, drawing submittal, daily report, request for information or clarification,
concreting etc.

10.14 MATERIAL APPROVAL

Contractor has to submit three (3) copies of material approval form duly filled to BDF
along with the enclosures/ These material approved form should be submitted to MMD
office for registration wherein the contractor will get the receipt and approval.

10.15 SUBMITTALS

Before using any material in the works, the contractor shall have all the material
submittals approved by the Supervising Officer on the prescribed formats.

All necessary samples/catalogues or any other information required for finalization shall
be arranged by the Contractor and furnished along with the submittal.

10.16 INTERNATIONAL STANDARDS

The Contractor is at liberty to use a material which complies with an International


Standard or an alternative to the International Standard specified provided that the
Contractor can prove that the proposed material is at least equal to the original standard
specified.

10.17 EXTRA WORKS/VARIATION

All extra shall be taken up by the Contractor for execution immediately upon the issue of
instructions to the effect by the Supervising Officer. Variations shall be finalized by
Architect/Supervising Officer as soon as possible. However, finalization of the cost cannot
be fielded as a reason for delay to the work involved.

The maximum additional or omission works should not exceed 40 % of the total agreed
and signed amount of the projects. The extra works rates should be claimed from the
agreed amount in the Bill of Quantities, if it is presented or from BDF Terms of Contract,
if it is not presented in the Bill of Quantities.

If it is not shown in the above schedules agreed, rate should be negotiated at a reasonable
market price at that time.

10.18 CORRESPONDENCE LETTERS

The Contractor shall provide the Architect/Supervising Officer on original correspondence


and 3 copies with the enclosures.

All correspondence regarding a particular project should be in serial number to facilitate


tracking and recording. Further details and standard Employer Forms will be issued at the
start of each point.

10.19 THE PROJECT (JOB) AND CONTRACT NUMBER

The “Job and Contract Number” allocated to the Contract shall be quoted on all
correspondence with the Bahrain Defence Force. Contractors and Sub-Contractors are
advised that failure to quote the Job and Contract Number may result in delays in
processing of letter, Invoices, Papers, etc. sent. The Job and Contract Number will be
stated on the letter confirming Date for Possession.

10.20 VARIATION ORDER/CLAIM

In case of variation order/claim which has been initiated by a client or contractor, for any
reason, the Project Officer will assign a tracking number and this number and this number
should me mentioned in all future correspondence pertaining to that issue along with the
subject matter. For example, for Variation Order No.1 a number “ VO-1” will be assigned and
for Claim No.1, “CL-1”, will be assigned.

11. Samples/Approvals/Testing

11.1 SAMPLES

The Contractor shall submit samples or other evidence of suitability where approval of
products or material’s specified. Contractor shall not confirm orders or use materials until
approval has been obtained from S.O. The Contractor shall retain approved samples on site for
comparison with products and materials used in the works, and shall remove when no longer
required. Where samples of finished work are specified, contractor shall obtain approval of
stated characteristic(s) before proceeding with the works. For facing bricks plastering, floor
tiles, painting and other inside finish a sample panel exceeding 1m2 should be made.
Contractor shall retain approved samples on site for comparison with the works. Contractor
shall remove samples, which are not part of the finished words when no longer required.

11.2 APPROVALS

The Contractor shall obtain approvals of products, materials or work are specified by the
S.O or S.O instructs or requires that they are to be approved, the same must be supplied
and executed to comply with all other requirements and in respect of the stated or implied
characteristic either.

i) to the express approval of the S.O or


ii) to match a sample expressly approved by the S.O,
as a standard for the purpose.

Inspection or any other action by the S.O must not be taken as approval of materials,
products or work unless the S.O, so confirms in writing in express terms referring to,

i) Date of inspection

ii) Part of the work inspected.

iii) Respects or characteristics, which are approved.

iv) Extent and purpose of the approval.

v) Any associated conditions.


11.3 APPARENT DEFECTS

If a result of testing the Supervising officer shall decide that any portion of the Materials
is not in accordance with the provision of the Contract Documents then the Supervising
Officer shall notify the Contractor accordingly stating the objection and reasons thereof.
The Contractor shall upon receipt of such notice with all speed remove the defective
portion of the Materials from the Delivery location and replace the same with Materials in
accordance with the requirements of the Contract Documents.

11.2 MECHANICAL, ELECTRICAL AND ALL OTHER SERVICES

The Contractor shall carry out the final tests and commissioning so that they are in full
working order at Practical Completion.

11.3 TESTS:

The Contractor shall allow in his rates for all costs and charges to carry out the following
test and intervals as defined or as directed by the Engineer through an approved
independent laboratory.

(i) Compaction test for each layer during the


work of such as desert fill, type “A” fill,
type “B’ fill, sub base material, asphalt base,
wearing course.

(ii) All site tests like sieve analysis of


aggregate, slum test, water cement ratio, etc.

(iii) Taking required number of concrete cubes


after every 10 cubic meter of concreting and
on every new day of concreting.

(iv) Compression test in respect of sampled


cubes taken during concrete (min –4 Nos)

(v) Material tests in respect of course aggregate,


hollow blocks, water proofing, wood works,
stone aggregate, etc.

(vi) Water analysis

(vii) Sand for impurities

(viii) Final tests and commissioning of all


services/installations

(ix) Any other test described elsewhere in the contract documents.

11.6 EXISTING GROUND LEVELS

The Contractor has to provide the existing ground level and strata laid.

11.7 THE PERMANENT AIR CONDITIONING INSTALALTIONS

Shall not be used for any purpose other than testing.

12 Works by others Directly Engaged by the Employer


Any associated work carried out by artists and tradesmen concurrently with the Contract works
will be detailed in the Particular Specification.

13. Plant, Tools and Vehicles

The Contractor shall provide all plant, tools and vehicles for the execution of the work.

14. General Scaffolding

Provide as necessary general scaffolding for the execution of the Works, Retain in position to
meet the requirements of Sub-Contractors and public bodies. The Contractor shall ascertain from
the drawings the total height of scaffolding required to all elevations.

15 Site Administration and Security

15.1 GOOD PRACTICE:

Where and to the extent materials, products and workmanship are not fully specified they are
to be

a. the best quality and suitable for the purpose of the Works stated in or to be
reasonably inferred from the Contract Documents and ,

d. in accordance with good building practice, including the relevant provisions


of current BSI Documents.

15.2 SETTING OUT

Inform S.O when setting out is complete and before commencing construction. Set out the
works using suitable measuring instruments. Provide instruments and assistance for the S.O
for checking the setting out and levels.

15.3 CHECK ALL DIMENSIONS AND LEVELS

Both on drawings and site, particularly the correlation between component and the work inn
place. Do not order materials and components or carry out the work until any discrepancies
have been resolved with the S.O.

15.4 WORKMANSHIP

Work is to be carried out under the close supervision of experienced tradesmen, skilled in the
particular type of work.

15.5 CUTTING FOR SERVICES

Wherever possible ducts, chases and holes are to be formed during construction rather than
cut. Cutting for services to be the minimum necessary. Obtain prior approval of sizes and
location.

15.6 CONCEALED SERVICES


To facilitate location for maintenance and repair, positions of concealed service runs to be
clearly marked in unobtrusive locations to approval.

15.7 DAMAGE AND THEFT

Adequately safeguard the site, products, material, plant, the Works, and any existing
buildings affected by the Works from damage and theft. Take all reasonable
precautions to prevent unauthorized access to the site, the Works and adjoining
property.

15.8 STABILITY

Accept full responsibility for the stability and structural integrity of the Works during
the Contract, and support as necessary. Prevent overloading.

15.9 GATE PASSES

a) Within three (3) days from the receipt of the Awarding


(Intent) letter from BDF, the Contractor has to send a letter
to MWD, and addressed to the Director for applying for the
Gate Passes. The Contractor has to collect the Temporary,
& Permanent Vehicle and Civilian Gate Passes forms fro
the Gate Passes Office at MWD . These forms shall contain
the following particular information (all filled and typed in
Arabic) as per the Apprentices H & i.

i) Name and Passport particulars of each


person

ii) Two recent passport size photos of each personnel

(iii) Copy of relevant pages of Passport (including residence visa page).

(iv) Copy of CPR card of each personnel.

(v) Vehicle type, model, colour and registration No. of each vehicle.

(vi) A copy of the agreement or job order.

b) The Contractor shall enclose a check in the name of Bahrain Defence Force
for an amount of BD2/- per gate pass card.

c) Upon receiving the above information, BDF will issue a gate pass card per
person. The validity of the gate pass shall cover the construction period plus
one month.

d) Completion Certificate will not be issued unless all cards were returned to
BDF or a fine of BD10/- were paid by the Contractor per each lost card.

e) All passes, will be issued in Arabic.


f) All Bahraini’s and Non Bahrain’s names, should be in a separate form.

g) In case of hired labourers not under the contractor’s sponsorship, then the no
objection letter from original sponsor should be attached.

h) The application forms plus all necessary documents should be signed by the
concerned Project Officer/Engineer and return to the Gate Passes Office.

i) The renewal of the gate passes should be applied to MWD within 14 days
prior of the expiry date.

16. Protection of Survey Directorate Markets

The Contractor shall take all necessary precautions to avoid damage to Survey Directorate reference
points, bench marks, bollards, plot markers and the like, on or adjacent to the site.

The Supervising Officer with the Contractor’s representative shall inspect the Site before the Works
commence and shall jointly record all Survey Directorate reference records, bench marks, bollards,
plot markers and the like including those which at the time of such inspection are damaged, no
longer visible or at risk because of the Works.

The Contractor shall protect Survey Directorate reference points, bench marks, bollards, plot
markers and the like on or adjacent to the Site, prior to the commencement of the Works, with 3
No.75mm diameter steel hollow section pipes 1200mm long, driven or sunk (300mm) deep into the
ground. The pipes shall be equidistant from each other and (-) 00mm radius from the marker. Any
other proposed method of protection shall be to the approval of the Survey Directorate.

In case of damage the Contractor shall immediately notify the Supervising Officer so that such
damage may be made good by Survey Directorate. The Contractor shall bear the entire cost of
making good where such damage is due to the act or default of the Contractor.

The Contractor shall not attempt to reset or reposition any Survey Directorate reference point, bench
mark, bollard, plot marker and the like with out the consent of Survey Directorate.

Survey Directorate reference points, bench marks, bollards, plot markers and the like which require
to be reset or re-positioned as a consequence of the Works shall be marked on the drawings and/or
indicated to the Contractor, and shall be relocated by the Survey Directorate at no cost to the
Contractor.

The operation of this Clause shall be without prejudice to the provisions of Article 473. Amiri
Decree No. 15/1976 which provided as follows:

“Any person who damages, removes or destroys any ground survey monument set for the
determination of certain areas, leveling, or to demarcate internal divisions between lands and other
utilities shall be punished by jail for one year or a fine of BD100/000.

The penalty shall be jail if the purpose of the offender is to occupy any of the aforementioned land.

The penalty may be for a period of 6 months if the survey marker was set by a governmental
organisation to determine property boundaries”.
17. Transport for Workpeople

The Contractor shall provide all necessary transport to carry his work people to and from the site.
All transport provided shall conform to the requirements of the Ministry of Interior.

18. Inclement Weather

Use all reasonable and approved building aids and methods to prevent or minimise delays during
inclement weather.

Adequately protect the Works from damage by inclement weather, including protecting materials
such as building sand, aggregates and water from adulteration by wind blown desert sand etc.

19. Water for the Works.

At Contractor’s option, he can use BDF’s water if available at the site, provided that these will be
charged BD4.500 per every BD 1,000.000 worth of work done. Provide clean, fresh sweet water as
specified in Concrete Work for the Works and make temporary arrangements for storing and
distributing about the site.

20. Lighting and Power for the Works.

At Contractor’s option, he can use BDF’s electricity if available at the site, provided that these will
be charged BD 5.500 per every BD 1,000.000 worth of work done.

20.1 ELECTRICITY SUPPLY: Provide electricity and all equipment for lighting
and power for the Works and make temporary arrangements for distributing
about the site. Provide lighting for any temporary hoarding and the like.
Temporary power shall include for the provision of single phase and /or three-
phase electric power supply during the contract period including power supply
for the purpose of final testing when required.

20.2 LIGHTING: Illuminate internal surface during finishing work and inspection
as follows:

a. Spaces destined to be artificially lit during daylight hours:


illuminations to closely resemble that provided by the
permanent installation.

b. Other spaces: not less than 150 lux.

20.3 THE PERMANENT LIGHTING INSTALLATION:

May be used for lighting the works, but the Employer does not undertake that it will be
available. The Contractor must:

a. Take responsibility for operation and maintenance and arrange


supervision by 2tnd indemnification of the appropriate
subcontractors, and pay costs arising.

b. Replace all tubes and lamps at completion.


c. Indemnify the Employer against reduction in manufacturer’s
guarantee resulting from use before practical completion.

21. Temporary roads, hard standings, crossings and similar items:

21.1 LOCATIONS:

Inform S.O. of the intended siting of all spoil heaps, temporary works and services.

21.2 RATES OR CHARGES:

Pay any rates or charges in respect of temporary works.

21.3 MAINTAIN:

Alter, adapt and move temporary works and services as necessary. Clear away when no
longer required and make good.

21.4 ATTENDANCE:

Provision of temporary works and services for nominated sub contractors and public bodies
will be limited to Items in general and special attendance as specified elsewhere.

21.5 ROADS:

Provide as necessary all temporary roads, tracks, crossings and hardstandings required for
the Contractor’s and subcontractor’s use.

21.6 TEMPORARY OPENING FOR ACCESS:

Before starting work, obtain approval location and make good to match existing on
completion of works.

22. Temporary Accommodation

22.1 USE OF SITE:

The site shall not be used for living accommodation for work people or any purpose other
than carrying out the works.

