Download as pdf or txt
Download as pdf or txt
You are on page 1of 59

Tender Notice

For
Green House Construction
INTER-AMERICAN INSTITUTE FOR COOPERATION ON AGRICULTURE (IICA) UNDER THE
CANADIAN INTERNATIONAL DEVELOPMENT AGENCY (CIDA) FUNDED IMPROVING
JAMAICA’S AGRICULTURAL PRODUCTIVITY (IJAP) PROJECT invites suitable firms to submit
Technical and Price Proposals to fabricate and Install a total of forty greenhouses in the parishes of St. Elizabeth,
Manchester, Trelawny, St. Ann and Clarendon.

The main deliverables of this Contract include:


¾ Fabricate greenhouses as per engineering drawings and technical specifications provided and undertake
construction/ erection, alignment and orientation of greenhouses in accordance with the technical
specifications provided in the manual of “Jamaican Greenhouse Designs”.
¾ The greenhouses shall be a turn key inclusive of irrigation and fertigation systems and all accessories to
facilitate immediate crop cultivation.
¾ The greenhouses are designed and should be fabricated and installed to withstand tropical wind speed of up
to 180 km/hr.

The firms should:


¾ Demonstrate a minimum of ten (10) years experience in the fabrication and installation of tropical
greenhouses within hurricane prone countries.
¾ Demonstrate the successful completion of at least five (5) major projects involving greenhouse fabrication
and installation.

The technical proposal should include:


¾ Company profile with detailed resume of all members of the proposed project team.
¾ Experiences in providing similar services.
¾ A detailed work plan to deliver the required output.
¾ Demonstrate that the firm has financial capability to undertake a project of this magnitude.
¾ References from at least two clients that obtained similar service of greenhouse fabrication and installation.

The price proposal should include:


¾ Detailed prices for the greenhouse, irrigation and fertigation system and installation cost.
¾ Prices should be quoted in Jamaican dollars.

Tenders must be accompanied by: 1) valid Tax Compliance Certificate (TCC) and 2) Company Registration
(overseas applicants are being asked to provide the respective country equivalent).
1. Interested eligible persons or companies may obtain a complete set of Terms of Reference (TOR) in English
at the address below or the following website: www.iica.int/jamaica

Completed tenders must be placed in the tender box located in the reception area of the Inter-American Institute for
Cooperation on Agriculture office located at the address below by 2:00 p.m. Wednesday, June 10, 2009. IICA
reserves the right to accept or reject any or all tenders.

IICA/IJAPP
P.O. Box 349
Hope Gardens
Kingston 6
Jamaica, West Indies
Or by email to: agricultureorganization@yahoo.com
INTER-AMERICAN INSTITUTE FOR COOPERATION ON AGRICULTURE
(IICA)

TENDER FOR THE PROVISION OF GREEN HOUSE FABRICATION AND


INSTALLATION SERVICES
UNDER THE
CANADIAN INTERNATIONAL DEVELOPMENT AGENCY
FUNDED

IMPROVING JAMAICA’S AGRICULTURAL

PRODUCTIVITY PROJECT
(Green House Component)

REQUEST FOR PROPOSAL

[CONTRACT NO.: IJAP 2009/005]


Inter-American Institute for Cooperation on Agriculture
P.O. Box349
Hope Gardens
Kingston 6
Jamaica, WI

Improving Jamaica’s Agricultural Productivity Project


Page 2 of 30

TABLE OF CONTENTS

Contents 
TABLE OF CONTENTS ...................................................................................................................2 
LIST OF ACRONYMS .....................................................................................................................3 
INVITATION TO TENDER .............................................................................................................4 
1.0  INTRODUCTION ...............................................................................................................6 
INSTRUCTIONS TO SERVICE PROVIDERS .................................................................................7 
2.0  Eligibility ........................................................................................................................7 
3.0  Cost Estimates .................................................................................................................7 
4.0  Payment ..........................................................................................................................7 
5.0  CLARIFICATION ................................................................................................................7 
6.0  PREPARATION OF PROPOSAL ..........................................................................................8 
7.0   PROPOSAL FORMAT AND CONTENT .................................................................................9 
8.0  SUBMISSION OF THE PROPOSAL ....................................................................................10 
9.0  EVALUATION OF PROPOSALS ...........................................................................................11 
10. NEGOTIATION AND CONTRACT AWARD ...............................................................................15 
11.  PROPERTY .....................................................................................................................15 
APPENDIX A: Terms of Reference ..........................................................................................16 
1.0  BACKGROUND.......................................................................................................................17 
2.0.0. Scope of Work ..................................................................................................................17 
3.0.0. Specific Scope of Work .......................................................................................................18 
3.1.0. JAMAICAN GREENHOUSE BUILDING STANDARD ...........................................................18 
4.0.0 Main Deliverables of the Contract .........................................................................................22 
7. REPORTS ...............................................................................................................................23 
8. MONITORING AND EVALUATION .........................................................................................24 
APPENDIX B:  PROFILE OF SERVICE PROVIDER .........................................................................25 
APPENDIX C:  SUBMISSION FORM -TECHNICAL PROPOSAL ........................................................27 
APPENDIX D:  SUBMISSION FORM - PRICE PROPOSAL ...............................................................28 
APPENDIX E:  TEAM COMPOSITION AND TASK ASSIGNMENTS......................................................................29 
APPENDIX F: .......................................................................................................................................30 
APPENDIX F1:  TECHNICAL SPECIFICATIONS ...........................................................................................30 
APPENDIX F2:  DRAWINGS .................................................................................................................30 
Page 3 of 30

