Sei sulla pagina 1di 167

Closing Date:

09 June 2009 at 10:00am (Malta Time)

Date Published: 30 April 2009

CT Notice

CT2017/2009

CT File No. CT/A/013/2009

Operational Programmes for Malta


Cohesion Policy 2007-2013
Investing in your future

SUBJECT: Design and Build OF A SUBMARINE OUTFALL AT TA


BARKAT L/O XGHAJRA

Tender Document: CT 2017/2009


The tender document is free of charge
This Tender is being considered for European Union part-financing
Operational Programme I Cohesion Policy 2007-2013
Investing in Competitiveness for a Better Quality of Life
Cohesion Fund*

Note:
Please note that the mandatory bid-bond of 40,000 euro is to remain valid up to
6th November 2009
*Following the approval of the Monitoring Committee to shift the project Urban Waste Water Treatment Plant from Priority
Axis 4 to Priority Axis 5 and thus from European Regional Development Fund to Cohesion Fund, the change has now to
be formally accepted by the European Commission.

DIPARTIMENT TAL-KUNTRATTI

DEPARTMENT OF CONTRACTS

Notre Dame Ravelin


Floriana MALTA

Notre Dame Ravelin


Floriana MALTA
www.contracts.gov.mt

Telephone: +356 2122 0212, +356 2122 0313,


+356 2122 3206
Fax: +356 2124 7681
E-mail: info.contracts@gov.mt

CONTENTS
VOLUME 1
SECTION 1 :
SECTION 2 :
SECTION 3 :
SECTION 4 :
SECTION 5 :
SECTION 6 :

INSTRUCTIONS TO TENDERERS
TENDER FORM, APPENDIX TO THE TENDER
TENDER GUARANTEE FORM
QUESTIONNAIRE
GLOSSARY
EVALUATION GRIDS

VOLUME 2
SECTION 1 :
SECTION 2 :
SECTION 3 :
SECTION 4 :
SECTION 5 :
SECTION 6 :

CONTRACT FORM
GENERAL CONDITIONS
SPECIAL (PARTICULAR) CONDITIONS
PERFORMANCE GUARANTEE
PRE-FINANCING PAYMENT GUARANTEE
RETENTION GUARANTEE

VOLUME 3
EMPLOYERS REQUIREMENTS (TECHNICAL SPECIFICATIONS)

VOLUME 4
FINANCIAL BID

VOLUME 5
DRAWINGS AND ANNEXES

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

VOLUME 1
SECTION 1: INSTRUCTIONS TO TENDERERS

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

SECTION I

INSTRUCTIONS TO TENDERERS

PUBLICATION REF.: ____C20172009________________

In submitting a tender, the tenderer accepts in full and without restriction the special
and general conditions governing this contract as the sole basis of this tendering
procedure, whatever his own corresponding conditions may be, which he hereby
waives. Tenderers are expected to examine carefully and comply with all instructions,
forms, contract provisions and specifications contained in this tender dossier. Failure
to submit a tender containing all the required information and documentation within
the deadline specified may lead to the rejection of the tender. No account can be taken
of any reservation in the tender as regards the tender dossier; any reservation set out
as a condition for the validity of the tender will result in the immediate rejection of the
tender without further evaluation.

Prospective bidders are to register relevant contact details at info.contracts@gov.mt in


order that any communication/clarification be notified in due time, as per tender
dossier. Failure to do this will automatically disqualify any offer. The Contracting
Authority shall not be held responsible for misdemeanour if this condition is not
adhered to. Relevant contact details are to include: Name of Contractor / Tel. No. / Fax
No. / E-Mail / Mob. No.
An electronic downloadable version of tender dossier is available on website
www.contracts.gov.mt.under the heading View tenders Prospective bidders who have
downloaded the tender from the website quoted above are requested to check website
for any subsequent clarifications posted .

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

GENERAL PART
1
GENERAL INSTRUCTIONSERROR! BOOKMARK NOT DEFINED.
2
FINANCING
3
PARTICIPATION
4
INFORMATION/DOCUMENTS TO BE SUPPLIED BY THE TENDERER
5
ONLY ONE TENDER PER TENDERER
6
TENDER EXPENSES
7
SITE INSPECTION
TENDERS DOCUMENTS
8
CONTENT OF TENDER DOCUMENTS
9
EXPLANATIONS CONCERNING TENDER DOCUMENTS
10 MODIFICATIONS TO TENDER DOCUMENTS
11 LABOUR LAW
12 LAW
TENDERS PREPARATION
13 LANGUAGE OF TENDERS
14 CONTENT AND PRESENTATION OF TENDER
15 TENDER PRICES
16 CURRENCIES OF TENDER AND PAYMENT
17 PERIOD OF VALIDITY OF TENDERS
18 TENDER GUARANTEE
19 VARIANT SOLUTIONS
20 PREPARATION AND SIGNING OF TENDERS
SUBMISSION OF TENDERS
21 SEALING AND MARKING OF TENDERS
22 EXTENSION OF THE DEADLINE FOR SUBMISSION OF TENDERS
23 LATE TENDERS
24 MODIFICATION AND WITHDRAWAL OF TENDERS
OPENING AND EVALUATION OF OFFERS
25 OPENING OF TENDERS
26 SECRECY OF THE PROCEDURE
27 CLARIFICATION OF TENDERS
28 CHECKING OF TENDERS AND THEIR COMPLIANCE
REQUIREMENTS OF THE TENDER DOCUMENTS
29 EVALUATION AND COMPARISON OF TENDERS
30 FINANCIAL EVALUATION AND CORRECTION OF ERRORS

WITH THE

CONTRACT AWARD
31 CRITERIA FOR AWARD
32 RIGHT OF THE CONTRACTING AUTHORITY TO ACCEPT OR REJECT ANY
TENDER
33 NOTIFICATION OF AWARD, CONTRACT CLARIFICATIONS
34 CONTRACT SIGNING AND PERFORMANCE GUARANTEE
35 COMMENCEMENT OF WORKS
36 ETHICS CLAUSES
37 APPEALS

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

GENERAL PART
1

GENERAL INSTRUCTIONS
1.1.

Tenderers must tender for the whole of the works required by the dossier.
Tenders will not be accepted for incomplete lots.

1.2

The tenderer will bear all costs associated with the preparation and
submission of the tender. The Central Government Authority will in no case
be responsible or liable for such costs, whatever the conduct or outcome of
the procedure.

FINANCING
2.1

The project is intended for co financing by the European Union, in


accordance with the rules of Cohesion Funds 2007-2013 programme.

2.2

The beneficiary of the financing is the Water Services Corporation, Qormi


Road, Luqa LQA 9043, Malta.

2.3

The Central Government Authority is the Department of Contracts, Notre


Dame Ravelin, Floriana VLT 2000, Malta.

ELIGIBILITY
3.1

Participation in tendering is open on equal terms to all natural and legal


persons of the Member States of the European Union, the beneficiary country
or any other country in accordance with Article 68 of LN177/2005.]

3.2

Natural persons, companies or undertakings who fall under any of the


conditions set out in Article 49 of the Public Contracts Regulations, 2005
(Legal Notice 177 of 2005) may be excluded from participation in and the
award of contracts. Tenderers or candidates who have been guilty of making
false declarations will also incur financial penalties representing 10% of the
total value of the contract being awarded. That rate may be increased to 20%
in the event of a repeat offence within five years of the first infringement.
Tenderers are to fill in the form in Volume 1 Section IV as per sub-article
14.3.2.2.

3.3

The eligibility requirements detailed in Sub clauses 3.1and 3.2 also apply to
all partners in a joint venture/consortium, all subcontractors and all suppliers
to tenderers. In addition to their own documents and certificates, tenderers
must supply the documents and certificates called for in Sub clause 3.2 in
respect of:
- every partner in a joint venture/consortium,
- every subcontractor providing more than 10% of the works,
- every supplier providing more than 10% of the works.
Subcontractors and suppliers must also satisfy the eligibility requirements
specified in Sub clause 3.1.

3.4

All materials, equipment and services to be supplied under the contract must
originate in an eligible country, as defined in Sub clause 3.1 above. Tenderers
must provide an undertaking signed by their representative certifying their
compliance with this requirement. For these purposes, "origin" means the
place where the materials and/or equipment are mined, grown, produced or
manufactured and/or from which services are provided.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

4 INFORMATION/DOCUMENTS TO BE SUPPLIED BY THE TENDERER


4.1 All tenderers must supply the following information and documents with their
tenders:
4.1.1.
copies of the most recent documents showing the organisation chart,
legal status and place of registration of the headquarters of the tenderer, a
power of attorney empowering the person signing the tender and all related
documentation. These documents must correspond to the forms in Volume 1,
Section 4 of the tender dossier:

general information about the tenderer (Form 4.1)

organisation chart (Form 4.2)

power of attorney (Form 4.3).

4.1.2.
Evidence of financial and economic standing in accordance with
Article 50 of LN177/2005 showing that the liquid assets and access to credit
facilities are adequate for this contract in accordance to section 4.23, confirmed
by a financial statement for the years 2006, 2007and 2008 verified by a
certified accountant.. This evidence must be provided using Form 4.4, Financial
statement, in Volume 1, Section 4 of the tender.
The financial statements for the last 3 years shall be submitted and must
demonstrate the soundness of the applicants financial position, showing longterm profitability.
4.1.3.
Financial projections for the two years ahead 2010 and 2011. This
information must follow Form 4.4, Financial statement, provided in accordance
with Volume 1, Section 4 of the tender documents.
4.1.4

Financial identification form (Form 4.5, Volume 1).

4.1.5.
Information about the tenderer's technical qualifications in
accordance with Article 51 of LN177/2005. This information must follow the
form in Volume 1, Section 4 of the tender documents and include:

a presentation of the tenderer's organisation, including the total


number of staff employed (Form 4.2),
a list of the staff proposed for the execution of the contract, with the
CVs of key staff [Engineer, main foreman, other...] (Forms 4.6.1),
a list of plant for execution of the contract in which the contractor
must demonstrate the adequacy of his technical resources in
comparison to the works that need to be carried out. The contractor
must also state how long it will take him to deploy the necessary
equipment on site.
The tenderer must indicate whether such equipment is owned, hired
or used by a subcontractor. Documents describing the equipment
must be submitted with the tender (Form 4.6.2);
evidence of relevant experience in execution of works of a similar
nature, including the nature and value of the relevant contracts, as
well as works in hand and contractually committed (Form 4.6.4). The

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

contractor must make sure that he compiles with other requirements


established in the tender document;

4.1.6.

Summary information about key elements of the tender and of the


tenderers organisation.

4.1.7

4.2

if appropriate, information about tenderers involved in a joint


venture/consortium (Form 4.6.5);

a list of materials and any supplies intended for use in the works,
stating their origin;
a draft work programme with brief descriptions of major activities
(Form 4.6.3), showing the sequence and proposed timetable for the
execution of the works. In particular, the proposal shall detail the
temporary and permanent works to be constructed. The tenderer
must take account of the prevailing weather conditions and the
requirement to prepare designs and obtain building permits prior to
the execution of construction works. The tenderer must also submit
a comprehensive method statement, with drawings if necessary,
showing the methods by which he proposes to carry out the works.
In particular, the tenderer must indicate the numbers, types and
capacities of the plant and personnel he proposes to use on the
major activities of work;
a graphic work schedule (bar chart) showing in outline times and
duties allocated for employees for this contract (Form 4.6.3);
data concerning subcontractors and the percentage of works to be
subcontracted (Form 4.6.6);
information regarding the proposed site office, if any (Form 4.6.8);
an outline of the quality assurance system(s) to be used (Form
4.6.7).
details of the accommodation and facilities to be provided for the
Engineer, if any (Form 4.6.8);

Forms 4.6.10 to 4.6.12 duly completed.

any other information (Form 4.6.13).

A Technical Proposal including a Technical solution, presented in the


Form of drawings, photographs, diagrams and descriptive literature to
allow for an assessment of the design approach, as well as the quality
and quantities of material and equipment offered.

In order to be considered eligible for the award of the contract, tenderers must
provide evidence that they meet or exceed certain minimum qualification
criteria. This evidence must be provided by tenderers in the form of the
information and documents described in Sub clause 4.1 and in whatever
additional form tenderers may wish to utilise.
The minimum qualification criteria for each tenderer are as follows:

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

4.2.1

They must be a registered firm or natural person capable of carrying


out the specified works.
NB: In the case of a joint venture, the joint venture as a whole
must satisfy the minimum qualifications required below in
accordance with Articles 50 and 51 of LN177/2005.

4.2.2

General Experience.

The Tenderer shall meet the following minimum criteria:


a.

Annual turnover in respect of the products, works or services to


which the contract relates for the last 3 years of an average
of at least Euro 6 million.

b.

Successful experience as prime contractor in the execution of


at least two 0.5 km long submarine pipelines completed
within the last 5 years.

c.

Successful experience as prime designer (himself or a


nominated design consultant) of at least two submarine 0.5
km submarine pipelines completed within the last 5 years.

d.

Tenderers must provide a list of the major works undertaken


over the years 2004, 2005, 2006, 2007 and 2008, which value
exceed Euro 3,000,000(Form 4.6.4). Each work quoted must
be accompanied by evidence of successful completion. This
may be proved inter alia by successful completion certificates.

e.

The bidder must present a CV for the following Key personnel


employed on the project to demonstrate that they have the
minimum experience required below. The contractor must file a
declaration stating that the key personnel stated in the tender
document shall be used in the contract.
Key Positions

Project Manager (Contractors


Representative
Civil Engineer (Site Manger)
Dredging Master
Construction Barge Master

4.2.3

Minimum
Experience (years
experience in
works of a similar
nature and
complexity).
8
5
2
2

They must provide an indication of the technicians or technical


bodies involved, whether or not belonging directly to the
economic operators undertaking, especially those responsible
for quality control and those upon whom the contractor can call
in order to carry out the work

If appropriate an indication of the environmental management


measures that the economic operator will be able to apply
when performing the contract.

They must provide :.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

a. Financial Resources
Evidence of financial and economic standing in accordance with Article
50 of LN177/2005 showing that the liquid assets and access to credit
facilities are adequate for this contract, confirmed by a financial
statement for the years 2004 to 2007 verified by a certified accountant.
This evidence must be provided using Form 4.4, Financial statement, in
Volume 1, Section 4 of the tender documents. The tender shall
demonstrate, by a written statement form his bank addressed to the
Contracting Authority, that he has available a revolving credit facility of
not less than Euro 1.5 million. This credit facility must be specific
to the project.
b. Financial Position
The financial statements for the last 3 years shall be submitted and
must demonstrate the soundness of the applicants financial position,
showing long-term profitability.

4.3

4.2.4

The company acting as the lead partner in a joint venture/consortium,


must have the ability to carry out at least 50% of the contract works by
its own means, as defined in Sub Clause 3.

4.2.5

If the company is another partner in a joint venture/consortium (i.e. not


the lead partner) it must have the ability to carry out at least 10% of the
contract orks by its own means, as defined in Sub Clause 3.

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


fulfil the following requirements:

The tender must include all the information required by Sub


clause 4.1 for each partner of the joint venture/consortium and
the summary data for execution of works by the tenderer.

The tender must be signed in a way that legally binds all


partners. See Form in Volume 1, Section 2 of the tender
documents.

One partner must be appointed lead partner and that


appointment confirmed by submission of powers of attorney
signed by legally empowered signatories representing all the
individual partners.

The tender must include a preliminary agreement or letter of


intent stating that all partners assume joint and several liability
for the execution of the contract, that the lead partner is
authorised to bind, and receive instructions for and on behalf of,
all partners, individually and collectively.

All partners in the joint venture/consortium are bound to remain in


the joint venture/consortium for the whole performance period of
the contract other than as may be permitted or required by law.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

ONLY ONE TENDER PER TENDERER


A company may not tender for a given contract both individually and as a
partner in a joint venture/consortium. Submission or participation by a
tenderer in more than one tender for a contract will result in the
disqualification of all those tenders for that contract in which the party is
involved. The same company may participate as subcontractor in different
tenders.

TENDER EXPENSES
6.1 The tenderer will bear all costs associated with the preparation and submission
of the tender.
6.2 The Central Government Authority will neither be responsible for, nor cover,
any expenses or losses incurred by the tenderer through site visits and
inspections or any other aspect of his tender.

SITE INSPECTION
7.1 A tenderer shall visit the site of the works and its surroundings for the purpose
of assessing, at his own responsibility, expense and risk, factors necessary for
the preparation of his tender and the signing of the contract for the works.
7.2 A clarification meeting will be held by the Contracting Authority as follows:
Water Services Corporation, Head Office, Luqa LQA 9043 at 1000hrs local
time, on the --------------------------- . By the time of the clarification meeting it will
be assumed that the prospective bidders would have already familiarised
themselves with the project site and surroundings in accordance with clause
7.1.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

TENDER DOCUMENTS
8

CONTENT OF TENDER DOCUMENTS


8.1

The set of tender documents comprises the following documents and should
be read in conjunction with any modification issued in accordance with Clause
10:
VOLUME 1

INSTRUCTIONS TO TENDERERS

VOLUME 2

CONTRACT

VOLUME 3

TECHNICAL SPECIFICATIONS

VOLUME 4

MODEL FINANCIAL BID


BILL OF QUANTITIES/PRICE BREAKDOWN

VOLUME 5

DRAWINGS

8.2

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

8.3

The tenderer must provide all documents required by the provisions of the
tender dossier. All such documents, without exception, must comply strictly
with these conditions and provisions and contain no alterations made by the
tenderer. Tenders which do not comply with the requirements of the tender
dossier will be rejected.

EXPLANATIONS CONCERNING TENDER DOCUMENTS


9.1

Tenderers may submit questions in writing up to 16 calendar days before the


deadline for submission of tenders. The Central Government Authority must
reply to all tenderers' questions at least 6 calendar days before the deadline
for receipt of tenders.

9.2

Copies of written responses will be sent to all known tenderers (including the
query but without identifying the source of the enquiry).

10 MODIFICATIONS TO TENDER DOCUMENTS


10.1 The Central Government Authority may amend the tender documents by
publishing modifications up to 6 calendar days before the deadline for
submission of tenders.
10.2 Each modification published will constitute a part of the tender documents
and be sent, in writing, to all known tenderers. The tenderers must sign each
page and attach it to the tender documents.
10.3 The Central Government Authority may, as necessary and in accordance with
Clause 22, extend the deadline for submission of tenders to give tenderers
sufficient time to take modifications into account when preparing their tenders.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

11 LABOUR LAW
Particular attention is drawn to the conditions concerning the employment of
labour in Malta and the obligation to comply with all regulations, rules or
instructions concerning the conditions of employment of any class of
employee.
12 LAW
12.1 By submitting their tenders, tenderers are deemed to know all relevant laws,
acts and regulations of Malta that may in any way affect or govern the
operations and activities covered by the tender and the resulting contract.
12.2 They must, in particular, comply with the Financial Administration and Audit
Act (CAP. 174).
TENDER PREPARATION
13 LANGUAGE OF TENDERS
13.1 The tender and all correspondence and documents related to the tender
exchanged by the tenderer and the Central Government Authority must be
written in English.
13.2 Supporting documents and printed literature furnished by the tenderer may be
in another language, provided they are accompanied by an accurate
translation into English. For the purposes of interpretation of the tender, the
English language will prevail.
14 CONTENT AND PRESENTATION OF TENDER
14.1 Tenders must satisfy the following conditions:
14.1.1 All tenders must be submitted in one original, marked original,
and 2 copies signed in the same way as the original and marked
copy.
th

14.1.2 All tenders must be received by 9 June 2009 at 10.00am Malta


Time and deposited in the tender box at the entrance of the
Department of Contracts, Notre Dame Ravelin, Floriana VLT
2000, Malta
14.1.3 All tenders, including annexes and all supporting documents,
must be submitted in a sealed envelope/package/s bearing only:
a) the above address;
b) the reference of the invitation to tender concerned;
c) if applicable, the number of the lot(s) to which the tender
refers;
d) the words Not to be opened before the tender opening
session";

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

Separate Packages in Tender Offer


Part XII
Separate packages in tender offer
82. (1) Contracting authorities listed in Schedule 1 shall ensure that for all tenders awarded by
the open or restricted procedures with an estimated value of over 600,000 or, at the
discretion of the Director of Contracts, on tenders of a lower estimated value or on tenders
awarded through the negotiated or competitive dialogue procedures, the tender conditions
stipulate that tenders shall only qualify for consideration if they are submitted in separate
packages as follows:
(a) Package One: an original and valid tender bond (Bid Bond), duly executed in the form, for
the amount and for the validity period stipulated in the official tender document;
(b) Package Two: technical specifications including supportive literature, details, designs,
samples and any other matter as requested in the tender documents; and
(c) Package Three: completed price schedules and, or bills of quantities, form of tender,
payment terms or other financial arrangements; any covering letter which may provide other
pertinent details of a commercial nature.
(2) In the process of adjudicating the tender, the packages for all tenderers shall be opened in
public and in the sequence enumerated in the subregulation (1). When at any stage, any
tenderer fails to comply with the tendering procedural requirements and, or with the
specifications, the remaining packages in his tender offer are to be discarded unopened:
Provided that the Director of Contracts or, with his authorization, any contracting authority,
shall have the right to seek clarifications on points of a technical nature to enable a proper
evaluation of any tender, which, however, would at that stage have already been declared to
be basically compliant.
(3) Any decision leading to the discarding of any tender during any stage of the process is to
be given publicity at the office of the contracting authority or at the Department of Contracts
as the case may be and the affected tenderer is to be informed of the decision within two
working days of its publication.
(4) A complaint by the affected tenderer and any person having or having had an interest in
obtaining a particular public contract must reach the Department of Contracts or the
contracting authority involved, as the case may be, within four working days from the date of
notification of the decision and such complaint shall be accompanied by a deposit of 0.5% of
the estimated tender value, which deposit shall only be refundable if the Appeals Board finds
in the tenderers or other person having or having had an interest in obtaining a particular
public contracts favour: Provided that the deposit shall in no case be less than 580 or more
than 58,000.
(5) The review is to be effected by the public contracts Appeals Board before the next stage
of the adjudication process is commenced.
(6) The procedure to be followed by the Board when carrying out the review shall consist in a
complete and detailed re-examination of the reasons brought forward by the adjudication
board of any department or contracting authority for the discarding of any particular tender.
(7) In fulfilling this obligation the Chairman of the Appeals Board shall have the right to put
appropriate questions to the Head of any department or contracting authority as well as the
members of the respective adjudication boards and to have recourse to all pertinent
documentation.
(8) The Chairman of the Appeals Board shall also have the right to seek expert advice from
outside the department or contracting authority involved.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

(9) The decision of the Board shall be final and binding on all parties and the award procedure
shall proceed in accordance with its decision.
(10) Any tenderer or any other person having or having had an interest in obtaining a
particular public contract whose complaint under this Part is not upheld shall not have the
right to have recourse to the procedure for appeals as provided for in Part XIII:
Provided that the right of appeal under Part XIII shall be available to those tenderers whose
offer reaches the final stage of the award procedure, that is, the opening and the publication
of the financial proposals:
Provided further that any rights granted to tenderers by virtue of regulation 84(19) shall also
apply to appeals decided by the Appeals Board under this Part.
It has to be emphasised that financial proposals are to be submitted
ONLY in Package 3.]

14.2

The works are not divided into lots and must be covered by a single tender.
Nevertheless, the Government reserves the right of accepting any tender
wholly or in part, or of dividing the contract among two or more tenderers. ]

14.3 The tender must comprise the following duly completed documents:
14.3.1 An original bid-bond for the amount of 40,000, in the form provided
in Volume 1, Section 3;
This is to be inserted in Package 1.
14.3.2 A technical proposal consisting of:
14.3.2.1 Eligibility certificates as required by Sub clauses 3.3 and 3.4;
14.3.2.2 A signed declaration from each legal entity identified in the tender
form certifying their eligibility to participate, using the form 4.6.10
in Volume 1 Section IV (refer to Article 3.2 above);
14.3.2.3 Documentation as required in the questionnaire in Volume 1,
Section 4, including all forms attached;
14.3.2.4 Modifications (if any);
14.3.2.5 Financial identification form;
14.3.2.6 Cash flow statements;
14.3.2.7 All other documents requested in Clause 4.]
14.3.2.8 Any other technical requirements, requested in the technical
specifications.
14.3.2.9 A diskette or CD-ROM containing the electronic version of the
technical offer
All the above information is to be inserted in Package 2.
N.B. Tenderers must indicate where the above documentation is to be
found in their offer by using an index.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

14.3.3 A financial bid calculated on a basis of DDU for the supplies


tendered, including if applicable:
14.3.3.1 Tender form and appendix, in accordance with the forms provided in
Volume 1, Section 2;
14.3.3.2 Breakdown of the overall price, in the form provided in Volume 4 (Bill
of Quantities);
All the above information is to be inserted ONLY in Package 3.