22.2 BUILDINGS:

The Contractor shall provide as necessary temporary sheds, offices, mess rooms, sanitary
accommodation and other temporary buildings required for his own and sub-
contractor’s
use. The location of all buildings shall be agreed with the S.O.

22.3 ROOM FOR MEETING:


The Contractor shall provide suitable approved accommodation for site meetings, adequately
air-conditioned and lit, provide table and chairs for 10 people. The room may be part of the
Contractor’s site offices and a site office for the S.O. as per the type mentioned in appendix
(P).

22.4 CLERK OF WORKS SITE OFFICE:

The Contractor shall provide and obtain approval of temporary accommodation and
facilities.

22.5 SANITARY ACCOMMODATION:

The Contractor shall provide and maintain in a clean condition sanitary accommodation
for the use of Employer’s representatives.

23. Telephone

When required in the Schedule of Rate, the Contractor shall provide a joint temporary telephone
facility for the Contractor’s and sub-contractor’s use and use of those acting on behalf of the
Employer. Allow for free use for local calls by those acting on behalf of the Employer, pay all
rental, installation and call charges.

24. Safety, Health and Welfare

24.1 SAFETY, HEALTH AND WELFARE:

Comply with regulations and working rules relating to safety, health and welfare of work
people.

24.2 LABOUR ON COSTS:

Allow for all costs incurred in respect of obligations and requirements as per the Labour Law
for the private sector, AMIRI DECREE, NO. 23 of 1976, and any other law, which apply to
the Building Industry in the Kingdom of Bahrain. Include for Annual, Public and Religious
holidays, General Welfare Provisions, Safety and Health Provision and cost of operating any
bonus scheme, all payments made in connection therewith, other regulations, codes, etc. not
specifically stated herein.

24.3 SOCIAL INSURANCE:

The Contractor shall pay all contributions as required by the Social Insurance Law of the
Kingdom of Bahrain. The Contractor shall keep all records as required by the said Law and
produce such records if requested by S.O. for verification.

24.4 SAFETY HELMETS:

Allow for providing four helmets on site for the use of Government personnel during site
inspections.

24.5 INDUSTRIAL SAFETY REGULATIONS:


The Contractor shall obtain copies of the Ministerial Orders in Arabic from the Ministry of
Labour and Social Affairs and in English from Gulf Public Relations (Bahrain) and shall
comply with all the relevant requirements thereof.

Ministerial Order No. Subject

12/1977 Precautionary measures vital to the protection of the workers


engaged in Construction, Civil Engineering and shipbuilding.

13/1977 Precautionary measures vital to protecting the workers from


the hazards of grinding wheel operations.

14/1977 Precautionary measures for protecting the workers from the


d-ingers of work on lifting equipment.

15/1977 Precautionary measures necessary for the protection of


workers during work from dangerous machinery.

21/1977 Precautions necessary for protecting workers while on duty


from the hazards of fire.

25/1977 Precautionary measures vital to the protection of workers in


places of work.

26/1977 Precautionary measures vital to protecting eyes of workers


during work from the hazards of work and machines.

27/1977 Precautionary measures vital to the protecting of workers


during work from the hazards of the machines used in wood
working.

31/1977 Precautions for the protection of workers from the hazards of


steam boilers, steam containers and air receivers.

33/1977 Precautions for the protection of workers during work from


the hazards of electricity.

34/1977 Precautions for the protection of workers from the hazards of repair
and demolition of tanks, drums and work in confined spaces.

25. Maintenance of Public and Private Roads:

Ensure that no damage beyond fair wear and tear is caused by site traffic to roads and footpaths
outside the site, boundaries. Keep approaches to the site clear of mud and debris. If there are any
obstructions to existing roads comply with the instructions contained in the Code of Traffic
Control at Road works issued by the Ministry of Works, Power and Water.

26. Removing of Rubbish, Protection and Cleaning:

26.1 RUBBISH:

At least once a week, remove rubbish and debris to an approved tip and keep the site and
works clean and tidy.
26.2 REMOVE ALL:

Remove all temporary markings, covering and protective wrappings unless otherwise
instructed.

26.3 PAINTED SURFACES:

Touch up minor faults in newly painted/repainted work carefully matching colour and
brushing out edges. Repaint badly marked areas back to suitable breaks or junctions.

26.4 MOVING PARTS:

Adjust, ease and lubricate moving parts of new work including doors, windows, drawers,
ironmongery, appliances and controls as necessary to ensure easy and efficient operation.

26.5 MAKE GOOD:

Make good all damage consequent upon the work to match the surrounding in all respects.

26.6 CLEAN:

On completion clear up and card away all surplus materials and rubbish to a tip approved by
the S.O. Clean all glass inside and out, clean all windows and grills, clean all tiling and other
finishings, clean all sanitary fittings, remove all spots, splashed and stains. Lubricate moving
parts and leave the works and the site clean, sound and in good order to the reasonable
satisfaction of the S.O. Cleaning materials and methods to be as recommended by the
manufacturer of the product being cleaned. In the absence of south recommendations
cleaning materials and methods to be approved by S.O.

26.7 SECURUTY AT COMPLETION:

Leave the works secure with all accesses locked. Account for an adequately label all keys,
and hand over to S.O. with itemized schedule retaining duplicate schedule signed by S.O. as
receipt.

27. Drying the Works:

27.1 DRYING OUT:

Control the drying and humidity of the Works and the application of the heat to prevent.

i) blistering and failure of adhesion

ii) damage due to trapped moisture

iii) excessive movement

Failure to control the drying out process will be made good at the Contractor’s expense.

27.2 FUEL EQUIPMENT AND ATTENDANCE:


Provide everything necessary for drying and controlling the humidity of the Works, and pay
all costs in connection therewith.

28. Temporary Fencing, Hoarding and the Like:

When required in the Schedule of Rate, Contractor shall provide, erect and maintain a perimeter
fence around the new works constructed of timber and corrugated sheeting being 2m high from
ground level. Remove on completion.

29. Control of Noise, Pollution and all other Statutory Obligations:

29.1 NOISE:

Fit all compressors, percussion tools and vehicles with effective silencers of a type
recommended by manufacturers of the compressors, tools or vehicles.

29.2 POLLUTION:

Take all effective measures to control air pollution to the satisfaction of the Supervising
Officer.

29.3 CUSTOMS DUTY:

The Contractor shall include in his price for all Customs Duty, Port Dues, and Transportation
to the site and all other expenses of a similar nature.

29.4 PUBLIC SECURITY REGULATIONS:

Ascertain and comply with Public Security Regulations.

30. Completion:

30.1 NOTICE OF COMPLETION:

Give S.O. at least 2 weeks written notice of the anticipated dates of practical completion of
the whole or parts of the Works.

30.2 MAKING GOOD DEFECTS:

The Contractor shall make arrangements with the Employer and give reasonable notice of the
precise dates for access to the various parts of the Works for purposes of making good
defects. He shall also inform S.O. when remedial work to the various parts of the Works are
completed.

31. Contract Particulars Alternative 1:

The Conditions of Contract are based on the Standard Form of Building Contract, Local
Authorities Edition without Quantities 1963 edition (July 1977 Revision) as issued by the General
Military Works Directorate amended with their alterations and additions. A copy of the conditions
may be examined at the offices of the Military Works Directorate by appointment.

32. Contract Particulars Alternative 2:


The Conditions of Contract are based on the Standard Form of Building Contract, Local
Authorities Edition with Quantities 1963 edition (July 1977 Revision) as issued by the General
Military Works Directorate amended with their alterations and additions. A copy of these
conditions may be examined at the offices of the Military Works Directorate by
appointment.

33. Contract Particulars Alternative 3:

The Conditions of Contract are based on the Standard Form of Building Contract, Local
Authorities Edition with Approximate Quantities first issued October 1975 with correction slip
issued March, 1976 with amendment NOAQ 12/1976, 13/1976, 14/1977 and 15/1978 as issued
by the Military Works Directorate amended with their alterations and additions. A copy
of these conditions may be examined at the offices of the Military Works Directorate by
appointment.

34. Nominated Subcontractors:

34.1 GENERALLY:

The Nominated Sub-Contract is to be executed under a Sub-Contract between the Nominated


Subcontractor and the Main Contractor whose contract with the Employer is based on the
Standard Form of Building Contract, Local Authorities Edition 1963 Alternative 1 (Without
Quantities) revised July 1977, Alternative 2 (With Quantities) revised July 1977 or
Alternative 3 (With Approximate Quantities) first issued October 1975 as specified in
Clauses 2.31, 2.32, and 2.33 respectively.

34.2 INSTRUCTIONS TO TENDERERS

The Nominal Sub-Contractor’s attention is drawn to the Instruction to Tenderers (Section 1)


which will apply equally to the Nominated Sub-Contractor with the following amendments.

Delete clause 1.15

Insert

“Performance Bond”
“For the avoidance of doubt it is hereby declared that the successful tenderer shall not be
required to supply a Performance Bond to the Main Contractor.”

Insert Clause 1.23

“Commencement and Completion”


“The Nominated Sub-Contractor shall commence and complete the Nominated Sub-Contract
Works within an agreed time or, if none is agreed, then within a reasonable time in order to
comply with the Contractor’s programme after the receipt by him of an order in writing under
this Nominated Sub-Contract from the Contractor to that effect and shall proceed with the
same with due expedition.”

34.3 PRELIMINARIES:
The Nominated Sub-Contractor shall examine, observe, perform and comply with all the
Preliminary provisions (including the Conditions of Contract of the Main Contract as detailed
in this Section of the General Specification in so far as the) are applicable to the Sub-
Contract. The Nominated Sub-Contractor’s special attention is drawn to the following:

a. ERECTION: The Nominated Sub-Contractor shall be


responsible for arranging
his work with such limited possession as shall be necessary to enable him to
execute his work. The Nominated Sub-Contractor shall keep the site clean and
remove all waste material as it accumulates and as directed by the S.O.

b. STORAGE OF MATERIALS AND EQUIPMENTS: All


materials and
equipment are to be stored in a manner so as not to obstruct the work of other
Contractor’s and shall be adequately protected at all times so as to prevent corrosion,
deterioration and ingress of foreign matter, All equipment must be kept clear of the
floor or ground by means of wooden bearers or other mean.

c. PROGRESS OF THE WORKS: The Nominated Sub-Contractor shall organize


his work so as not to delay his own work or that of the Main Contractor.
The Nominated Sub-Contractor shall obtain from the Main Contractor details of the
Programme for the works and shall ensure that his Nominated Sub-Contract is
completed by the required date.

d. COMPLETION: On the satisfactory completion of the Works


a Certificate of
the Completion will be issued by the S.O. The maintenance period for the Main
Contract and the Nominated Sub-Contractor works shall commence from that
date.

e. THE CONTRACTOR: All references to “Contractor” in any


section of the
General Specification applicable to the Nominated Sub-Contract shall be read
and construed to mean “Nominated Sub-Contractor”

f. FORMAL CONTRACT: The Nominated Sub-Contractor


should note that he
will tie required to enter into the Standard “Employer/Sub-Contractor Form of
Agreement” in addition to the standard agreement to be entered into between the
Main Contractor and the Nominated Sub-Contractor. A copy of each standard
agreement is included.

34.4 CONTRACT PARTICULARS FOR NOMINATED SUB-CONTRACTORS:

The Conditions of Contract are based on the Standard Form of Sub-Contract (under the
1963 Edition of the J.C.T. Form of Contract) 1963 Edition, Revised April 1978, as issued
by the Military Works Directorate amended with their alterations and additions.
A copy of these Conditions may be examined at the Offices of the Military
Works Directorate by appointment.

The Nominated Sub-Contractor must enter into a formal agreement with the Contractor
based on these Conditions.

The Appendix to the Main Contract Conditions shall be as detailed in the Particular
Specification.

The following general amendments should be noted:

a. All references to the Employer shall mean the Government of


the State of
Bahrain.

b. All references to the Architect Supervising Office shall be read


as the Director,
Military Works Directorate, Bahrain Defence Force or his appointed
representative.

c. All references to the Quantity Surveyor shall be read as the


Director, Military Works Directorate, Bahrain Defence Force
or his appointed representative.

34.5 GENERAL ATTENDANCE, SPECIAL ATTENDANCE, PROTECTION


AND
BUILDER’S WORK:

General Attendance, Special Attendance, Protection and Builder’s Work as defined in


Clauses 21.1.2a, 21.1.2b.21.1.3 and 21.1.4 will be provided by the Main Contractor. If
the Nominated Sub-Contractor requires any additional facilities, General Attendance,
Special Attendance, Protection and Builder’s Work not defined in the above mentioned
clauses in order to complete his work in conformity with the Specification then he
should allow for this in his pricing.

35 GENERAL METHOD OF STATEMENT:

The contractor should submit a general method of statement for the project in detail covering all the
activities involved in the project. This has to be submitted within 14 days of the Notice to Proceed and
shall be approved by the Project Officer/Engineer. The cost if any can be included in the preliminaries
item No. 35
PART 6

METHOD OF MEASUREMENT
Part 6

METHOD OF MEASUREMENT

TABLE OF CONTENTS

Paragraph

No. Item.