LIST OF ACRONYMS

CARICOM - Caribbean Community


CARIFORUM - Caribbean Forum of African, Caribbean, and Pacific States
CDB - Caribbean Development Bank
CIDA - Canadian International Development Agency
EEZ - Exclusive Economic Zone
EU - European Union
FAO - Food and Agriculture Organisation of the United Nations
FBIRP - Fishing Beach Infrastructure Rehabilitation Programme
FD - Fisheries Division
GOJ - Government of Jamaica
IDB - Inter-America Development Bank
IICA - Inter-American Institute for Cooperation on Agriculture
MAT&CBP - Modern Agricultural Technology & Capacity Building
Programme
MOA&F - Ministry of Agriculture & Fisheries
PIU - Project Implementing Unit
RADA - Rural Agriculture Development Authority
RDP - EU Banana Support Programme - Rural Diversification Project
UNCED - United Nations Conference on Environment and Development
USAID - United States Agency for International Development
Page 4 of 30

INTER-AMERICAN INSTITUTE FOR COOPERATION ON


AGRICULTURE
INVITATION TO TENDER

GREEN HOUSE FABRICATION & INSTALLATION


FOR
RURAL AGRICULTURAL DEVELOPMENT AUTHORITY
MINISTRY OF AGRICULTURE & FISHERIES

Through a grant donated by the Canadian International Development Agency (CIDA) and
counterpart funding from the Government of Jamaica (GOJ) the Inter-American Institute for
Cooperation on Agriculture is executing the Improving Jamaica’s Agricultural
Development Agency which is being implemented by the MOA&F. The project will be
constructing/fabricating forty (40) green houses over two years in the parishes of Clarendon,
Manchester, St. Ann, Trelawny and St. Elizabeth.

The Inter American Institute for Cooperation on Agriculture (IICA) now invites sealed bids
from eligible Tenderers for the provision of Green House Fabrication and Installation
services.

Interested Tenderers must have:

™ Valid Tax Compliance Certificate or the equivalent for specific counties


™ Company Registration
™ Audit Financial Statements for up to 2007
™ Bankers Guarantee

Tenderers may obtain further information, inspect tender document at the address given
below as of Wednesday, May 20, 2009 through to Friday, June 5, 2009 between the hours of
9:00 AM and 12:00 noon. Information on site inspection will be given at this time.

Inter-American Institute for Cooperation on Agriculture


P.O. Box 349
Hope Gardens
Kingston 6
Jamaica, WI

Completed tender document together with all required enclosures must be placed in a plain
envelope clearly marked:
Page 5 of 30

TENDER FOR THE CONSTRUCTION AND INSTALLATION OF GREEN HOUSES

All tenders must be placed in the Tender Box at the Offices of Inter-American Institute for
Cooperation on Agriculture, Hope Gardens, St. Andrew on or before 2:00 pm

Wednesday, June 10, 2009.


Tenders will be opened in the presence of Tenderers or their representatives who choose to
attend on Wednesday, June 10, 2009 at 2.10 pm in the Conference Room, Inter-
American Institute for Cooperation on Agriculture, Hope Gardens, St. Andrew.
Page 6 of 30

REQUEST FOR PROPOSAL

1.0 INTRODUCTION

The Agricultural sector although significantly important to the development of rural life and
its contribution to food security has for many years encountered the problem of declines in
productivity and lack of a structured approach to production and distribution of food. This
project is crafted with the aim of addressing these issues through applied research,
development and technology, the promotion of environmentally friendly production practices
through capacity building and ensuring the diversification of rural economies. For more than
a decade the sector has been characterized by:
• Low production
• High prices
• Inconsistent supplies
• Variable quality

In addition, several stakeholders have lamented the fact that one or a combination of the
above factors has lead to their demise in the international markets. Based on field visits and
prior knowledge, the existing production systems result in low productivity, inconsistent
supplies and quality, and high unit production costs due to the following:
• Limited implementation of Good Agricultural Practices (GAPs) & Integrated Crop
Management (ICM)
• Low production technology
• Limited Farm infrastructure
• Poor Water supply in selected areas
• Inefficient water use where it is available
• Limited technical knowledge
• Limited technical support

The components to this project: research, training, and commercial greenhouse clusters with
post harvest facility presents an opportunity to change the current landscape in the Jamaican
agricultural sector to a technology driven sector with increased efficiencies and productivity
and create linkages to high value sectors such tourism and agro processing.