14.4
The relevant pages of the documents specified in Sub clauses 14.1.1
to 14.3.3.2 must be signed as indicated.
15 TENDER PRICES
15.1 The tender price must cover the whole of the works as described in the
tender documents.
15.2 The tenderer must provide a breakdown of the overall price in Euro.
15.3 Tenderers must quote all components of the price exclusive of taxes and
customs and import duties. Except as may otherwise be provided for in the
contract, no payment will be made for items which have not been costed [if
applicable; such items will be deemed to be covered by other items on the bill
of quantities].
15.4 Separately, tenderers must quote, in Euro, the taxes, customs and import
duties applicable at the time of submission.
15.5 If a discount is offered by the tenderer, it must be clearly specified in the bill
of quantities/breakdown of the overall price in Volume 4 and indicated in the
tender form in Volume 1, Section 1.2. The discount must be quoted for the
price excluding taxes and for the whole of the works.
15.6 If the tenderer offers a discount, the discount must be included on each
interim statement and calculated on the same basis as in the tender.
15.7 For contracts over 932,000, where VAT is not an eligible cost, and whose
output VAT is liable to be paid in Malta, such VAT will be paid directly to the
VAT Department in Malta by the Final Beneficiary.
15.8
The prices for the contract, must include all of the works to be
provided. The prices quoted are fixed and not subject to revision or escalation in
costs.

15.9 The budget available for this tender is 7 million (excluding VAT).
VAT and all other taxes are to be quoted separately.
16 CURRENCIES OF TENDER AND PAYMENT

16.1 The currency of the tender is the Euro. All sums in the breakdown of the
overall price, in the questionnaire and in other documents must be expressed

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

in Euro, with the exception of originals of bank and annual financial


statements.]
16.2 Payments will be made at the Contractor's request after acceptance by the
Contracting Authority according to the terms of the contract.
16.3 All correspondence relating to payments, including invoices and interim and
final statements, must be submitted as required in the contract.
17 PERIOD OF VALIDITY OF TENDERS
17.1 Tenders must remain valid for a period of 150 days after the deadline for
submission of tenders indicated in the contract notice, the tender document or
th
as modified in accordance with Clauses 10.3 and/or 22 i.e. the 6 November
2009. Any tender valid for a shorter period will be rejected.
17.2 In exceptional circumstances the Central Government Authority may request
that tenderers extend the validity of tenders for a specific period. Such
requests and the responses to them must be made in writing. A tenderer may
refuse to comply with such a request without forfeiting his tender guarantee
(Bid Bond). However, his tender will no longer be considered for award. If the
tenderer decides to accede to the extension, he may not modify his tender.
He is, however, bound to extend the validity of his tender guarantee for the
revised period of validity of the tender.
17.3 The successful tenderer must maintain his tender for a further 60 days from
the date of notification of award.

18 TENDER GUARANTEE (Bid Bond)


18.1 The tender guarantee is set at 40,000 and must be an original and valid
guarantee presented in the form specified in the annex to the tender dossier. The
guarantee must be issued by a local Maltese Bank or a Financial Institution licensed
by a recognized Financial Regulator in the country where the company is located
and who assumes responsibility for claims and payments to the amount as stated
above. It must remain valid up to and including the 6th November 2009. The tender
guarantee must be drawn up in the name of the Director General of the Department
of Contracts, Notre Dame Ravelin, Floriana, VLT 2000, Malta.
The tender guarantee (Bid Bond) is intended as a pledge that the tenderer will not
retract his offer up to the expiry date of the guarantee and, if successful, that he will
enter into a contract with the Director General of Contracts on the terms and
conditions stated in the tender dossier.
Hence, the guarantee shall be forfeited if the tenderer withdraws his tender before
the above-mentioned validity date or if the tenderer fails to provide the Performance
Guarantee.
Tender guarantees provided by tenderers who have not been selected shall be
released within 30 calendar days from the signing of the contract/Letter of
Acceptance. The tender guarantee of the successful tenderer shall be released on
the signing of the contract/Letter of Acceptance, and on submission of a valid
performance guarantee.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

Offers that are not accompanied with the mandatory Tender Guarantee
(Bid Bond) by the Closing Date and Time of the tender will be
automatically disqualified.

19 VARIANT SOLUTIONS (Not applicable if the award criteria is price)


No variant Solutions will be taken into consideration
20 PREPARATION AND SIGNING OF TENDERS
20.1 Tenders must comprise the documents specified in Clause 14 above. Each
complete tender must be prepared in 1 original and two> copies in the
English language, clearly marked "original" or "copy". In the event of any
discrepancy between them, the original will prevail.
20.2 The original of the tender must be typewritten or written in indelible ink and
signed by a person or persons empowered by the power of attorney
submitted in accordance with Form 4.3 of Volume 1, Section 4 of the tender
dossier. Any pages on which entries or modifications have been made must
be initialled by the person or persons signing the tender. All pages must be
numbered consecutively by hand, machine or in any other way acceptable to
the Central Government Authority.
20.3 The tender must contain no changes or modifications, other than those made
in accordance with instructions issued by the Central Government Authority or
necessitated by errors on the part of the tenderer. In such cases,
modifications must be initialled by the person signing the tender.
20.4 The tender will be rejected if it contains any modification, addition or deletion
to the tender documents not specified in a modification issued by the Central
Government Authority, or if the tender documents are not filled in properly.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

SUBMISSION OF TENDERS
21 SEALING AND MARKING OF TENDERS
21.1 The tenders must be submitted in English and received before the deadline
specified in Article 25. They must be submitted:
EITHER by recorded delivery (official postal service) or hand delivered to:
Department of Contracts,
Notre Dame Ravelin,
Floriana, VLT 2000
Malta
Tenders submitted by any other means will not be considered
21.2 Tenderers must seal the original and all copies of their tenders in an envelope
or package.
21.3 The envelope must be delivered to the address of the Central Government
Authority as stated in the contract notice.
21.4 If the outer envelope is not sealed and marked as required in Sub clause
14.1.3, the Central Government Authority will assume no responsibility for the
misplacement or premature opening of the tender.
21.5 No variant solutions will be taken into consideration.

22 EXTENSION OF THE DEADLINE FOR SUBMISSION OF TENDERS


The Central Government Authority may, on its own discretion, extend the
deadline for submission of tenders by issuing a modification in accordance
with Clause 10. In such cases, all rights and obligations of the Central
Government Authority and the tenderer regarding the original date specified
in the contract notice will be subject to the new date.
23 LATE TENDERS
23.1 All tenders received after the deadline for submission specified in the contract
notice or these instructions will be kept by the Central Government Authority.
The associated guarantees may be returned to the tenderers on request.
23.2 No liability can be accepted for late delivery of tenders. Late tenders will be
23.3 rejected and will not be evaluated.
24 MODIFICATION AND WITHDRAWAL OF TENDERS
24.1 Tenderers may alter or withdraw their tenders by written notification prior to
the above deadline. No tender may be altered after the deadline for
submission.
24.2 Any notification of modification or withdrawal must be prepared, sealed,
marked and submitted in accordance with Clause 21, and the envelope must
also be marked with "modification" or "withdrawal".

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

24.3 The withdrawal of a tender in the period between the deadline for submission
and the date of expiry of the validity of the tender will result in forfeiture of the
tender guarantee provided for in Clause 18.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

OPENING AND EVALUATION OF OFFERS


25 OPENING OF TENDERS
25.1 Tenders will be opened in public session on the 9th June 2009 at 10.00
a.m. local time at Department of Contracts, Notre Dame Ravelin, Floriana,
VLT 2000, Malta by the General Contracts Committee. They will draw up a
Summary of Tenders Received which will be published on the notice
board at the reception area of the Department of Contracts and shall also
be available for viewing on request.

25.2 At the tender opening, Envelope Number 3 (Price Bid) shall not be opened.
Tenders unaccompanied by a valid ORIGINAL bid-bond (Envelope 1), the
necessary documentation (Envelope Number 2) on the closing date and time
of tender shall not be considered for the award of this contract.
Prices will be opened following the administrative and technical evaluation,
dealing with the acceptability or otherwise of the documents submitted in
Envelopes Number 1 and 2.]

25.3 The General Contracts Committee will open the tenders, including variant
solutions in accordance with Clauses 21 and 24.
25.4 Envelopes marked "withdrawal" will be opened and read out first. Tenders,
including any variant solutions, for which acceptable notice of withdrawal has
been given in accordance with Clause 24 will not be opened (unless this is
required by national law) but returned to the tenderer.
25.5 Reductions or modifications to tender prices made by tenderers after
submission will not be taken into consideration during the analysis and
evaluation of tenders.
25.6 After the opening of the tenders, no information about the examination,
clarification, evaluation or comparison of tenders or decisions about the
contract award may be disclosed before the notification of award.
26 SECRECY OF THE PROCEDURE
26.1 Information concerning checking, explanation, opinions and comparison of
tenders and recommendations concerning the award of contract, may not be
disclosed to tenderers or any other person not officially involved in the
process unless otherwise permitted or required by law.
26.2 Any attempt by a tenderer to approach any member of the evaluation
committee/Central Government Authority directly during the evaluation period
will be considered legitimate grounds for disqualifying his tender.
27 CLARIFICATION OF TENDERS
27.1 Tenders which are incomplete, conditional, illegible, obscure or contain
unrequested additions or other irregularities may be rejected.
27.2 When checking and comparing tenders, the evaluation committee may, after
obtaining approval from the General Contracts Committee, ask a tenderer to
clarify any aspect of his tender.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

27.3 Such requests and the responses to them must be made by letter or fax.
They may in no circumstances alter or try to change the price or content of
the tender, except to correct arithmetical errors discovered by the evaluation
committee when analysing tenders, in accordance with Clause 30.
28 CHECKING OF TENDERS AND THEIR COMPLIANCE WITH THE REQUIREMENTS
OF THE TENDER DOCUMENTS
28.1 Before beginning a detailed analysis of the tenders, the evaluation committee
will check that each tender:
28.1.1 has been properly signed, and
28.1.2 includes the required tender guarantee (Bid Bond), and
28.1.3 substantially complies with the requirements of these tender
documents as per Administrative Compliance Grid.
28.2 An admissible tender is one which conforms to the requirements and
specifications described in the tender documents with no substantial
deviations or reservations. Substantial deviations and reservations are those
which:
28.2.1

in any way influence the scope, quality or execution of


works, or

28.2.2

restrict the rights of the Central Government Authority, the


Contracting Authority or the obligations of the tenderer under
the contract in a manner inconsistent with the tender
documents, or

28.2.3

rectification of which would unfairly affect the competitive


position of other tenderers presenting admissible tenders.

28.3 If a tender does not comply with the requirements of the evaluation grid, it will
be rejected by the evaluation committee when checking admissibility.
29 EVALUATION AND COMPARISON OF TENDERS
29.1 The evaluation committee must evaluate and compare only those tenders
considered substantially admissible in accordance with Clause 28.2.. Tenders
that have been found to be overall compliant as per Administrative Compliance,
Evaluation Grid I Documentation, shall be evaluated further. Only the
technical solution offered by those tenderers who have been found to satisfy the
eligibility and qualification criteria and have passed the requirements of the
Administrative Compliance, Evaluation Grid II Qualifications, shall be then
evaluated.

30 FINANCIAL EVALUATION AND CORRECTION OF ERRORS


30.1 Upon completion of the technical evaluation, the financial offers for tenders
which were not eliminated during the technical evaluation will be opened.
30.2 The evaluation of tenders will take into account the construction costs as far
as the price is concerned.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

30.3 Admissible tenders will be checked for arithmetical errors by the Evaluation
Committee. Errors will be corrected as follows:
-

where there is a discrepancy between amounts in figures and in words,


the amount in words will prevail;

where there is a discrepancy between a unit price and the total amount
derived from the multiplication of the unit price and the quantity, the unit
price as quoted will prevail.

30.4 The amount stated in the tender will be adjusted by the evaluation committee
in the event of error, and the tenderer will be bound by that adjusted amount.
If the tenderer does not accept the adjustment, his tender will be rejected and
his tender guarantee forfeited.
30.5 When analysing the tender, the evaluation committee will determine the final
tender price after adjusting it on the basis of Clause 30.
CONTRACT AWARD
31 CRITERIA FOR AWARD
The evaluation committee will select the tenderer who has submitted the total lowest bid
satisfying the administrative and technical criteria.
32 RIGHT OF THE CENTRAL GOVERNMENT AUTHORITY TO ACCEPT OR REJECT
ANY TENDER
32.1 The Central Government Authority reserves the right to accept or reject any
tender and/or to cancel the whole tender procedure and reject all tenders.
The Central Government Authority reserves the right to initiate a new
invitation to tender.
32.2 The Central Government Authority reserves the right to conclude the contract
with the successful tenderer within the limits of the funds available. Should
the lowest technically admissible tender exceed the available budget, the
Central Government Authority reserves the right to negotiate with the relevant
tenderer with a view to reducing the scope of the works or revising other
terms of the contract in order to bring the tender price down to a level
satisfactory to the Central Government Authority. Such negotiations will be
finished within a reasonable amount of days of the receipt by the tenderer of
the invitation to negotiate a reduction in the works.
32.3 In the event of a tender procedure's cancellation, tenderers will be notified by
the Central Government Authority. If the tender procedure is cancelled before
the outer envelope of any tender has been opened, the sealed envelopes will
be returned, unopened, to the tenderers.
32.4 Cancellation may occur where:
(a) the tender procedure has been unsuccessful, namely where no
qualitatively or financially worthwhile tender has been received or there
has been no response at all;
(b) the economic or technical parameters of the project have been
fundamentally altered;
(c) exceptional circumstances or force majeure render normal
performance of the project impossible;

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

(d) all technically compliant tenders exceed the financial resources


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

33 NOTIFICATION OF AWARD, CONTRACT CLARIFICATIONS


33.1 Prior to the expiration of the period of validity of tenders, the Central
Government Authority will notify the successful tenderer, in writing, that his
tender has been selected and draw his attention to any arithmetical errors
corrected during the evaluation process.
33.2 This notification may take the form of an invitation to clarify certain contractual
questions raised therein, to which the tenderer must prepare himself to reply.
This clarification will be confined to issues that had no direct bearing on the
choice of the successful tender. The outcome of such clarifications will be set
out in a memorandum of clarifications, to be signed by both parties and
incorporated into the contract.
This notification may take the form of an invitation to negotiate, in accordance
with Sub clause 32.2.
33.3 Only the signed contract will constitute an official commitment on the part of
the Central Government Authority, and activities may not begin until the
contract has been signed by the Central Government Authority and the
successful tenderer.
33.4 Once the award has been published the Central Government Authority will
also notify the other tenderers that their tenders have not been successful
and release their tender guarantees (Bid Bonds).
34 CONTRACT SIGNING AND PERFORMANCE GUARANTEE
34.1 Within 15 calendar days of receiving the contract signed by the Central
Government Authority, the successful tenderer will sign and date the contract
and return it to the Central Government Authority with the performance
guarantee. On signing the contract, the successful tenderer will become the
Contractor and the contract will enter into force.
34.2 If the selected tenderer fails to sign and return the contract and any financial
guarantee required within 15 calendar days after receipt of notification, the
Central Government Authority may consider the acceptance of the tender to
be cancelled without prejudice to the Central Government Authority's right to
call the guarantee, claim compensation or pursue any other remedy in
respect of such failure, and the successful tenderer will have no claim
whatsoever on the Central Government Authority.
34.3 Prior to the signing of the contract, he may be required to confirm his financial
statement, as set out in Form 4.4. This statement must show his access to
credit facilities sufficient to ensure his liquidity during the performance of the
contract. Should he fail to provide this statement, his tender will be dismissed

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

and the tenderer whose tender has been evaluated as second most
advantageous may be invited to sign the contract and so on and so forth.
34.4 The performance guarantee referred to in the General Conditions is set at
10% of the amount of the contract and must be presented in the form
specified in Volume 2, Section 4, to the tender dossier. It will be released in
accordance with the Special Conditions.
35 COMMENCEMENT OF WORKS
35.1 Following the signing of the contract by both parties, the Engineer will issue a
written notice of commencement of the works in accordance with the General
Conditions, as specified by the Special Conditions and the Appendix to the
tender.
35.2 The Contractor must inform the Central Government
representative by return that he has received the notice.

Authority's

36 ETHICS CLAUSES
36.1 Any attempt by a candidate or tenderer to obtain confidential information,
enter into unlawful agreements with competitors or influence the committee or
the Central Government Authority during the process of examining, clarifying,
evaluating and comparing tenders will lead to the rejection of his candidacy or
tender and may result in administrative penalties.
36.2 Without the Central Government Authority's prior written authorisation, the
Contractor and his staff or any other company with which the Contractor is
associated or linked may not, even on an ancillary or subcontracting basis,
supply other services, carry out works or supply equipment for the project.
This prohibition also applies to any other programmes or projects that could,
owing to the nature of the contract, give rise to a conflict of interest on the part
of the Contractor.
36.3 When putting forward a candidacy or tender, the candidate or tenderer must
declare that he is affected by no potential conflict of interest, and that he has
no particular link with other tenderers or parties involved in the project. Should
such a situation arise during performance of the contract, the Contractor must
immediately inform the Central Government Authority.
36.4 The Contractor must at all times act impartially and as a faithful adviser in
accordance with the code of conduct of his profession. He must refrain from
making public statements about the project or services without the
Contracting Authority's prior approval. He may not commit the Contracting
Authority in any way without its prior written consent.
36.5 For the duration of the contract, the Contractor and his staff must respect
human rights and undertake not to offend the political, cultural and religious
morals of Malta.
36.6 The Contractor may accept no payment connected with the contract other
than that provided for therein. The Contractor and his staff must not exercise
any activity or receive any advantage inconsistent with their obligations to the
Contracting Authority.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

36.7 The Contractor and his staff are obliged to maintain professional secrecy for
the entire duration of the contract and after its completion. All reports and
documents drawn up or received by the Contractor are confidential.
36.8 The contract governs the Parties' use of all reports and documents drawn up,
received or presented by them during the execution of the contract.
36.9 The Contractor shall refrain from any relationship likely to compromise his
independence or that of his staff. If the Contractor ceases to be independent,
the Central Government Authority may, regardless of injury, terminate the
contract without further notice and without the Contractor having any claim to
compensation.
36.10 The Commission/Ministry of Finance reserves the right to suspend or cancel
project financing if corrupt practices of any kind are discovered at any stage
of the award process and if the Contracting Authority fails to take all
appropriate measures to remedy the situation. For the purposes of this
provision, "corrupt practices" are the offer of a bribe, gift, gratuity or
commission to any person as an inducement or reward for performing or
refraining from any act relating to the award of a contract or implementation of
a contract already concluded with the Central Government Authority.
36.11The tender(s) concerned will be rejected or the contract terminated if it
emerges that the award or execution of a contract has given rise to unusual
commercial expenses. Such unusual commercial expenses are commissions
not mentioned in the main contract or not stemming from a properly
concluded contract referring to the main contract, commissions not paid in
return for any actual and legitimate service, commissions remitted to a tax
haven, commissions paid to a recipient who is not clearly identified or
commissions paid to a company which has every appearance of being a front
company.

37 APPEALS
Part XIII of Legal Notice 177/2005
Procedure for the submission of appeals
(1) Any tenderer who feels aggrieved by a proposed award of a contract and any person
having or having had an interest in obtaining a particular public supply, public service or
public works contract and who has been or risks being harmed by an alleged infringement
may, within ten calendar days of the publication of the decision, file a notice of objection at the
Department of Contracts or the contracting authority involved as the case may be. Such a
notice of objection shall only be valid if accompanied by a deposit equivalent to one per cent
of the estimated tender value, provided that in no case shall the deposit be less than 450 or
more than 58,000. The Head of a contracting authority shall immediately notify the Director
that an objection had been filed with his authority thereby immediately suspending the award
procedure.
The Department of contracts or the contracting authority involved, as the case may be, shall
be precluded from concluding the contract during the period of ten calendar days allowed for
the submission of appeals. The award process shall be completely suspended if an appeal is
eventually submitted.
(2) The procedure to be followed in submitting and determining complaints as well as the
conditions under which such complaints may be filed shall be the following:

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

(a) Any decision by the General Contracts Committee (or a Special Contracts Committee) and
by a contracting authority, shall be made public at the Department of Contracts or at the office
of the contracting authority prior to the award of the contract.
(b) The notice of objection duly filed in accordance with sub regulation (1) shall be made
public by not later than the next working day following its filing.
(c) Within three working days of the expiry of the ten-day period allowed for the filing of a
notice of objection, any other tenderer and any person having or having had an interest
involved in the call for tenders may register an interest in the proceedings. The registration of
interest shall only be valid if accompanied by a deposit amounting to the deposit paid under
sub regulation (1). The tenderer who had been indicated in the adjudication decision of the
Director or the contracting authority as the one to whom the contract was to be awarded, shall
be deemed to have registered an interest but does not need to pay a deposit.
(d) The names of the tenderers or other person having or having had an interest in obtaining
a particular public contract who register an interest shall be made public on the first working
day after the lapse of the time limit specified in paragraph (c).
(e) (i) Within three working days after the publication of the list of persons who register an
interest, the tenderer filing the notice of objection shall send a reasoned letter of objection
explaining the objection.
(ii) The letter of objection and any accompanying documentation shall be submitted in a
number of copies that equals the number of tenderers with a registered interest, plus three.
(iii) The letter of objection shall be made public and shall be circulated to all persons with a
registered interest.
(f) (i) Within five working days from the publication of the letter of objection, any tenderer who
had registered an interest may send a reasoned reply to the letter of objection.
(ii) The reply and any accompanying documentation shall be submitted in a number of copies
that equals the number of tenderers with a registered interest, plus three.
(iii) The reply shall be made public and shall be circulated to all tenderers with a registered
interest and to all tenderers who have filed an objection.
(g) Within ten working days of the publication of the replies the Director or the Head of the
contracting authority shall prepare a report (the Analysis Report) analysing the letter of
objection and the replies thereto. This report shall be circulated to the persons who file an
objection and who have a registered interest. After the preparatory process is duly completed,
the Head of the contracting authority shall forward to the Director of Contracts all
documentation pertaining to the call for tenders in question including files, tenders submitted,
copies of deposit receipts, any motivated letter, analysis report, etc.
(h) The Director shall forward all the documentation related to any appeal case to the
Chairman of the Appeals Board who shall then proceed as stipulated in Part XIV.
(i) The Director or the Head of the contracting authority shall publish a copy of the decision of
the Appeals Board at his department or at the premises of the relevant contracting authority,
as the case may be. Copies of the decision shall be forwarded to the complaining tenderer,
any persons who had registered or had an implied interest and, by the Director only, to the
contracting authority concerned when this is one listed in Schedule 2.
(3) Complaints in terms of this Part may only be submitted in respect of public contracts
awarded by Authorities listed in Schedule 1 whose value exceeds 47,000.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGAJRA

VOLUME 1

SECTION 2:
TENDER FORM
APPENDIX TO THE TENDER

TENDER FORM
To be inserted in envelope 3
Publication reference: CT 2017/2009
Title of contract: CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O
XGHAJRA

<Place and date>


A: <Name and address of Contracting Authority >.

SUBMITTED BY
Name(s) of tenderer(s)

Nationality

Leader

Partner 2*

Etc *

* add/delete additional lines for partners as appropriate. Note that a subcontractor is


not considered to be a partner for the purposes of this tender procedure. If this tender
is being submitted by an individual tenderer, the name of the tenderer should be
entered as 'leader' (and all other lines should be deleted)

CONTACT PERSON (for this tender)


Name

Address

Telephone
Fax
E-mail

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

To be inserted in envelope 3
3

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

We have examined and accept in full the content of the dossier for invitation to tender
No [.] of [../../..]. We hereby accept its provisions in their
entirety, without reservation or restriction.

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

The price of our tender [excluding the discounts described under point 4] is:
[..]

We will grant a discount of [%], or [..]

This tender is valid for a period of 150 days from the final date for submission of
th
tenders, i.e. until 6 November 2009].

If our tender is accepted, we undertake to provide a performance guarantee of 10% of


the contract value as required by Article 13 of the General Conditions.

Our firm/company [and our subcontractors] has/have the following nationality:


[]

We are making this application in our own right and [as partner in the consortium led
by < name of the leader / ourselves > ]* for this tender . We confirm that we are not
tendering for the same contract in any other form. [We confirm, as a partner in the
consortium, that all partners are jointly and severally liable by law for the performance
of the contract, that the lead partner is authorised to bind, and receive instructions for
and on behalf of, each member, and that all partners in the joint venture/consortium are
bound to remain in the joint venture/consortium for the entire period of the contract's
performance].