1.01 Generally
1.02 Preliminaries
1.03 Demolition
1.04 Excavation and Earthworks
1.05 Concrete Works
1.06 Brickwork, Blockwork, Rubble Walling, and Masonary
1.07 Underpinning
1.08 Asphalt Work
1.09 Roofing
1.10 Woodwork
1.11 Structural Steel Work
1.12 Metal Wok
1.13 Plumbing & Engineering Installations
1.14 Air-Conditioning Installations
1.15 Electrical Installations
1.16 Floor, Wall and Ceiling Finishing
1.17 Glazing
1.18 Painting & Decorating
1.19 Drainage
1.20 External Works
METHOD OF MEASUREMENT

PREAMBLES

1.01 Generally

.01 The Schedule of Rates has been prepared in such a manner that the description of each item (which
description shall imply reference to any heading, sub-heading, preambles or other clause: or item
which shall apply) shall be held to include all labours, plant, materials and workmanship, including
all Customs Duties, Port Duties, Import Duties, Municipal Taxes and other duties levied by the
Kingdom of Bahrain, landing charges, transport charges of whatever description, overheads, profit
and all items of a preliminary, general nature in order to complete the works as measured in
accordance with (SMM7) the Standard Method of Measurement of Building Works and its
incorporating Amendments 1+2, seventh edition revised 1998 as published by the Royal Institution
of Chartered Surveyors and the Construction Confederation. / (CESMM3) Civil Engineering
Standard Method of Measurement, third Edition, 1991 as published by the Institution of Civil
Engineering as amended or modified expressly or by implication by, the preambles or item
descriptions, by the Contract Documents generally and the Schedule of Rates.

.02 The Schedule of Rates shall be read in conjunction with the Drawings, the Particular Specification
and the Standard Specification.

.03 Unless otherwise stated the following shall be deemed to be included with all items:

a) Labour and costs in connection

b) Materials, goods and all costs in connection.

c) Fitting and fixing materials and goods in position.

d) Plant and all costs in connection.

e) Waste of materials.

f) Short lengths.

g) All cutting and all labours or materials and executed work.

h) Protection.

i) Testing and commissioning.

j) Establishment charges, overhead charges and profit.

.04 The items and quantities included in the Schedule of Rates are for the Tenderer’s guidance only.

.05 The Tenderer shall amend any quantity, which is considered to be incorrect and shall add an item
which is considered should be included.
1.01 Generally

.06 The Tenderer shall not amend the quantity of an item described as PROVISIONAL since
such items shall be re measured.

.07 The term “as described” shall mean as described in the Standard Specification or
Particular Specification and shall apply throughout the Schedule of Rates.

.08 The Tenderer shall price out the “Preliminaries” section of the Schedule of Rates fully
and properly. Any items not priced will be deemed to have a nil value. On no account will
the specified preliminary costs be deemed to have been included in the rates for other
items.

1.02 Preliminaries:

.01 Payment by the Contractor of all fees and charges to local authorities and of rates on all
temporary buildings, etc. shall be deemed to have been included in the rates for other
items.

.02 Special attendance to be provided by the Contractor to nominated sub-contractors shall


mean all facilities not provided in “general attendance” and shall be given as an item.

.03 Builder’s work in connection with works, be nominated sub-contractors shall be given as
an item for each sub-contract.

1.03 Demolition:

.01 The items of demolition and alteration shall be deemed to include all temporary works
(E.g. shoring, scaffolding, screens and roofs) in connection with demolitions and
alterations.

1.04 Excavation and Earthworks:

.01 Excavation within existing buildings shall be grouped together with excavation
elsewhere.

.02 The items of cutting down trees exceeding 600mm girth shall be given starting the girth.

1.04 Excavation and Earthworks (Cont’d)

.03 An item of clearing the site of all undergrowth, shrubs and general debris shall be given.

.04 The items of excavation shall be deemed to include the following

a) excavating by any means.

b) excavation starting from any level.

c) excavation to any depth.

d) curved excavation.
e) working space.

f) excavation below the ground water levels, excavating in


running silt or running sand.

g) surface treatments, other than to existing surfaces.

h) earthwork support.

i) extra space to accommodate earthwork support.

j) backfill, removal and disposal of excavated material.

k) keeping the excavations free from water from any source.

l) allowance for excavating around or alongside services, and


next to roadways or existing buildings.

.05 The item of excavating pits shall be deemed to include pits of all sizes and shall be given
solely in cubic meters.

.06 The item of excavating trenches to receive foundations shall be deemed to include
trenches of any width.

.07 The item of excavating in rock shall be deemed to include the following:

a) rock or stone in original ledge.

b) hard shale in original ledge.

c) boulders within the foundation for trench limits exceeding


0.5m3 in volume.

d) boulders on site, outside foundation or trench limits exceeding


1m2 in volume.

e) foundation stones or mass concrete greater than 1m3 in


volume.

1.04 Excavation and Earthworks (Cont’d)

.08 The items of excavation shall be deemed to include for:

a) Excavating to the dimensions as shown on the drawings in any type of materials


encountered including rock as described in GS:3.7

b) This means that the Contractor must have included in the rates
for items of
excavation to be done in rock.

.09 The item of filling shall be deemed to include the following


a) depositing and compacting in layers.

b) treating the surface of filling except blinding.

c) hand packing of all descriptions.

1.05 Concrete Work:

.01 The description of insitu concrete shall be deemed to include the following:

a) reinforcement of all kinds.


b) members having a reinforcement content in excess of 5% by
volume.
c) work designed as waterproof.
d) concrete poured against faces of excavation and laid on any
surface.
e) receive a further finish while the base is in an unset condition.
f) labours.
g) any method of replacement, consolidation or curing of
concrete.
h) members of any sectional area or thickness.
i) holes, mortises, and making good.

.02 The items of blinding shall be measured in square meters.

.03 The items of beds shall be deemed to include the following:

a) beds laid in bays and form work between bays.

b) Forming a base for paving whilst unset.

.04 The items of slabs and beams shall be irrespective of permissible loads.

.05 The items of walls shall be grouped together irrespective of height and slope.

.06 The items of columns shall be given in cubic meters irrespective of number.

1.05 Concrete Work (Cont’d)

.07 The items of beams and casing to beams shall include deep beams and casing to deep
beams.

.08 The items of machine bases shall be given in cubic meters and shall be deemed to include
bases on any size.

.09 The items of filling to pockets shall be irrespective of volume and number.

.10 Upstands and kerbs shall be given in cubic meters irrespective of size.

.11 The items on anchor-bolts shall be deemed to include the following:

a) building-in
b) grouting
c) temporary boxings or wedges.
d) holes or mortises.

.12 The items of joints and the like shall include for form work thereto. Joints over 300mm
wide shall be measured in square meters, joint less than 300mm wide shall be measured
in linear meters stating the width.

.13 Concrete described as reinforced shall be deemed to include all reinforcement, whether
bars or fabric. Reinforcement will not be measured separately.

.14 The items of form work shall be deemed to include the following:

1) all labours on form work.


2) form work coated with a retarding agent.
3) making good exposed faces of concrete.
4) form work lined with a particular material.
5) form work to bands and cornices.
6) form work to grooves, chases, chamfers and mouldings of any
width.
7) form work to small surfaces.

.15 Generally all form-work shall be measured in square meters. However form-work not
exceeding 250mm wide to steps, risers, edges and the like shall be measured in linear meters.

.16 The items of form-work to curved surfaces, conical surfaces, spherical surfaces and elliptical
surfaces shall be deemed to include work-of any radius.

1.05 Concrete Work (Cont’d)

.17 The items of form-work to soffits shall be deemed to include soffits of solid floors and roofs
over 200mm thick, soffits less than 1m high and soffits requiring strutting over 3.5mm high.

.18 The items of form-work to slabs, beams, staircases and associated features shall be given in
square meters irrespective of the number of separate surfaces, profile and cross-sectional area
of members.

.19 Form-work to sloping surfaces shall be described irrespective of angle of slope.

.20 The items of form-work to walls and associated features shall be given in square meters
irrespective of the number of separate surfaces, interruptions by, projections, angles situation
and height.

.21 Form-work to be fair faced shall be measured as extra over plain form-work, and shall be
measured in square meters to surfaces over 250mm wide and in linear meters where not
exceeding 250mm wide.

.22 Form-work to Projections and pilasters shall be given in linear meters irrespective of the
member’s profiles and slopes.

.23 Form-work to complex or shaped members, isolated corbels and pilaster heads shall be
enumerated stating the overall size.

.24 Form-work to holes shall be deemed to be included.


.25 The items of form-work to beams and casing to steel beam shall include formwork to deep
beams and casing to deep beams.

.26 The items of precast shall be deemed to include the following.

a) surface finish

b) jointing and bedding materials.

c) any method of fixing.

d) units over 2m long

e) ends, angles, intersections, notches, rounded corners and all


other labours.

f) fixings.

g) reinforcement if described as reinforced.

1.05 Concrete Work (Cont’d)

.27 The items of precast concrete kerbs shall be deed to include the following:

a) curved members.
b) Ramped members.
c) Quadrants.
d) Excavation, concrete foundation, formwork, haunching and
any damp proofing.

.28 The items of damp proof courses and damp-proof membranes shall be deemed to include the
following:

a) all cutting.
b) Laps.
c) Horizontal work.
d) Raking work.
e) Vertical work.

.29 The rates for hacking faces of concrete shall include for hacking by any means.

.30 Holes and all subsequent making good for pipes, tubes, bar, cables, conduits, ducting,
trunking, trays and the like of any size where necessary in connection with services
installations. Shall be included in the appropriate item(s) for Builder’s Work in connection.

1.06 Brickwork, Blockwork, Rubble Walling and Masonry:

.01 Classification of work shall be as follows:

a) Foundations (including walls in trenches)


b) Superstructures (load bearing and non-load bearing given
separately).
.02 The items of brickwork, blockwork, fair face and facework shall be deemed to include all
rough and fair cutting, rough and fair angles, chases and all labours.

.03 The items of brickwork and blockwork, etc. shall be deemed to include the following:

a) keying.
b) Preparing for raising.
c) All bedding.
d) Wedging and pinning up.
e) Preparing for flashing and skirting.
f) Building –in and cutting and pinning.
g) Holes and mortises,
h) Making good.

.04 The items of curved and work shall be deemed to include work of any, radius.

1.06 Brickwork, Blockwork, Rubble walling and Masonry (Cont’d)

.05 The items of thickening old walls shall be deemed to include the following

a) cutting and bonding

b) extra material

c) any special bonding.

.06 The items of hollow walls shall be deemed to include the following:

a) forming cavities.

b) wall ties

c) closing cavities at ends of walls and jambs of openings.

.07 The items of bonding ends shall be deemed to include the following:

a) work in bond

b) cutting pockets

c) extra material

.08 The items of brickwork, blockwork, etc. in arches shall be deemed to include catering of all
description.

.09 The items of facework shall be deemed to include margins, curved margins and shaped
margins in any location; facework built overhand and facework to panels and aprons not
exceeding 1m2.

.10 The items for fair face or facework shall be deemed to include pointing with tinted cement
mortar.
.11 The items of fair face or facing brick sills. Thresholds, copings and steps shall be deemed to
include ends and angles of all description.

.12 The items of blockwork shall be deemed to include filling ends of hollow walls or providing
special blocks with solid ends.

.13 The items of blockwork shall be deemed to include filling hollow blocks with concrete as
specified at sides of openings, at intersections with concrete and under bearing or insitu
concrete work.

1.06 Brickwork, Blockwork, Rubble Walling and Masonry (Cont’d)

.14 The items of damp-proof courses and damp-proof membranes shall be deemed to include the
following:

a) all cutting.

b) laps.

c) horizontal work

d) raking work

e) vertical work

.15 All sundry items as SMM Clauses G.39-51 shall be deemed to be included in the rates for
general brickwork or blockwork or the specific items to which the clauses makes reference.

1.07 Underpinning:

.01 The items of underpinning shall be deemed to include the following:

a) working space.
b) preparing the underside of the existing work to receive new.
c) disposal of water
d) earthwork support.

1.08 Asphalt Work:

.01 The items of asphalt work shall be deemed to include all labours.

.02 Coverings shall be measured in square meters irrespective of width.

.03 Coverings to sloping surfaces shall be so described irrespective of angle of


slope.

.04 The items of skirting, gutters, etc. shall each be given separately in meters and
shall be deemed to include all fait edges, arises, ends, angles and turning into
grooves.
1.09 Roofing:

.01 The items of roofing shall be deemed to include all labours.

.02 The items of work to curve, conical, spherical and elliptical roofs shall be
deemed to include work of any radius.

1.09 Roofing (Cont’d)

.03 The items of slate or tile roofing shall be deemed to include the following.

a) work to any pitch.


b) lathing and battening
c) under felting
d) all cutting
e) holes far pipes, standards and the like.
f) forming small openings
g) fixing accessories.

.04 The items of eaves to tiled roofing shall be deemed to include for double course, extra
undercourse, raking and curved work, bedding and cut courses.

.05 The items of verges to tiled roofing shall be deemed to include for raking and curved work,
purpose made or special tiles, extra undercloak, bedding and pointing finishing.

.06 The items of corrugated and roughed steel roofing and roof decking shall be deemed include
the following:

1) bedding and pointing


2) fixing through an underlining
3) all cutting
4) holes for pipes, standards and the like.
5) Forming small openings.
6) Ends, angles, intersections and the like to roofing, fittings and
accessories.

.07 The rates for bitumen felt roofing and proprietary roofing systems shall be deemed include
the following:

a) underlay.
b) work in isolated areas.
c) working into channels including extra material.
d) expansion joints in protective screeds.

.08 The rates for fleshings, skirtings and aprons to bitumen felt roofing and proprietary roofing
systems shall be deemed to include the following:

a) stepped and raking work and work on roof slopes.


b) all cutting.
c) dressing over all fillets and to any profile.
d) turning into grooves, wedging, pointing and the like.
1.09 Roofing (Cont’d)

.09 The rates of gutters, valleys and kerbs to bitumen felt roofing and proprietary roofing
systems shall be deemed to include for:

a) works to fails
b) all cutting
c) dressing over all fillets and to any profile
d) turning into grooves, wedging, pointing and the like.
e) ends, angles and outlets.