The activities within the horticultural sector will focus on assisting the sector by promoting
new technologies and improved production practices. These activities include:
• Research and development
• Market research (demand, supply, pricing mechanisms)
• Training and Technical Assistance
• Establishing a structured distribution mechanism
• Commercial deployment of greenhouses

Details of the service required are provided in The Terms of Reference in Appendix 1 and
Consultants are invited to submit Proposals for delivery of this service.

The proposal will be the basis for contract negotiations and ultimately a signed contract with
the selected firm.
Page 7 of 30

INSTRUCTIONS TO SERVICE PROVIDERS

2.0 Eligibility

2.1 The Service Providers must have the background and experience outlined in
the Terms of Reference.

2.2 The Inter-American Institute for Cooperation on Agriculture (hereinafter


`IICA’) will reject a proposal for award if it determines that the firm
recommended for award has engaged in corrupt or fraudulent activities in
competing for the contract in question.

2.3 The successful Service Providers must be prepared to formalize and sign the
Contract with the IICA within fifteen (15) working days of notification of the
award.

3.0 Cost Estimates

3.1 Rates quoted by the Consultant/Company, (hereinafter the `Service Provider’),


will remain valid for the period of the contract.

3.2 IICA and the Ministry of Agriculture will select the Service Provider whose
offer provides the greatest overall benefit and value for money.

3.3 IICA and the Ministry of Agriculture will not be liable for any costs
incurred by the Service Provider in preparing, submitting or otherwise
associated with responding to this Request for Proposal.

4.0 Payment

Payment for the services shall be made within fifteen (15) days of satisfying the
reporting requirements or deliverables agreed on as well as the submission of the
relevant Invoice and supporting documentation.

5.0 CLARIFICATION

5.1 Service Providers may request clarification of any of the RFP documents up to
five (5) days before the deadline for submission of the Proposals. Any request
for clarification must be sent in writing, or by standard electronic means to the
address indicated below:
Page 8 of 30

1. Project Manager, Green House Component


c/o IICA
Hope Gardens
Kingston 6

Tel#: (876) 927-1248


Cell# (876) 564-7074
Email: ijap.ghu@gmail.com

Response will be given in writing, or by standard electronic means and will be sent to
all service providers. Should IICA deem it necessary to amend the RFP because of a
clarification, it shall do so following the procedure in the following paragraph.

5.2 At any time before the submission of Proposals, IICA may amend the RFP by issuing
an addendum in writing or by standard electronic means. The addendum shall be sent
to all service providers and will be binding on them. Service providers shall
acknowledge receipt of all amendments. To give service providers reasonable time in
which to consider an amendment in their Proposals IICA may, if the amendment is
substantial, extend the deadline for the submission of Proposals.

6.0 PREPARATION OF PROPOSAL

6.1.1 Service providers should carefully review this Request for Proposal and all its
provisions. Proposals shall include all the documents and information requested.
Failure to do so will result in rejection of the Proposal.

6.1.2 Service providers may only submit one proposal. If a service provider
submits or participates in more than one proposal, such proposals shall be
disqualified. However, this does not limit the participation of the same sub-contractor,
including individual experts, to more than one proposal.

6.1.3 Proposals should be word processed/typewritten, signed and/or stamped by


The Service Provider or in the case of a firm by an authorized representative.

6.1.4 An authorized representative of the firm must initial all pages of the proposal
the appropriate stamp should also be affixed.

6.1.5 All corrections and/or corrections should be initialed, dated and alternatively,
stamped by the person signing the Proposal.
Page 9 of 30

6.2 Language of Proposal

The Proposal as well as all related correspondence exchanged by the


Consultants and the Client shall be in the English language.

7.0 PROPOSAL FORMAT AND CONTENT

.1 Technical Proposal Format

The Technical Proposal shall provide the information indicated in the


following paragraphs:

a. Description of the service provider’s organization and an outline of related


experience of the associated professionals.

b. A description of the approach, methodology and work plan for performing


the assignment covering the following subjects: technical approach and
methodology, work plan, and organization and staffing schedule.

c. The list of the proposed Professional staff team by area of expertise, the
position that would be assigned to each staff team member, and his or her
tasks. (Appendix E)

d. Curriculum Vitae’s of the Professional staff signed by the staff themselves


or by the authorized representative of the Professional Staff.

e. List of similar work carried out by the service provider within the last 5
years with information to facilitate verification such as addresses,
locations, contact persons and telephone numbers.

f. The Technical Proposal shall not include any price information. A


Technical Proposal containing price information will be declared non-
responsive.

g. Any other information relevant to the completion of the assignment.