We are not in any of the situations excluding us from participating in contracts which
are listed in Clause 3 of the instructions to tenderers.

10

We agree to abide by the ethics clauses in Clause 35 of the instructions to tenderers


and, in particular, have no potential conflict of interests or any relation with other
candidates or other parties in the tender procedure at the time of the submission of this
application. We have no interest of any nature whatsoever in any other tender in this
procedure.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

11

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

12

We note that the Contracting Authority is not bound to proceed with this invitation to
tender and that it reserves the right to award only part of the contract. It will incur no
liability towards us should it do so.

Name and first name: []


Duly authorised to sign this tender on behalf of:
[ ]
Signature: [..]
Place and date: [..]
Stamp of the firm/company:

This tender includes the following annexes:


[Numbered list of annexes with titles]

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

APPENDIX TO TENDER FOR DESIGN AND BUILD CONTRACT

Publication reference: CT2017/2009


Title of contract: CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O
XGHAJRA
(Note: Tenderers are required to fill in the blank spaces in this Appendix. Sub-Clauses as per
General Conditions).)
SubClause
Employers name and address

1.1.2.2
&
1.3

Central Government Authority

Chief Executive Officer


Water Services Corporation
Qormi Road
Luqa, LQA 9043
Malta
Tel: (00356) 21249851 - 7
Fax: (00356) 21223016

Department of Contracts on behalf of the


Water Services Corporation
Notre Dame Ravelin
Floriana VLT 2000
MALTA
Tel: (+356) 21220212, 21220313
Fax: (+356) 21247681

Contractors name and address

1.1.2.3
&
1.3

(to be inserted by tenderer)

Engineers name and address

1.1.2.4
&
1.3

Project Engineer
Wastewater Operations
Water Services Corporation,
Qormi Road, Luqa LQA 9043,
Malta
Tel: (00356) 21249851 - 7
Fax: (00356) 21223016

Project Management name and address

1.1.2.12

As nominated by the Employer

Time for Completion of the Works

1.1.3.3

160 days

Defects Notification Period

1.1.3.7

365 days

Electronic transmission systems

1.3

Facsimile and E-mail

Governing Law

1.4

Law of Malta

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Ruling language

1.4

English

Language for communications

1.4

English

Time for access to the Site

2.1

the date on which the Contractor signs


the Contract Agreement and returns it to
the Employer, which shall be not later
than 7 days from the date on which the
Contractor receives the Contract signed
by the Employer

Amount of performance security

4.2

10 % of the Design & Build Contract


Price

Period for notifying unforeseeable errors,


faults and defects in the Employers
Requirements

5.1

Normal working hours

6.5

Delay damages for the Works

8.7

60 days
As permitted by Maltese Law

i)

ii)

iii)

Maximum amount of delay damages


Maximum rate for overhead charges and
profit

8.7

13.5.b.ii

0.02% per day of the


contract amount for a 45
days period starting from
the Milestone 2 date;
0.05% per day of the
contract amount for a 30
day period from the
milestone 3 date.
0.25% per day of the
contract price from the
milestone 4 date
thereafter.

10 % of the final Contract Price

5%

Price adjustment formulae

13.8

Not applicable.

Total advance payment

14.2

10%

Number and timing of instalments

14.2

Not Applicable

Currencies and proportions

14.2

Wholly in EURO

Percentage of retention

14.3

5%

Limit of Retention Money

14.3

5 % of the Accepted Contract Price

Minimum amount of Interim Payment


Certificates

14.6

350,000

Periods for submission of insurance:


a) evidence of insurance

18.1

14 days

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

b) relevant policies
Maximum amount of deductibles for
Insurance of the Employers risks

18.1

18.2 (d)

Minimum amount of third party insurance

18.3

Minimum amount of insurance for


personnel:
a) in case of death
b) in case of injuries

18.4

28 days

Not applicable
2,500,000per occurrence with number
of occurrences unlimited

a) 275,000 per occurrence with


number of occurrences unlimited
b) 250,000 per occurrence with
number of occurrences unlimited

Arbitration rules

20

Chapter 387 of the Laws of Malta Malta


Arbitration Centre

Number of arbitrators

20

Language of arbitration

20

English

Place of arbitration

20

Valletta, Malta

Signature
Capacity

__________________________________________
_____________________________________

duly authorised to sign for and on behalf of _______________________________________

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

BID BOND
[On the headed notepaper of the financial institutions providing the guarantee]
Whereas

the

Director

of

Contracts

has

invited

tenders

for

___________________________________________________________________
_________
and whereas Messrs __________________________________________________
[Name of tenderer] (hereinafter referred to as the Tenderer) is submitting such a
tender in accordance with such invitation, we _____________________________
[Name of Bank], hereby guarantee to pay you on your first demand in writing a
maximum sum of XXXXXXXXXXXXXXXX Euro (Euro XX,XXX) in case the Tenderer
withdraws his tender before the expiry date or in the case the Tenderer fails to
provide the Performance Bond, if called upon to do so in accordance with the
Conditions of Contract.

The guarantee becomes payable on your first demand and it shall not be incumbent
upon us to verify whether such demand is justified.

This guarantee is valid up to and expires on the ______________________, and


unless it is extended by us or returned to us for cancellation before that date, any
demand made by you for payment must be received at this office in writing not later
than the above mentioned expiry date.

This document should be returned to us for cancellation or utilisation or expiry or in


the event of the guarantee being no longer required.

After the expiry date and in the absence of a written demand being received by us
before such expiry date, this guarantee shall be null and void, whether returned to us
for cancellation or not, and our liability hereunder shall terminate.
Yours faithfully,

__________________
Bank Manager

Date______________

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1

SECTION 4 :
QUESTIONNAIRE

VOLUME 1
SECTION 4
QUESTIONNAIRE
CONTENTS

ADDITIONAL NOTICE TO TENDERERS


FORM 4.1

GENERAL INFORMATION ABOUT THE TENDERER

FORM 4.2

ORGANISATION CHART

FORM 4.3

POWER OF ATTORNEY

FORM 4.4

FINANCIAL STATEMENT

FORM 4.5

FINANCIAL IDENTIFICATION FORM

FORM 4.6

TECHNICAL CAPACITY
4.6.1
4.6.2

PERSONNEL
PLANT

4.6.3
4.6.4

WORKPLAN AND PROGRAMME


EXPERIENCE AS CONTRACTOR

4.6.5
4.6.6

INFORMATION ON JOINT VENTURES


SUB-CONTRACTING

4.6.7
4.6.8

QUALITY ASSURANCE SYSTEM(S)


SITE OFFICE ARRANGEMENTS

4.6.9
4.6.10

LITIGATION HISTORY
DETAILS OF BIDDER

4.6.11
4.6.12

DECLARATION RE- EXCLUSION CRITERIA


ARCHITECT/ ENGINEERS NOMINATION FORM

4.6.13

FURTHER INFORMATION

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1

SECTION 4
ADDITIONAL NOTICE TO TENDERERS
1. All questions contained in the forms must be answered by the tenderer.
2. Additional sheets may be attached as necessary.
3. If a question does not apply to the tenderer, "not applicable" should be entered alongside
with a brief explanation of why.
4. Every single page of each form must be numbered consecutively in the bottom right-hand
corner.
5. Financial data and declarations presented by the tenderer must be given in Euro or
national currency. Original bank statements may be also attached for reference.
6. Attached documentation/certificates must always be accompanied by a relevant translation
in the language of the procedure.
7. Each partner in a joint venture/consortium must fill in and submit every form.
8. Firms applying as a joint venture/consortium must also complete Form 4.5.5 concerning
joint ventures/consortia.
9. The person signing this questionnaire guarantees the truthfulness and accuracy of all the
statements made.
10. The accuracy of the answers to the questionnaire, their completeness and the attached
documentation will be taken into account in the tender evaluation. The attention of tenderers
is also drawn to the fact that the absence of some data may cause their non-compliance in
the related item of evaluation.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.1
GENERAL INFORMATION ABOUT THE TENDERER
4.1.1.

4.1.2.

4.1.3.

4.1.4.
4.1.5.

Name of company
......................................................................................................................................
......................................................................................................................
Registered address
......................................................................................................................................
......................................................................................................................Telephon
e .............................. Fax...................... Telex .........E-mail............
Names and nationalities of principals/directors and
associates.....................................................................................................................
......................................................................................................................................
......................................................................................................................................
......................................................................................................................................
.............
Type of company (natural person, partnership, corporation,
etc.).............................................................................................................
Description of company (e.g. general civil engineering contractor)

4.1.6.
4.1.7.

Company's nationality ...........................................................


Number of years experience as contractor
- in own country.......................
- internationally ......................
4.1.8. Registration details
......................................................................................................................................
.............................................
Please attach copy of the registration certificate
4.1.9. Equity in the company
Shares (%)............................................................................................................
............................................................................................................
4.1.10. Name(s) and address(es) of companies involved in the project and whether
parent/subsidiary/subcontractor/other:.........................................................................
......................................................................................................................................
...............................................................................................................
4.1.11. If the company is a subsidiary, what involvement, if any, will the parent company have
in the project?
...............................................................................................
4.1.12. Foreign companies must state whether they are established in the state of the
Contracting Authority in accordance with applicable regulations (for information
only)
Signature: ..................................................................................
(a person or persons authorised to sign on behalf of the tenderer)
Date:.....................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.2
ORGANISATION CHART
Please give details here below of the organisation chart of your company, showing the
position of directors, key personnel and functions.

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

Date...........................................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.3
POWER OF ATTORNEY

Please attach here the power of attorney empowering the signatory of the tender and all
related documentation.

Signature:

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

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

Date:

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

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.4
FINANCIAL STATEMENT
Please provide all of the information required by this form in Euro or national currency (NC)
equivalent.
4.4.1
Basic capital
Amount....................................
Euro
Currency..................................
Authorised...............................

Euro
Euro

Issued......................................
Euro
4.4.2 Annual value of construction work undertaken for each of the last three years,
and projected for the next two years
Euro or NC

2006

2007

2008

Current
2009

2010

2011

At home
Abroad
Total
4.4.3

Approximate value of works in hand (at home and abroad)


............................................ (Euro or national currency)

4.4.4

Please attach copies of the company's last 3 years of certified statements of account
(with translations into the language of the procedure if necessary) from which the
following basic data will be abstracted; and provide the same information projected
forward for the next two years.
Euro or NC
1.Total assets
2.Total liabilities
Net Value (1 minus 2)
3.Liquid assets
4.Short-term debts
Working capital (3 minus
4)

2006

2007

2008

Current
2009

2010

2011

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

5.Pre-tax profits
6.Losses

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

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

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

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

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

4.4.5

Name and address of banks (principal/others):


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

4.4.6

Please enclose a reference/certificate about the financial situation of the company


and its access to credit facilities (maximum amount of credit facility to be stated in
Euro or NC equivalent)

Signature:

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

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

Date:

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

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

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

VOLUME 1
SECTION 4
FORM 4.5
FINANCIAL IDENTIFICATION FORM
ACCOUNT HOLDER
NAME 

ADDRESS


TOWN/CITY

POST CODE

CONTACT

TELEPHONE

FAX  E-MAIL

VAT NUMBER


BANK
NAME 

ADDRESS


TOWN/CITY

POST CODE
 COUNTRY 
BANK ACCOUNT

IBAN (optional)

REMARKS:
BANK STAMP+SIGNATURE of BANK
REPRESENTATIVE (Both Obligatory)

DATE + SIGNATURE of ACCOUNT HOLDER:


(Obligatory)

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORMS 4.6.1 TO 4.6.8
TECHNICAL CAPACITY

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.1.1
OVERVIEW OF THE TENDERER'S PERSONNEL
i-

Overview
a - Directors and management
b - Administrative staff
c-

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

Technical staff
- Engineers

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

- Surveyors
- Foremen

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

- Mechanics
- Technicians

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

- Machine operators
- Drivers

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

- Other skilled staff


- Labourers and unskilled staff

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

________________________________________________
Total
ii -

Site operatives to be employed on the contract (if relevant)


a - Site management
b - Administrative staff
c - Technical staff

===========

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

- Engineers
- Surveyors

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

- Foremen
- Mechanics

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

- Technicians
- Machine operators

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

- Drivers
- Other skilled staff

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

- Labourers and unskilled staff


........................
_______________________________________________
Total

===========

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

Date ............................................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.1.2
KEY PERSONNEL TO BE EMPLOYED ON THE CONTRACT
Position/Name

Nationality

Age

Education

Project Manager
(Contractors
Representative)

Years of experience
(with the company/in
construction)

Civil Engineer
(Site Manager)
/
Dredging Master
/
Construction
Barge Master
/
Afloat Crew
/
Divers
/
. Perit (Warranted
Architect and Civil
Engineer)

Other
/
Signature ......................................................
(a person or persons authorised to sign on behalf of the tenderer)
Date.........................................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Major works
for which
responsible
(project/value)

VOLUME 1
SECTION 4
FORM 4.6.1.3
PROFESSIONAL EXPERIENCE OF KEY PERSONNEL
CURRICULUM VITAE
(Maximum 3 pages + 3 pages of annexes)
[Note: This form should only be used in exceptional cases. For works contracts, it is normally
not necessary or appropriate to go into this level of detail.]
Proposed position in the contract:
1.
2.
3.
4.
5.

Surname:
Name:
Date and place of birth:
Nationality:
Civil status:
Address (phone/fax/e-mail):
6.
Education:
Institutions:
Date:
From (month/year)
To (month/year)
Degree:

7.
Language skills
(On a scale of 1 to 5, with 5 being the highest):
Language
Level
Passive
Mother tongue

8.
9.
10.
11.
12.
13.
Country

Membership of professional bodies:


Other skills (e.g. computer literacy, etc.):
Present position:
Years of professional experience:
Key qualifications:
Specific experience in non-industrialised countries:
Date: from (month/year)
(month/year)

Spoken

Written

toName and brief description of the


project

14.
Professional experience:
Date: from (month/year) to (month/year)
Place
Company/organisation
Position

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Job description

15.
15a.
15b.

Others:
Publications and seminars:
References:

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

Date...........................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.2
PLANT
1

Plant proposed and available for the performance of the contract

DESCRIPTION
(type/make/model)

A)

Power/
capacity

No of
units

Age
(years)

Owned (O)
or hired (H)/
and
percentage
of ownership

CONSTRUCTION
PLANT
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/

Not all the plant owned by the company.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Origin
(country)

Present
approximate
value in Euro or
national
currency

DESCRIPTION
(type/make/model)

B)

Power/
capacity

No of
units

Age
(years)

Owned (O) or
hired (H)/
and
percentage
of ownership

VEHICLES AND
TRUCKS
/
/
/
/
/

C)

OTHER PLANT

/
/
/
/
/
/
/
/
/
/
/
/
/
/
/

Signature ...........................................................
(a person or persons authorised to sign on behalf of the tenderer)
Date................................................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Origin
(country)

Present
approximate
value in Euro
or national
currency

VOLUME 1
SECTION 4
FORM 4.6.3

WORKPLAN AND PROGRAMME


1

State the proposed location of your main office on the site, stations
(steel/concrete/asphalt structures), warehouses, laboratories, accommodation, etc.
(sketches to be attached as required).

Give a brief outline of your programme for the completion of the works in
accordance with the required method of construction and time for completion.

Attach a critical milestone bar chart (schedule of execution) representing the


construction programme and detailing the relevant activities, dates, allocation of
labour and plant resources, etc. A guideline for the project milestones is listed
below. Tenderers may attribute different completion periods to each particular
activity and may opt to alter the order of execution of same. Nevertheless the
milestones detailed below must be included in the programme of works submitted
by the tenderer and the cumulative completion period of 160 days shall be
respected and strictly adhered to.

MILESTONE

ACTIVITY

Submission of detailed method


statement for construction
Quality Assurance Plans
Concrete Trial Mix designs
Construction drawings
Conduct plume model
investigations and finalise diffuser
design
Assembly of pipe lengths onshore
ready for laying
Preparation of seabed to take
pipeline
Fabrication of sinkers
Laying of pipeline into position on
seabed
Trenching, Laying of Pipes and
reinstatement of onshore
trenching works from outfall pit to
shoreline and construction of
overflow pipeline to shore
Tests on Completion and issue of
Taking-Over certificate

START DATE
From Signing of
Contract
On contract
signature

DURATION
Calendar
Days
30 days

Cumulative
Calendar
Days
30 days

On Contract
signature

50 days

50 days

30 days

85 days

115 days

115 days

30 days

145 days

30 days

60 days

90 days

145 days

15 days

160 days

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.4
EXPERIENCE AS CONTRACTOR
4.6.4.1 List of contracts of similar nature and extent performed during the past 5 years

Name of
Total value Period of
contract
project/kind of of works
works
the
Contractor
was
responsibl
e for

Starting
date

Percentage
of works
completed

Contracting
authority
and place

A) In home
country

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Prime
contractor
(P) or
subcontrac
tor (S)

Final
acceptance
issued?
- Yes
- Not yet
(current
contracts)
No

Name of
Total value Period of
project/kind of of works
contract
works
the
Contractor
was
responsibl
e for

Starting
date

Percentage
of works
completed

Contracting
authority
and place

Prime
contractor
(P) or
subcontrac
tor (S)

Final
acceptance
issued?
- Yes
- Not yet
(current
contracts)
No

B) Abroad

4.6.4.2 Please attach here available references and certificates from the relevant Contracting
Authorities
Signature .......................................................................................
(a person or persons authorised to sign on behalf of the tenderer)

Date ..................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.5
INFORMATION ON JOINT VENTURES
4.6.5.1
4.6.5.2

Name ......................................................................................
Managing board's address ..................................................
..................................................................................................
Telex ..........................................................

4.6.5.3

Telephone .........................Fax..................................E-mail.....
Agency in the state of the Contracting Authority, if any (in the case of a joint
venture/consortium with a foreign lead partner )
Office address ...........................................................................
..................................................................................................
Telex ..........................................................
Telephone ..............................Fax.........................................

4.6.5.4

Names of partners
i)
..............................................................................................
ii)
iii)

4.6.5.5

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

Etc. ............................................................................................
Name of lead partner
..................................................................................................
..................................................................................................

4.6.5.6

Agreement governing the formation of the joint venture/consortium


i)
Date of signature: ................................................................
ii)
iii)

4.6.5.7

Place: ...................................................................................
Enclosure - joint venture/consortium agreement

Proposed proportion of responsibilities between partners (in %) with indication


of the type of the works to be performed by each
..................................................................................................
..................................................................................................
..................................................................................................
.......................................................................................
..................................................................................................

Signature:

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

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


Date:

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

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

FORM 4.6.6
LITIGATION HISTORY
{Please provide information on any history of litigation or arbitration resulting from contracts
executed during the last X years or currently under execution.
A separate sheet should be used for each partner of a joint venture/consortium.

Year

Award FOR or AGAINST


tenderer

Name of client, cause of


litigation, and matter in
dispute

Disputed amount (current


value in euro or NC)

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

Date ..................}

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

FORM 4.6.6
SUB-CONTRACTING
4.6.6.1

If the tenderer plans to subcontract part of the works, he must provide the following
details:

Work intended to
be subcontracted

Name and details of


subcontractors

Value of subcontract
as percentage of the
total cost of the
project

Experience in
similar work (details
to be specified)

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

Date ..................}

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.8
QUALITY ASSURANCE SYSTEM(S)
Please provide hereunder details of the quality assurance system(s) which would be available
for ensuring the successful completion of the works.

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

Date ..................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.9

SITE OFFICE ARRANGEMENTS

Please attach sketches and data detailing the characteristics of the accommodation and
facilities intended to be provided by the tenderer under the relevant items in the bill of
quantities/breakdown of the overall price.

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

Date ..................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
To be inserted in Envelope 2
SECTION 4
FORM 4.6.10
DETAILS OF BIDDER
Name of
Tenderer/Joint
Venture/Consortium

Address

Manufacturer

Country
of Origin

Trading Licence

Valid up
to

E-mail Address
Tel. Nos.
Fax Nos.
Mobile Phone No.
VAT Registration
No.
Signature

Date

ID. Card No.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
To be inserted in Envelope 2
SECTION 4
FORM 4.6.11
DECLARATION RE. EXCLUSION CRITERIA
EU DECLARATION
STATEMENT ON EXCLUDING CIRCUMSTANCES OF ARTICLE 49 OF PUBLIC
CONTRACTS REGULATIONS 2005.
This declaration, duly completed, must be submitted by all tenderers and returned with
the tender submission.

Name

of
__________________________________________________________

Tenderer:

Address:
__________________________________________________________
__________________________________________________________
__________________________________________________________
Please tick Yes or No as appropriate to the following statements relating to the current
status of your organization:
1. The tenderer is bankrupt or is being wound up; or whose affairs are being
administered by the court, who has entered into arrangement with creditors or who
has suspended business activities or who is in any analogous situation arising from a
similar procedure under national law and regulations.
[YES]

[NO]

2. The tenderer is the subject of proceedings for a declaration of bankruptcy, for an


order for compulsory winding up or administration by the court for an arrangement
with creditors or of any other similar proceedings under national laws or regulations.
[YES]

[NO]

3. The tenderer has been convicted of an offence concerning professional conduct by a


judgment which had the force of res judicata in accordance with the laws of Malta.
[YES]

[NO]

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

4. The tenderer has been declared guilty of grave professional misconduct proven by
any means which the contracting authorities can demonstrate.
[YES]

[NO]

5. The tenderer has not fulfilled the obligations relating to the payment of social security
contributions in accordance with the law of Malta or the country in which he is
established.
[YES]

[NO]

6. The tenderer has not fulfilled obligations relating to the payment of taxes in
accordance with the legal provisions of Malta or the country in which he is
established.
[YES]

[NO]

7. The tenderer is guilty of serious misrepresentation in supplying the information


required under these regulations or has not supplied such information.
[YES]

[NO]

8. The tenderer is the subject of conviction by final judgment for one or more reasons
listed below:
(a)
(b)
(c)
(d)

participation in a criminal organization, as defined in Article 2(1) of


Council Joint Action 98/733/JHA;
corruption, as defined in Article 3 of the Council Act of 26 May 1997 and
Article 3(1) of Council Joint Action 98/742/JHA respectively;
fraud within the meaning of Article 1 of the Convention relating to the
protection of the financial interests of the European Communities;
money laundering, as defined in Article 1 of Council Directive
91/308/EEC of 10 June 1991 on prevention of the use of the financial
system for the purpose of money laundering.
[YES]

[NO]

I certify that the information provided above is accurate and complete to the best of my
knowledge and belief. I understand that the provision of inaccurate or misleading
information in this declaration may lead to my organization being excluded from
participation in future tenders.
Tenderers who have been guilty of making false declarations will incur financial
penalties representing 10% of the total value of the contract being awarded. The rate
may increase to 20% in the event of a repeat offence within five years of the first
infringement.
SIGNATURE: __________________

DATE: _______________

NAME:

TEL:

__________________

_______________

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.12
ARCHITECT/ ENGINEERS NOMINATION FORM
1. Perit (Warranted Architect and Civil Engineer) (To be engaged full time on this
Project)
Name:.
Address:..
Signature and Rubber Stamp of Nominated Warranted Architect and Civil Engineer

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1
SECTION 4
FORM 4.6.13
FURTHER INFORMATION

Tenderers may add here any further information that they deem useful for determining their
qualifications or for the evaluation of their tenders.