.10 The rates for sheet metal roofing shall be deemed to include for:

a) clips and tacks.


b) additional material in:

(1) drips.
(2) welts.
(3) seams.
(4) rolls.
(5) upstands.

c) work in isolated areas.


d) all cutting
e) all edges, wedging, angles, seams and the like.
f) dressing into any location including additional materials.
g) Copper nailing.
h) dots, ornaments and plugs.
i) Underfelting.

.11 The items of sheet metal flashings and gutters shall be deemed to include the following:

a) passing at ends, angles and intersections.


b) work at edges.
c) wedging and dressing.
d) ends angles and intersections.
e) bending
f) clips, tacks and firing accessories.

.12 The items of preformed Lashings shall be deemed to include for the following:

a) bends
b) joints
c) angles
d) returned ends.

1.10 Wood work

.01 The items of woodwork shall be deemed to include the following:

a) all labours on hardwood, softwood and boarding of any nature.


b) Holes
c) Plugging
d) Fixing by any method
e) Timbers of any length.
f) Any number of different cross-section shapes within the same
over-all section dimensions.

.02 The items of curved, conical, spherical, joined and elliptical, York shall be deemed to include
work of any radius.

.03 The items of caressing timbers shall be deemed to include the following

a) joints in continuous lengths.

b) Pads, slips and blocks.

.04 The items of roof trusses shall be deemed to include hoisting to any level.

.05 The sizes of joinery timbers shall be deemed to be the nominal size.

.06 The items of joinery shall be deemed to include the following:

a) work irrespective of height above floor and whether internal or


external

b) timber over 200mm wide in one width.

c) work framed and bedded in white lead.

d) work with double tenons.

e) ends, angles, mitres and intersections.

f) short lengths.

1.10 Woodwork (Cont’d)

.07 The items of boarding and flooring shall be measured in square meters irrespective of narrow
widths and areas less than 1m2.

.08 The items of flooring shall be deemed to include the following:

a) board or strip flooring


b) flooring in mat sinkings.
c) flooring in openings.
d) work in laid diagonally.
e) noising and margins

.09 The items of sheet linings and casings shall be measured in square meters irrespective of
narrow widths.

.10 The items of pipe casings shall be deemed to include access panels.
.11 The measurement of composite items shall be deemed to include the following:

a) cover fillets, metal angles and other associated work.

b) fixing fittings.

c) Ironmongery, if specifically mentioned in the description.

.12 Internal and external doors shall be so described.

.13 The items of doors shall be deemed to include ironmongery glass and glazing to vision panels, if
specifically mentioned.

.14 Doorframe and lining sets shall be enumerated stating the opening size, wall thickness and the type
of door to be fitted.

.15 The items of doorframe and lining sets shall be deemed to include the following:

a) frames, grounds, steps, sills, mullions, architraves, beads and the like of any
section.

b) Fixings

c) glass and glazing to fanlights, if specifically mentioned.

d) mastic pointing.

1.10 Woodwork. (Cont’d)

.16 The items of windows shall be deemed to include the following:

a) windows of any type

b) flyscreens, if specifically mentioned.

c) fittings and hanging windows.

d) glass and glazing

e) window boards and nosings

f) frames, transoms and mullions

g) grounds

h) glazing beads

i) architraves

j) ironmongery, if specifically mentioned.

k) mastic pointing
l) fixing to structure including cramps or any other fixing
accessories.

.17 The supple and Fixing of ironmongery to all composite items shall be included with the
respective items, when specifically mentioned in the description.

.18 Ironmongery to composite items when not specifically mentioned in the descriptions shall be
measured “fix only”. All ironmongery, to be fixed to a particular composite item shall be
grouped together and enumerated stating the type of composite item.

1.11 Structural Steelwork

.01 The items of steelwork shall be deemed to include the following:

a) any method of fabrication and in any location.


b) any type of site connection.
c) testing.
d) work performing any function and in any location
e) any number of membrane
f) any section type , size and length
g) fittings and shearstuds
h) labours
i) holes
j) bolts other than anchor bolts.

.02 The steel work will be measured net and due allowance for the above will be deemed to
have been included within the unit rate.

1.11 Structural Steelwork

.03 The items of curved members shall be deemed to include members of any radius.

.04 The items of anchor bolts shall be deemed to include the following:

a) building in.
b) grouting
c) temporary boxing and wedges.
d) holes or mortises

1.12 Metalwork

.01 The items of metal work shall be deemed to include the following:

a) all labours.
b) ends, angles, bends, edges, seams, twists, ramps, wreaths, and
intersections of any description.
c) dressing into any location.
d) work required to be primed or painted before delivery to site.
e) holes and slots.

.02 The items of cured work shall be deemed to include work of any radius.

.03 The items of work required to be welded shall be deemed to include the following:
a) members welded and left as laid.
b) members fillet welded and left as laid
c) members prepared, welded and ground to a smooth finish.

.04 The items of composite between members and to the structure or background.

.05 The items of standard and composite metal windows and doors shall be deemed to include
the following:

a) windows and doors of any type


b) flyscreens, where specifically mentioned.
c) Fitting and hanging
d) Glass and glazing, glazing beads, shims and seats.
e) Window boards and nosings.
f) Frames, mullioris and transoms.
g) Architraves.
h) Opening gear and ironmongery of any description including
fixing to unit and or to structure.
i) Mastic pointing
j) Fixing to structure including cramps or any other fixing
accessories.

6. The items of sheet metal, wiremesh and expanded metal shall be measured in square meters
irrespective of narrow widths.

1.13 Plumbing and Engineering Installations:

.01 The items of plumbing and engineering installations generally shall be deemed to include the
following:

a) fixing to any background.

b) work in boiler houses, plant rooms and external work.

c) temporary work and subsequent removal thereof including


making good.

d) priming or painting off-site and painting all pipes work where


required.

e) draining and refilling existing systems.

f) marking the position of holes, mortises, chases and the like.

g) disconnecting, setting aside and refixing equipment for other


trades.

h) temporarily operating each installation.

.02 The items of insulation shall be deemed to include the following:

a) detachable mattresses, working insulation around test hole


covers, access doors,
gauges, thermostats, thermometers and the like.

b) insulation to flanged pipe work.

c) work around ancillaries.

d) working insulation over flanges and pipefittings.

.03 The items of appliances shall be deemed to include the following:

a) traps, thimbles, ferrules and cones.

b) ball valves, taps, traps, wastes, valves.

.04 Builder’s work shall be given an item and shall be deemed to include the following:

a) forming or cutting holes, chases, mortises, sirikings or the like


in any material
encountered.

b) cutting, lifting, and replacing chequer plates, ducts, floor


boards and the like.

c) all making good.

1.13 Plumbing and Engineering Installations

.05 The items of pipe work shall be deemed to include the following:

a) pipe work required to be temporarily fixed in position.


Dismantled and subsequently refixed.

b) pipes laid or fixed in ducts and chases

c) pipes embedded in floor screed

d) flow-and-return header pipes

e) pipe joints

f) labour on pipes

g) pipe fittings pipe support, sleeves, plates, sockets and special


connection

h) curved pipes

i) final connections to items of plant, machines, or other


installations.
1.14 Air-Conditioning Installations

.01 The items of air-conditioning installation, generally shall be deemed


to include the following:

a) fixing to any background

b) work in boiler houses, plant rooms and external work.

c) Temporary work and subsequent removal thereof including


making good

d) Priming or painting off-site and painting all pipework where


required.

e) Draining and refilling existing systems

f) Marking the position of holes, mortises, chasies and the like

g) Disconnection, setting aside and refixing equipment for other


trades

h) Temporarily operating each installation

.02 An item shall be given for testing and commissioning the installation in accordance with the
Specification.

1.15 Air-conditioning Installations

.04 The items of pipe work shall be deemed to include the following

a) pipe work required to be temporarily fixed in position,


dismantled and subsequently refixed.

b) pipes laid or fixed in ducts and chases.

c) Pipes embedded in floor screed

d) Flow-and-return header pipes

e) Pipe joints

f) Labour on pipes

g) Pipe fittings to pipes 55mm diameter or less

h) Pipe supports, sleeves, plates, sockets and special connections.

i) Curved pipes

.05 The items of ductwork shall be given in metres and shall be deemed to include the followings

a) joints in the running length.


b) Stiffeners
c) Curved ducting shz. 11 be so described irrespective of radius
d) Special connection:; and joints
e) Supports
f) Insulation, where specifically mentioned.

.06 The items of equipment and ancillaries shall be deemed to include the following

a) joints
b) loose ancillaries
c) identification plates
d) supports
e) electrical work in connection with the items

.07 The items of insulation shall be deemed to include the following

a) detachable mattresses, working insulation around test hole


covers. Access doors. Gauges, thermostats, thermometers and
the like,
b) insulation to flanged pipe work

c) work around ancillaries

d) working insulation over flanges and pipe fittings.

1.14 Air-Conditioning Installations

.08 The items of appliances shall be deemed to include the following:

a) traps, thimbles. Ferules and cones


b) ball-valves, traps, traps, valves

.09 Builder’s work shall be given as an item and shall be decried to include the following:

1) forming or cutting holes, chases, mortises, sinking, or the like


in any material encountered.

2) Cutting lifting and replacing checker plates, ducts, floor boards


and the like

c) all making good.

1.15 Electrical Installations:

.01 The items of Electrical Installations shall be deemed to include

a) Priming or painting off site.


b) Any method of fixing and all fixing materials
c) Fixing to any background
d) Temporary work and subsequent removal thereof including
making good external work
e) External work
f) Marking the positions of holes, mortises, chases and the like
g) Disconnection, setting aside and refixing equipment for other
trades.
h) Temporarily operating each installation
i) Loose ancillaries and identification plates
j) Final connections

.02 An item shall be given for testing and commissioning the installations in accordance with the
Specification.

.03 An item shall be given for preparing drawings and manuals of the installations in accordance
with the Specification

.04 The items of equipment and control gear shall be deemed to include the following:

a) cable termination glands


b) plate work and supporting steel work
c) equipment supports
d) fixing by any method

.05 The items of fittings and accessories shall be deemed to include the following:

a) boxes, conduit boxes, patterae ceiling roses, connector blocks,


flexible cords starters, lampholders and the like

b) any length of pendant drop

c) additional material and wiring in fixing fittings provided by the


employer.

.06 Cables conduits trunking and trays inclusive of those in final sub-circuits shall be measured
as follows:

a) the item of cable shall be deemed to include tape bus-bar


trunking, cable tray ducting or the like final connections and
fixing in by situation

b) cables shall be deemed to include colour coding, marking,


joints boxes. Line-tops shrouds terminations glands,
connectors, supports, sleeves and plates.

c) The items of conduit shall be deemed to include trunking, cable


tray ducting or the like and fixing in any situation.

d) Conduits shall be deemed to include all labours, fittings,


connections and supports

e) Cable runs and associated conduits, trunking and tray shall be


enumerated stating the size and the destination.

f) Cables located externally in trenches shall be measured in


linear metres stating the size.
g) Conduits, trunking and trays not to be installed with cables
shall be described separately and measured in linear metres
stating the size.

.07 Earthling to the whole installations shall be given as an item and shall be deemed to include
all work required to comply with GS. 12.24-26.

.08 Earthling to distribution hoards, socket outlets, lighting fixtures etcc. Shall be deemed to be
included.

1.16 Floor, Wall and Ceiling Finishings

.01 The items of finishings shall be deemed to include the following

a) all labour
b) work executed overhead
c) work in isolated areas
d) work in compartments not exceeding 4m2 on plan
e) work-in staircase areas
f) work to a pattern or in more than one colour
g) work on any base
h) work of any width
i) plaster work accessories such as angle beads strip mesh etc.
j) preparatory work to the base
.02 The items of curved work conceal work spherical work and elliptical work shall be deemed
to include work-of any radius.

.03 the items of finishings to floors shall deemed to include the following:

a) work to floors of boiler rooms, machine shops and the like

b) work to floors laid in bays and panels

c) work laid on one operation with base concrete

.04 The items of finishing to walls and ceilings shall be deemed to include
the following

a) work to ceilings and beamed over 3.5m

b) work laid in panels

c) work to isolated columns, sides and soffits of beams

d) projecting quoins

e) bands and grooves

f) kerbs

g) angles and rounded angles

h) ends, angles and intersections to moulding and cornices.


.05 The items of finishings to treads and risers shall be deemed to include the following
a) undercut risers

b) ends of any description, angles, ramps and wreathed corners

c) flush bonds of contrasting colour

.06 The items of finishing to channels shall be deemed to include the following

a) working finishings into channels

b) arises, ends, angles, intersections and outlets.

.07 The items of finishings to skirtings shall be deemed to include the following:

a) flush, vertical and raking work

b) ends, angles and ramps


.08 the items of dividing strips shall be deemed to include ends, angles and
intersections.

.09 The items of beds and backing shall be deemed to include the
following

a) screeded beds and backings

b) floated beds and backings

c) trowelled beds and backings

.10 The items of palm sheet finishings shall be deemed to include the following:

.11 The items of suspended ceilings, linings and support work shall be deemed to include the
following

a) linings of any width


b) linings to upstands
c) access panels
d) linings at any height
e) metal trim.

.12 the items of fitted carpeting shall be deemed to include the following:
a) plain and patterned work
b) work of any width or direction
c) cover strips
d) work to landings
e) work to ends
f) stair rods, carpet holders. Carpet clips and the like
g) perimeter fixing

1.17 Glazing:

.01 The items of glass and glazing in openings shall be deemed to be


included with the items in which they occur
.02 The items of mirrors shall be deemed to include the following

a) method of fixing
b) coloured, mirrors
c) all labours
.03 The items of patent glazing shall be deemed to include the following:

a) any number of areas


b) glazing bars of nay length or spacing
c) any nature of bearing and any span between bearings
d) raking and curved cutting

1.18 Painting and Decorating

.01 The items of painting and decorating shall be deemed to include the followings:

a) work executed on members before they are fixed


b) work of any classification
c) work of any width
d) work to any height work
e) work on isolated surfaces
f) work on corrugated surfaces
g) work in multi-colours
h) cutting in
i) curved rosettes and the like.