.2 Price Proposals

The Price Proposal in Jamaican Dollars must be in a separate envelope,


clearly labelled price proposal and shall list all costs associated with the
assignment. These costs should be broken down by activity. All activities and
items described in the Technical Proposal must be priced separately; activities
and items described in the Technical Proposal but not priced, shall be assumed
to be included in the prices of other activities or items.
Page 10 of 30

8.0 SUBMISSION OF THE PROPOSAL

.1 The Service Provider shall :

a) Submit an original and three (3) copies of the Technical and Price
Proposal in separate sealed envelope clearly marked with the Service
Description and placed in the Tender Box at the address given below:

REQUEST FOR PROPOSAL

TENDER FOR THE CONSTRUCTION/FABRICATION OF GREEN HOUSES

Inter –American Institute for Cooperation on Agriculture


Hope Gardens
Kingston 6

b) Submit a copy of following documents:


• Valid Tax Compliance Certificate or the equivalent for specific
countries
• Company Registration
• Audit Financial Statements for 2005- 2007

Selected service provider will be required to provide IICA with a


Bankers Guarantee to the value of the mobilization funds.
The Technical Proposal shall be marked “ORIGINAL” or “COPY” as
appropriate. All required copies of the Technical Proposal are to be made
from the original. If there are discrepancies between the original and the
copies of the Technical Proposal, the original governs.
8.2 The original and all copies of the Technical Proposal shall be placed in a
sealed envelope clearly marked “TECHNICAL PROPOSAL” Similarly, the
original Price Proposal shall be placed in a sealed envelope clearly marked
“PRICE PROPOSAL” “DO NOT OPEN WITH THE TECHNICAL PROPOSAL”.
The envelopes containing the Technical and Price Proposals shall be placed
into an outer envelope and sealed. This outer envelope shall bear the
submission address and be clearly marked “DO NOT OPEN BEFORE JUNE 10,
2009. The Client shall not be responsible for misplacement, losing or
premature opening if the outer envelope is not sealed and/or marked as
stipulated. This circumstance may be cause for Proposal rejection. If the Price
Proposal is not submitted in, a separate sealed envelope duly marked as
indicated above, this would constitute grounds for declaring the Proposal non-
responsive.
Page 11 of 30

8.3 Service Providers or their authorized representative should deposit proposals


in the tender box at the office of the Inter-American Institute for Cooperation
on Agriculture on or before 2:00 p.m on Wednesday, June 10, 2009. Any
proposal received after the deadline for submission shall be returned
unopened.
8.4 Opening of Proposals
Technical Proposals will be opened in the presence of service providers or
their representatives who choose to attend on Wednesday, June 10, 2009 at
2:10 pm in the Conference Room, Inter-American Institute for Cooperation
on Agriculture Hope Gardens, Kingston 6. The names of the consulting
firm/individuals will be recorded.
The envelopes with the Price Proposal shall remain sealed and securely stored
for evaluation after short listed candidates are selected. Only Price Proposals
for shortlisted candidates will be opened.

8.5 From the time the Proposals are opened to the time the Contract is awarded,
the Consultants should not contact the Client on any matter related to its
Technical and/or Price Proposal. Any effort by Consultants to influence the
Client in the examination, evaluation, ranking of Proposals, and
recommendation for award of Contract may result in the rejection of the
Consultants’ Proposal.
Evaluators of Technical Proposals shall have no access to the Price Proposals
until the technical evaluation is concluded.

9.0 EVALUATION OF PROPOSALS

9.1 Evaluation of Technical Proposals

The evaluation committee shall evaluate the Technical Proposals based on


their responsiveness to the Terms of Reference, applying the evaluation
criteria, sub-criteria, and point system specified in the Evaluation Method.
Each responsive Proposal will be given a technical score. A Proposal shall be
rejected at this stage if it does not respond to important aspects of the RFP.

9.2 Evaluation of Price Proposals

After the technical evaluation is completed, the price proposals for short listed
service providers will be opened and the total prices read aloud and recorded.
The Evaluation Committee will correct any arithmetical errors. When
correcting arithmetical errors, in case of discrepancy between a partial amount
and the total amount, or between word and figures the former will prevail.

The currency that shall be used for evaluation and comparison purposes is
Jamaican dollars. Proposals submitted in any other currency will be deemed
non-responsive.
Page 12 of 30

Proposals will be ranked according to their combined technical and price


scores. The firm achieving the highest combined technical and price score will
be selected for the contract.

9.3 EVALUATION METHOD

The Company/Individual earning the most points will be selected for the
contract. The maximum points to be earned are 100 points, 60 points for the
Technical Proposal, and 40 points for the Price Proposal.