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

Date ..................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1

SECTION 5 :
GLOSSARY

Definitions
Note: the present definitions are given here for convenience only, in the context of the tender
procedure. The definitions set out in the contract as concluded are determining for the
relations between the parties to the contract.
Central Government Authority: means the Department of Contracts
Contracting Authority: means the final beneficiary
Conflict of interest: Any event influencing the capacity of a candidate, tenderer or supplier to
give an objective and impartial professional opinion, or preventing him, at any moment, from
giving priority to the interests of the Central Government Authority and the Contracting
Authority. Any consideration relating to possible contracts in the future or conflict with other
commitments, past or present, of a candidate, tenderer or supplier, or any conflict with his
own interests. These restrictions also apply to subcontractors and employees of the
candidate, tenderer or supplier.
There is a conflict of interests within the meaning of Article 52 of the Financial Regulation
where the impartial and objective exercise of the functions of a player in the implementation of
the budget or an internal auditor is compromised for reasons involving family, emotional life,
political or national affinity, economic interest or any other shared interest with the beneficiary.
Contract price: The sum stated in the contract representing the initial estimate payable for
carrying out the works, or such other sum as ascertained at the end of the contract as due
under the contract.
Contractor: The successful tenderer, once all parties have signed the contract.
Day: Calendar day.
Day works: Varied work inputs subject to payment on an hourly basis for the Contractor's
employees and plant.
Drawings: Drawings provided by the Contracting Authority and/or the Engineer, and/or
drawings provided by the Contractor and approved by the Engineer, for the carrying out of the
works.
Engineer's representative: Any natural or legal person, designated by the Engineer as such
under the contract, and empowered to represent the Engineer in the performance of his
functions, and in exercising such rights and/or powers as have been delegated to him. In this
case, references to the Engineer will include his representative.
Equipment: Machinery, apparatus, components and any other articles intended for use in the
works
Evaluation committee: a committee made up of an odd number of voting members (at least
three) appointed by the Contracting Authority and possessing the technical, linguistic and
administrative capacities necessary to give an informed opinion on tenders.
Final Beneficiary: The Department/Entity or other government body on whose behalf the
Department of Contracts has issued this tender.
Foreign currency: Any currency permissible under the applicable provisions and regulations
other than the Euro, which has been indicated in the tender.
General conditions: The general contractual provisions setting out the administrative,
financial, legal and technical clauses governing the execution of contracts.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

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

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 1

SECTION 6:
EVALUATION GRID

ADMINISTRATIVE COMPLIANCE
EVALUATION GRID I - Documentation
Contract
title:

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Tender envelope
number

Tenderer's name

Language as
required?

(Yes/No)

Is
documentation
complete as per
Article 14.3 of
the ITT?

Proof of the Qualifications/


Selection criteria as per
Clause 4 of the ITT

(Yes/No)

Publication
reference:

CT2017/2009

Other
administrative
requirements in
tender dossier?
(Yes/No/Not
applicable)

Overall
decision?

(Accept/
Reject)

(Yes/No)

1
2
3
4
5

Chairman's name
Chairman's signature
Date

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

ADMINISTRATIVE COMPLIANCE
EVALUATION GRID II Contract
title:

Item
No.

Qualifications

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Reference Clause

Publication
reference:

CT20172009

Qualifications (P/F)

Tenderer

(P Pass F Failed)
T1

II.1

Vol. I, Section 1.0, Clause 4.2.2 (a) Average Annual Turnover Over Last Three (3) Years Equivalent To At Least
Euro 6 million

II.2

Vol. I, Section 1.0, Clause 4.2.3 (a) Financial Resources (Bank Statement confirming line of credit for the project
of Euro 1.5 million)

II.3

Vol. I, Section 1.0, Clause 4.2.3 (b) Sound Financial Position (Audited Balance Sheets For The Last 3 Years)

II.4

Vol. I, Section 1.0, Clause 4.2.4


and 4.3

II.5

Vol. I, Section 1.0, Clause 4.2.2 (b) Execution Experience As Prime Contractor

II.6

Vol. I, Section 1.0, Clause 4.2.2 (c) Design Experience As Prime Designer

T2

T3

T4

JV Requirements

Tender accepted for further evaluation (P) or rejected (F)

Name
.

Signature
.

Voting Member

Voting Member

Voting Member

Date:

Chairman

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

TECHNICAL COMPLIANCE
EVALUATION GRID III Contract
title:

Item
No.

Technical Solution

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Reference Clause

Publication
reference:

Qualifications (P/F)

13 COMPANIES

(P Pass F Failed
T1

III.1

Vol. III, Sections 1.0 to 6.0,

CTXXXX/2009

T2

T3

Tenderers Technical Proposal in accordance with Employers Requirements

Tender accepted for further evaluation (P) or rejected (F)

NB - Upon completion of the technical evaluation, the envelopes containing the Financial Offers for Tenders which satisfy the
requirements under Section 1.0, Article 29.2 of the Instructions to Tenderers, will be evaluated.

Name

Signature

Chairman

Voting Member

Voting Member

Voting Member

Date:

The administrative Grid the Evaluation Grid and the Technical grid should serve as a guidance and does not substitute the obligation of
the bidder to comply with all the requirements mentioned throughout the tender document.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

T4

VOLUME 2
SECTION 1:
CONTRACT FORM

FINANCED BY [specify source of financing]


PROJECT [title and number]
CONTRACT [number]

This contract is concluded between:


..........................................................................................................................................................
address: ..................................................................................................................................................
(hereinafter called the Central Government Authority) of the one part obo <name of final beneficiary and
address> (the Contracting Authority)
........................................................................
.........................................................................................................................................................
address: ..................................................................................................................................................
(hereinafter called the Contractor) of the other part.
Whereas the Central Government Authority is desirous that certain works should be executed by the Contractor,
viz.:
Construction of
.................................................................................................................................
and has accepted a tender by the Contractor for the execution and completion of such works and the remedying
of any defects therein.
It is hereby agreed as follows:
1.
In this contract words and expressions shall have the meanings assigned to them in the contractual
conditions set out below.
2.
The following documents shall be deemed to form and be read and construed as part of this contract, in
the following order of precedence:

(a) the contract,


(b) the Special Conditions,
(c) the General Conditions,
(d) the technical specifications,
(e) the design documentation (drawings),
(f) the bill of quantities (after arithmetical corrections)/breakdown,
(g) the tender with appendix,
(h) any other documents forming part of the contract.
Addenda shall have the order of precedence of the document they are modifying.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

3.

In consideration of the payments to be made by the Contracting Authority to the Contractor as


hereinafter mentioned, the Contractor undertakes to execute and complete the works and remedy
defects therein in full compliance with the provisions of the contract.

4.

The Contracting Authority hereby agrees to pay the Contractor in consideration of the execution and
completion of the works and remedying of defects therein the amount of:

- Contract price (excluding/including VAT/other taxes)

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

Euro or NC

- Contract price (in words:.............................................................................


euro or NC)
or such other sum as may become payable under the provisions of the contract at the times and in the manner
prescribed by the contract. VAT shall be paid in compliance with the binding regulations, national law and
international agreements concerning the execution of the program.
5.

In witness whereof the parties hereto have signed the contract. This contract shall take effect on the
date on which it is signed by the last party, namely the Contractor.

Done in English in three originals: one for the Central Government Authority, one for the Final Beneficiary, and
one for the Contractor.

CENTRAL GOVERNMENT AUTHORITY:


Signed and sealed by
.....................................................................................
.........................................................
Name of the signatory (in block capitals)
.......................................................................
In the capacity of
.....................................................................................
.........................................................
Being fully authorised by and acting on behalf of
.....................................................................................
.........................................................................
Date ......................................................................

CONTRACTOR:
Signed and sealed by
.....................................................................................
.........................................................
Name of the signatory (in block capitals)
.......................................................................
In the capacity of
.....................................................................................
.........................................................
Being fully authorised by and acting on behalf of
.....................................................................................
.........................................................................
Date ......................................................................

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 2
SECTION 2:
GENERAL CONDITIONS
FOR WORKS CONTRACTS

The Conditions of Contract comprise the General Conditions, which form part of the
Conditions of Contract for Plant and DesignBuild First Edition 1999 published by
the Fdration Internationale des IngnieursConseils (FIDIC), and the following
Particular Conditions, which include amendments and additions to such General
Conditions.

For obtaining copies of these conditions of contract please contact:


Federation Internationale des Ingenieurs Conseils (FIDIC)
PO Box 86
CH 1000 Lausanne 12
Switzerland
Phone:+ 41 21 654 44 11
Fax: + 41 21 653 54 32
E-mail: fidic@pobox.com
www: http://www.fidic.org

Nota Bene:
The Tenderer shall with his Tender submit a copy of this page as well as of all the
pages of the Section 2, Particular Conditions, duly initialled by the person authorised
to sign the Tender.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME II

SECTION 3 :
PARTICULAR CONDITIONS

Clause numbering in the following refers to the clause numbering in FIDIC`s General
Conditions of Contract .
Definitions

1.1

Sub-Clause 1.1 shall be amended as


follows:
1.1.1.5 Add
the
paragraph:

following

Specifically this term shall


comprise Volume III and V
of the Tender Documents,
as completed together with
the Schedules referred to
in
Sub-Clause
1.1.1.6
below.
1.1.1.6 Add
the
paragraph:

following

The Schedules, moreover,


include:
1.1.4.13

Preamble to Schedule
of Prices
Schedules of Prices;
Cash-flow Schedule.

reasonable profit means


an amount paid in addition
to the cost price of an item
which amount cannot
exceed onetwentieth (5%)
of the cost price to which it
relates.

1.1.6.7 Add as last sentence to


Sub-Clause 1.1.6.7
The areas for temporary
Works, which lie outside
the confines of the Site and
the
areas
for
any
temporary traffic diversion
shall be arranged and
provided by the Contractor,
but shall be deemed to
form part of the Site

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Interpretation

1.2

Insert the following new paragraphs


at the end of Sub-Clause 1.2:
Wherever these Conditions require
the Contractor to indemnify the
Employer from any matter, the
Contractor shall also indemnify the
Engineer from the same matter.

Contract Agreement

1.6

Within 15 calendar days from


receiving the Contract Agreement
signed by the Employer, the
Contractor shall sign and date the
Contract Agreement and return it to
the Employer together with the
Performance Security.

Insert new Sub-Clause 1.15 immediately


after Sub-Clause 1.14:
Details to be Confidential

1.15 The Contractor shall treat the details


of the Contract as private and
confidential, except to the extent
necessary to carry out obligations
under it or as agreed by the
Employer. The Contractor shall not
publish, permit to be published, or
disclose any particulars of the Works
in any trade or technical paper or
elsewhere without the previous
agreement of the Employer.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Permits, Licences or Approvals

2.2

Omit Sub-Clause 2.2 and replace by


the following:
It is the Contractors responsibility to
apply for all the necessary permits,
that may be required for the
preparation and execution of the
Works and to liaise with utilities,
entities and third parties as
necessary, from the date on which
the Contract Agreement is signed by
the Contractor to the date of issue of
the Taking-Over Certificate.
The Contractor shall submit, on
behalf of the Employer, but at his own
exclusive expense, fresh plans to
MEPA (Malta Environment Planning
Authority)
in respect of the full
development permit, not later than 30
days from the commencement date,
detailing any differences between the
proposed layout of the outfall and the
layout as detailed in the full
development permit issued by MEPA.
Furthermore,
the
Contractor's
appointed warranted Architect & Civil
Engineer, nominated in accordance
with Sub-Clause 4.27 of these
Conditions
is to assume all
responsibility at law in respect of the
Works and is to act as the official
Architect for the Works..
The Contractor shall abide by the
conditions prescribed by MEPA and
by any other conditions and/or
instructions issued thereafter by
MEPA and any government entity
throughout the entire execution of
Works.

Employer's Financial Arrangements

2.4

Omit Sub-Clause 2.4.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Performance Security

4.2

Omit Sub-Clause 4.2 and substitute:


The Contractor is hereby submitting a
Performance Security in the Form
prescribed in Volume II Section 4 of
the Tender Documents, for the faithful
and proper performance of this
Contract and the fulfilment of all
obligations arising hereunder, which
Performance Security shall be in the
amount and currency stated in the
Appendix to Tender.
The Performance Security shall be
issued by a bank approved by the
Employer. Failure by the Contractor
to furnish the said Performance
Security within the stipulated time
shall lead to the forfeiture of the
Tender Guarantee in favour of the
Employer as minimum pre-liquidated
damages and shall render this
Contract null and void, without
prejudice
to
the
Employers
entitlement to material damages.
The Contractor shall ensure that the
Performance Security is valid and
enforceable until the expiration of
Operation Agreement.
Should the Contractor fail to respect
or perform any of the terms and
conditions of this Contract, the
Employer shall have the right to
appropriate and apply the necessary
portion of the Performance Security in
satisfaction of such breach, provided
that such appropriation shall not in
any way constitute a waiver of the
Employers contractual or other rights
at Law. Upon such appropriation, the
Contractor is bound to restore the
Performance Security to its original
amount within five working days.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

4.4.

The following paragraph shall be


added immediately after the last
sentence of Sub-Clause 4.4:
The Engineer may require the
Contractor to remove (or cause to be
removed) any sub-contractor
employed or otherwise appointed or
engaged on the Site or Works, who:
(a) persists in any misconduct or
lack of care;
(b) carries out duties
incompetently or negligently;
(c) fails to conform with any
provisions of the Contract;
(d) persists in any conduct which
is prejudicial to safety, health,
or the protection of the
environment.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Setting Out

4.7

Omit Sub-Clause 4.7 and substitute:


The Contractor shall be solely
responsible for:
(a) carrying out an accurate onshore
survey and offshore marine survey of
the Site before commencing Works,
(b) the accurate setting-out of the
Works in relation to the survey carried
out under the Contractors obligation
at (a) of this Sub-Clause and in
relation to any officially given original
points, lines and levels of reference,
(c) the correctness of the position,
levels, dimensions and alignment of
all parts of the Works, and
(d) the provision of all necessary
instruments, appliances and labour in
connection with the foregoing
responsibilities.
A copy of the survey, carried out
under the Contractors obligation and
referred to at (a) of this Sub-Clause,
clearly marked with dimensions,
alignments and levels is to be
submitted to the Engineer.
If, at any time during the execution of
the Works, any error appears in the
position, levels, dimensions or
alignment of any part of the Works,
the Contractor, on being required so
to do by the Engineer, shall, at his
own cost, rectify such error to the
satisfaction of the Engineer.
Any approvals given or the checking
of any setting-out or of any line or
level by the Engineer shall not in any
way relieve the Contractor of his
responsibility for the accuracy thereof
and the Contractor shall carefully
protect and preserve all bench-marks,
sight-rails, pegs and other means
used in setting-out the Works.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Safety Procedures

4.8

Add the following at the end of SubClause 4.8:


(f) assume full responsibility and
accountability regarding the health
and safety of his/her employees
and/or sub-contractors including any
third parties involved in the execution
of this contract; and
(g) conform to Act XXVII of 2000
(Occupational Health and Safety
Authority Act 2000) and Council
Directive 92/57/EEC of 24 June 1992,
as well as any other national
legislation, regulations, standards,
and/or codes of practice, in effect
during the execution of the contract,
regarding health and safety issues,
as they apply to the contractors
particular operating situation and
nature of work activities.

Site Data

4.10 Omit the first paragraph


substitute as follows:

and

All available data that will be handed


over is contained in the Tender
Documents. The Contractor shall be
responsible for interpreting such data.
Unforeseeable Physical Conditions

4.12 The following proviso shall be added


immediately after sub paragraph (b)
of the fourth paragraph of Sub-Clause
4.12:
Provided that the Contractor shall not
be entitled to any extension of time or
to any payment of Cost where the
Contractor suffers delay and/or incurs
Cost due to flooding or inclement
weather conditions.

Contractors Equipment

4.17 Add the following first paragraph:


The Contractors Equipment shall not
be of a lower quality than the
equipment proposed in the Tender.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Protection of the Environment

4.18 At the end of Sub-Clause 4.18 add


the following:
The Contractor shall ensure
compliance with the Full
Development Permit issued by the
Malta Environment and Planning
Authority.

Employer's Equipment and Freeissue Material

4.20 Omit Sub-Clause 4.20.

Contractors Operations on Site

4.23 Add the following paragraph at the


end of Sub-Clause 4..23:
No interruption of existing roads or
disruption of water conduits or public
utilities shall be carried out without
the written consent of the Engineer.
The Contractor shall apply to the
Engineer in writing for such consent,
at least 14 days prior to the proposed
start of such operation. He shall
include with the application full details
of the operation, the programme, the
major items of plant to be employed
and enclose copies of all necessary
permits obtained in accordance with
Clause 1.13.
Insert new Sub-Clause 4.25, 4.26, 4.27 and
4.28 :

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Existing Services

4.25 The Contractor shall acquaint himself


with the position of all existing
services such as drains, telephone,
electricity lines and poles, water
pipes, gas pipes and the like, before
any excavation or other Work likely to
affect the existing services are
commenced. The Contractor will be
liable for all damage to roads,
drainage ditches, pipes, cables or
services of any kind caused by him or
his Sub-contractors in the execution
of the Works, and must make good
any such damage at his own expense
and to the complete satisfaction of
the Engineer within the Time for
Completion.
The Contractor is required to make all
necessary arrangements with the
relevant local authorities and owners
for the removal and reinstatement of
all services as agreed with or
instructed by the Engineer.

Breakdown of Prices and Rates

4.26 Where appropriate and within a


period of not more than 10 days
following the Engineers request, the
Contractor shall provide a detailed
breakdown of his rates and prices.

Appointment by the Contractor of


4.27 For all services and activities which in
Registered and Warranted Perit and
terms of the laws of Malta may only
Mechanical Engineer
be executed by a Perit (warranted
Architect and Civil Engineer) or a
Mechanical Engineer, the Contractor
shall appoint persons having the
necessary qualifications and who
shall assume full legal responsibility
for these activities..
The appointment of the Architect and
Civil Engineer and the Mechanical
Engineer (Vide Volume I Section
4.0 Form 4.6.12) indicated in the
Contractors Tender shall not be
revoked except with the written
authorisation of the Employer.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Traffic Safety and Management

4.28 Additional Sub-Clause:


Prior to the execution of the Works
the Contractor shall provide a traffic
management scheme for submission
to the various authorities including the
Executive Police, the Malta Transport
Authority and Local Councils for
approval.
When planning traffic safety
measures the Contractor shall take
into account the class of road or
street affected by the Works.
The Contractor shall provide, erect,
maintain, cover and uncover and
finally remove traffic signs in relation
to the progress of the ongoing Works,
in according to the traffic
management scheme.
All traffic safety and management
measures necessitated by the Works
must be fully operational and have
the consent of the Malta Transport
Authority and the Executive Police
before the Contractor shall
commence any work which affects
the public streets. Any area or side of
a street which had previously been
closed because of the Works shall
not be reopened until the Employer or
the Engineer is satisfied that it is in
suitable condition for use by the
public and until any appropriate traffic
safety and management measures
have been completed.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

General Design Obligations

5.1

Insert after the second paragraph of


Sub-Clause 5.1 the following new
third paragraph.
The Contractor shall, in preparing the
construction design required for the
realisation of the Works, follow strictly
the requirements of the tender design
contained in Vol. III: Employers
Requirements. If the Contractor
wishes to propose more
advantageous solutions to particular
components of the Works than those
prescribed by the tender stage
design, the design may be amended
by the Contractor subject to:
(a) the approval of the Engineer
and
(b) the full acceptance by the
Contractor of any ensuing
consequences, including
responsibility for any changes in
the costs.

Contractors Documents

5.2

Add the following at the end of the


third paragraph:
An electronic version of all of these
documents shall be provided to the
Engineer..

As-Built Documents

5.6

Add to the Sub-Clause:


Prior to the commencement of the
Test on Completion, and prior to
issue of TakingOver Certificate, two
copies of as-built documentation in
English shall be supplied by the
Contractor to the Employer.

Further Geotechnical
Investigations and Marine Surveys

5.9

Additional Sub-Clause:
In order to ascertain onshore and
offshore conditions, the Contractor
may opt to carry out further
investigations/ surveys for the
Contractors construction design at
his own exclusive expense.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Contractors Personnel

6.9

Insert the following sub-paragraph


immediately after sub paragraph (d)
of Sub-Clause 6.9:
(e) or whose presence on the Site is
otherwise considered by the Engineer
to be undesirable,
and such person shall not be again
allowed on the Site or be employed
on the Works without the prior written
consent of the Engineer.

Employment of Foreign Personnel


and Labour

Commencement, Delays and


Suspension

6.12 Insert new Sub-Clause 6.12:


The Contractor may employ any
personnel necessary for the
execution of the Works even where
such persons are not resident,
domiciled or otherwise citizens of
Malta; provided that such persons are
provided with the required residence
visas and work permits.
8.1

The first paragraph of Clause 8.1


shall be deleted and replaced by the
following new sentence:
The Commencement Date shall be
within 14 days of the Contract
signed by both parties unless
otherwise agreed by both parties.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Section
8.13

Time for Completion, Milestones & Delay


Liquidated Damages
MILESTONE

ACTIVITY

Submission of detailed method


statement for construction
Quality Assurance Plans
Concrete Trial Mix designs
Construction drawings
Conduct plume model
investigations and finalise diffuser
design
Assembly of pipe lengths onshore
ready for laying
Preparation of seabed to take
pipeline
Fabrication of sinkers
Laying of pipeline into position on
seabed
Trenching, Laying of Pipes and
reinstatement of onshore
trenching works from outfall pit to
shoreline and construction of
overflow pipeline to shore
Tests on Completion and issue of
Taking-Over certificate

START DATE
From Signing of
Contract
On contract
signature

Insert New
Sub-Clause

DURATION Cumulative
Calendar
Calendar
Days
Days
30 days
30 days

On Contract
signature

50 days

50 days

30 days

85 days

115 days

115 days

30 days

145 days

30 days

60 days

90 days

145 days

15 days

160 days

Delay liquidated damages shall be:


iv)
0.02% per day of the contract amount for a 65 days period starting from the Milestone 2 date;
v)
0.05% per day of the contract amount for a 30 day period from the milestone 3 date.
vi)
0.25% per day of the amount from the milestone 4 date thereafter
Delay liquidated damages payable according to point (i), (ii) and (iii) hereinabove shall not be cumulative.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Completion of
Outstanding
Work and
Remedying
Defects

11.1 Add the following before the first paragraph:


Failure to meet any of the Employers Requirements
shall be considered a defect under these Conditions of
Contract.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Advance Payment

14.2 Sub-Clause 14.2 shall be deleted and replaced by:


The Contractor shall, at his request, apply for a
lump-sum advance payment enabling him to meet
expenditure resulting from the commencement of the
contract.
No pre-financing shall be granted until:
a)

the signature of the contract;

b)
provision to the Central Government
Authority by the Contractor of the performance
guarantee in accordance with Clause 4.2; and
c)
provision to the Central Government
Authority by the Contractor of a separate directly
liable guarantee for the full amount of prefinancing, which shall remain effective until the
pre-financing has been completely repaid by the
Contractor out of interim payments under the
contract.
The Contractor shall use pre-financing exclusively for
operations connected with the execution of the works.
Should the Contractor misuse any portion of the prefinancing, it shall become due and repayable
immediately and no further pre-financing will be paid to
him.
Should the pre-financing guarantee cease to be valid

and the Contractor fail to revalidate it, the Contracting


Authority, after having obtained written approval from
the Central Government Authority, may either deduct
the amount of the pre-financing from future payments
due to the Contractor under the contract or apply the
provisions of Article 4.2.
If the contract is terminated for any reason whatsoever,
the guarantees securing the pre-financing may be
invoked immediately in order to repay the balance of
the pre-financing still owed by the Contractor, and the
guarantor shall not delay payment or raise objection for
any reason whatever.
The pre-financing guarantee provided for under his
Clause shall be released as and when advances are
repaid.
Payment

14.7 The following sentence shall be added at the end of


Sub-Clause 14.7
All the bank charges occasioned by payments to the
Contractor shall be borne by the Contractor.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Delayed Payment

14.8 The financial charges for late payment shall be

Repayment of the
Retention Money

14.9 Replace Sub-Clause 14.9 as follows:

calculated at 2% over the rate of interest


established by European Central Bank for the
particular period.

The Contracting Authority shall retain a 5% equivalent


from all certified payments to a maximum amount of
5% of the total contract price. The Contractor shall, at
the end of the completion period, furnish the
Contracting Authority with a Retention Guarantee
equivalent to the amount retained, issued in the format
given in Volume II Section 5 of the tender dossier
The Retention Guarantee shall be issued by a bank
approved by the Employer. and the Contractor is to
ensure that the Retention Guarantee is valid and
enforceable until the expiration of the Defects
Notification Period.
The retention guarantee shall be released 45 days after
the latest of the expiry dates of the Defects Notification
Period.

Application for
Final Payment
Certificate

14.11 Omit last sentence from Sub-Clause 14.11 and insert :

Currencies of
Payment

14.15 Replace Sub-Clause 14.15 as follows:

Claims, Disputes
and Arbitration
Amicable
Settlement of
Disputes

Thereafter, if the dispute is finally resolved under SubClause 20.10 or Sub-Clause 20.11, the Contractor shall
then prepare and submit to the Employer (with a copy
to the Engineer) a Final Statement.