.02 The items of decorative paper etc. shall be deemed to include the following:

a) work on any base


b) order strips
c) corners and motifs
d) raking and curved cutting and cutting to profile
1.19 Drainage
.01 The items of drainage shall be deemed to include work beyond the boundary of the site
.02 Work in connection with existing drainage systems shall be so described
.03 The items of excavation shall be deemed to include work in any type of ground
.04 The items of pipe trenches shall be deemed to include the following

a) excavation starring from any level


b) work to any depth range in successive stages
c) curved trench
d) grinding bottoms, planking and strutting, filling in, compacting
and disposal of surplus spoil.
e) Trenches for pitch-fiber pipes
f) Excavation below the ground water level, excavating in
running silt and running sand
g) Keeping the excavation free from water from any source.

.05 The items of pipes shall be deemed to include the following:

a) pipe fittings
b) pipes in branches not exceeding 3m long.
c) Vertical pipes
.06 The items of manholes and septic tanks shall be deemed to include the following:

a) work in all trades


b) building in pipes
c) channels, concrete benching and step-irons

1.20 External Works

.01 The items of external works shall be given in accordance with the amendments to the appropriate
trade.
PART 7

SCHEDULE OF RATES NOTE


Part 7

SCHEDULE OF RATES

Generally

The Tenderer should note the following:

The quantities are for the tender’s guidance only. The tenderer should amend any quantity that is
considered to be incorrect and add any item that is considered to have been omitted. The contractor should
not claim for any time or cost impact on the guidance tender quantity. It is his full responsibility to check
and or alter these quantities.

The tenderer shall not alter any quantity mark s PROVISIONAL as these items will be re-measured during
the progress of the Works.

The descriptions should complement where necessary, the drawings and specifications. Should any
description contain information that is additional to that shown in the drawings and specifications, such
additional information shall form part of the particular Specification.

In the event of a discrepancy arising between the Schedule of Rates and the drawings and/or the
Specifications as previously described herein the drawings and/ or the Specifications shall prevail so the
contractor should not claim for any financial impact for these discrepancies.

The Tenderer shall provide with his Tender a comprehensive schedule of rates covering the value of works
to be done in this project according to the drawing submitted. This schedule shall be suitable for valuing
variations, interim valuation (payment) and shall be approved by the Architect.

The Tenderer is referred to the specifications, particular Specifications Conditions of Contract, their
drawings and other Documents for full information concerning the Works and no claim or variation will be
considered on account of his failure to acquaint himself with such information.

Any items not included in the breakdown, but they are essential for completion of the work, the Tenderer
should add them in the summaries of the project under item “Amount of all other works not covered in the
above items”

The Tenderer should consider this tender as a lumpsum contract “if not mentioned other way”

Variations

Any variations requested by Bahrain Defence Force – Military works Directorate should be through a

written Field Order Instruction (FOI) on Bahrain Defence Force Letter Head signed by the Head of the

executing branch.
If the contractor receives any verbal instruction to carry out variation, within 2 days of such instruction the

Project officer should issue a Field Order Instruction (FOI) to the contractor. If the Field Order Instruction

(FOI) is not issued, the contractor should immediately report in writing to the Head of Tendering and

Purchasing Department and a copy to Project officer, otherwise this variation shall be deemed void.

Within 14 days of receiving Field Order Instruction (FOI) the contractor should submit the
entire supporting documents to the Project officer to process the variation. Failing to do
so, the contractor has no right to claim the variation. Further no legal or financial liabilities
shall be imposed on Bahrain Defence Force and no time extension shall be granted for the
variation.

No variation required by the Project officer or subsequently sanctioned by him shall vitiate
this contract.

The rates inserted in the Schedule of rates will be used to value any Variations to the Works, whether
omissions or additions. The Tenderer shall not be entitled to payment for profit and overheads on the value
of work omitted.

The maximum additional or omission works should not exceed 40% of the total agreed and signed amount
of the project. The extra works rates should be claimed from the agreed amount in the Bill of quantities if it
is presented, or from BDF Terms of Contract if it is not presented in the Bill of quantities.

If it is not shown in the above schedules agreed, rates should be negotiated at a reasonable market price at
that time.

If any additional works are given to the contractor and the rate is not included in the Bill of Quantities
provided, 8% of the total additional works amount shall be added for is attendancy, overhead, profit,
connections, materials, taxes etc. and all necessary works required to complete the job, to BDF requirement.

The adjustment of arithmetical errors & Fluctuations

Multiplication Errors: If the difference of quoted price over actual calculated price is plus, then the
calculated price will be considered and the difference will be added to the contingencies. If the difference is
minus, then the quantity shall be adjusted tot he quoted price.

Error in summing or carrying over, if the difference is plus, then the actual calculation will be considered
and the difference will be added to the contingencies, If the difference is minus, then the amount and
quantities of the related items and sub items will be proportionately adjusted.

Unbalanced rate or quantity: If any quantity and rate of any of the item with 10% greater or less than that of
Estimated quantity and rate, reason shall be given by the tenderer based on which the quantity and rate will
be accepted or adjusted by the Employer.

Uniform rates for similar items: Similar item of works in the tender should have uniform rates. If different
rates are quoted for these items, reason shall be given by the Tenderer based on which these rates will be
accepted or adjusted by the Employer. In case of Unit of Measurement being number, adjustment shall be
made to the Rate & Amount of the item concerned.

Items to be fully Inclusive


Rates shall be held to include all labour, materials and workmanship, all custom duties, port dues, import
duties, import duties, taxes and other dues levied by the Government of Bahrain, landing charges, transport
charges of whatever description, head office overheads and profit and everything necessary to complete
work.

Fixing Only
Where the tenderer is requested to price for fixing only his price shall include for taking delivery,
replacing goods damaged, broken, lost or stolen, unloading, storing, hoisting, protecting, assembling
and connecting or fixing to adjacent materials or surfaces. The Contractor shall make due allowance up
to the issue of the Certificate of Practical Completion.
BILL OF QUANTITY
PART 8

FORM OF TENDER
FORM OF TENDER

OPTION - 1

To: BAHRAIN DEFENCE FORCE


P.O. BOX 28280
KINGDOM OF BAHRAIN

Sir,

Job Title : BUILDING OF KHALIFA PORT (BUILDINGS / WATER SERVICES/ DRAINAGE/


BOUNDARY WALL) AT M60
Job No. : C0231/A-2012-60
Having examined the drawings and tender Documents for the construction of the above
mentioned work, we, the undersigned, hereby offer to construct, complete, remedy defects
and maintain the whole of the said works in conformity with the said drawings and Tender
documents, for the sum of

Bahrain Dinars_______________________________________________________

______________________________(BD___________________________ or such other


sum as may be ascertained in accordance with the conditions of contract contained within
the said Tender Document.

We undertake to complete the Works comprised in the Contract (excluding any


maintenance period) within_________________ days or less form the date of Possession
and we guarantee a time for completion of ____________________ days).

Our offer is based on a working week of forty-five (45) hours per week.

We enclose the Initial Bond (in the form of certified cheque/bank guarantee/insurance

Company guarantee) issued by _________________________________________

And dated ______________________________in the amount of BD_____________

Bahrain Dinars_______________________________________________________

If our Tender is accepted we will obtain the guarantee of an approved Bank to be jointly
and severally bound with us in a sum not exceeding 10% of the above named sum for the
due performance of the Contract under the terms the Bond contained in tender documents.

WE agree to abide by this tender for a period of 180 days from the date fixed for receiving
the same and it shall remain binding upon us and may be accepted at any time before the
expiration of this period.

We undertake in the event of your acceptance of this tender to execute with you forthwith
upon being called to do so a formal Agreement embodying all Terms and Conditions of
contract.
(Note: The contract sum should be rounded off to the nearest Bahrain Dinar.)
Form of Tender

Unless and until a formal Agreement is prepared and executed, this tender, together with
your written acceptance/ Notice to Proceed (NTP) thereof shall constitute a binding
Contract between us.

We understand that you are not bound to accept the lowest or any tender you may receive
and that you will not pay any expenses incurred by us in tendering.

We acknowledge receipt of Amendment Statement (Addendums) Nos._________to the


Tender documents and agree they form part thereof.

Name: ____________________________________________________

C.P.R. No. ________________________________________________

Signed ______________________________on behalf of

Contractor __________________________________________________________

Address: ____________________________________________________________

C.R. No. ____________________________________________________________

Date: _______________________________________________________________

Telephone No. ________________________Mob:___________________________

Fax No.______________________email:__________________________________

Stamp: ______________________________________________________________

Witness

Name______________________________________________________________

C.P.R. No. _________________________________________________________

Occupation: _______________________________________________________

Date: _____________________________________________________________

Signature:_________________________________________________________

Note: If the signed above is not the owner of the Company, he should submit an
authorization letter from the company along with the form of Tender.
PART 9

APPENDICES
APPENDIX A

SUB-CONTRACTORS/SUPPLIERS
APPENDIX “A”

SUB-CONTRACTORS/SUPPLIERS

The tenderer shall insert below the names and addresses of the principal Sub-Contractors and major
Suppliers whom are proposed to be employed (and if any is an overseas company, the name and address
of their sponsor in Bahrain)

ITEM NAME AND ADDRESS of Sub-Contractor/Supplier


and where applicable sponsor.

1. ELECTRICAL WORKS

2. MECHANICAL WORKS

3. AIR CONDITIONING WORKS


4. ROAD WORKS

ITEM NAME AND ADDRESS of Sub-Contractor/Supplier


and where applicable sponsor.

5. ALUMINIUM WORKS

6. WATERPROFING WORKS

7. CARPENTRY WORKS

8. READY MIX
9. INFRASTRUCTURE WORKS

ITEM NAME AND ADDRESS of Sub-Contractor/Supplier


and where applicable sponsor.

10. OTHERS (specify)

The provision of this information shall not release the successful Tenderer from any obligation arising
under the Contract to obtain the consent of the architect/supervising Officer to the subletting of any part
of the Project.

The tenderer should not limit to the sub-contractor’s name given in the Appendix-A, unless approved by
MWD engineer. BDF has the right to cancel any sub contractor listed above for any reason whatsoever
and ask the main contractor to name another sub contractor.

Signature__________________________________
APPENDIX – B

STANDARD FORM OF INITIAL BOND


APPENDIX – B

STANDARD FORM OF INITIAL BOND

SPECIMEN ONLY

To be engrossed on insurance Company/Bank headed paper.

No terms shall be deleted from this Guarantee nor shall any terms be added.

INSURANCE/BANK REF:_______________________ DATED:____________


Dear Sirs,
INITIAL BOND NUMBER:________________________________________
PROJECT NAME: _________________________________________
TENDER NUMBER: _________________________________________
TENDERER: __________________________________________

In consideration of you the Bahrain Defence Force (the “Employer”) having invited the Tenderer to
complete and submit a tender for the
(“the Works”) and
__________________________________________________________________of _________________
____________________________________(the “Tenderer”) having submitted to the employer a tender
(the “Tender”) in accordance with such invitation we, the
Insurance company/Bank of___________________________________________ Hereby irrevocably and
unconditionally, guarantee the Tenderer in the sum of BD: (Bahrain
Dinars:__________________________________ ______ As an assurance of it’s good intention in
making the said offer and we undertake to pay this sum to the Employer on first demand.
We further agree that any change, modification, addition or amendment which may be made in terms
and conditions of the Tender shall bot in any way release us from our continuing liability hereunder and
we hereby express, waive our right to consent to or to receive notice of any such change, modification,
addition or amendment.
This initial bond shall be valid until the _________day of_______________20___ or until 180 days from
the date of tender opening as defined in the Tender whichever shall be the latter and any demand for
payment hereunder must be received by us on or before the later of such dates.
This initial bond shall be governed by and interpreted under the Laws of the Kingdom of Bahrain. It
shall returned to us on its expiry.

SIGNED_____________________ (as appropriate by properly authorized officials for and on behalf of


the Guaranteeing Bank/Insurance Company)
APPENDIX –C

STANDARD FORM OF PERFORMANCE BOND


APPENDIX - C
STANDARD FORM OF PERFORMANCE BOND

SPECIMEN ONLY

To be engrossed on Insurance Company/Bank headed paper.


No terms shall be deleted from this Guarantee nor shall any terms be added.

--------------------------------------------------------------------------------------------------------------
INSURANCE/BANK REF: ________________ DATED: __________________

Dear Sirs,

PROJECT NAME___________________________________________________
PROJECT NUMBER________________________________________________
CONTRACTOR ___________________________________________________

In consideration of you the Bahrain Defence Force (the "Employer") having agreed to enter into
the above contract (the "Contract") with
____________________________________________________________
________________ of ___________________________________________ (the
"Contractor"), we the ________________________________________________Insurance
Company/Bank of
___________________________________________hereby irrevocably and unconditionally
Guarantee to the Employer subject only to the monetary limitation hereinafter specified, that the
Contractor shall well and truly perform and fulfil all the undertakings, covenants, terms and
conditions of the Contract for _______________________________________ (the "Works")
and of any extension thereof, that the Contractor shall well and truly perform and fulfill all the
undertakings, covenants. Terms and conditions of any and all changes. Modifications, additions
or amendments to the Contract that may hereafter be made, and that the Contractor shall also
fully indemnify defend and hold harmless the Employer from all costs, liability and damage
which the Employer may suffer by, reason of the failure of the Contractor so to do.