1. Criteria for evaluation of Technical Proposals

The Evaluation Committee will assess the Proposals based on their


responsiveness to the Terms of Reference, applying the criteria as follows
Page 13 of 30

Appraisal Rating Sheet for Technical Service Providers - IJAP Project


IICA Office in Jamaica

__________________________
NAME of Tenderer: _____________________________ Total Score:

1. Experience in designing and constructing/fabricating Tropical Green Houses:

Maximum score: 20

5 10 15 20 SCORE
over 5 years to less than 7 7 years to less than 8 yr. 8yrs. to less than 10 yrs. 10 yrs. and over
experience experience experience experience

2. Successful Verifiable Projects completed in the construction /fabrication of Tropical Green Houses in the last 5 years:

Maximum score: 10

2 4 6 8 10 SCORE
1 to 2 2 to 3 3 to 4 4 to 6 7 years and over

3. Experience and qualification of the professional that will be assigned to the project:

Maximum score: 10

2 4 6 8 10 SCORE
Diploma and less than Diploma and over B.Sc and over B.Sc and over M.Sc and over 5
5 years experience 5 years experience 2 yr. experience 5 yrs. experience yrs. experience
Page 14 of 30

4. Experience in Project Management

Maximum score: 10

2 4 6 8 10 SCORE
over 2 years to less 3 years to less than 5yrs. to less than 8 yrs. 8yrs. to less than 10 10 years and
than 3 experience 5yr. experience experience yrs. experience over experience

5. Demonstrated Financial Management Capability

Maximum score: 10

2 4 6 8 10 SCORE
Audited Fin. Marginal Audited Fin. Audited Fin. Audited Fin. Audited Fin.
Statement 2004 Statement 2005 Statement 2006 Statement 2007 Statement 2007
and Un -audited
Fin. Statement
2008

Evaluators Comments

………….…………………………………………………………………………………………………………………………………...

………………………………………………………………………………………………………………………………………………

………….…………………………………………………………………………………………………………………………………..

Name of Evaluator: ________________________________________

Signature: _______________________________________________

Date: __________________________________________________
Page 15 of 30

1. FORMULA FOR DETERMINING THE SCORES FOR THE PRICE PROPOSALS

Pp = 40 x PL/PC

Where Pp is the price score, PL is the lowest and PC is the price of the proposal under
consideration.

10. NEGOTIATION AND CONTRACT AWARD

10.1 Having selected the firm, IICA and MoA&F expects to negotiate a Contract
based on the experts named in the Proposal. Before Contract negotiations,
MoA&F will require assurance that the team members will actually be
available. MoA&F will not consider substitutions during Contract
negotiations unless both parties agree that undue delay in the selection process
makes such substitution unavoidable or that such changes are critical to meet
the objectives of the assignment.

10.2 Unsuccessful Service Providers will be notified.

11. PROPERTY

Tender responses become the property of the IICA upon receipt and shall not be
returned.

15
Page 16 of 30

APPENDICES

16
Page 17 of 30

APPENDIX A: Terms of Reference

Jamaican Greenhouse Fabrication and Construction

1.0 Background
The Ministry of Agriculture has recognized greenhouse horticulture as one of the strategies to
be used, to modernize and transform agricultural production. Greenhouse farmers have
experienced significant increases in yields, longer harvesting time, and protection against
weather, pests and diseases. The success of greenhouse horticulture has resulted in re-
investment by existing growers and attracted new investors. Consequently, the number of
houses and area under protective cultivation has grown rapidly in recent years and is
expected to continue this trend.

In 2004, Ivan a Category 5 hurricane, passed in close proximity to Jamaica and caused
extreme damage to the local agricultural sector. On August 19, 2007, Jamaica was impacted
by the Category 4 Hurricane Dean. Extreme winds surpassing 180 km/hr caused extensive
damage to greenhouse infrastructure and crops. The damage to greenhouses caused by
Hurricane Dean has prompted the present concern about the resilience of greenhouses, their
resistance to hurricane force winds, and how this is affected by factors such as their
geographic location, orientation with respect to wind direction, design and construction. The
capacity of greenhouse structures to withstand earthquake forces, must also be a priority
consideration in the fabrication and construction of greenhouses for Jamaican conditions.

2.0.0. Scope of Work

2.1 The goal of this project is to assist the Ministry of Agriculture (MOA), Rural
Agricultural Development Authority (RADA) and greenhouse growers in greenhouse
fabrication, alignment, construction and structural orientation. The contractor(s) are
expected to fabricate greenhouse structures as per engineering drawings and technical
specifications provided and undertake construction / erection, alignment and
orientation of greenhouses in accordance with the technical specifications provided
in the manual of “Jamaican Greenhouse Designs”.

2.2 The fabricated greenhouses shall meet minimum standards for hurricane and
earthquake resistance, and recommendations for mitigating damage due to these natural
events. The analysis should take into account material selection, dimension, shape,
orientation, joint details, fabrication and construction details, ventilation system and
temperature regulating features, and their suitability for economic production of crop
currently being produced in these buildings under Jamaican farming conditions.

17
Page 18 of 30

2.3 The greenhouse fabrication and construction contractor shall not be restricted to or be
required to carry out only those portions indicated on the drawings. Items not indicated
on the drawings but are required by specifications to complete the greenhouse in
accordance with hurricane and earthquake resistance and best standard practice, shall be
furnished and discussed with the contracting body and installed by the fabrication and
construction contractor, in accordance with minimum standards.

2.4 Examine solar energy as a possible power source for ferti- irrigation of Jamaican
greenhouses. Review and devise a workable and low cost solar energy system for use in
conjunction with the ferti-irrigation infrastructure recommended for the Jamaican
greenhouses.