The Contract price shall be paid in Euro


20

Omit Sub-Clause 20.2 to 20.8 and replace by new


Sub-Clauses 20.10 and 20.11

20.10 New Sub-Clause:

If a dispute of any kind whatsoever arises between


the Contractor and the Employer or the Engineer
in connection with, or arising out of, the Contract or
relating to the execution of the Works, whether
during the execution of the Works or after their
completion and whether before or after repudiation
or other termination of the Contract, including but
not limited to any dispute as to any opinion,
instruction, determination, certificate or valuation
by the Employer or the Engineer, the parties to
such a dispute shall, in the first instance, attempt
to resolve such dispute amicably.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Settlement of
Disputes by
Arbitration

20.11 New Sub-Clause:


(a) Failing an amicable settlement, any dispute,
controversy or claim arising out of or relating to this
Contract, or the breach, termination or invalidity
thereof, shall be settled by Arbitration in accordance
with the rules of the Malta Arbitration Centre, as at
present in force.
(b) The party initiating recourse to Arbitration shall
within a reasonable period file with the Registrar of the
Malta Arbitration Centre, a notice of Arbitration for
registration by the Centre and for onward transmission
to the other party.
(c) The matter in dispute shall be subject to and be
decided upon by an Arbitral Tribunal composed of three
arbitrators. Each party shall appoint one arbitrator and
the two arbitrators thus appointed shall choose a third
arbitrator, who will act as presiding arbitrator of the
Arbitral Tribunal. If the two arbitrators fail to choose or
disagree as to the choice of the third arbitrator, the
presiding arbitrator shall be appointed by the Chairman
of the Malta Arbitration Centre.
(d) Arbitration shall take place in Malta and be subject
to the Laws of Malta at the time of Arbitration and the
decision of the Arbitral Tribunal shall be made by a
majority of the arbitrators, which decision shall be final
and binding on the parties.
Any dispute, controversy or claim arising out of or relating to
this contract, or the breach, termination or invalidity thereof,
shall be settled by arbitration in accordance with Part IV
(Domestic Arbitration) of the Malta Arbitration Act, 1996 and
the Arbitration Rules of the Malta Arbitration Centre as at
present in force.

(e) The costs of Arbitration shall, in principle, be borne


by the unsuccessful party. However, the Arbitral
Tribunal may apportion such costs between the parties,
if it determines that such apportionment is reasonable,
taking into account the particular circumstances of the
case.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 2

SECTION 4:
SPECIMEN PERFORMANCE GUARANTEE

Tender Ref. []
We, the undersigned, [name, company name, address], hereby declare that we will
guarantee, as principal debtor, to [Central Government Authority's name and address] on
behalf of [Contractor's name and address], the payment of [amount of the performance
guarantee], representing the performance guarantee mentioned in Article 13 of the General
Conditions without dispute, on receipt of a first written request from the beneficiary.
We further agree that no change or addition to or other modification to the terms of the
contract or of the works to be performed thereunder or of any of the contract documents
which may be made between you and the Contractor shall in any way release us from any
liability under this guarantee. We hereby waive notice of any such change, addition or
modification.
The guarantee will enter into force and take effect from the [indicate the date of entry into
force of the contract] and shall be valid until the date of issue of the final statement of
account.
We note that you will release the guarantee and notify us of the fact at the latest within thirty
days of the date of issue of this certificate.

Done at .., ../../..

Name and first name: On behalf of:

Signature: ..
[stamp of the body providing the guarantee]

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 2

SECTION 5:
SPECIMEN PREFINANCING PAYMENT GUARANTEE

Tender Ref. []
We the undersigned, [name, company name, address], hereby declare that we will guarantee,
as principal debtor, to [Central Government Authority's name and address] on behalf of
[Contractor's name and address], the payment of [indicate the amount], corresponding to the
guarantee mentioned in Article 44 of the Special Conditions without dispute, on receipt of a
first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the
contract or of the works to be performed thereunder or of any of the contract documents
which may be made between you and the Contractor shall in any way release us from any
liability under this guarantee. We hereby waive notice of any such change, addition or
modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of
the pre-financing] and shall be valid until full repayment of the same amount by the
Contractor.
We note that you will release the guarantee and notify us of the fact at the latest within thirty
days of this date.
Done at .., ../../..
Name and first name: On behalf of:

Signature: ..
[stamp of the body providing the guarantee]

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 2

SECTION 6:
SPECIMEN RETENTION GUARANTEE

Tender Ref. []
We, the undersigned, [name, company name, address], hereby declare that we will
guarantee, as principal debtor, to [Central Government Authority's name and address] on
behalf of [Contractor's name and address], the payment of [indicate the amount],
corresponding to the guarantee mentioned in Article 45 of the Special Conditions without
dispute, on receipt of a first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the
contract or of the works to be performed thereunder or of any of the contract documents
which may be made between you and the Contractor shall in any way release us from any
liability under this guarantee. We hereby waive notice of any such change, addition or
modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of
the sums retained under the contract] and shall be valid until the date of issue of the
certificate of final acceptance.
We note that you will release the guarantee and notify us of the fact at the latest within thirty
days of the date of issue of this certificate.

Done at .., ../../..

Name and first name: On behalf of:

Signature: ..
[stamp of the body providing the guarantee]

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME III
SECTION 1: PROJECT BACKGROUND

Table of Contents
1.1

Background

1.2

1.2

Existing Conditions

1.2

1.2.1

Climate

1.2

1.2.2

Sidescan Survey

1.3

1.3

Sea Conditions

1.4

1.3.1

Waves

1.4

1.3.2

Currents

1.5

1.4

Description of Submarine outfall

1.5

Climatic Data
Average Water Temperatures

1.2
1.3

Project Area Bathymetry

1.5

Tables
Tab. 1:
Tab. 2:

Figures
Fig. 1:

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Volume 3 Section 1.0 Project Background

1.1

Page 1.2

Background
The new Malta South STP will be erected at Ta Barkat l/o Xgajra (see Drawing
No.16-LA-01-88921). The general layout of this plant is shown on Drawing
No.16-LA-02-88921 rev 02. The wastewater of the Malta South catchment area
will be treated at the STP mechanically and biologically. The effluent of the Malta
South STP will be discharged to sea via a submarine outfall which forms the
scope of this tender. The submarine outfall is intended to discharge treated effluent during normal operation but will also double up as an emergency overflow
during intense storm peaks and discharge raw sewage in the event of a breakdown of the STP and/or inlet P.S. feeding the plant.

1.2

Existing Conditions

1.2.1

Climate
The climatic conditions are summarized in the table below.
Tab. 1:

Climatic Data

Month

January
February
March
April
May
June
July
August
September
October
November
December

Highest
Recorded
C
22.2
22.7
33.5
29.4
34.5
39.8
43.1
43.0
39.2
33.5
28.9
24.6

Temperature*
Daily Average
High
Low
C
C
16.3
10.0
16.5
9.9
18.1
11.3
20.2
12.9
24.5
16.3
28.7
20.1
31.5
22.4
32.1
23.5
28.9
21.5
25.6
18.5
21.3
14.9
17.6
11.5

Lowest
Recorded
C
3.9
2.6
4.8
6.5
10.5
14.8
17.4
18.0
16.2
11.3
5.7
3.8

Sunshine**

Rainfall*

Humidity***

Sea

h/day
5.5
6.4
7.3
8.5
10.0
11.2
12.2
11.4
9.0
7.2
6.5
5.2

mm
98
61
37
29
10
1.2
0.3
7.7
58
72
122
110

%
72
71
72
71
69
66
65
69
68
71
73
73

C
14.5
14.5
14.5
16.1
18.4
21.1
24.5
30.6
25.0
22.2
19.5
16.7

* Average of records from the Balzan Malta Weather Station since 1985
**
***

Records from Luqa Airport (few miles to the southeast of Balzan)


Valetta (elevation 70 m).

Volume 3 Section 1.0 Project Background

Page 1.3

The following average water temperatures can be expected


Tab. 2:

Average Water Temperatures


Month

Average Water
Temperatures
C

1.2.2

January

15

February

14

March

15

April

15

May

18

June

21

July

24

August

25

September

24

October

22

November

19

December

17

Sidescan Survey
The Water Service Corporation commissioned a report for a sidescan survey of
the project area of the proposed submarine outfall (see Annex 1). The field, investigated, is an area of circa 1 km. For the realisation of this project a route
closely resembling Route B (vide Drawings in Volume V) was the one selected to
avoid long stretches crossing sea bottom rocky outcrops. The Contractor is to
conduct supplementary sea surveys as he deems necessary.

Volume 3 Section 1.0 Project Background

1.3

Sea Conditions

1.3.1

Waves

Page 1.4

The following worst case design wave should be assumed:

Height of the design wave:

16 m

Expected Period of the design wave:

6.7 up to 14.6 s

Waves from NW and WNW are dominant throughout the period of November and
January, when the roughest wave climate is expected. However, storm events
with different wave directions cannot be excluded.
Based on the above mentioned wave parameters the Tenderer has to design the
submarine outfall for the max. wave height considering the actual depth of the respective pipe sections.
Regarding sea depths in the project area the tender is referred to Volume V
Drawing Nos. 16-LA-02-88921 rev 02 and 16-LA-04-88921 rev 02 and the figure
below.

Volume 3 Section 1.0 Project Background

Fig. 1:

1.3.2

Page 1.5

Project Area Bathymetry

Currents
For the design of the submarine outfall the following sea currents at right angles
to the pipe hence to be taken into consideration:

1.4

Outside surf zone:

0.5m/s

Inside surf zone:

up to 7.3 m/s

Description of Submarine outfall


A new submarine outfall will be constructed on the sea bed, as shown in Volume
V Drawing Nos. 16-LA-02-88921 rev 02 and 16-LA-04-88921 rev 02.
The tender scope shall basically comprise the design and construction of a submarine outfall fulfilling the following requirements, and namely:

Volume 3 Section 1.0 Project Background

Page 1.6

Final design, supply and installation of a submarine outfall OD 1,600 and


a OD1600 Submarine Overflow to the shoreline bottom

Material of the outfall and overflow: PE 100, SDR 10

Estimated length of the outfall: 837 m including 35m inshore

Estimated additional length acting as diffuser: 130 m

Estimated length of the overflow: 45 m including 35m inshore

Loading of the submarine outfall with appropriate dimensioned concrete


weights

Max. depth of the sea bed along the outfall route: approx. 45 m

Required hydraulic capacity 3.5 m/ s

Laying of the pipe OD 1,600 in a trench in the surf zone across a 400 m
stretch with a sea depth less than or equal to 16 m, as shown in Volume
V, Drawing No. 16-LA-04-88921 rev 02

Laying of the pipe OD 1,600 on the sea bottom away from the surf zone
across a 532 m stretch (including 130m diffuser stretch) with a sea depth
exceeding 16 m, as shown in Volume V, Drawing No. 16-LA-04-88921 rev
02

Detailed diffuser design and construction. Near field dilution and diffuser
design optimisation forms part of this tenders scope. The diffuser is expected to consist of a number of porthole openings along the diffuser pipe
section and the possibility of introducing a staggered reducing diameter
pipe layout to maintain optimum discharge velocity across the diffuser portion.

Blank flange at the diffuser extremity for possible future pipeline inspection and maintenance

Construction of an outfall pit as shown in Drawing No. 16- LA-04-88921


rev 02 at level of approximately -2.80m AMSL.

VOLUME III
SECTION 2: SITE PROVISIONS AND PRELIMINARIES

Table of Contents

2.1

Access to Site

2.2

2.2

Site Area Ta Barkat

2.2

2.3

Contractor's Representative

2.3

2.4

Watchman

2.3

2.5

Barriers, Fences and Lighting

2.3

2.6

Site Office

2.4

2.7

Site Meeting Facilities

2.4

2.8

Setting Out and Measuring

2.4

2.9

Cleanliness of Site

2.5

2.10

Care of Existing Buildings

2.5

2.11

Water and Electricity Supply

2.5

2.12

Communications

2.5

2.13

Employees Accommodation

2.6

2.14

Dust, Noise and Smoke Nuisance

2.6

2.15

Working Hours

2.6

2.16

Servicing of Equipment

2.6

2.17

Burning of Rubbish

2.6

2.18

Traffic Safety and Management

2.7

2.19

Health and Safety

2.7

2.20

Project Signboard

2.7

2.21

Reinstatement of Easement Areas

2.7

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Volume 3 Section 2.0 Site Provisions and Preliminaries

2.1

Page 2.2

Acess to Site
Access to the site is shown on Volume V - Drawing No.36-LA-02-88921.
The Contractor shall observe all rules and regulations regarding the use of public
access roads. The costs of maintaining all necessary safety measures, temporary structures and making any necessary repairs, replacements or similar operations and all or any other costs required due to the use of such roads shall be
borne by the Contractor. The Contractor shall indemnify the Employer in respect
of all claims, demands, proceedings, damages, costs, charges and expenses
whatsoever arising out of or in relation to any such operation or interference.
During construction the Contactor shall ensure that farmers retain access to the
fields and any overlying permanent structures.

2.2

Site Area Ta Barkat


Drawing No.36-LA-02-88921, indicates the submarine outfall location.
Storage of materials might not be at the same location of the assembly area.
It is emphasized that construction works, etc. outside the designated the site
area at Ta Barkat, or the selected assembly area, is not allowed and could be
followed by a notice from the Authorities or the Engineer to stop the works. Material for the submarine outfall can also be stored afloat and pre-assembled in a
harbour area.
The Contractor will be held responsible for any delays and costs resulting from
non-compliance with this clause.
Areas identified by the contractor for the construction and/or storage will require
the prior approval of the Engineer.
Before any works are carried out or materials brought to site the Contractor must
erect a temporary fence demarcating the border line of the proposed site area at
Ta Barkat and/or the assembly area. The areas beyond this fence must be left
untouched throughout the duration of the Contract.

Volume 3 Section 2.0 Site Provisions and Preliminaries

2.3

Page 2.3

Contractors Representative
The Contractor or his representative shall be on the site of works during all working hours. The representative shall be empowered to receive and act on any instructions, directions or explanations given to him as if they were given to the
Contractor in person.

2.4

Watchman
The Contractor shall be required to provide watchmen after normal working hours
to guard all utilities, plants, equipment, material, etc. delivered to site and to ensure that all signs, lights, fences, etc. are in their proper place and in operation.
The watchmen shall be responsible to guard all works carried out under this contract including such part of the works that may have been taken over by the Employer. Any goods or materials provided by the Employer or other Government
appointed contractors for use in the works falling under this contract shall also be
guarded by the watchmen. The provision of watchmen shall continue until all the
works have been taken over by the Employer.

2.5

Barriers, Fences and Lighting


The Contractor is to provide, install and maintain suitable barriers and fences to
protect the work, construction camp, storage yard, existing facilities and to remove same when no longer required by the Employer or on completion of works.
Barriers shall be chain link fencing 2.0 m high, with suitable bracing and posts
and in good condition and shall comply fully with local laws and regulations.
All fences shall be structurally adequate for the required purposes and shall be
maintained during the entire construction period.
All barriers and fences shall be completely removed on completion of the work.
The Contractor is to clean the site and repair any damage that may have been
caused by him.
Outside lighting, around the office buildings and on the parking area, shall be installed to the satisfaction of the Engineer.

Volume 3 Section 2.0 Site Provisions and Preliminaries

2.6

Page 2.4

Site Offices
The Contractor shall provide and maintain for the use of the Contractors Representative an appropriate office (minimum 12m2 floor space) including furnishings,
a wall mounted AC, ceiling fans, water and sewerage connections, proper lighting, an access road with hard standing for the whole construction period until the
Employer has taken over the completed submarine outfall.
The office shall be regularly cleaned for so long as it is in use and suitable arrangements shall be made for the disposal of waste arising from the office.
For the duration of the construction period the Contractor has to supply the office
with electricity, water for sanitary installations facilities and drinking water.
The Contractor may otherwise opt to provide an office in the vicinity of the site,
as an alternative to the temporary set up suggested above.

2.7

Site Meeting Facilities


Due to the relatively small scope of the project, separate site meeting facilities
are not required.

2.8

Setting Out and Measuring


The Contractor shall set out the works on land and at sea and during the progress of the works shall amend, at his own cost, any errors arising from any inaccuracies arising during setting out. The Contractor shall provide, at no extra
charge, all labour and equipment required by the Engineer for testing and measuring the Works and for weighing or testing the efficiency of any portion or portions of the completed work. He shall also provide at his own cost, all banking,
gangways, etc., necessary for affording safe access to every part of the works
and all assistance or attendance required by the Engineer to ascertain the particulars and obtain the measurements of the works done.
Before commencing any execution, the Contractor shall satisfy himself, that any
dimensions, setting out site levels, whether spot or contour, shown on the drawings are correct.

Volume 3 Section 2.0 Site Provisions and Preliminaries

Page 2.5

If not satisfied with their accuracy, he should give written notice to the Engineer
and ask for instructions, as otherwise no claim will be entertained.

2.9

Cleanliness of Site
All rubbish must be cleared and carted away for proper disposal on a regular basis during the progression of works and on completion and handing-over.
If rubbish, etc., is not cleared away at the request of the Engineer, then he may
employ, at the expense of the Contractor, other persons to carry out such work.

2.10

Care of Existing Buildings


The Contractor shall take all steps to protect or maintain existing buildings and
structures. Every reasonable care is to be taken when carrying out the work or
dismantling any of the existing structures to avoid any damage or injury to property or persons, and the Contractor shall immediately remove all resultant surplus
material from the site of works. Any damage caused shall be made good by the
Contractor at his own expense.

2.11

Water and Electricity Supply


All water required for the work must be provided by the Contractor who also has
to install all temporary plumbing required.
All temporary electricity supply required is to be provided by the Contractor likewise.
All necessary structures and equipment for the temporary water and electricity
supply shall be immediately removed on project completion.

2.12

Communications
The Contractor shall establish for his own use and at his own expense telefax,
telephone and internet connections at the site office.

Volume 3 Section 2.0 Site Provisions and Preliminaries

2.13

Page 2.6

Employees Accomodation
From the date of Commencement of Works, the Contractor shall provide, maintain, service and unless otherwise described remove from site, on the issue of
the Tests on Completion Certificate, appropriate mobile accommodation complete with sanitary facilities for the use of his site employees. The Contractor
shall ensure that his employees do not at any time loiter on or adjacent to the site
of works, or in any way enter or otherwise make unlawful use of contiguous public or private property, and are not otherwise a nuisance to third parties. The Contractor will be required to comply with all current Maltese Health and Safety
Regulations and any other regulations and codes of practice governing the works
under execution.

2.14

Dust, Noise and Smoke Nuisance


Throughout the year all roads have to be sprinkled with water to suppress dust
and all transportation of rock/soil material by trucks must have their loads covered during transit.

2.15

Working Hours
Earth moving and construction activities with high noise level have to be restricted to the daytime period, namely 07:00 - 19:00 hours.

2.16

Servicing of Equipment
No on-site servicing of the Contractor `s equipment, vehicles and other machinery will be permitted.

2.17

Burning of Rubbish
On-site burning of rubbish or any materials resulting from the construction work
will not be permitted.

Volume 3 Section 2.0 Site Provisions and Preliminaries

2.18

Page 2.7

Traffic Safety and Management


The Contractor shall provide Traffic Safety and Management according to Volume II, Section 3, Sub-clause 4.28 "Traffic Safety and Management".

2.19

Health and Safety


The Contractor shall provide Health and Safety Management and prepare and
maintain the Safety and Health Plan, refer to Volume II, Section 3, Clause 4.8.

2.20

Project Signboard
A project identification signboard shall be fabricated and erected by the Contractor at a location given by the Employer. The signboard shall be correctly anchored into the ground and properly braced against prevailing wind loads.
The Contractor shall obtain instructions from the Employer as to what information
is required to be displayed and the layout of the signboard.

2.21

Reinstatement of Easement Areas


All easement areas, if and where applicable, shall be reinstated as original by the
Contractor and handed over to the respective owners.

VOLUME III
SECTION 3: CONCRETE WORKS

Table of Contents
3.1
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
3.1.6
3.1.7
3.1.8
3.2
3.2.1
3.2.2
3.2.3
3.3
3.3.1
3.3.2
3.3.3
3.4
3.4.1
3.4.2
3.4.3
3.4.3
3.4.5

Materials
Cement
Water
Aggregates
Admixtures
Total Chloride & Sulphate Contents
Reinforcement
Liquid Membrane - Curing Compound
Waterstops
Requirements / Workmanship
Formwork
Reinforcement
Concrete
Quality Requirements for Structures
Structural lay-out
Concrete
Joints
Design Requirements for Structures
Standards
Design Assumptions
Loads
Load Combinations
Calculations

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

3.2
3.2
3.3
3.3
3.5
3.6
3.6
3.7
3.7
3.7
3.7
3.11
3.13
3.24
3.24
3.25
3.26
3.27
3.27
3.28
3.30
3.31
3.32

Volume 3 Section 3.0 Concrete Works

3.1

Page 3.2

Materials
General
Materials used in the works shall be new, good and of the qualities and kinds
specified herein Delivery shall be made sufficiently in advance to enable further
samples to be taken and tested if required. Materials not approved shall be immediately removed from the works at the Contractor's cost.
All specified properties of the concrete-making materials shall be tested with a
frequency to ensure continuous compliance with the requirements, and whenever
new materials are to be used.
Materials shall be transported, handled and stored on the site or elsewhere in
such a manner as to prevent damage, deterioration, or contamination.

3.1.1

Cement
Cement shall be Ordinary Portland cement complying with EN 197.
In addition all cement used in the works shall be low alkali cement, containing
less than 0.6% alkali (expressed as Na2O + 0.658 K2O). Cement shall be delivered in sealed manufacturer's branded bags or barrels, each consignment accompanied by the manufacturer's test certificates. Damaged bags or barrels and
any cement the Engineer considers unsatisfactory shall be rejected. Each bag
shall be used on the day of opening, bags opened on the previous day shall be
rejected. All rejected cement including that which has become affected by damp
conditions is to be removed from site within 48 hours.
High alumina cement or blast-furnace slag cement shall not be used.
Cement stored on site shall be protected from the weather and raised from the
ground.
Cement shall be used in the order in which it is delivered.
Cement in each bag shall be used on the day of opening bags.
Cement temperature shall not exceed 60C when used.
Cement shall not be used after 6 months from its manufacture date or after it
has been held in store for 3 months, unless it is tested and satisfies the EN
197 standard. Each re-test certificate shall be valid for a period of 6 months.

Volume 3 Section 3.0 Concrete Works

Page 3.3

Each consignment of cement delivered to the site must be accompanied by a


certificate showing the place and date of manufacture and the results of standard
tests carried out on the bulk supply from which the cement was manufactured.
Notwithstanding the above requirements and tests, the Engineer may reject any
cement which in his opinion is unsatisfactory for any reason whatsoever.

3.1.2

Water
Water for use in concrete, mortar mixing and curing shall be of a quality as not to
affect the setting time, strength, durability of the concrete or mortar, or the appearance of hardened concrete or mortar by discolouration or efflorescence, nor
the reinforcement at any age of the concrete or mortar.
Water shall be clean, potable, blended or unblended, with a pH between 5.0 and
9.0 and shall be tested in accordance with EN 1008. The following limits shall not
be exceeded:

Total dissolved solids (TDS) not greater than 2000 ppm

Suspended solids not greater than 2000 ppm

Chlorides (Cl) not greater than 500 ppm

Sulphates (SO3) not greater than 1000 ppm

Alkali (HCO3/CO3) not greater than 1000 ppm.

Water shall be stored in approved, clean containers which are protected from
sun, wind, dust, organic contamination or from contamination by any other
source.

3.1.3

Aggregates
Materials used as aggregates shall be satisfactory for concrete and shall be
chemically inert, strong, hard, durable, of limited porosity and free from adhering
coatings, clay lumps, coal and coal residues and organic or other impurities that
may cause corrosion of the reinforcement or may impair the strength or durability
of the concrete. Aggregates shall be natural gravels or crushed stone complying
with EN 12620.

Volume 3 Section 3.0 Concrete Works

Page 3.4

The aggregates used in the concrete mix shall not cause damage or weakening
of the concrete.
Aggregates shall be stored and handled only on approved impervious free draining platforms with concrete block walls separating different grades. Stock piles
shall be built in 1.50 m (maximum) layers and segregation of the aggregates
shall be prevented. All aggregates which have become segregated shall be removed. All aggregates stored on site shall be covered with approved sheeting
until required for mixing. Aggregates which have become contaminated whilst
stored on site shall be removed.