In the event that the Employer, in it's absolute discretion, gives notice to us at anytime of the
failure of the Contractor to perform or fulfil any of the acts or obligations set forth in the
preceding paragraph. We hereby unconditionally and irrevocably undertake, without an,; right
of set off or counterclaim whether on our behalf or c)n behalf of the Contractor, to pay to the
Employer the sum of BD: _____________ (Bahrain Dinars ______________________
_________________________ being an amount equal to ten percent (10%) of the of the price
recorded in the contract. Such written notice of the Employer shill be conclusively binding on
us for all purposes under this Performance Bond.

We further agree that any, change. Modification. Addition or amendment, which may be made
to the terms and conditions of the Contract, or to the Works to be performed there under. or to
the payments to be made on account thereof. or any extension of the time of performance of the
Works or any composition, settlement. promise not to sue or other forbearance on the part of
either the Employer or the Contractor to the other shall not in any way release us from our
continuing liability hereunder, and we hereby express waive our right to consent to or to receive
notice of any such change, modification. addition. Amendment. Extension, composition.
Settlement, promise or forbearance.

This Performance Bond shall be valid until the date that mentioned in the Practical Completion
Certificate by the Architect/Supervising Officer as defined in the Contract under the terms of the
Contract and any request for payment hereunder must be received by us on or before that date.

This Performance Bond shall be governed by and interpreted under the Laws of the Kingdom of
Bahrain. It shall be returned to us on its expiry.

Signed: ---------------------------------------------------- (as appropriate by properly


authorised officials for and on
behalf of the Guaranteeing
Bank/Insurance Company)
APPENDIX - D

SITE INSPECTION
APPENDIX - D

SITE INSPECTION

We hereby certify that we have visited the site and fully understand the extent, character,
working space and access to the operations described in the Tender Documents.

Date of Visit ____________________________________________________________

Name (BLOCK LETTERS): _______________________________________________


Signature : ______________________________________________________________
APPENDIX - E

STANDARD FORM OF GUARANTEE OF

ROOF WATERPROOFING TREATMENT


APPENDIX - E

STANDARD FORM OF GUARANTEE OF ROOF WATERPROOFING TREATMENT

SPECIMEN ONLY

To be engrossed on Contractor's letterhead.

No terms shall be deleted from this Guarantee nor shall any terms be added.

----------------------------------------------------------------------------------------------------------
PROJECT NAME: ___________________________________________________

CONTRACT NUMBER: _______________________________________________

Pursuant to the terms of the above-mentioned Contract and for the consideration set out therein,
we _______________________________________________________________
(Hereinafter called the "Contractor") hereby guarantee to you, the Bahrain Defence Force.
Military Works Directorate, P.O. Box 28280, Kingdom of Bahrain (hereinafter called the
"Employer") that the waterproofing system as more folly described in Part A of the Schedule
hereto (hereinafter called the "System") installed by us at ___________________________
will remain in a watertight condition for a period of ten (10) years from the end of the Period of
Maintenance/Defects Liability Period (as defined in the Contract) and in the event of a failure of
the System from any cause whatsoever (save as hereinafter provided), we will repair or replace
the System so to restore it to a watertight condition. on and subject to the following terms:

1. For the purposes of this. guarantee, the System shall be deemed to have failed if ant any
time it is no longer in a watertight condition, whether or not leakage of water has
occurred.

2. Inspection of the System:

(a) The Contractor will inspect any solar reflective panels forming part of the
System during April or May of each year during the lifetime of this guarantee.

(b) The Contractor will inspect the entire system during November or December of
each year during the lifetime of this guarantee.

(c) The results of each such inspection shall be notified in writing to the Employer
within fourteen (14) calendar days of such inspection.
. In the event of failure of the System:

(a) If the System fails within the period of this guarantee the Contractor will repair
or, depending on the extent of the failure and after discussions with the
Employer, replace the same.

(b) If the System fails more than once during the period of this guarantee the
Contractor will repair or. at the Employer's option. replace the same.

4. The Contractor will commence repair or replacement of the System within a reasonable
time of being notified of or detecting such failure and will, in any event. Immediately on
being notified of or detecting such failure take all such steps as may be necessary to
protect the Building from any or further damage until such time as the repair or
replacement has been completed.

5. The repair or replacement carried out shall be at no cost to the Employer.

6. If the Contractor fails to fulfil any or all of its obligations under this guarantee. the
Employer shall be at liberty to engage another contractor to carry out such repair or
replacement as the Employer , in it's sole discretion, shall consider necessary and the
Contractor shall be obliged to pay to the Employer the cost of such repair or
replacement.

7. Without prejudice to and in addition to the provisions of Clause 5 above, if the


Contractor fails to fulfil any or all of it's obligations under this guarantee or if the
Contractor shall be declared bankrupt or have a receiver, liquidator or manager
appointed over it's assets or save for the purposes of amalgamation or reconstruction,
have a resolution for voluntary winding-up passed, the Employer shall be entitled to an
assignment of the benefit of any guarantee that the Contractor may have received in
respect of part of the System.

8. The Contractor shall not be liable under this guarantee in the event that: :

(a) alterations or repairs have been made to the System by anyone other than the
Contractor (save where the Contractor has failed to fulfil it's obligations under
this guarantee), it's servants, agents or sub-contractors ; or

(b) the failure of the System is caused by a structural failure of she Building or any
adjoining premises or deliberate misuse of the roof by the Employer or

(c) the failure of the System is caused by extraordinary, natural occurrences. such as
acts of God (for example: hurricanes, cyclones. Tornados, lightning, earthquake
and the like) or fire.

9. Intended use of Building and consequential damage:

(a) The Building is intended to be put to the use described in Part B of the schedule
hereto. The Contractor shall be liable for any damage caused by a failure of the
System to the fixtures and fittings described in Part B of the Schedule hereto.

(b) The Contractor shall not. be liable for any other consequential damage resulting
from a failure of the System save where the Contractor has behaved maliciously,
wilfully or recklessly resulting in damage to the System.

10. The address of the Contractor for service of notices under this guarantee shall be as
follows, unless otherwise notified in writing to the Employer:

Address: ___________________________________________
Telephone No: ___________________________________________
Telex No.: ____________________________________________
Facsimile No.: ___________________________________________

A notice served at such address (or such other address as may be properly notified) shall
be deemed to have been validly served.
Dated this _________day of _____________________ 19_______

Signed for and on behalf of the Contractor:

Signature ____________________ in capacity of ___________________


in the presence of (Witness)
Name: _________________________________
Address: ________________________________
________________________________

Occupation: _____________________________
Telephone No.: ___________________________
SCHEDULE

PART A

The system consists of ______________________________________________________

_________________________________________________________________________

_________________________________________________________________________

PART B

The Building is intended for use as _____________________________________________

_________________________________________________________________________

_________________________________________________________________________

The fixtures and fittings referred to in Clause 9(a) are not to exceed a maximum value of
BD 5000.000
APPENDIX - F

LIST OF DRAWINGS
APPENDIX - F

LIST OF DRAWINGS

S.NO DRAWING TITLE DRG. NO SHEET NO


APPENDIX - G

BAHRAINI NATIONALS
‫‪APPENDIX – G‬‬

‫دوﻟﺔ اﻟﺒﺤﺮﻳﻦ‬
‫وزارة اﻟﻌﻤﻞ واﻟﺸﺆون اﻻﺟﺘﻤﺎﻋﻴﺔ‬

‫إدارة اﻻﺳﺘﺨﺪام واﻟﺘﻮﻇﻴﻒ‬

‫اﻟﺮﻗﻢ ‪:‬‬ ‫‪/‬‬ ‫‪/‬‬ ‫اﻟﺘﺎرﻳﺦ ‪:‬‬

‫ﺗﻔﻴﺪ وزارة اﻟﻌﻤﻞ واﻟﺸﺆون اﻻﺟﺘﻤﺎﻋﻴﺔ ﺑﺄن‬


‫‪ ………………………………………………………………..‬ﻣﺆﺳﺴﺔ ‪ /‬ﺷﺮآﺔ‬
‫‪ ………………………………..‬اﻟﻤﻘﻴﺪ ﺑﺎﻟﺴﺠﻞ اﻟﺘﺠﺎري ﺑﺮﻗﻢ ……… ﻟﻤﺰاوﻟﺔ ﻧﺸﺎط‬
‫‪ …………………………………………….‬ﻣﻠﺘﺰﻣﺔ ﺑﺘﻮﻇﻴﻒ اﻟﻌﻤﺎﻟﺔ اﻟﺒﺤﺮﻳﻨﻴﺔ وﻓﻖ اﻟﻨﺴﺐ اﻟﺘﻲ‬
‫ﺣﺪدﺗﻬﺎ اﻟﻮزارة وآﺬﻟﻚ ﺑﺎﻟﻘﺮارات اﻟﻮزارﻳﺔ ذات اﻟﻌﻼﻗﺔ ‪ ،‬وﻗﺪ أﻋﻄﻴﺖ هﺬﻩ اﻹﻓﺎدة ﺑﻨﺎء ﻋﻠﻰ‬
‫ﻃﻠﺒﻬﺎ ﻟﺘﻘﺪﻳﻤﻬﺎ إﻟﻰ ﻣﻦ ﻳﻬﻤﻪ اﻷﻣﺮ دون أدﻧﻰ ﻣﺴﺌﻮﻟﻴﺔ ﻋﻠﻰ اﻟﻮزارة ‪ ،‬وهﺬﻩ اﻹﻓﺎدة ﺻﺎﻟﺤﺔ ﻟﻤﺪة‬
‫ﺳﺘﺔ أﺷﻬﺮ ﻣﻦ ﺗﺎرﻳﺦ إﺻﺪارهﺎ ‪.‬‬

‫ﻣﺪﻳﺮ إدارة اﻻﺳﺘﺨﺪام واﻟﺘﻮﻇﻴﻒ‬

‫‪Specimen‬‬ ‫ﻧﻤﻮذج‬
APPENDIX - H

TEMPORARY / PERMANENT LIST OF VEHICLES


Vehicle Gate Pass Information Form

‫اﻟﻤﻼﺣﻈﺎت‬ ‫ﻟﻮن اﻵﻟﻴﺔ‬ ‫رﻗﻢ اﻵﻟﻴﺔ‬ ‫ﻧﻮع اﻵﻟﻴﺔ‬ ‫ت‬

2
3
4
5
6
7
8
9
10
11
12
13
14
15

‫ ﻧﻤﻮذج‬Specimen
APPENDIX - I

TEMPORARY /PERMANENT CIVILIAN PASS


‫‪Gate Pass Information Form‬‬

‫ﻳﺴﻤﺢ ﻟﻠﻤﺬآﻮرﻳﻦ ﺗﺎﻟﻴﺎ واﻟﺘﺎﺑﻌﻴﻦ إﻟﻰ ‪:‬‬


‫ﺑﺎﻟﺪﺧﻮل إﻟﻰ ﻣﻌﺴﻜﺮ ‪:‬‬
‫اﻟﻤﻬﻨﺔ‬ ‫اﻟﺮﻗﻢ اﻟﺸﺨﺼﻲ‬ ‫اﻟﺠﻨﺴﻴﺔ‬ ‫اﻻﺳﻢ اﻟﺜﻼﺛﻲ‬ ‫ت رﻗﻢ اﻟﺘﺼﺮﻳﺢ‬
‫‪1‬‬
‫‪2‬‬
‫‪3‬‬
‫‪4‬‬
‫‪5‬‬
‫‪6‬‬

‫‪TO BE FILLED BY THE CLIENT ONLY‬‬


‫‪7‬‬
‫‪8‬‬
‫‪9‬‬
‫‪10‬‬
‫‪11‬‬
‫‪12‬‬
‫‪13‬‬
‫‪14‬‬
‫‪15‬‬
‫‪16‬‬
‫‪17‬‬
‫‪18‬‬
‫‪19‬‬
‫‪20‬‬
‫‪21‬‬
‫‪22‬‬
‫‪25‬‬
‫‪26‬‬
‫‪27‬‬
‫‪28‬‬
‫‪29‬‬
‫‪30‬‬

‫‪Specimen‬‬ ‫ﻧﻤﻮذج‬
APPENDIX - J

ADVANCE PAYMENT FORM


Date

BAHRAIN DEFENCE FORCE


KINGDOM OF BAHRAIN

Dear Sirs:

ADVANCE PAYMENT NO:


PROJECT TITLE:
PROJECT NO:
VENDOR NAME:

In consideration of you the Bahrain Defence Force, Kingdom of Bahrain (“ The Employer” ) having agreed
to enter into the above contract (“ The Contract” ) with ----------------------------------------------- ( “ The
Contractor” )we, the ( Name and address of Bank ) hereby irrevocably and unconditionally guarantee to the
Employer subject only to the Monetary limitation hereafter specified, that the Contractor shall well and truly
perform and fulfill all the undertakings, covenants, terms and conditions of the Contract for ( Project Title )
( “ The Works “) and of any extensions thereof, and that the Contractor shall well and truly perform and
fulfill all the undertakings, covenants, terms and conditions or any and all changes, modifications, additions
or amendments to the contract that may hereafter be made, and that the Contractor shall also fully
indemnify, defend and hold harmless the Employer from all costs, liability and damage which the Employer
may suffer by reason of the failure of the Contractor so to do.

In the event that the Employer, in its absolute discretion, gives written notice to us at any time of the failure
of the Contractor to perform or fulfill any of the acts or obligations set forth in the preceding paragraph, we
hereby unconditionally and irrevocably undertake, without any right of set off or counterclaim whether on
our behalf or on behalf of the Contractor, to pay to the Employer the sum of BHD.-------------- (In Words)
being an amount equal to Ten Percent ( 10% ) of the price recorded in the contract. Such written notice of
the Employer shall be conclusively binding on us for all purposes under this Advance Payment Bond.