3.0.0. Specific Scope of Work


3.1.0. Jamaican Greenhouse Building Standard
3.1.1. Fabricate a standard Jamaican greenhouse Building in accordance with the
Jamaican greenhouse design standards, which includes, joints, bracings,
foundation, flooring, height, antiviral netting material and roofing plastic,
lightning protection, Ferti-irrigation control systems, Drip line spacing and
materials standards to meet the following conditions:
3.1.1.1Category 3 hurricane resistance to wind speeds in excess of 180km/hr with the
cladding materials removed.
3.1.1.2. Correlating maximum strength with minimum cost
3.1.1.3 Materials grades, and relevant local and international standard
3.1.1.4. Ventilation Capacity
3.1.1.5. Drainage
3.1.1.6. Prevention of a sick building syndrome and conforming to all local
governmental health and safety codes and stipulations.
3.1.1.7. A minimum design specification devoid of welded joints, inclusive of:
materials recommendations - double galvanized steel tube structural material
of not less than 2.0 mm thickness.
3.1.1.8. Diagonal bracing members to be included at front and sides of ends of
greenhouse. The bracing to be included should preserve the integrity of the
load bearing capacity of the structure; particularly wind load.

3.1.2. Minimum standard for roof covering material:


3.1.2.1. UV absorbing, 30% light blocking translucent (opaque), protective
Polyethylene (PE) Plastic which is suited to tropical climatic conditions and
treated with additives to reduce condensation.

3.1.2.1. Minimum 6 mils (180 – 200 microns) gauge PE plastic treated to


block entry of near infrared radiation (280-400 Nm) while facilitating an
optimal balance of photo-synthetically active radiation required for
tropically grown crops.

3.1.2.2. Strength and durability to withstand Jamaica's normal tropical wind speeds and
rain intensity, without having to be removed.
18
Page 19 of 30

3.1.2.3. Locking mechanism attachment feature such as those constructed of UV treated


PVC profile, UV treated PVC male and galvanized or aluminum channel that
allow easy, rapid removal and replacement of the material prior to and after the
passing of a weather event such as storms and hurricanes.
3.1.3. Minimum standards for side covering:
3.1.3.1. Antiviral netting (50 mesh), treated with UV radiation absorbing additives, non-
corrosive material which will allow entry of the optimum light wavelength for tropical
crop production.
3.1.3.2. Strength and durability to withstand Jamaica's normal tropical wind speeds and
rain intensity, without having to be removed.

3.1.3.3. End walls to be constructed of antiviral netting (50 mesh, 16 x 20) floor to
roof
3.1.3.4. Locking mechanism attachment feature such as those constructed of UV
treated PVC profile and one UV treated PVC male and galvanized channel that allow
for easy, rapid removal and replacement of the material prior to and after the passing
of a weather event such as storms and hurricanes.

3.1.3.5. Material care and replacement recommendations, to maintain a safe and


productive crop growing environment.

3.1.4. Entry and Exit Chamber minimum standards.


3.1.4.1. Double door entrance and exit vestibule / chamber. Door frames and hinges
sealing tightly shut for insect exclusion. Both doors should be hinged to open on the
same side of the chamber with inner door opening out and outer door opening in.

3.1.4.2. Dimensions of chamber should be 6 feet long x 6 feet wide x 10 feet high; sufficient
to allow for the holding of harvesting containers while facilitating entrance – exit.

3.1.4.3. Inner foot bath of minimum dimension 18” x 32” x4” to contain sterilizing media
and/or sterilizing liquid. Outer foot bath of minimum dimension 18” x 32” x 6” to
contain 3” treated mild steel grating and water. Units to be designed for easy drainage
and cleaning.

3.1.4.4. Roofing of entry-exit chamber should be constructed with 6mils (180-200


microns) PE plastic and should slope 450away from the greenhouse structure.

3.1.5. Where more than one structure are constructed side by side there should be
minimum 12 feet spacing between structures, to prevent mutual shading and
to facilitate air movements and management actions.

3.1.6. Horizontally orientated passive ventilation openings, running the entire


length of the roof, covered with UV absorbing insect-proof screen (50 mesh)
to dissipate hot air but prevent the entry of insects.

3.1.6.1. The ventilation opening should be minimum 15% of the total floor area and
protected by an arched canopy of UV absorbing PE plastic, placed minimum 2 feet

19
Page 20 of 30

above ventilation opening to allow for the exit of hot air but prevent the entry of
rainfall.
3.1.6.2. When roof ventilation openings are combined with sidewall ventilation
openings, the ratio of their sum to the surface floor area of the greenhouse should be
no less than 0.60: 1 .

3.1.7. Plumbing fittings and water quality standards. This must conform to at least
the local building, health and food safety codes/standards.

3.1.8. Electrical connections and wiring; where indicated shall be in accordance


with local building code.