Fine Aggregates
Sand for concrete shall comply with EN 12620. It shall not contain more than 5%
voided shells (as determined by direct visual separation).
The maximum permitted concentration of chlorides and sulphates expressed as
percentage by weight of dry sand are 0.04% (as acid soluble Cl-) and 0,4% (as
acid soluble SO3) respectively.
The blending of crushed stone fines may be permitted provided that the blended
product meets all the requirements for fine aggregates. Materials finer than 75
micron size - ISO 3310 test (or equivalent) - shall not exceed 5% by weight. If the
materials finer than 75 microns - according to ISO 3310 test (or equivalent) - consist of the dust of fracture, essentially free of clay or shale, the limit can be increased to 7% by weight.
Absorption shall not exceed 5%.
Magnesium sulphate soundness weight loss shall not exceed 10% after five cycles (ASTM C88 or equivalent).
When tested for organic impurities the colour shall be lighter than the reference
standard colour (ASTM C40 or equivalent).
When tested for potential alkali reactivity (ASTM C 227 or equivalent) the expansion shall be less than 0.05% at 3 months. Alternatively the potential alkali reactivity can be tested in accordance with ASTM C 289 (or equivalent) and the
evaluation done in accordance with ASTM C 33 (or equivalent), Appendix XI.

Volume 3 Section 3.0 Concrete Works

Page 3.5

Coarse Aggregates
Coarse aggregates for concrete shall be hard and durable stone, produced by
mechanical crushing, e.g. by jaw, impact or cone crushers or other mechanical
means to the approval of the Engineer.
The maximum permitted content of chlorides and sulphates by weight of dry aggregates are 0.03% (as acid soluble Cl-) and 0,4% (as acid soluble SO3) respectively.
Unless otherwise approved by the Engineer, coarse aggregate for use in all
classes of concrete shall be provided for batching as single sized aggregates of
40 mm, 20 mm and 10 mm nominal size proportioned in such ratio as to give a
uniform gradation.
Absorption shall not exceed 2.5% (EN 12620).
Flakiness index and elongation index shall not exceed 25% (EN 12620).
Coarse aggregate shall not contain more than 5% soft fragments (ASTM C 235
or equivalent).
Magnesium sulphate soundness weight loss shall not exceed 10% after five cycles (ASTM C88 or equivalent).
When tested for potential alkali reactivity (ASTM C 227 or equivalent) the expansion shall be less than 0.05% at 3 months. Alternatively the potential alkali reactivity can be tested in accordance with ASTM C 289 (or equivalent) and the
evaluation done in accordance with ASTM C 33 (or equivalent), Appendix XI.

3.1.4

Admixtures
Any use of admixtures and additives shall comply with EN 480 and EN 934 and
shall be approved by the Engineer.
Approved admixtures shall be used in accordance with the manufacturer's recommendations, shall be dispensed by approved equipment, which provides a

Volume 3 Section 3.0 Concrete Works

Page 3.6

visible means of checking each dose, and shall comply with the relevant EN
standards.
The proposed dosages, the manufacturer's technical information and the results
of trial mixes shall be submitted to the Engineer before approval is given.
When more than one admixture is to be used in a concrete, the compatibility of
the various admixtures shall have been ascertained by standard tests and certified by the manufacturer(s).
No admixture containing chloride or nitrate shall be used.

3.1.5

Total Chloride and Sulphate Contents


The total acid soluble chloride content of the concrete mix shall be determined in
accordance with EN 12350. Chlorides from all sources shall be included.
For concrete made with sulphate-resistant cement the maximum total acid soluble chloride content expressed as % of chloride ion by weight of cement shall be
0.200%.
The maximum total acid soluble sulphate content of the concrete mix from whatever source expressed as % SO3 by weight of cement shall be 4.0.

3.1.6

Reinforcement
Reinforcement bars shall have strength equal to high yield steel bars and shall
be profiled.
The characteristic yield stress shall be at least 550 N/mm2.
The Contractor shall furnish the Engineer with copies of the manufacturer's certificates of tests for the steel reinforcement to be supplied.
If required by the Engineer, the Contractor shall submit samples to, and obtain
test certificates from, a recognized testing laboratory approved by the Engineer.
All reinforcement shall be clean and free from pit corrosion, loose rust, mill scale,
paint, oil, grease, adhering earth, or any other material that may impair the bond

Volume 3 Section 3.0 Concrete Works

Page 3.7

between the concrete and the reinforcement or that which may cause corrosion
of the reinforcement or may be detrimental to the quality of the concrete.

3.1.7

Liquid Mebrance Curing Compound


Liquid membrane - curing compound shall comply with ASTM C 309, Type 1 or
equivalent unless another type is accepted by the Engineer.

3.1.8

Waterstops
Waterstops shall be used in all construction joints. Web thickness shall not be
less than 5 mm.
Waterstops shall be either rubber or polyvinyl chloride (PVC).

3.2

Requirements / Workmanship

3.2.1

Formwork
Design and Construction
Formwork for concrete shall be rigidly constructed of approved materials and
shall be true to the shape and dimensions described on the working drawings.
Formwork shall be constructed of material or lined with materials as may be necessary to achieve the finishes specified in this section. The formwork design shall
be submitted to the Engineer for review before construction commences.
Faces in contact with concrete shall be free from adhering grout, projecting nails,
splits, or other defects. Joints shall be sufficiently tight to prevent the leakage of
cement grout and to avoid the formation of fins or other blemishes. Faulty joints
shall be caulked. 20 mm by 20 mm chamfers shall be formed on the external
corners of concrete members, unless otherwise specified. Internal corners shall
similarly be provided with 20 mm fillets.
If openings of the formwork for the escape of water used for washing out are
made, they shall be formed so that they can be conveniently closed before placing the concrete.

Volume 3 Section 3.0 Concrete Works

Page 3.8

Connections shall be constructed to permit easy removal of the formwork and


shall be strong enough to retain the correct shape during consolidation of the
concrete.
Metal ties or anchors within the form shall be so constructed as to permit their
removal to a depth of at least 55 mm from the face without injury to the concrete.
All fittings for metal ties shall be of such design that upon their removal the cavities which are left will be of the smallest possible size. Spreader cones or ties
shall not exceed 25 mm diameter. The cavities shall be filled with cement mortar
and the surface left sound, smooth, even and uniform in colour.
Formwork shall be true to line and braced and strutted to prevent deformation
under the weight and pressure of the unset concrete, constructional loads, wind,
and other forces. Beams spanning more than 3 metres shall have an upward
camber of 1 mm per m of span.
Concrete shall normally not be placed in lifts deeper than 3 m. For lifts higher
than 3 m openings for placing the concrete shall be provided in order to avoid
segregation of the concrete.
An approved mould oil or other material shall be applied to faces of formwork to
prevent adherence of the concrete. Such coatings shall be insoluble in water,
non-staining, and non-injurious to the concrete. Liquids that retard the setting of
concrete shall be used only when approved. Mould oil, retarding liquid, and similar coatings shall be kept from contact with the reinforcement or previously cast
concrete.
Before any concrete is placed, forms shall be properly cleaned by washing out
with water and/or air under pressure to remove sawdust, shavings, metal and
other foreign matter. All water shall then be drained and mopped out from the
formwork. In no case shall concrete be placed in the forms until such forms have
been approved by the Engineer. Such approval shall not relieve the Contractor of
his responsibility for the formwork.
Details of any fixtures to be cast into the concrete shall be forwarded to the Engineer. No fixtures shall be attached to the concrete by shot-firing without prior
permission of the Engineer. Notwithstanding any such authorization, the Contractor shall take full responsibility for any damage caused to the structure and make
good to the satisfaction of the Engineer.

Volume 3 Section 3.0 Concrete Works

Page 3.9

Construction Tolerances
The tolerances within which concrete work shall be constructed are as summarized below:
Item of construction permissible deviation (mm)
Position in plan: 20 mm
Size and shapes:

Thickness of walls and slab 6 mm

Columns and beams 6 mm.

Dimensions of foundations:

+ 50 mm

- 0 mm.

Variation from plumb:

(vertically - up to 5 m) 12 mm.

Levels to slabs and beams:

10 mm.

Holes:

Placement: 10 mm

Sizes: 3 mm.

Cast-in items:

Placement: 10 mm

Distance between interconnected items: 2 mm.

The Contractor is responsible for keeping the deviations of the finished concrete
structure within the limits given, and any rectification of work not constructed
within the tolerances set out shall be entirely at the expense of the Contractor.
Removal of Formwork
Formwork shall be removed by gradual easing without jarring. Before removal of
the formwork the concrete shall be examined and removal shall proceed only in
the presence of a competent supervisor and only if the concrete has attained suf-

Volume 3 Section 3.0 Concrete Works

Page 3.10

ficient strength to support its own weight and any load likely to be imposed upon
it.
The following striking time given in maturity days are the absolute minimum that
will be permitted:

Soffits 10 days

Sides 4 days.

Loads shall not be placed on concrete before the following periods after casting:

Columns, walls, beams, slabs, etc. 14 days

Foundations 10 days.

The Contractor shall record the date upon which the concrete is placed in each
part of the work, and the date on which the formwork is removed from there. The
assessment of the period elapsing between placing the concrete and removing
the formwork and consequences arising there from shall be entirely the Contractor's responsibility.
Surface Finishes:
Type 1 Finish - Standard Rough Form Finish:
Provide standard rough form finish to all formed concrete surfaces that are to be
concealed in the finished work or by other construction, unless otherwise indicated or specified.
Standard rough form finish shall be the concrete surface having the texture imparted by the form facing material used, with defective areas repaired and
patched as specified, and all fins and other projections exceeding 5 mm in the
height rubbed down with hard blocks.
Type 2 Finish - Standard Smooth Finish:
Provide standard smooth finish for all formed concrete surfaces, that are visible
or in contact with sewage.
Standard smooth finish shall be the cast concrete surface as obtained with a
smooth form facing material, with defective areas repaired and patched and all
fins and other projections on the surface completely removed and smoothed.

Volume 3 Section 3.0 Concrete Works

Page 3.11

Related unformed surfaces as top of walls, horizontal offsets to be striked off


smooth and finished with a texture matching the adjacent formed surfaces. Apply
float finish or trowel finish to provide smooth uniform surfaces.
Type 3 Finish - Monolithic Slab Finish:
Provide scratch finish to monolithic slab surfaces which are not specified as
monolithic smooth slab finish.
After placing slabs, plane the surface to a tolerance not exceeding 6 mm in 3 m,
when tested with a 3 m straight-edge. After levelling, roughen the surface before
the final set with stiff brushes, brooms or rakes.
Type 4 Finish - Monolithic Smooth Slab Finish:
Provide a smooth finish to monolithic slab surfaces which are not intended to be
finished with flooring materials or which are to be run over by a sludge scraper.
After placing the slabs, the surface has to be levelled and trowelled smooth in
one operation with the casting. The tolerance on the surface plane should not
exceed 6 mm in 3 m, when tested with a 3 m straight-edge.

3.2.2

Reinforcement
General
The Contractor shall notify the Engineer well in advance about portions of reinforcement work ready for inspection and shall keep a detailed record of the planning and control of the reinforcement work.
Storage of Reinforcement
Reinforcement shall be stored on properly constructed racks at least 150 mm
above ground level. The storage, cutting and bending of steel reinforcement shall
be carried out under cover on an approved, free draining concrete platform. The
method of storing shall be such as to prevent contamination or damage by
weather or accident. Steel shall be protected from humidity when stored.

Volume 3 Section 3.0 Concrete Works

Page 3.12

Handling of Reinforcement
Sheets of mesh fabric shall be flat unless specified as bent and any tendency to
curve or twist shall be corrected by the Contractor before fixing. Mesh fabric shall
not be supplied in rolls.
Cutting and Bending
Dirt, rust, concrete, scale, paint, oil, grease, salts, etc. shall be removed from the
reinforcement by sand blasting.
Reinforcement shall be bent when cold by hand or by using an approved hand or
power operated bending machine. When bending, the reinforcement should be
subjected to a constant even load and not an impact load.
Welding of reinforcement will only be allowed with the specific written permission
of the Engineer.
Bars incorrectly bent shall be used only if the means used for straightening and
re-bending be such as not to damage the steel. No reinforcement shall be bent
when in position in the works without approval, whether or not it is partially embedded in hardened concrete.
Bending dimensions shall be in accordance with ENV 1992 - Design of Concrete
Structures)
Fixing Reinforcement
Bars in contact shall be firmly secured to each other with approved binding wire
or proprietary clips of a type approved by the Engineer. Binding wire shall be 1618 gauge soft iron wire free from rust or other contaminants. The reinforcement
shall be fixed accurately in position so that the reinforcement is in the correct position in relation to the formwork to give the specified concrete cover. The reinforcement shall be securely fixed in position so that it will not be displaced during
the passage of the Contractor's traffic, the placing and compaction of the concrete or any related operations.
The correct cover shall be maintained by the use of plastic spacers or other approved means. If approved for use, concrete spacing blocks shall be machine

Volume 3 Section 3.0 Concrete Works

Page 3.13

pressed, or, if manufactured on site, shall be made from a mix of one part cement and two parts of sand. Site manufactured blocks shall be well compacted
and water cured for a minimum of 7 days after casting and shall have a 10 minute absorption of less than 3.2% by weight. Concrete spacers shall be comparable in strength, durability and appearance to the surrounding concrete. Any wire
cast into the spacer blocks shall be positioned well away from the exposed surface and shall be galvanized. Spacers fixed to parallel reinforcement bars shall
not be located in a line across a section. Timber, stone or metal spacers shall not
be used.
The top reinforcement in slabs shall be rigidly supported by mild steel chairs from
the bottom reinforcement. Plastic coated or galvanized steel chairs shall be used
where in contact with exposed concrete surfaces. Chair spacing shall be at
maximum 1.50 m centres in both directions.
Starter bars to walls must be securely fixed to the reinforcement in the parent
concrete and accurately located to maintain the specified cover. Reinforcement
embedded in hardened concrete shall not be bent.
Reinforcement cages assembled before fixing shall be protected against the
weather and shall be stored and transported carefully so that no distortion or contamination may occur.
Concrete shall be placed within 3 days of fixing reinforcement.
Laps and Joints
Laps are to be staggered in such a manner that maximum one third of the bars
are lapped in the same section, otherwise the lap length shall be increased by
50%.

3.2.3

Concrete
Grades of Concrete
Grades of concrete shall be in accordance with EN 206. With 20 mm maximum
nominal aggregate size the requirements are:

Page 3.14

Volume 3 Section 3.0 Concrete Works

Concrete

Minimum

Maximum free

Target mean

Characteristic

Class

Cement Con-

water/cement

free water/

cylinder

tent

ratio

cement ratio

strength at 28
days

C35

325 kg/m

0.45

0.45

35 N/mm2

C25

275 kg/m3

0.50

0.50

25 N/mm2

If 40 mm maximum nominal aggregate size is used, the minimum cement content


can be reduced by 30 kg/m3.
If 10 mm maximum nominal aggregate size is used, the minimum cement content
shall be increased by 40 kg/m3.
The maximum cement content shall not exceed 400 kg/m3.
The concrete shall be capable of being transported and readily compacted by internal vibrators into a dense impermeable mass without segregation, bleeding or
plastic cracking. Subsequently, the concrete shall be durable and free from crazing, thermal cracks and drying shrinkage cracks.
The slump shall be kept to the minimum compatible with approved placing and
compacting requirements, but in no case shall the concrete be placed at a slump
of more than 160 mm or less than 40 mm, determined in accordance with EN
12390, without the prior approval in writing of the Engineer.
Concrete mixes shall have the cement content necessary to meet the specified
water-cement ratio, the workability and the compressive strength requirements.
Concrete mixes shall have the lowest possible sand content to meet the workability and water tightness requirements.
Concrete mixes shall be made with a target air-content equal to 6%. The aircontent in any mix may not be less than 4% or above 8%.
In-situ concrete shall be dense and well-compacted to a minimum of 98% of the
density of the relevant test cylinders.

Volume 3 Section 3.0 Concrete Works

Page 3.15

Concrete Mixes
Mix Design
The Contractor will be responsible for the final mix design for each class of concrete. Six weeks prior to the commencement of concreting operations the Contractor shall submit to the Engineer for approval samples and test reports proving
compliance with this specification of all materials to be used in the various mixes
together with the mix design and the proposed weights of materials to be incorporated in the mixes.

Trial Mixes
The Contractor shall perform a trial mix on site in the presence of the Engineer
for the various classes of concrete specified, using the proposed plant, equipment and batching and mixing methods.
No structural concrete shall be placed in the works until the relevant mix has
been approved by the Engineer.
Before any grade of concrete is placed in the works three trial mixes of the grade
shall be made to the submitted mix proportions and from each mix six cylinders
shall be prepared and cured in accordance with EN 12390 for testing at 7 days
and three at 28 days by a laboratory approved by the Engineer.
The mix proportions shall be accepted for use in the works only if the 28 days
cylinder strengths exceed the characteristic strength compliance requirements by
at least 4 N/mm2.
These requirements to perform trial mixes may be relaxed by the Engineer on
production of satisfactory evidence of trial mixes previously approved with the
same materials used in the same proportions.
Where the maximum free water/cement ratio is specified preliminary tests shall
be made to establish the relationship between free water/cement ratio and the
slump. A maximum allowable slump value shall be established which includes an
appropriate tolerance for variability of manufacture, sampling and testing.

Volume 3 Section 3.0 Concrete Works

Page 3.16

The preliminary tests shall be repeated and revised and maximum slump values
established whenever necessary due to a change in materials or batching.
When the mix has been approved, no variations shall be made in the proportions,
the original source of the cement and aggregates or in the type, size and grading
of the latter without the consent of the Engineer who may require further tests to
be made.
No approval by the Engineer of a trial mix shall relieve the Contractor of the responsibility of maintaining the working strength required. The Engineer may also
require practical tests to be made on the site by filling trial moulds to confirm the
suitability of the mix for the works. In these tests, the type of plant used and the
formwork face to the mould shall be similar in all respects to those intended for
use in the works.

Additional Trial Mixes


During production the Engineer may require additional trial mixes to be made
before a substantial change is made in the materials or in the proportions of the
materials to be used.

Compliance and Quality Control


General
For assessment of strength a sample shall be taken from a randomly selected
batch of concrete by taking a number of increments in accordance with EN
12390. The minimum sampling frequency shall be one set per concrete mix per
day of concreting. The samples shall be taken at the site, whenever practicable,
to be taken at the point of discharge from the mixer. Four test cylinders from
each sample shall be prepared in accordance with EN 12390 under supervision
of the Engineer.
The test cylinders shall be cured in accordance with EN 12390. Two cylinders will
be crushed at 7 days and used for early assessment of the concrete as a guide
only.

Volume 3 Section 3.0 Concrete Works

Page 3.17

The test cylinders shall be delivered to, and tested by, a laboratory approved by
the Engineer. Certified copies of the test results shall be supplied to the Engineer.
Compliance with the characteristic strength will be assumed only if the conditions
given below are met:

The average strength determined from any group of four consecutive test
results exceeds the specified characteristic strength by 3 N/mm2

The strength determined from any test result is not less than the specified
characteristic strength minus 3 N/mm2.

The cost of any given mix, poured between the taking of two consecutive samples shall be represented by the former sample.
Tests covering all specified properties of all materials to be used in the mixes
shall be carried out at a frequency necessary to prove continuous compliance for
each property.
The cost of taking and testing concrete samples and materials required to ensure
compliance with this specification shall be borne wholly by the Contractor.
Should the concrete supplied not comply with the characteristic strength requirements, the Engineer may instruct the removal and replacement of the concrete or other remedial action to be taken. Any such removal or remedial action
will be carried out at the Contractor's own expense and payment will not be made
for such elements until the removal and replacement or remedial action is completed to the satisfaction of the Engineer.

Records
The Contractor shall keep a complete record of the work of concreting showing
the time and the date of placing the concrete in each portion of the work.
The following information for testing shall be recorded for each cylinder:

Class of mix

Site mixed or ready-mix and supplier

Volume 3 Section 3.0 Concrete Works

Slump

Time of mixing and concreting

Location in structure of concrete

Cylinder identification marks

Temperature of concrete.

Page 3.18

All cylinders shall be clearly marked prior to leaving site and no cylinder shall
leave the site unless documentation complying with the above has been supplied
to the Engineer.
If instructed by the Engineer, the temperature of the concrete sample shall be determined.

Mixing of Concrete
Concrete shall be mixed in accordance with EN 206.
Concrete shall be weight batched and mixed in an approved mixing machine fitted with an approved water metering device. Volume batching will not be allowed.
The weighing and water-dispensing mechanisms shall be maintained in good order. Their accuracy shall be maintained within the tolerances described in EN
standards and checked against accurate weights when required by the Engineer.
The weights of cement and each size of aggregate as indicated by the mechanisms employed shall be within a tolerance of 2% of the respective weights per
batch agreed by the Engineer. The weights of the fine and coarse aggregates
shall be adjusted to allow for the free water contained in them. The water to be
added to the mix shall be reduced by the quantity of free water contained in the
fine and coarse aggregates, which shall be determined by the Contractor by a
method approved by the Engineer immediately before mixing begins.
Mixers which have been out of use more than 30 minutes shall be thoroughly
cleaned before any fresh concrete is mixed in that machine. Mixing plant shall be
thoroughly cleaned before changing from one type of mix to another or before
changing from one manufacturer of cement to another.

Volume 3 Section 3.0 Concrete Works

Page 3.19

Controls shall be provided to ensure that no additional water can be added during mixing. The entire batch shall be discharged before the mixer is recharged. In
no case shall the mixing time be less than 1 minutes.
A concrete slab with adequate drainage shall be provided as a working platform
unless alternative arrangements are specially permitted by the Engineer in writing.

Distribution and Placing of Concrete


General
The recommendations of ACI-305-1977, (American Concrete Institute) "Hot
Weather Concreting" shall be taken into account throughout the Works.
The Contractor shall notify the Engineer in writing 24 hours before pouring concrete, stating the times of pouring, and shall not commence pouring operations
without his written approval of excavations, formwork, reinforcement, arrangements for plant and materials on site, installation of accessories, etc. Any concrete placed before obtaining such approval shall be rejected. The Contractor
shall note that methods of transporting and placing of concrete which necessitate
the carrying and lifting of concrete by manual labour will not be allowed. For major concreting works, the means of transport from mixer to place of pouring, shall
be semi-mechanized, i.e. vertical transport by crane, hoist or similar and horizontal transport by dumper, wheelbarrows or similar.
The formwork or area of deposition shall be cleaned as specified. Constructional
plant and materials required, or which may be required, during the concreting
work and for curing shall be on site and fully prepared before concreting commences. All accessories shall be installed and formwork for holes, chases, etc.
shall be provided as specified. Only after all these preparations and other relevant requirements have been completed, shall the Engineer's written approval to
place concrete be given.
Concrete shall be transported, placed and spread by approved means and in
such a way as to prevent segregation.

Volume 3 Section 3.0 Concrete Works

Page 3.20

Concrete with a temperature above 32C or below 5C or with a slump less than
40 mm or more than 160 mm shall be rejected. Concrete not placed within 60
minutes of the commencement of mixing or before starting its initial set shall be
rejected.
The temperature of concrete having a cement content > 450 kg/m3 shall not exceed 26oC measured at discharge from the mixer.
Concrete shall be transported and compacted into a dense impermeable mass
without segregation or bleeding or cracking to ensure that when hard, it is durable, un-cracked and uncrazed.
Except where otherwise agreed by the Engineer concrete shall be deposited in
horizontal layers to compacted depth not exceeding 300 mm. Concrete shall be
deposited as near as possible to its final position to avoid rehandling.
Unless otherwise agreed by the Engineer concrete shall not be dropped into
place from a height exceeding 3 metres. When trunks or chutes are used they
shall be kept clean and used in such a way as to avoid segregation.
The Contractor shall not place concrete in standing or running water.
Concrete shall be deposited continuously. No concrete shall be placed against
concrete which has hardened sufficiently to cause seams, planes of weakness or
cold joints.
If for unforeseen reasons it is necessary to stop concreting before completion of
the pour then construction joints as specified shall be formed and further concreting shall be suspended for at least twenty four hours.
Cutting and chasing of hardened concrete shall not be permitted without the Engineer's approval. The Contractor shall provide openings, mortices, chases,
sleeves, etc. and fix bolts, anchors, etc. in concrete as work proceeds and support embedded items against displacement. Items cast shall have all voids filled
with readily removable material to prevent concrete ingress.
The Contractor shall clean and wet then fill tie holes solid with patching mortar.
When required by the Engineer honeycombed and other defective concrete shall

Volume 3 Section 3.0 Concrete Works

Page 3.21

be cut back to sound concrete, with perpendicular or slightly under cut edges and
shall be prepared in an approved manner.
The Engineer will reject any concrete which he considers to have been inadequately mixed or in which the ingredients have segregated or which is no longer
capable of being effectively placed or compacted.
All receptacles used for the transport and deposition of the concrete shall be kept
clean and thoroughly washed out after stopping work and at the end of each
shift.
The Contractor shall obtain the Engineer's permission before concreting in air
shade temperatures which exceed 30C and shall take approved precautions
(use admixtures, cool ingredients, continuously spray formwork with water, erect
sunshades, etc.) to prevent early setting, etc. and to ensure that the concrete
temperature when placed does not exceed 32C.
No concreting shall be carried out in heavy rain.