We further agree that any change, modification, addition or amendment which may be made to the terms
and conditions of the Contract, or to the Works to be performed there under, or to the payments to be made
on account thereof, or any extension of the time of performance of the Works or any composition,
settlement, promise not to sue or other forbearance on the part of either the Employer or the Contractor to
the other shall not in any way release us from our continuing liability hereunder, and we hereby expressly
waive our right to consent to or to receive notice of any such change, modification, addition, amendment,
extension, composition, settlement, promise or forbearance.

This Advance Payment Bond shall be valid ------------------, or until the date of issue of a Certificate of
Completion of the Works by the Project Officer under the terms of the Contract whichever shall be the later
and any request for payment hereunder must be received by us on or before the later of such dates.

This Advance Payment Bond shall be governed by and interpreted under the Laws of the Kingdom of
Bahrain. It shall be returned to us on its expiry.
Sincerely yours,

Authorized signature
APPENDIX – K
GENERAL SUMMARY
GENERAL SUMMARY
Item Descriptions Amount
In B.D.

1 TOTAL OF PRELIMENARIES

2 TOTAL OF WORK DONE

3 TOTAL OF VARIATIONS

TOTAL AMOUNT FOR THE ABOVE ITEMS

10% RETENTION ON TOTAL AMOUNT

TOTAL AMOUNT

4 TOTAL AMOUNT OF MATERIALS ON SITE

25% RETENTION FOR MATERIALS ON SITE

TOTAL AMOUNT

5 PLUS ADVANCE PAYMENT

LESS REPAYMENT TO DATE

TOTAL AMOUNT

6 LESS SUM PREVIOUSLY CERTIFIED

7 SUM NOW TO BE PAID

________________________________________________________________________________
SPECIMEN ‫ﻧﻤﻮذج‬
VALUATION FORMAT FOR ALL JOBS

JOB NO:
JOB TITLE:
As Per BOQ (Agreed) As Per Executed Work
REF: DESCRIPTION TOTAL % OF WORK TOTAL AMT.
UNIT QTY RATE
AMOUNT DONE CLAIMED

E 10.9.1 Roof beam M3 20 35.000 700.000 50% 350.000

E 30.1.1D Steel 12mm Mtr. 0.5 210.000 105.000 40% 42.000

Var#1 Variation No. 1 - Supply of


light fittings
Variation amount BD. 210.000 100% 210.000

Note: The above itmes are only example to claim the works exicuted

SPECIMEN ONLY

TOTAL AMOUNT OF WORK DONE 602.000


APPENDIX - L

SAMPLE OF SIGN BOARD


APPENDIX - L

SAMPLE OF SIGN BOARD


APPENDIX - M

CONTRACT REPORT
APPENDIX - M

CONTRACT REPORT

The Tenderer shall insert below full details of all major current or pending works in Bahrain.

Contract Title Approximate Client Estimated Realistic


Contract cost Completion Date
APPENDIX – N

MONTHLY CASH FLOW CHART


Monthly Cash Flow Chart

job #:
Contract #: BS
Commencement date:
Completion date:
Contract Sum:
Project:

Months February March April May June % of amount amount to total paid

Weeks 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 completion claimed be claimed to date

Se Description
r.
#
1 Mobilization
2 demolition & alteration
3 excavation & earth work
4 Substructure
5 Superstructure
6 block work
7 aluminum work
8 plastering & other finishing
9 painting & decorative work
10 elect. Installation
11 plumbing installation
12 drainage & external work
13 Demobilization

total 1200 2000 3500 8000 6000

Example of project activities

___________________________________________________________________________
SPECIMEN ‫ﻧﻤﻮذج‬
APPENDIX –O

PROJECT CASH FLOW CHART


Project Cash Flow Chart
job #:
Contract #: BS
Commencement date:
Completion date:
Contract Sum:
Project:
Months February March April May June % of amount amount to total paid

Weeks 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 completion claimed be claimed To date

Ser. # Description
1 Mobilization
2 Demolition & alteration
3 Excavation & earth work
4 Substructure
5 Superstructure
6 Block work
7 Aluminum work
8 Plastering & other finishing
9 Painting & decorative work
10 elect. Installation
11 Plumbing installation
12 Drainage & external work
13 Demobilization

total 120 200 350 800 600

Example of project activities

___________________________________________________________________________________________________________
SPECIMENT ‫ﻧﻤﻮذج‬

___________________________________________________________________________________________________________
APPENDIX – P

SITE OFFICE ( TYPE A)


CONSULTANT’S SITE OFFICE

The contractor shall provide, erect and maintain temporary air conditioned accommodation
and equipment as set out below within fourteen days of the instruction to take possession of
the site. The temporary accommodation will remain on site until practical completion or as
instructed otherwise by the Project Engineer.

All accommodation are to be provided with lined and decorated ceilings and walls, PVC
sheet floor covering in pantry and toilets, carpet tiles in offices and reception, and adequate
opening windows with fly screens. The layout will be subject the project engineers approval.
Details shall be provided upon the issue of a Letter of Intent.

Sanitary accommodation for the engineer and his representative shall be complete with
lavatory basin, W.C and daily provision for clean towels and consumables.

The Contractor shall make all arrangements with the telephone authorities and pay all costs
and charges in connection with the installation of three lines and telephone and facsimile
equipment. The Contractor shall allow for paying all associated costs including rental or
equipment and local calls. All extensions with the exception of the executive’s office shall
be blocked for international calls.

The following is a list of furniture to be provided:


Offices:

S.No Items Nos


1 Wooden Desk 3
2 Swivel chairs 2
3 Book cases 2
4 Visitors Chairs 4
5 Window blinds 3

Pantry/Kitchen:

S No. Items Nos


1 Kitchen unit and sink including suitable range of cutlery and crockery 1
2 Storage Cup board 1
3 Chair(Plastic) 1

The Contractor shall allow for daily cleaning and maintaining all offices and sanitary
accommodation and shall provide an office tea boy capable of understanding the English
language.

The Contractor shall supply and maintain adequate air conditioning, heating and all other
services including, providing tea, coffee and sweet water.

Communications:

1 Out side lines, 2 telephone extensions, one fax line and one fax machine.
APPENDIX – P

SITE OFFICE (TYPE B)


CONSULTANT’S SITE OFFICE

The contractor shall provide, erect and maintain temporary air conditioned accommodation
and equipment as set out below within fourteen days of the instruction to take possession of
the site. The temporary accommodation will remain on site until practical completion or as
instructed otherwise by the Project Engineer.

All accommodation are to be provided with lined and decorated ceilings and walls, PVC
sheet floor covering in pantry and toilets, carpet tiles in offices and reception, and adequate
opening windows with fly screens. The layout will be subject the project engineers approval.
Details shall be provided upon the issue of a Letter of Intent.

Sanitary accommodation for the engineer and his representative shall be complete with
lavatory basin, W.C and daily provision for clean towels and consumables.

The Contractor shall make all arrangements with the telephone authorities and pay all costs
and charges in connection with the installation of three lines and telephone and facsimile
equipment. The Contractor shall allow for paying all associated costs including rental or
equipment and local calls. All extensions with the exception of the executive’s office shall
be blocked for international calls.

The following is a list of furniture to be provided:


Offices:

S.No Items Nos


1 Wooden Desk 3
2 Swivel chairs 2
3 Book cases 2
4 Visitors Chairs 4
5 Window blinds 3

Pantry/Kitchen:

S No. Items Nos


1 Kitchen unit and sink including suitable range of cutlery and crockery 1
2 Storage Cup board 1
3 Chair(Plastic) 1

The Contractor shall allow for daily cleaning and maintaining all offices and sanitary
accommodation and shall provide an office tea boy capable of understanding the English
language.

The Contractor shall supply and maintain adequate air conditioning, heating and all other
services including, providing tea, coffee and sweet water.

Communications:

1 Out side lines, 2 telephone extensions, one fax line and one fax machine.
APPENDIX – P

SITE OFFICE (TYPE C)


CONSULTANT’S SITE OFFICE

The contractor shall provide, erect and maintain temporary air conditioned accommodation
and equipment as set out below within fourteen days of the instruction to take possession of
the site. The temporary accommodation will remain on site until practical completion or as
instructed otherwise by the Project Engineer.

All accommodation are to be provided with lined and decorated ceilings and walls, PVC
sheet floor covering in pantry and toilets, carpet tiles in offices and reception, and adequate
opening windows with fly screens. The layout will be subject the project engineers approval.
Details shall be provided upon the issue of a Letter of Intent.

Sanitary accommodation for the engineer and his representative shall be complete with
lavatory basin, W.C and daily provision for clean towels and consumables.

The Contractor shall make all arrangements with the telephone authorities and pay all costs
and charges in connection with the installation of three lines and telephone and facsimile
equipment. The Contractor shall allow for paying all associated costs including rental or
equipment and local calls. All extensions with the exception of the executive’s office shall
be blocked for international calls.

The following is a list of furniture to be provided:


Offices:

S.No Items Nos


1 Wooden Desk 3
2 Swivel chairs 2
3 Book cases 2
4 Visitors Chairs 4
5 Window blinds 3

Pantry/Kitchen:

S No. Items Nos


1 Kitchen unit and sink including suitable range of cutlery and crockery 1
2 Storage Cup board 1
3 Chair(Plastic) 1
The Contractor shall allow for daily cleaning and maintaining all offices and sanitary
accommodation and shall provide an office tea boy capable of understanding the English
language.

The Contractor shall supply and maintain adequate air conditioning, heating and all other
services including, providing tea, coffee and sweet water.

Communications:

1 Out side lines, 2 telephone extensions, one fax line and one fax machine.
APPENDIX – Q

FORM OF AUTHORIZATION
APPENDIX –Q

FORM OF AUTHORIZATION

I, the below undersigned, hereby authorize the listed persons to negotiate, undertake and execute the necessary

works for this project.

Job No. : C0231/A-2012-60


Job Title: BUILDING OF KHALIFA PORT (BUILDINGS / WATER SERVICES/ DRAINAGE/
BOUNDARY WALL) AT M60

NAME DESIGNATION CPR NO. SPECIMEN SIGNATURE

1.

2.

3.

The above persons have the right to do the following on my behalf.

One) Form of Tender Signature

Two) Break down and price adjustments

Three) Main Contract Agreement Signature

Four) Nominated Sub Contractor’s Agreement Signature

Five) Pre Contract Negotiations

Six) Interim Payment Settlement

Seven) Final Payment Settlement

Eight) Price Negotiations

Nine) Project Correspondence

Ten) Meetings

Eleven) Approval of Variations

Twelve) Contractual Matters

Thirteen) Claims negotiations and settlement

Fourteen) Other matters related to the works

Specify………………………….

Signature

Date
Name and Designation
APPENDIX - R

INSURANCE FORM
CERTIFICATE OF INSURANCE

UNDER POLICY NO.

CERTIFICATE NO.
THIS IS TO CERTIFY THAT we have issued a Contractors All Risks including Third Party
Liability Insurance Policy no. __________ in the name of

M/s. _______________________
Post Box No. _____
Kingdom of Bahrain.
As the Contractor AND / OR
Various Principals in the
Kingdom of Bahrain as the Principal.

For the period from _________________ to _____________________ for Air-


conditioning, Electrical and Civil Contracts in Kingdom of Bahrain during the period of
insurance and we hereby hold covered under the said Policy the contract detailed below
provided the policy remaining in force:-

1.NAME AND ADDRESS OF THE : BAHRAIN DEFENCE FORCE,


PRINCIPAL MILITARY WORKS DIRECTORATE
POST BOX NO. 28280
KINGDOM OF BAHRAIN

2. TITLE OF THE CONTRACT Job Title: ____________________at M-( )


Job No. _____________________

3. SITUATION OF CONTRACT SITE TO BE ADVISED

4. CONTRACT VALUE BD: _______

5. CONSTRUCTION PLANT AND


EQUIPMENT ( )

6. INCEPTION DATE OF CONTRACT WORK ______________

7. EXPECTED COMPLETION DATE


OF CONTRACT WORK _______________

8. MAINTENANCE PERIOD _______________ TO ________

9. LIMIT OF LIABILITY FOR THIRD BD: ________in respect of any one


PARTY PROPERTY DAMAGE one accident or series of accidents
AND BODILY INJURY arising out of one event.
10.EXCESS SECTION I FIRST BD:______ any one occurrence
SECTION II FIRST BD: ______ of each and every
claim in respect of property damage only

The cover granted by this Certificate of Insurance is subject to the terms, exclusions,
provisions, limitations and conditions of the aforesaid Policy or endorsed thereon.

Manama,
Kingdom of Bahrain

Date: ______ Authorized Signatory


APPENDIX - S

AIR FIELD INSURANCE


APPENDIX S

FORM OF AERIAL AIRPORT CONTRACTORS LIABILITY INSURANCE

Whereas the Assured named in the Schedule herein has made to us the Insurers, a written
proposal and declaration, bearing the date specified in the Schedule, which is hereby agreed
to be the basis of this contract and is deemed to be incorporated herein and has paid to us the
premium or consideration (subject to adjustment as hereunder provided) specified in the
Schedule.

Now, we the Insurers hereby agree to the extent and in the manner hereinafter provided, to
pay on behalf of the Assured all sums which the Assured shall legally obliged to pay or final
judgment be adjudged to pay up to but not exceeding the amounts specified in the Schedule,
to any person or persons damages.

a) for bodily injury including death at any time resulting there from,(hereinafter referred
to as bodily injury) or

b) for loss of or damage to property of others (hereinafter referred to as property


damage) caused by accident occurring during the period mentioned in the Schedule
and arising out of hazards met forth below.

Bodily injury or property damage in or about the premises specified in item 5 of the
Schedule and as direct result of the performance of the Contract specified in item 4
of the Schedule, caused by the fault or negligence of the Assured or any of his
employees engaged in the Assured business or by any defect in the Assured works,
machinery or plant used in the Assured business.