3.1.9. The crop support infrastructure should be a non-corrosive crop trellising


system which should be placed at a height of 3 meters above the floor of the
house and should evenly distribute the fruit load throughout the house
structure. The system should be able to support a minimum load of 30 kg/m2
and a concentrated load of 150 kg.

3.1.10. Gutters and down spouts should be sized with the capacity to handle
average rainfall intensities exceeding 3 inches per hour.
3.1.10.1. Gutters and downspouts should be constructed of double dipped galvanized steel
sheet or UV treated smooth PVC pipes.

3.1.11.0. Ferti-irrigation infrastructure should include the following components: 1000 gallons
water storage tanks, Filtration System, mixing tanks, injectors, main lines, laterals,
pressure compensating emitters with spaghetti drip tubes with 4-way adaptors. All
components should ideally be constructed of white plastic material in order to manage the
temperature of applied nutrient solutions.

3.1.11.1. Filtration system should comprise the following minimum features: a 2 inches
disc filter to be fitted before storage tank and a 1 inch screen filter to be fitted after fertilizer
connections

3.1.11.2. Fertilizer mixing tanks should have a maximum capacity of 200 litres.

3.1.11.3. The injector unit should be a venturi pumping device of maximum 1 inch
diameter.

3.1.11.4. Main ferti-irrigation lines should be polyethylene (PE) pipe of 32 mm diameter.

3.1.11.5. Lateral ferti-irrigation lines should be PE pipes of maximum 16 mm in diameter.


Each drip line should be spaced 5.5 feet apart and be fitted with a PE dripline-valve for
individual line control.

3.1.11.6. The system should be fitted with self compensating emitters with minimum flow
rate of 2.0 litres per hour and spaghetti tubes with 4-way adaptors; to lend flexibility to the
types of growing systems that can be used.

20
Page 21 of 30

3.1.12.0. Corridors to be installed at the front, rear and sides of structure to improve air
circulation and to facilitate pedestrian traffic around the perimeter of the structure.
The corridor should be supported by a reinforcement of minimum 7 chords of 5
mm each around the entire perimeter. The reinforcement wires should be fixed to
the foundation of the structure by wire stretchers.

3.2.0. Greenhouse to be fabricated and installed


3.2.1. Two (2) standard models will be fabricated for use under Jamaican farming
conditions. One model for elevations of 1500 ft and more above sea level
and another model for elevations below 1500 ft. above sea level.

3.2.1.1. The housing structure should be maximum 30 feet wide with centre pillars, placed
at maximum 10 feet intervals, running the entire length of the house.

3.2.1.2. All systems should be constructed to allow for optimum passive ventilation
without allowing the entry of rainfall.

3.2.1.3. The greenhouses to be constructed for elevations less than 1500 feet above sea
level should have variations in house height (minimum 18 feet), area of ventilation
opening (minimum 20% of total floor area) and mesh size of sidewall netting (30
mesh; 10 x 10) to compensate for the higher volumes of hot air to be dissipated.

3.2.2. Allowable stress


3.2.2.1. Materials shall carry the following design loads:
3.2.2.2. Dead load
3.2.2.3. Live load -10 lbs sq. ft. (49 kg/m2)minimum on horizontal areas
3.2.2.4. Wind load -10 lbs per sq. ft. (49 kg/m2) minimum on vertically projected areas
3.2.2.5. Load carrying capacities shall not be less than a category 3 hurricane wind (not
less than 180 km/hr.)load resistance
3.2.2.6. In constructing for the above loads, the loads may be considered to act in any of
the following combinations:
3.2.2.6.1. Dead load plus live load
3.2.2.6.2. Dead load plus wind load plus ½ live load
3.2.2.6.3. Dead load plus wind load
3.2.2.6.4. Dead load plus live load plus ½ wind load

3.2.3. All structures shall be constructed to meet the minimum requirements of the
Jamaican greenhouse building design / code.

3.2.4. Greenhouse structure(s) shall include sufficient bracing for the resistance to wind
forces. Bottom chord members as well as other truss members shall be adequate to
resist compressive loads produced by horizontal wind loads and roof uplift produced
by normal wind.
3.2.5. Foundation shall be constructed to withstand uplift forces generated by category 3
hurricanes with wind speeds in excess of 180 km/hr. and adhere to local building
codes for earthquake resistance, moisture control and settlement.
21
Page 22 of 30

3.2.6. As all members will be visible, it is the intent of the specifications and plans that the
design be uniform and adhere to a set pattern, and other structural members or
requirements, not enumerated above but required to complete the greenhouse in
accordance with hurricane and earthquake resistance and best standard practice, shall
be furnished and discussed with the contracting body and installed by the contractor.
3.2.7. Prepare technical drawings for solar energy system, plumbing system and all
electrical works supplied with the green houses.
3.2.9. Materials shall be the best of their respective kinds and grades.

3.2.10. Fabricate and construct structures for each greenhouse model, using a standard size
of 3000 square feet (279 m2) which should be expandable by units of 1000 Square
Feet (93 m2).