Casting Concrete Directly Against Vertical Rock Surfaces


In view of the nature of work the Engineer will not permit concrete to be placed
directly against vertical cut rock faces.

Compaction (underwater concrete excluded)


Concrete must be carefully and thoroughly compacted during placing to ensure
that it completely surrounds the reinforcement, fills the formwork and excludes
voids.
All concrete shall be compacted by using internal vibrators. Vibrators must be
used by operators experienced in their use. Concrete is to be vibrated for the
minimum time necessary for thorough consolidation, and the Contractor shall ensure that excessive vibration, leading to segregation, is avoided. Vibrators do not
touch the reinforcement or formwork.

Volume 3 Section 3.0 Concrete Works

Page 3.22

Internal vibrators shall be of the immersion type with a frequency of not less than
three thousand vibrations per minute and sufficient amplitude to consolidate the
concrete effectively. The Contractor shall provide at least fifty percent duplication
of all vibration equipment as stand by during any period of concreting.
Vibrators shall not be employed to move the concrete within the formwork.
Curing
Freshly deposited concrete shall be protected from premature drying and excessively hot or cold temperatures and shall be maintained with minimal moisture
loss at a relatively constant temperature for the proper hydration of the cement
and hardening of the concrete.
The materials and methods of curing shall be subject to approval. Concrete surfaces not in contact with forms, shall be cured before any risk for plastic shrinkage cracking or drying out of the concrete surface may occur by one of the following materials or methods:

(a): Polythene membrane shall be laid direct on to the concrete in unbroken


sheets with substantial close fitted lap joints. Sheets shall be weighted with
timbers to prevent dry winds blowing under the membrane

(b): Spray applied curing membrane and curing compounds which shall be
of approved manufacture and type and be of the maximum retentivity type.
Curing compounds used shall have reflective properties; they shall be
applied in accordance with the recommendations of the manufacturer and
are to be used with extreme caution on any surfaces against which
additional concrete or other finishing materials are to be bonded and shall
not adversely affect the concrete.

Application of curing water shall not be able to affect the finished fresh concrete
surface by dilution of the top layer.
Curing shall be continued for a period of at least 7 days when method (a) above
are used. Rapid drying at the end of the curing period shall be prevented.
The Engineer may instruct, in hot, dry weather, that a combination of the above
methods shall be used.

Volume 3 Section 3.0 Concrete Works

Page 3.23

Exposed horizontal surfaces of slabs in hot windy weather may require additional
protection between the initial compaction and final finishing stages to ensure that
the concrete is not exposed for more than twenty (20) minutes after placing.
Formwork exposed to direct sunlight during the curing period shall be shaded.
Steel forms heated by the sun and all wood forms in contact with the concrete
during the curing period shall be kept wet. If forms are to be removed during the
curing period, one of the above curing materials or methods shall be employed
immediately. Such curing shall continue for the remainder of the curing period.
The use of any of these methods of curing shall be subject to the requirements of
the Engineer for meeting a satisfactory curing result. Any method not giving satisfactory results shall be discontinued and another, to the preference of the Engineer, be applied instead.

Joints
Construction joints shall be formed in either horizontal or vertical planes and located in the work to suit working stresses. They shall be so located and the
quantity of concrete placed at any one time shall be so limited in size and shape
as to minimize shrinkage and temperature effects. All reinforcing steel shall be
continued across construction joins except where shown on the drawings. The
surface of the concrete at all joints shall be straight and shall be thoroughly
cleaned with water and air under pressure, to expose aggregate. The cleaned
surfaces shall be well wetted and a cement grout wash applied; laying shall
commence before the grout has set. Approved waterstops shall be provided in
joints subject to water pressure, except in horizontal joints in walls.

Waterstops
General
Waterstops shall be welded or glued together as to form a continuous strip, both
horizontally and vertically. Laps will not be accepted.

Volume 3 Section 3.0 Concrete Works

Page 3.24

Installation of waterstops
Waterstops shall be carefully placed and maintained in position during concreting
and compaction operations.
Concrete shall be carefully compacted around the waterstops so as to leave no
cavities.

Testing of Water-Retaining Structures


Water retaining structures shall be tested in accordance with EN1992-3:2006
Liquid Retaining and Containment Structures. .
The test shall be carried out before any backfilling has taken place.
In the event of any water-retaining structures failing to pass the prescribed test,
the Contractor shall make good and re-test at his own expense.

3.3

Quality Requirements for Structures


The Contractor shall incorporate the following quality requirements in all structures included in the works.

3.3.1

Structural lay-out
All liquid-retaining structures shall be made of reinforced concrete cast in-situ.
All liquid-retaining walls shall be vertical.
In walls with a height < 5 metres, horizontal construction joints are not allowed.
Contraction joints are not allowed in slabs.
Circular walls must not be in polygonal shape.

Page 3.25

Volume 3 Section 3.0 Concrete Works

All pipes below the bottom slabs - except for drain pipes if any - shall be cast-in
and reinforced together with the slab.

3.3.2

Concrete
Concrete Strength
The concrete strength requirements are given below:
Concrete mix - C35:
fck = 35 N/mm2 cylinder strength

Characteristic strength:

Cement: Low alkali and high sulphate resistant cement

Exposure Class:

Max. free water/cement ratio:

Nominal maximum size of aggregates:

Concrete G 35 shall be used for all liquid-retaining structures, manholes,

Aggressive environment
0.45
32 mm

chambers, retaining walls and floor slabs in the Blower and Sludge Building.
Concrete mix - C25:
fck = 25 N/mm2 cylinder strength

Characteristic strength:

Cement :

Exposure Class:

Max. free water/cement ratio:

Nominal maximum size of aggregates:

Concrete G 25 shall be used for other concrete structures.

Low alkali and high sulphate resistant cement


Moderate environment
0.50
32 mm

Concrete which is exposed to sea water has to be manufactured in accordance


to EN 206. Based on this regulation the exposition classes have to be selected
as follows:

Mass concrete : XA 2

Reinforced concrete (permanently submerged under sea water): XA 2, XS2


and XC1

Reinforced concrete (temporarily submerged under sea water): XA 2 and XS


3 and XC4

Volume 3 Section 3.0 Concrete Works

3.3.3

Page 3.26

Joints
General
In order to incorporate the effects from thermal action, shrinkage and creep the
Contractor should make construction joints or contraction joints in accordance
with this specification. The Contractor shall make his design calculations in accordance with the intended location of joints.

Construction Joints
The reinforcement is passing through the joint. The purpose of this type of joint is
to separate the structure into sections equal to a size which easily can be casted.
In critical sections with a high stress the joints shall be made with an approved
waterstop.
The surface of the concrete shall be thoroughly cleaned. The surface layer shall
be completely removed with a steel brush to expose the aggregates.
The hardened concrete shall be watered continuously 1 hour prior to casting the
adjacent concrete. When casting the hardened concrete surface shall be saturated but free from water on the surface.
Cement grout and adhesives shall not be used at joints.

Contraction Joints
Are not allowed in the works.

Expansion Joints
Are not allowed in the works.

Volume 3 Section 3.0 Concrete Works

Page 3.27

Waterstops
When waterstops are placed for water tightness the waterstops shall be made
PVC-type resistant to chlorides, sulphates, chemicals and the like.
The width of the waterstops shall be according to the manufacturers specifications.
All waterstops shall be made continuous and shall be welded at all connections.
Overlap is not allowed. All joints in waterstops shall be made by the manufacturer
of the waterstop.
If a joint ends at another part of the structure e.g. the connection between a wall
and a bottom slab, the waterstop should also be placed at least 30 cm inside the
adjacenting part of the structure.
Waterstops shall be placed in accordance with the manufacturers specifications.
The Contractor shall submit type of waterstops including a description of installation of waterstops to the Engineer for his approval at least one month before
commencement of the formwork at site.

3.4

Design Requirements for Structures


The Contractor shall carry out and document the structural design for all structures included in the works in accordance with these design requirements and
according to the "Quality Requirements for Structures" given in Section 6.4.

3.4.1

Standards
a. Liquid-retaining Structures
Liquid-retaining structures shall be designed in accordance with EN19923:2006 Liquid Retaining and Containment Structures
b. Other Reinforced Concrete Structures
Other structures shall be designed in accordance with ENV 1992 Design of
Concrete Structures

Volume 3 Section 3.0 Concrete Works

3.4.2

Page 3.28

Design Assumptions

a.

Lateral Soil
Structures should be capable of withstanding external lateral soil pressure
when empty. The pressure from any external water should be taken into
consideration - see remarks regarding uplift in Clause (c) below.

b.

Filled Structures
Structures should be capable of withstanding internal pressure when filled
with water and assuming no lateral external support from soil and/or
groundwater.

c.

Uplift
Based upon the outcome of the Contractor's own geotechnical investigations it might be necessary to secure the structures against uplift.
The Contractor has the full responsibility for the security against uplift and is
therefore also responsible for any assumption of the ground water level
made by him in the calculations.
If the Contractor finds any risk of a ground water level above the bottom of
the individual structures (even if it comes from the surface), the structures
has to be secured in the following way:

The structures in which the water levels can drop suddenly (even if the
operators make a mistake), should be secured against uplift by their
own weights together with the surrounding soil

The structures in which the water level can drop by some extra
ordinary initiatives only, should be secured by the construction of a
permanent ground water drainage system so the operators easily can
lower the ground water level when needed.

Volume 3 Section 3.0 Concrete Works

d.

Page 3.29

Minimum Structural Requirements


Walls
The thickness of walls should at least be made with a thickness equal to the
height of the wall divided by 20 and must under no circumstances be less
than 250 mm.
All walls shall be reinforced in both sides and in both directions.
Walls shall be considered as fixed to the bottom slab. Hinged or sliding
walls are therefore not allowed.
Partition walls in liquid-retaining structures shall be designed for unilateral
water pressure.
Bottom Slabs
The minimum thickness of bottom slabs under walls should be equal to the
thickness of the wall plus 50 mm. The thickness of the bottom slab besides
the walls can be reduced with 100 mm per every meter. The thickness of
slabs must under no circumstances be less than 250 mm.
Bottom slabs shall be reinforced in both directions in top and bottom.
Reinforcement
The amount of reinforcement placed in the structures should be in accordance with the structural design calculations. Further to this the amount of
reinforcement (in percent) placed for reduction of crack widths less than the
bars diameter (in millimetres) divided by 25 is under no circumstances allowed. The percentage should be taken of the full cross sectional area of
the concrete.
Reinforcement in liquid-retaining structures shall be high steel bars a characteristic yield stress of at least 550 N/mm2.

Page 3.30

Volume 3 Section 3.0 Concrete Works

Crack Width Criteria for Concrete


In calculating the stress using an elastic analysis, account shall be taken of
whether or not the section is expected to crack under service loads and
also of the effects of creep and shrinkage.

Crack Width wmax (mm)


Exposure Class

Pure tension

Tension in bending

Aggressive environment

0.20

0.20

Maximum allowed crack width in concrete under service loads.


Special account shall be taken for the provision of reducing crack width due
to temperature, creep and shrinkage in the concrete. These provisions must
fulfil the a maximum allowed crack width of wmax = 0,20 mm.
Cover on reinforcement
Minimum cover on reinforcement:

3.4.3

Liquid-retaining structures, retaining walls etc.:

Min. 40 mm

Other concrete structures:

Min. 30 mm.

Loads
Characteristic Values
Dead load:

Concrete:

24 kN/m2

Water:

10 kN/m2

Soil:

According to laboratory tests performed by the Contractor.

Page 3.31

Volume 3 Section 3.0 Concrete Works

Imposed load:

3.4.4

Imposed load on buildings:

According to EN standards

Traffic load on ground level along tanks

10 kN/m2

Load Combinations
a.

Serviceability Limit State


Load Combination 1 (normal):
In the serviceability limit state the structures are filled with water to the normal working level and surrounded by backfilling if any. Any ground water
level and the pressure from the surrounding soil should in this state be
stipulated with low values.
In this state, the effects from thermal action, shrinkage and creep should be
taken into account in accordance with the temperature loads stated above.
In the serviceability limit state the maximum allowed crack width is: See
above.

b.

Ultimate Limit State


Load Combination 2.1 (empty):
In this state the structures shall be assumed empty with pressure from the
backfilling and ground water if any.
Load Combination 2.2 (full):
In this state the structures shall be assumed to be filled with water to the
maximum possible level of filling in the structure even though this is above
the normal working level. No pressure from external soil or groundwater
should be considered in this state.
Load Combination 2.3 (uplift):
This combination should be checked if applicable only - see remarks regarding uplift in Clause 5.5.2 (c).

Volume 3 Section 3.0 Concrete Works

Page 3.32

The safety factor against uplift should meet the following requirements
when calculated:

The safety factor to be at least 1.05 when the weight of the concrete
together with the weight of soil on bottom slabs (calculated vertical upwards from the edges of the slabs - without any friction in the soil) only
is taken into consideration.

The safety factor to be at least 1.2 when allowing friction in the soil to
be taken into account.

c.

Water Testing State


Load Combination 3 (water testing):
Even though the crack widths normally are calculated in the serviceability
limit state only, the maximum allowed crack width in the state of testing
structures for water tightness is 0.25 mm. In this state the structures should
be assumed filled with water to a level of 70% of the height of the normal
working level only. Pressure from surrounding soil or ground water must not
be taken into account.

3.4.5

Calculations
The Contractor has the full responsibility for the structural design calculations.
All action forces should be calculated based upon the theory of elasticity wherever possible. An approximate assumption of the load distribution is allowed if
realistic only. Loads which support the structures should be stipulated with low
values.
Copies of the structural calculations shall be handed over to the Engineer at least
one month before ordering of any materials for concreting and at least at end of
the design phase.

Volume 3 Section 4.0 Civil and Earthworks

Page 4.1

VOLUME III
SECTION 4: CIVIL AND EARTH WORKS

Table of Contents
4.1

Earth Works

4.2

4.1.1

General

4.2

4.1.2

Requirements / Workmanship

4.2

4.2

Pipeworks

4.8

4.2.1

General

4.8

4.2.2

Materials

4.8

4.2.3

Transportation of pipes

4.9

4.2.4

Storage of pipes

4.9

4.2.5

Inspection of pipes and fittings

4.10

4.2.6

Installation

4.10

Volume 3 Section 4.0 Civil and Earthworks

4.1

Earth Works

4.1.1

General

Page 4.2

The following definitions of earthworks and filling materials shall apply to this
and other clauses of the Requirements in which reference is made to the defined materials.
"Top Soil" shall mean the top layer of soil that can support vegetation.
"Suitable Material" shall comprise all material acceptable in accordance with
the Contract for use in the works and which is capable compacted as specified,
as applicable
"Unsuitable Material" shall comprise but not limited to the following:

Peat, timber and perishable material


Material susceptible to spontaneous combustion
Clay with a liquid limit exceeding 80 and having a plasticity index exceeding
55
Materials having a moisture content greater than the maximum permitted for
such materials in the Contract.

"Rock" shall mean bed rock of various hardness (relatively hard, naturally formed
mineral).
"Return, fill and ram" shall mean all handling necessary to return the earth,
which has previously been excavated and deposited in spoil heaps around the
foundations. The operation is to be carried out in layers as described, each layer
being carefully watered and consolidated by ramming until the excavation has
been made good.
"Cart away" shall mean the disposal of the surplus excavation materials and materials of demolished buildings and constructions away from the Site.
1.

The Contractor must give reasonable notice to the Engineer when foundation excavations are ready for inspection and no concrete is to be poured or
work or similar nature commenced until such excavations have been approved.

References:

The Structure Plan for the Maltese Islands: RCO 27


The Soil Preservation Act, 1973.

4.1.2

Requirements / Workmanship

4.1.2.1

General Requirements / Workmanship

Volume 3 Section 4.0 Civil and Earthworks

Page 4.3

Record Surveys
Surveys shall be made of the areas of excavation before any excavation work is
carried out under the Contract, and after all excavation work has been completed. These surveys are to be submitted for the Engineers approval in soft
copy (PDF format).
Excavation (General)
Excavation shall be carried out to such lines, levels and dimensions and slopes
shown or, as may be ordered by the Engineer in writing from time to time and
faces shall be neatly trimmed using adequate tools which limit excessive vibrations to third part property.
All surplus and unsuitable material shall be removed and disposed of away from
the Site by the Contractor.
In the side of rock cuttings where, inferior stone or soft materials intervene between layers of compact rock, or where the rock after exposure will not withstand
weathering or where the rock is potentially unstable, such material or faces shall
be stabilized . After removal of unsatisfactory material the resulting space has to
be built up with suitable material to the required profile at the Contractor's expense.
Any excess depth or width excavated beyond the formation profile tolerance
specified shall be made good at the expense of the Contractor by backfilling with
lean concrete grade C20.
Excavation of Pits and Trenches
The sides of excavations, pits and trenches shall wherever necessary be adequately supported at all times and no planking and strutting shall be withdrawn
from the excavation on completion of the permanent work unless it is safe to do
so. Alternatively, the sides may be battered.
The Contractor shall be responsible for excavating trenches and preparing them.
The Contractor shall be required to backfill the trenches carefully in accordance
with the specification.
Trenches and pits shall be no wider than necessary for an efficient execution of
the required works.
The bottom of all excavations shall be levelled and carefully stepped or benched
horizontally. The Contractor shall at his own expense make good with suitable
material as defined or concrete:

Any excavation greater than the new volume required for the works as described in the Contract
Any additional excavation at or below the formation level to remove material
which the Contractor deems to be unsuitable
Any over cutting of rock face against party walls

Volume 3 Section 4.0 Civil and Earthworks

Page 4.4

Any voids after removal of unsatisfactory material


Any voids in the rock after exposure to weathering.

All excavation material which is either surplus or unsuitable for backfilling shall be
transported and disposed of according to the requirements of the permit issued
by the MEPA.
Refilling of Pits and Trenches and Removal of Supports
All fill for this purpose shall consist of suitable materials as defined elsewhere in
these Requirements, deposited and compacted in accordance with the specified
requirements. Timber sheeting and other excavation supports shall be carefully
removed as the filling proceeds except where these are required by the Contract
to be left in position, but the removal of such supports will not relieve the Contractor of his responsibility for the stability of the works.
Salvage of Materials
All materials suitable for salvage and re-use shall be dried adequately, cleaned
and stacked on site and the debris removed from the Site by the Contractor.
Excess material from excavations not required by the Contractor shall be removed from the Site.
The Contractor shall be responsible for loading, transporting to the specified area
and off loading of such materials.

4.1.2.2

Onshore Works
General
These requirements are relevant for the pipe section between the Sea Outfall Pit
and the shoreline:
Excavation shall be carried out to tolerance of 0 mm or +25 mm in line and
level.
The sides of trenches shall be cleared of all rock fragments, which are potentially
unsafe. The Contractor shall excavate any insecure material to an approved
depth and build up the resulting voids with Grade C25 concrete so as to ensure a
solid face.
Excavation of Pits and Trenches
The bottom of all excavations shall be levelled and carefully stepped or benched
horizontally. Any pockets of soft material or loose rock in the bottom of pits and
trenches shall be removed and the resulting cavities and any large fissures filled
with Grade C20 concrete. After placing blinding concrete required by the Contractor, no trimming of the faces shall be carried out within 24 hours of pouring.
All temporary drains or trenches shall be removed on completion of the Works.

Volume 3 Section 4.0 Civil and Earthworks

Page 4.5

Filling and Backfilling


All material used for filling shall be deposited and compacted as soon as practicable after excavation in layers of thickness appropriate to the compaction plant
used. Filling of areas and embankments shall be built up evenly over the full
width and shall be maintained at all times with a sufficient camber and a surface
sufficiently even to enable surface water to drain readily from them.
Backfilling of material over the water level shall be compacted to 100% Standard
Proctor.
If the material deposited as fill subsequently reaches a condition such that it cannot be compacted in accordance with the requirements of the specification the
Contractor shall either:

Make good by removing the material either to tip or elsewhere until it is in a


suitable physical condition for re-use, and replacing it with suitable material,
or
Make good the material by approved mechanical or chemical means to
improve its stability.

Preparation of Fill Areas


The natural ground over which fill is to be placed shall be cleared of all loose
boulders, grass, productive soil, mud, bushes, trees, roots, other vegetation and
other unsuitable material.
Material for Filling
Material for filling shall comprise rock and decomposed rock, which shall be
evenly graded. All reinstated excavated material to foundations must be solidly
tamped every 150 mm of backfill. No voids are to be left in the fill and every effort
should be made to return the maximum volume of backfill back to the excavation.
All fill material, whether placed and/or compacted or awaiting placing and/or
compaction, which does not comply with the Requirements, or has been damaged by weather or in any other way, shall be removed at the Contractors expense.
Handling, loading, transporting, unloading and placing of fill materials shall be
carried out in such a manner as to avoid segregation.
Trial Area of Filling
Where required by the Engineer, before commencing filling the Contractor shall
at his own expense compact a trial area using the plant proposed for the Works
in accordance with specified standards of compaction. The area shall be of a size
and depth approved by the Engineer.
Variations in methodology and plant utilised will only be permitted when the Contractor demonstrates by field trials that the compaction obtained by the alterna-

Volume 3 Section 4.0 Civil and Earthworks

Page 4.6

tive method achieves compaction equivalent to that obtained by the approved


method.
During the progress of Works the Contractor shall inform the Engineer of any factors outside his control, which may adversely affect the compaction achieved.
Tolerances to Filling
The fill shall be placed and compacted to a tolerance of 10 mm + 15 mm for a
final surface. Where further works will be carried out above the fill the tolerance
shall be 25 mm, +0 mm.
Filling Adjacent to Structures
Filling against the perimeter of structures shall not be carried out until the construction is sufficiently advanced such that there is no risk of interferences or
damage from either the compaction equipment or the backfill material.
Filling shall be carried out in accordance with the Requirements using compacting equipment suitable for the area being compacted. The backfilling material
shall be suitable material and within 600 mm of any structure shall not contain
any particulate size in excess of 100 mm.
Fill material for excavations and for making up levels within the perimeter of
structures shall be suitable material and shall contain no particulate size in excess of 100 mm. The compaction of fill material within the perimeter of structures
shall be carried out with equipment suitable for the area being compacted.
Settlement of Filled Areas
The Contractor shall make good to the satisfaction of the Engineer all settlement
in filling and in backfilling that may occur up to the end of the Defects Notification
Period.
Grub up Obstructions Etc.
Unless otherwise stated in the schedule, the Contractor is to allow in his tender
for breaking up and removing all obstructions met with during the course of the
excavation, including old foundations, drains, septic tanks and cesspits, etc. and
fill with well consolidated material.

Page 4.7

Volume 3 Section 4.0 Civil and Earthworks

4.1.2.3

Offshore Works

Excavation (General)
In the section where the depth of the seabed is equal or less that 16 m, the submarine outfall has to be constructed in a trench.
The excavation of the trench shall be carried out to tolerance of 0 mm or +200
mm in line and level.
The sides of trenches shall be cleared of all rock fragments, which are potentially
unsafe. Wherever the sides of cut trenches consisting of layers alternating between rock and softer material will not permanently withstand the effect of currents and waves, the Contractor shall excavate any such material to an approved
depth.
Excavation of Trenches
Excavation of trenches at sea shall be carried out with appropriate equipment. In
the surf zone, where the application of floating machines is not possible, mechanical shovel on floating pontoons or fast constructions can be used. In deeper
water where mechanical shovels are not suitable floating cutting and suction excavators shall be used. All excavation equipment and all related constructions
have to be described by the Tenderer, including all calculations, drawings and
method statements.
Filling and Backfilling
The backfilling has to be executed by gravel, which is specified as follows:
Grading:
<63mm:
<12. 5 mm:
<2 mm:

100% max
75% max
50% max

It is allowed to procure the backfilling material out of suitability excavated material. All backfilling has to be executed carefully to avoid damaging the pipe.
Backfilling with gravel has to be established up to a level of 0.50 m above the
crown of the pipe
Furthermore the space above to top of the concrete blocks has to be secured by
a layer of 500 mm sea water resistant reinforced concrete, as shown in Drawing
16-LA-04-88921. This layer has to be secured with rock bolts suitable for correct
anchoring. For the quality of the sea water resistant concrete refer to Volume III,
Section 3 (Concrete Works).

Volume 3 Section 4.0 Civil and Earthworks

Page 4.8

Preparation of Fill Areas


The natural ground over which filling is to be placed shall be cleared of all loose
boulders, mud, vegetation and other unsuitable material.
Tolerances to Filling
The fill shall be placed and compacted to a tolerance of 0 mm + 100 mm for a
final surface.