This policy is subject to the following exclusions: -

1. Bodily injury or property damage caused by:-

a) any mechanically propelled vehicle which the Assured may cause permit
any other person to use on the road in such a manner as to tender them
responsible for insurance under any domestic or international law
pertaining to road traffic or where no such law exists, whilst such vehicle is
on the public highway.

b) Any ships, vessels, crafts or aircraft owned, Chartered, used or operated by


or on account of the Assured.

2. The cost repairing or replacing any defective goods or products manufactured,


constructed, altered, repaired, serviced, treated, sold, supplied or distributed by the
Assured or any defective parts thereof.
3. Loss arising out of improper or inadequate performance, design or specification, but
this exclusion shall be deemed not to apply to bodily injury or property damage insured
hereby resulting there from.
4. The cost of making good any fault workmanship for which the Assured, his
employees, contractors or sub contractors may be liable, but this exclusion shall not apply to
bodily injury or property damage arising our of such faulty workmanship.
5. Liability for bodily injury to any person who at the time sustaining such injury is
engaged in the service of the assured or acting on his behalf or liability for which the Assured
or his insurer may service of the assured or acting on his behalf, or liability for which the
Assured or his insurer may be held liable under any workman’s compensation,
unemployment compensation or disability benefits.
6. Liability assumed by the Assured by agreement under any contract unless such
liability would have attached to the Assured even in the absence of such agreement.
7. Liability of the Assured directly or indirectly occasioned by happening through or
in consequence of war, invasions, act of foreign enemy, hostilities (whether War be
declared or not), civil war, rebellion, revolution, insurrection or military or usurped power.
8. Loss of use of any aircraft not actually lost or damaged in an
accident giving rise to a claim hereunder.

Payment of Costs

In the event of their requiring any claim to be contested: -

a) If the claim be successfully resisted by the Assured the Insurers will pay all costs,
charges and expenses incurred by the Assured in connection therewith up to but not
exceeding the sum insured under the policy.

b) If the payment exceeding the sum insured has to be made to dispose of a claim, the
liability of the Insurers to pay any costs, charges and expenses as sum insured by the
Policy bears to the amount paid to dispose of the claim.
Definition
Accident: The word “Accident” shall be understood to mean an accident or series of
Accidents arising out of one event or occurrence.

General Conditions:

1. Upon the happening of any accident likely to give rise to a claim under this
policy or upon the receipt by the Assured of notice of any other subsequent
proceedings, notice in writing with full particulars shall be given to the Insurers as
soon as possible after the same shall come to the knowledge of the Assured or the
Assureds representatives. Every letter, claim, writ summons or process shall be
forwarded to Insurers immediately on receipt of the Assureds.
2. All notices as specified above shall be given by the Assured to the persons(s)
or firm named for the purpose in the Schedule.
3. If any claim under this policy is also covered in whole or in part by any other
insurance, the liability of Insurers shall be limited tom their ratable proportion of
such claim.
4. If the Assured shall make any claim knowing the same to be false or
fraudulent as regards amount or otherwise, this Policy shall become void, and all
claims hereunder shall be forfeited.
5. It is a condition precedent to the right of the Assured to be indemnified under
this insurance that:-

a) If after this Insurance has been effected, the risk is materially altered; such
alterations must be notified in writing to the Insurers immediately.

b) No liability shall be admitted and no admission, arrangement, offer, promise or


payment shall be made by the Assured without the written consent of Insurers,
who shall be entitled, if they so desire, to take over and conduct in the name of
the Assured the defence of any claim for indemnity or damages or other wise
against any third party, and shall have full discretion in the conduct of any
negotiations or proceedings or the settlement of any claim, and the Assured shall
give all such information and assistance as Insurers may require.

c) The Assured shall and will at all times exercise reasonable care in seeing that the
ways, implements, plants, machine and appliances used in the Assured’s business
are substantial and sound and in proper order and fit for the purpose for which
they are used, and that all reasonable safeguards and precautions against
accidents are provided and used.

d) The Assured shall comply with all International and Government


Regulations and Civil Instructions.
LIMITATION OF LIABILITY CLAUSE (JOINT ASSUREDS) AV.14

Notwithstanding the inclusion herein of more than one Assured, whether by endorsement
or otherwise, the total liability of the Insurers in respect of any or all Assureds shall not
exceed the limits(s) or liability stated in this policy.

NOISE EXCLUSION CLAUSE –AV .46A

Aircraft and Airport Operators – Primary and Excess Liability Policies.

1. The policy does not apply to loss or damage or any liability of the Insured
resulting from, arising our of, or in anyway connected with Aircraft Noise,
nuisance and/ or compensation for the taking, use or acquisition of rights to
property or airspace regardless of whether such claims are made directly against
the Insured or under any agreement entered into by or on behalf of the Insured. As
used herein: “Noise” includes vibration sonic boom and nay phenomena
associated therewith.
2. The Liability of the Insurers arising out of any agreement entered into by
or on behalf of the Insured and noted by Insurers for the purposes of the Policy
shall not include any liability in respect of claims excluded in paragraph 1.
3. With respect of any provision in the Policy concerning any duty of
Insurers to investigate or defend claims, such provision shall not apply and
Insurers shall not be required to defend:
4.
a) Claims excluded by Paragraph 1 or

b) A claim or claims covered by the Policy when combined with any claims
excluded by paragraph 1 (referred to below as “Combined Claims”)
5. In respect of any Combined Claims, Insurers shall (subject to proof of loss
and the limits of the Policy) reimburse the insured for that portion of the
following items which may be allocated to the claim or claims covered by the
Policy:

i) damage awarded against the Insured and


ii) defence fees and expenses incurred by the Insured

Subject otherwise to all limits, terms and other conditions of the Policy.
RADIOACTIVE CONTAMINATION AND EXPLOSIVE NUCLEAR
ASSMBLES EXCLUSION – CLAUSE NMA. 1622

This Policy does not cover:

a. loss or destruction of damage to any property whatsoever or any loss or expense


whatsoever resulting or arising there from or any consequential
loss.
b. Any legal liability or whatsoever nature directly or indirectly caused by or
contributed to by or arising from:

i) Ionizing radiation or contamination by radioactivity from any nuclear


fuel or from any nuclear waste from the combustion or nuclear fuel.

ii) The radioactive, toxic, explosive or other hazardous properties of any


explosive nuclear assembly or nuclear component thereof.

CROSS LIABILITY CLAUSE

It is agreed and understood that otherwise subject to the terms, exclusions, provisions and
conditions contained in the Policy or endorsed thereon Third party Liability cover of the
Policy shall apply to the insured parties named in the Schedule as if a separate policy had
been issued to each party, provided that the Insurers shall not indemnify the Insured
under this Endorsement in respect of liability for:

- loss of or damage to items insured or insurable under section 1 of the


Policy, even if not recoverable due top an excess any limit.
- Fatal or non fatal injury or illness of employees or workmen who are
or could have been insured under workmen’s compensation and / or
employer’s liability insurance.

The Insurer’s total liability in respect of the Insured parties shall not however, exceed in
the aggregate fro any one event the limit of indemnity stated in the Schedule.
SCHEDULE

1. The Policy Number :

2. The Name and Address of the Assured : Assured

Principal
Military works Directorate
Bahrain Defence Force
Kingdom of Bahrain

3. The Nature of the Contract in respect


of which the policy is effected :

4. The Airport in or about which the


Indemnity granted by the policy is to apply is (are) : Bahrain International Airport

5. Contract Value :

Limit of Indemnity : USD 3000000 any one Accident


Extended to include CROSS LIABILITY

6. The Premium :

7. The Period of Insurance . :

Construction : 12 Months
Maintenance : 12 Months from the completion of
construction
period
8. Warranty : The Work will be carried out strictly in
accordance with MWD : BDF, Civil
Aviation Rules and Regulations and
Direction of Control Tower

9. The Name and Address of Person(s) or


firms to whom all notices shall be given :

BAHRAIN: DATE:
APPENDIX - T

RETENTION GUARANTEE FORM


Date:

Bahrain Defence Force


P.O Box 28280
Kingdom of Bahrain

Sub: Retention Monet Guarantee

Guarantee No. __________________ dated______________________.

The ( Name and address of the Bank) hereby guarantees M/s (Name and address of the company) for an
amount of ( ) in respect: ( Title of the project) at M-(), Bahrain. Job No. ( ).

In consideration of you the Bahrain Defence Force of the Kingdom of Bahrain (“the employer) having
entered into the above contract (“the contract”) with M/s (Name and address of the company) we, the
(Name of bank) hereby irrevocably and unconditionally guarantee to the Employer subject only to the
monetary limitation hereinafter specified, that the Contractor shall and well truly perform and fulfill all the
undertakings under the terms and conditions of the contract to carry out any rectification works or any
deficiency that may occurred during the maintenance period of the subject contract and that the Contractor
shall also fully indemnity, defend and hold harmless the Employer from all costs, liability and damage
which the Employer may suffer by reason of the failure of the Contractor to do so.

In the event that the Employer, in this absolute discretion, gives written notice to us at any time of the
failure of the Contractor to perform or fulfill any of the acts of obligations set forth in the preceding
paragraph, we hereby unconditionally and irrevocably undertake, without any right of set off or
counterclaim whether on our behalf or on behalf of the Contractor, to pay the Employer the sum of
Bahraini Dinars: ( Retention Guarantee Amount ) being an amount equal to Five Percent ( 5 percent ) of
the value of work completed as agreed. Such written notice of the Employer shall be conclusively binding
on us for all purposes under this Guarantee.

We further agree that any change, modification, addition or amendment which may be made to the terms
and conditions of the Contract, or to the Works to be performed hereunder, or to the payments to be made
on account thereof, or any extension of the time of performance of the Works, or any composition,
settlement, promise not to sue or other forbearance on the part of either the Employer or the Contractor to
the other shall not in any way release us from our continuing liability hereunder, and we hereby expressly
waive our right to consent to or to receive notice of any such change, modification, addition, amendment,
extension, composition, settlement, promise or forbearance.
This Guarantee shall be valid from the date of received of the above payment of
________________(Bahraini Dinars________________________ and credited into the M/s.
________________________________ with ( Name and address of Bank ) Bahrain until
______________ or until the date of issue of a Certificate of the Engineer as defined in the Contract under
the terms of the Contract upon the satisfactory expiry of the defect liability period as defined in the
contract whichever shall be the later.
This Guarantee shall be governed by and interpreted under the laws of Bahrain. It shall be returned to us
upon its expiry.
This Guarantee shall become null and void after its expiry date and should be returned to us immediately.
It is being understood that any claim received by us after the date of expiry shall not be considered
irrespective whether or not this Guarantee has been returned to us.
Sincerely yours,

Authorized Signatures
APPENDIX - U

VENDOR EVALUATION
This form will be used to evaluate the Vendor for the subject project, by the Project
Officer/Engineer and the Q.S Engineer
B A H R A IN D E FE N C E FO R C E M ILITA R Y W O R K S D IR E C TO R A TE

V E N D O R E V A LU A TIO N FO R M
V e nd o r N a m e __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ _
P ro je c t Title __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _
Job No __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ _
C on trac t A m o un t (B D ) _ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ _
S tartin g D a te __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _
C om p letion D ate _ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __

S r.N o. Ite m W e ight % R a te R emarks


1 P lan nin g W ork O pe ra tion s 10
2 S up ervis ion (S ite E n gin ee r, Form a n) 10
3 W ork m a ns h ip 10
4 C o m plia nc e w ith s p ec ific a tion 10
5 C o m ple tion o n P rog ra m 10
6 R e liab ility 10
7 C o -o pe ra tio n 10

8 M a terial P roc u rem e nt ab ility 05


9 P lan t-P roc u re q ua ntity & Q ua lity o n s ite 05
10 Fin an c ial S tren gth 05
11 Q S a c tivities 05

12 S elf initia tive 2 .5


13 A s -bu ilt D ra w in gs 2 .5
14 R e c ord k ee p in g/S ite a dm in is tratio n 2 .5
15 S afety prac tic es 2 .5
TO TAL 1 00

G e ne ra l C om m e nts __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __

__ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ _

__ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ _

__ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ __ _ __ __ __ __ __ __ __ _
P repa red B y P r.O ff./E ngr. H ea d of D ept.

N ame __ __ __ __ __ __ __ __ __ N a me_ __ __ __ __ __ __ __ __ _ N ame __ __ __ __ __ __ __ __ _

D ate_ __ __ __ __ _ __ __ __ __ _ D a te _ __ __ __ __ __ __ __ __ __ D ate __ __ __ __ __ __ __ __ __

O v e rall R ating:
E x ce llent > 90 V e ryG ood 90 - 8 0 G ood 79 - 70

S a tisfac tory > 6 9 - 5 5 U nsa tisfac tory < 54


BAHRAIN DEFENCE FORCE MILITARY WORKS DIRECTORATE

SUB VENDORS EVALUATION FORM


Vendor Name _____________________________________________________________________
Sub Vendor _____________________________________________________________________
Project Title _____________________________________________________________________
Project No. _____________________________________________________________________
Starting Date _____________________________________________________________________
Completion Date _____________________________________________________________________

Description of Works assigned to the Sub Contractor

___________________________________________________________________________________

___________________________________________________________________________________

___________________________________________________________________________________

Rating Categories W eight % Rate Remarks


Experience/History 15
Technical Support 15
Quality-observed 15
Attitude, Cooperation 15
Facilities, Equipment 10
Site Management 10
Schedule/Delivery 10
Financial 05
Overall Reputation 05
TOTAL 100
Prepared By Pr.Off./Engr. Head of Branch

Name__________________ Name__________________ Name_________________

Date___________________ Date___________________ Date__________________

General Comments_______________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

Overall Rating:
Excellent > 90 VeryGood 90 - 80 Good 79 - 70

Satisfactory > 69 - 55 Unsatisfactory < 54

Anda mungkin juga menyukai