4.2

Pipeworks

4.2.1

General
The specifications covered by this section are applicable to external, buried pipes
on land and on sea, as well as pipes laid directly on the sea bottom.
The submarine outfall system shall include all pipes, fittings and accessories required to operate the facility.
References
"Policy and Design guidance", issued by Malta Environmental & Planning Authority available at:
www.mepa.org.mt/planning/planning_policy/policyanddesign2007/DC%202007%
20_MEPA%

4.2.2

Materials
All pipes, valves and pipe fittings shall conform to the relevant EN Standards.
The Contractor shall, if required, forward to the Engineer certificates showing that
the materials have been tested and comply with the requirements of this
specification and the relevant standard.
Should the Contractor wish to substitute a EN-Standard by a non-EN-Standard
he has to obtain the Engineers consent in writing.
Pipes shall be ordered in the maximum lengths available to minimise the number
of joints. The Contractor shall be responsible for the supply of all materials in
sufficient quantities and shall immediately prior to placing any order, ascertain
the required quantities.

HDPE pipes
All HDPE pipes and fittings shall be manufactured by a Quality Assured
manufacturer in accordance with ISO 9000 system or equivalent. High Density
Polyethylene HDPE pipes shall be manufactured from PE 100 material, as
classified by the European Technical Committee Report CEN/TC 155. In

Volume 3 Section 4.0 Civil and Earthworks

Page 4.9

accordance with ISO 12162 (or equivalent) the PE 100 material shall have a
Minimum Required Strength (MRS) value of 10 Mpa. The pipes and fittings shall
be coloured black (sewerage) and be suitable for below ground use.
PE pipes and fittings shall comply with the relevant provisions of CEN-standard
EN12201 (water and sewerage).
All butt or electro fusion welding works have to be executed by certified welders
and fitters issued with certificates by the pipe manufacturer or any other authorised body approved by the Engineer.

4.2.3

Transportation of Pipes

4.2.3.1

Transportation of Land
Vehicles employed for transporting pipes shall be of such length as to prevent
pipe overhang. The pipes shall be handled in accordance with the manufacturers
recommendations. Approved slings shall be used and all hooks and dogs and
other metal devices shall be padded. Hooks engaged on the inner wall surface at
pipe ends shall not be used.
Under no circumstances shall pipes be dropped, be allowed to roll, or be dragged
on the ground.

4.2.3.2

Transportation at Sea
In order to avoid a large number of flanged connections underwater, the
submarine pipeline is to be constructed of pre-fabricated/ pre-assembled lengths
of not less than 200m in length. These pipe stretches can then be subsequently
towed by a tug-boat to a pre-assembling harbour/ location. For this purpose each
pipe section shall be filled with air and equipped with blind flanges at the
extremities.

4.2.4

Storage of Pipes

All pipes shall be stored in accordance with the manufacturer's


recommendations, in order to preserve their quality and condition.

4.2.4.1

Storage of Land
Should the pipe sections with a minimum length of 200 m be assembled inland
as described in Chapter Error! Reference source not found. the pipes shall be
stored as follows:
Pipes and fittings shall be stored raised from the ground and shall be carefully
supported cushioned and wedged. Pipes shall not rest directly on one another

Volume 3 Section 4.0 Civil and Earthworks

Page 4.10

and shall not be stacked more than four pipes high, or two pipes high in the case
of pipes greater than DN 500. Couplings and joints (and all components thereof)
and other similar items shall be stored in dry conditions, raised from the ground
in sheds or covered areas.
Storage areas shall be carefully set out to facilitate unloading, loading and
checking of materials with different consignments stacked or stored separately
with identifications marks clearly visible.

4.2.4.2

Storage at Sea
Should the Contractor opt for the storage and assembly of the floating pipes at
sea a harbour area can be allocated for the purpose.

4.2.5

Inspection of pipes and fittings


Before incorporation into the pipeline each pipe shall be brushed out and
carefully examined for soundness. Damaged pipes, which in the opinion of the
Engineer cannot be satisfactorily repaired, shall be rejected and removed from
site.

4.2.6

Installations
General
Installation comprises excavation of trenches, supply, laying and jointing of pipes
and fittings, construction of beddings and foundations, testing, backfilling of
trenches, and commissioning.
All plant, operation and haulage required from source or store to bring the pipes,
valves, etc., to their place of laying of fixing, including any unloading into
temporary storage areas and any subsequent reloading for haulage to the place
of laying shall be allowed for with the supply of pipes and fittings.
The Contractor shall submit to the Engineer for his approval his proposed
method for control of the pipe laying to the correct levels and alignment.
All pipes shall be laid accurately and handled in accordance with the
Manufacturer's instructions.
Jointing and cutting
All joints shall be made to the manufacturers recommendations and the
specifications hereafter.
Flanged joints shall be properly aligned before any bolts are tightened. Gaskets
for flanged joints shall be of the inside-bolt-circle type. Jointing compounds shall
not be used when making flanged joints, except that to facilitate the making of
vertical joints, gaskets may by secured temporarily to one flange face by a
minimum quantity of clear rubber solution. Bolt threads shall be treated with

Volume 3 Section 4.0 Civil and Earthworks

Page 4.11

graphite paste and the nuts shall be tightened evenly in diametrically opposite
pairs. Nuts shall be secured against loosening by vibration.
Pipes shall be cut by a method, which provides a clean square profile without
splitting or fracturing the pipe wall
Curves and bends
The pipes shall be laid in straight lines where possible. Curves and bends can be
established using bends which can be connected to the pipe sections with
flanged connections or by using the bending radius of the pipe as admitted by the
pipe supplier.
Concrete thrust blocks shall be in accordance provided to the
reducers, caps, etc, and curves or bends deflecting 11.25o or more

pipelines at

Concrete for thrust block shall be in accordance with Volume 3 Section 3 Concrete Works and shall be placed carefully against undisturbed earth or rock
with suitable bearing capacity and shall in no case provide less than 150 mm of
cover to the pipe.

4.2.6.1

Installation at Sea

Assembly of Pipe Secions


Before installation of the submarine outfall at sea, the pipes have to be
prearranged to pipe sections with a length of more than 200 m. For preparation
of these pipe sections two possibilities are allowed:

Assembly of pipe sections with a minimum length of 200m by extruding


these pipes in one piece and subsequent transportation of the pipe sections
to the pre-assembling harbour as described in Chapter Error! Reference
source not found..
Assembly of pipe sections with a minimum length of 200m using butt or electro-fusion welding of pipes with a minimum length of 12 m and subsequent
transportation of the pipe section to a pre-assembling harbour

Pre-assembling of the Outfall and the Diffuser at Sea


At the pre-assembling harbour pre-assembling of the outfall pipeline and the
diffuser will be executed (see Chapter Error! Reference source not found.).
Pre-assembling shall comprise the following:

Connecting the pipe sections with flanged connections


Fixing of concrete blocks/ sinkers onto the pipeline and diffuser sections
Equipping the outfall pipe with blind flanges at each end
Equipping the outmost end of the blind flange with pipes and valves for air
evacuation and air filling
Producing and assembling the diffuser in one piece

Volume 3 Section 4.0 Civil and Earthworks

Page 4.12

Installation of the Outfall and the Diffuser on Sea


After pre-assembling the outfall pipeline including diffuser will be transported by
tugboats to the installation site for sinking. The sinking process is envisaged to
follow the procedure hereunder:

Positioning of the outfall pipeline along the prescribed alignment by boats,


barges and small boats
Connection of the innermost end of the pipeline to the outfall pit
Control of the pressure in the air filled pipe by a compressor and manometer
Application of an appropriate pulling force at the outermost end of the pipeline by a tugboat
Controlled sinking of the pipe without any interruption by opening the air
valve in the outmost end carefully and controlling the inside pressure
Consideration of a maximum sinking velocity of 0.3 m/s
Consideration of a minimum radius of curvature at the sea surface of 50 m

After the sinking of the outfall pipeline the diffuser has to be installed as follows:

Submersion of the diffuser by lowering the diffuser from cranes on barges


while respecting a ratio between radius of curvature and diameter (R/D) less
than or greater than 60.
Connection of the diffuser to the Outfall pipeline with flanged connections

The whole sinking procedure has to be carried out under assistance from a
supervisor with experiences in the field.

Filling and Backfilling


See Chapter 4.1.2.3.

Bedding and Foundation for Pipes


The above-mentioned concrete blocks a shown in Drawing 16-LA-04-88921 will
establish the bedding and foundation of the pipes

VOLUME III
SECTION 5: PLUME MODEL INVESTIGATIONS

Table of Contents

5.1
5.2
5.3
5.3.1
5.3.2
5.3.3
5.4
5.4.1
5.4.2
5.5

Introduction
Scope of Work
Available data
Bathymatric Data
Numerical Data
Hydrodynamic Measurements
Plume Model Approach
Stimulation and Results
Hydraulic Design of Outfall
Reporting

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

5.2
5.2
5.2
5.2
5.2
5.3
5.3
5.3
5.4
5.4

Volume 3 Section 5.0 Plume Model Investigations

5.1

Page 5.2

Introduction
The Contractor shall under the contract, commission hydraulic consultancy services to investigate the impacts of the outfall plume under different hydraulic,
oceanographic and meteorological conditions. This shall provide the Contractor
with a basis to design and construct an optimum diffuser configuration, maximizing the near filed dilution performance of the submarine outfall.

5.2

Scope of Works
The scope of work is as follows:
To apply a numerical hydrodynamic model on the current design and use the
results to check whether the design meets the environmental criteria requested by the local authorities.
Utilise the simulations to optimise the diffuser design.
The model shall be run for different scenarios:
- with stratification
- without stratification
- normal outfall flow conditions
- extreme outfall flow conditions when storm water would be expected to
increase flows.
Runs shall be done with different combinations to cover different conditions.

5.3

Available Data

General
The Employer will provide the Contractor access to the site and any information
that the Contractor deems necessary for the undertaking of the said works.

5.3.1

Bathymetric Data
The Contractor shall revert to the Malta Maritime Authority for basic bathymetric
data along the outfall route. The information obtained from the bathymetric maps
shall however not substitute the surveys the Contractor is expected to conduct in
accordance with Volume II Particular Condirions Clause 4.7 Setting Out..

5.3.2

Numerical Data
The Contractor will be allowed access to the Malta shelf model Rosario II. This
model is a 3D model of the Malta shelf area. The model runs in forecast mode
and can supply data for boundary conditions.

Volume 3 Section 5.0 Plume Model Investigations

5.3.3

Page 5.3

Hydrodynamic Measurements
It is envisages that the Contractor will require and thus shall allow for at least one
measurement of currents, temperature and salinity at least one point in the vicinity of the proposed outfall location.

5.4

Plume Model Approach


The coastal sea dynamics in the vicinity of the Maltese Islands is mainly controlled by the general circulation and its mesoscale variability, by a number of
significant synoptic scale processes and by the interaction with topography.
During summer time a strong thermocline tends to form along the Maltese coast.
The difference in temperature can be up to 15 Degrees C between the upper and
lower water body. This thermocline forms during the warm and calm summertime
and disappears again during autumn. During winter time there is no observations
of a thermocline.
The water to be discharged from the outfall will vary between wastewater and
storm water diluted sewage having different temperature and less salinity than
the surrounding waters. The plume is expected to be released at the sea bed and
will rise up through the water until it reaches a level where the density of the surrounding water is the same. The stratification of the ambient water is thus a very
important factor for the dispersion and transport of the effluent.
These effects must be taken into consideration when defining the model set-up
and appropriate boundary conditions for winter and summer situations. Each
plume model simulation shall take into account the following variables:
Ambient current (tide and flood condition)
Meteorological conditions (air and water temperature)
Discharge and intake conditions
Seasonal conditions (winter, summer)
The computational mesh of the model shall be fine enough to resolve the detailed conditions around the outfall structure and to properly resolve the vertical
gradients in temperature and salinity.
The model will be set up for a sufficiently large area around the outlet to cover
the plume extension. The exact size of the area shall be determined in close collaboration with the Employer. The same shall apply for the various scenarios to
be investigated i.e. range of flows, quality of effluent etc.

5.4.1

Stimulation and Results


Model simulations shall be carried out to predict the dilution and spreading of the
effluent to be discharged through the submarine outfall.
Discharge conditions (Qm3/s, T degrees C, Salinity) will be supplied by the Employer.
The findings of the dispersion model shall be elaborated in a report which shall
as a guideline include the following plots for each simulation:

Volume 3 Section 5.0 Plume Model Investigations

Page 5.4

2D maps of iso-contours of dilution (e.g. 1:100, 1:1000, 1:10000) for surface,


mid and bottom layers.
2D maps of exceedance time. (Percentage of time the unit concentration exceeds a given limit)
Time series plots of effluent concentration or dilution at selected locations
A discussion and evaluation of possible changes to meet environmental criterions. The exceedance diagrams will assist in information on the potential for
contamination concentrations exceeding environmental criteria at given locations.

5.4.2

Hydraulic Design of Outfall


The Contractor shall investigate and test a number of diffuser configurations to
optimize the initial dilution patterns, both vertically and horizontally.

5.5

Reporting
The report generated shall be delivered in English and shall include all relevant
plots, tables, discussions and conclusions. The report shall be delivered both
digitally as PDF and as hardcopy and shall include inter alia the requirements
stated in 5.4.2. The Employer shall reserve the right to use the report generated
(as an Appendix) in connection with the project and in particular to conclude an
Environmental Impact Assessment (EIA) being compiled in connection for the issue of a Full Development Permit by MEPA.

VOLUME III
SECTION 6: DOCUMENTATION

Table of Contents
6.1
6.2
6.2.1
6.3
6.3.1
6.3.2
6.3.3
6.3.4
6.3.5
6.3.6
6.4
6.4.1

General
Tender Documentation
Design and Layout of the Submarine Outfall
Documentation after Contract Award
General
QA System
Quality Assurance
Obtaining of Relevant Approvals and Certifications
Civil and Builders Works
Health and Safety during Construction
Final Documentation
As Built Drawings

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

6.2
6.2
6.2
6.3
6.3
6.3
6.4
6.4
6.5
6.5
6.5
6.5

Volume 3 Section 6.0 Documentation

6.1

Page 6.2

General
The documentation is divided into three categories:

6.2

Tender documentation to be submitted by the Tenderer forming part of his tender


submission
Documentation after Award of Contract issued before the Employers TakingOver Certificate (Working documentation)
Final documentation to be submitted before the Tests on Completion (As-Built
documentation)

Tender Documentation
The Tender Documents prepared by the Contractor shall in addition to what is
mentioned in Volume 1 - Section 1 Instructions to Tenderers including the information as specified below.

6.2.1

Design and Lay-out of the Submarine Outfall


The Tenderer's proposal has to contain plan and elevation drawings of all structures. Furthermore the following drawings and calculations must be submitted:
Calculation of the design wave for all sections of the sea outfall based on the
design wave for deep water conditions given in Volume 3 - Section 1 of the
Tender Documents.
Hydraulic calculation for the submarine outfall and the appertaining land side
pipe to the outfall pit
Static calculations for all situations during both construction and after completion of the works, considering all relevant influences such as:

Internal pressures
External loads like buckling and buoyancy
Water hammer
Temperature stresses
Bending stresses
Current forces
Wave forces
Concentrated loads.

Layout drawings for all works including:

Longitudinal section of the pipe


Cross section at all typical sections

Volume 3 Section 6.0 Documentation

Page 6.3

Details of concrete loads


Details of all pipe connections
Layout drawing of all manholes and structures.
Documentation of all materials to be employed
Submission of a method statement explaining all the steps and processes to
be followed during construction

6.3

Documentation after Contract Award

6.3.1

General
Drawings, descriptions and calculations, etc. shall be compiled in a Design Report and be submitted in 4 copies. One copy shall be returned to the contractor
with the, Engineer's comments.
The above-mentioned review of drawings and calculations etc. shall serve as a
spot check only to prove that the documents have been prepared in accordance
with the tender documents. The review shall not in any way relieve the Contractor of his design responsibility for the completed works and his obligations under
the Contract.
During construction, the Contractor shall prepare a set of drawings marked with
changes and additions. Upon completion of the work, this set of drawings shall
be handed over to the Engineer for correction of the original drawings. Drawings
replaced by the Contractor's drawings shall not be corrected.

6.3.2

QA System
Not more than thirty (30) days after the Commencement Date, the Contractor
shall submit a detailed Quality Plan for review by the Engineer. The Plan shall
cover the quality assurance of all aspects of the Works, and contain, as a minimum, the following items:

Organisation chart for quality control


List of Contractors staff to be engaged in quality control and materials testing
together with details of their relevant experience
List of facilities which will be inspected and tested by the Contractor at stages
during implementation of the Works as part of his quality control, together with
inspection procedures and test types
Welding Procedure Specifications (WPS)
Welders Certificates
Results of welds testing
Certificates of materials
Test results of pressure tests
Specifications of equipment and work
Tests, which may become necessary during the execution of the works
Relevant certificates on supplied materials

Volume 3 Section 6.0 Documentation

Page 6.4

Detailed checklist for all installations. The checklist shall be for the
Contractor's own use, documenting the Contractor's own quality control of the
installation.
The plan may be supplemented with additional items from time to time as requested by the Engineer.
The approved Quality Plan shall be followed throughout the performance of the
Contract, unless the Engineer issues specific approvals or instructions to the
contrary. Any approval of the Engineer shall not relieve the Contractor of his obligation to ensure that the Works comply with the Requirements of the Contract.
Quality assurance records, test certificates, reports and daily records of on-site
testing and inspection shall be kept on site during the works, and the results shall
be certified by the responsible member of the Contractors staff.

6.3.3

Quality Assurance
The Contractor shall nominate a Quality Assurance Firm for this Tender. The appointed firm shall through the Contractor submit a Quality Plan drawn up for the
works to be carried out under this Tender as part of the Tenders Enclosures.
The Quality Assurance services shall include but not be limited to the following
functions:

The establishment and implementation of control procedures to ascertain


compliance with design specifications
The confirmation that workmanship standards and materials specifications are
attained and maintained
Assist the Engineer in Quality related issues and technical matters
To be present during the testing of materials as specified in the tender documents and the Quality Plan
Presence during site, progress and project management meetings on the Engineers request
The drawing up of a quality manual upon completion of the project. This manual shall include full tractability and documentation procedures for the execution of the outfall, work methods and testing procedures
In essence the Quality Assurance Firm shall ascertain that the project construction works are delivered according to the specifications and that all planned and
systematic procedures are duly complied with.
The Quality Assurance Firm shall report directly to the Engineer in connection
with the execution of the overall project.
The provisional sum is being included in the Schedule of Prices. This sum shall
be paid against approved invoices submitted.

6.3.4

Obtaining of Relevant Approvals and Certifications


The Contractor shall obtain any relevant approvals and certificates required by
the Local Authorities in relation to the project.

Volume 3 Section 6.0 Documentation

6.3.5

Page 6.5

Civil and Builders Works


The Contractor shall prepare and submit detailed design drawings and calculations to the Engineer for approval. The drawings shall be fully dimensioned to
show the following:
All bases, plinths, anchors, fasteners, thrust blocks, etc.
All holes, pockets and openings in floors, walls or roof to accommodate and
support the equipment, pipes etc.
All pipe connections, manhole covers, frames and step-irons
All static and dynamic forces transmitted to the structure
Concrete dimensions, reinforcement and details.

The detailed design to be submitted contains:

6.3.6

All structures of the Sea Outfall


Retaining walls, if any
Manholes, if any
All details of pipes, as concrete loads, pipe connections. etc.

Health and Safety during Construction


The Contractor shall during the construction period comply with all aspects of
current requirements in connection with health and safety. Refer to Volume II Section 3 Special Conditions, Clause 4.8.
The Employer will transfer his responsibilities and activities for the Occupational
Health and Safety (OHS) to the Contractor and the Safety and Health Plan
document shall be prepared and maintained by the Contractor and must be approved by the Engineer.

6.4

Documentation

6.4.1

As-Built Drawings
The Contractor shall prepare and submit to the Engineer for approval, at the latest, 28 days before Tests on Completion, duly amended 4 copies of the As-Built
Drawings. These accurate record drawings shall be fully dimensioned to show
the locations, elevations, dimensions and other pertinent details of the works
executed.
Within 21 days of receipt of the above drawings, the Engineer shall return to the
Contractor 2 copies of the drawings showing the amendments required by the
Engineer. Within 21 days of receipt of the amended drawings the Contractor shall
issue to the Engineer 4 copies and 1 soft copy of the amended drawings.

VOLUME III
SECTION 7: LANDSCAPING WORKS

Table of Contents

7.1
7.1.1
7.1.2
7.1.3
7.2
7.2.1

Rugged Block Covering


General
Materials
Requirements and Workmanship
Hard and Soft Landscaping
General

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

7.2
7.2
7.2
7.2
7.3
7.3

Volume 3 Section 7.0 Landscaping

7.1

Rugged Block Covering

7.1.1

General

Page 7.2

Stones from the excavation shall be used to cover the concrete slab on top of the
onshore trench. In order to keep the rock covering in place, especially in the surf
zone, the stones shall be cast into the concrete cover of the trench.
References
The Structure Plan for the Maltese Islands available at:
http://www.mepa.org.mt/planning/index.htm?pln_fbk_str_pln.htm&1

7.1.2

Paragraph 7.16
Policy BEN 17
RCO 6.

Materials
Rugged block stones shall be derived from excavated rock material.

7.1.3

Requirements and Workmanship

Detailed design
The Contractor must design the rock covering. The stones shall be placed in a
manner so that no concrete is visible and the cover blends into the natural surroundings.
Execution
These stones shall be neither too small nor too large.
The stones shall be of a irregular shape and bound together by means of cement
and mortar, which mortar must not be visible.
CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Volume 3 Section 7.0 Landscaping

Page 7.3

Cleaning
It is the responsibility of the Contractor to clean all performed work.
All excess mortar and mortar smears have to be removed as work progresses.

7.2

Hard and Soft Landscaping

7.2.1

General
Hard and Soft Landscaping is an essential part of enhancing and improving the
visual impact of the land to sea transition of the outfall at the shore.
The aim is to help the proposed structures blend into their natural surroundings
by hard and soft landscaping.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 4
FINANCIAL BID
BREAKDOWN OF THE OVERALL PRICE IN LUMP-SUM CONTRACTS

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

VOLUME 4
BREAKDOWN OF THE OVERALL PRICE

Section 4.1

Breakdown of the lump-sum price

Subsection 4.1.1

Introduction

Sub-Section 4.1.2

Breakdown of tender price

Subsection 4.1.3

Summary

4.1.1 Preamble

1. GENERAL
Payment of all items will be made on a lump-sum basis in accordance with the Conditions of
Contract. The item descriptions given in the breakdown in no way limit the Contractor's
obligations under the contract to provide all the works described elsewhere.
All items must be priced in Euro.
The tender price must/must not include taxes, customs and import duties that are levied in
accordance with the laws and regulations of the state of the Contracting Authority on the
production, manufacture, sale and transport of the Contractor's plant, machinery, materials
and supplies to be used on or furnished under the contract.
This information should be provided separately.
Notwithstanding any limits which may be implied by the wording of individual items, the
Contractor accepts that the amounts entered are works that are complete in every respect.
He will be deemed to have taken full account of all requirements and obligations, whether
expressed or implied, covered by all parts of this contract and to have priced the items herein
accordingly. The amount must therefore include for all incidental and contingent expenses
and risks of every kind necessary to construct, complete and maintain the whole of the works
in accordance with the contract. Unless separate items are provided in the breakdown, rates
and sums include all costs involved in the various items in the breakdown.
The amounts entered by the Contractor against all items in the breakdown must accurately
reflect the cost of carrying out the work described in the contract. All costs, commissions and
other charges (unless separately itemised) applicable to the contract as a whole must be
spread across all amounts in the breakdown, whereas those applicable to specific sections of
the contract are to be spread only over the items to which those sections refer.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

The amounts entered in this schedule will be used for calculating payments and interim
payments and for valuing variations.
- Provisional sums must not be used for (such parts of the) works which tenderers are
required to price;
- The scope must be excluded from the other elements of the contract price;
- Provisional sums should be sufficient for their purpose; they do not by themselves allow cost
overruns to be paid from other sources than provided for in the contract.
2. PAYMENTS
Monthly payment
Where an item in the breakdown is priced as a "sum", payment will be made pro-rata
corresponding to actual progress of the Works, as determined by the Engineer.
Note: Any discounts offered at the tendering stage are only valid for the works
specified in the technical offer.

Retention monies
Retained monies will be held back in accordance with the provisions of the contract.

CONSTRUCTION OF A SUBMARINE OUTFALL AT TA BARKAT L/O XGHAJRA

Potrebbero piacerti anche