4.0.0 Main Deliverables of the Contract

4.1.1 Fabricate forty greenhouses as per engineering drawings and technical


specifications provided and undertake construction/ erection, alignment and
orientation of greenhouses in accordance with the technical specifications
provided in Annex F.

4.1.2 Twenty five (25) of the forty greenhouses shall be sized at 3000 sq ft and the
remaining fifteen (15) sized at 5000 sq ft.

4.1.3 The greenhouses shall be turnkey inclusive of irrigation and fertigation systems
and all accessories to facilitate immediate crop cultivation.

5.0.0 Duration of Contract

Contract will be awarded in two (2) parts as follows:

5.1.1 Part 1 - The first twenty (20) greenhouses should be fabricated and installed by
December 18, 2009.

5.1.2 Part 2 - The remaining twenty greenhouses should be fabricated and installed
by June 11, 2010.

Bidders should note that the design specifications described herein are minimum
standards for the greenhouses to be fabricated and installed.

22
Page 23 of 30

7. REPORTS

7.1. Reporting requirements

The Service Provider will prepare an Inception report within two weeks of the
commencement of the contract and will be required to prepare monthly reports covering the
following but not excluding other areas:

ƒ The work performed by the consultant during the reporting period


ƒ Contract details and particulars (Data, Names of partners and stakeholders, financial
status of contract, variation orders approved/anticipated, financial forecast)
ƒ Progress of work against design and bill of quantities. Measurement sheets to be
included as annexes
ƒ Problems to be resolved
ƒ Site Personnel
ƒ Equipment on site
ƒ Materials
ƒ Climatic conditions observed during reporting period
ƒ Health and Safety
ƒ Minutes of Meetings
ƒ Site Photographs

The report shall be written in English and be produced in five (5) copies for distribution as
follows:

ƒ 3 copies for the Project Coordination Unit of Inter-America Institute for Cooperation
on Agriculture
ƒ 2 copy for the Project Manager, Green House Component

Interim reports must be prepared every month during the period of execution of the contract.
They must be provided along with the corresponding invoice and financial reports. There
must be a final report, a final invoice and a financial report at the end of the period of
execution. The draft final report must be submitted at least one month before the end of the
period of execution of the contract. Note that these interim and final reports are additional to
any required in section 7 of the Terms of Reference. Derogation was granted for provision of
expenditure verification report, therefore it is not necessary to provide one.

Each report shall consist of a narrative section and a financial section. The financial section
must contain details of the time inputs and of the experts. The final report must be
accompanied by the final invoice and the financial report.

7.2. Approval of Progress Reports

The Project Manger, Green House Component is responsible for approving the progress
reports.

23
Page 24 of 30

8. MONITORING AND EVALUATION

8.1. Definition of indicators

The Project Management of the Ministry of Agriculture and the Project Coordinating Unit of
IICA, CIDA Representatives and contracted professionals will do the monitoring of the
project.

24
Page 25 of 30

APPENDIX B: PROFILE OF SERVICE PROVIDER

Name of Applicant Name of Company (if applicable)

Address Mailing Address (if different)

Telephone #: How many years has your company been in


business?

Fax #:

E-Mail:

Please list all persons authorized to sign


contracts on behalf of you or your
company
Name Official Capacity

25
Page 26 of 30

Please list three (3) clients for whom you have provided similar services during the past
three (3) years

Name Contact Details Date of Brief Description of Service


Assignment Provided

Please use a separate sheet of paper if necessary

I certify that the information supplied is correct, that the applicant has not been barred or
declared ineligible by the Government of Jamaica for bidding to supply goods and services
and that this Tender complies with the specifications issued by the Ministry of Agriculture.

_______________________________ __________________________
Name (printed) Authorized Signature

______________________________ __________________________
Position Date

26
Page 27 of 30

APPENDIX C: Submission Form -Technical Proposal

Location: Date:

To: Inter- American Institute for Agricultural Cooperation

Dear Sirs:

We, the undersigned, offer to provide the consulting services for --


___________________________________________________________________________
___________________________________________________________________________
_________________________________________in accordance with your Request for
Proposal and our Proposal. We are hereby submitting our Proposal, which includes this
Technical Proposal, and a Price Proposal sealed under a separate envelope.

We are submitting our Proposal in association with:

[Insert a list with full name and address of each associated Consultant if applicable]

We hereby declare that all the information and statements made in this Proposal are
true and accept that any misinterpretation contained in it may lead to our disqualification.

If negotiations are held during the period of validity of the Proposal, we undertake to
negotiate based on the proposed staff. Our Proposal is binding upon us and subject to the
modifications resulting from Contract negotiations.

We undertake, if our Proposal is accepted, to initiate the consulting services related to


the assignment not later than the date indicated in Special conditions of contract.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature:
In full and initials]
Name and Title of Signatory:
Name of Firm:
Address:

27
Page 28 of 30

APPENDIX D: Submission Form - Price Proposal

Location: Date:

To: Inter-American Institute for Cooperation on Agriculture

Dear Sirs:

We, the undersigned, offer to provide the consulting services for


___________________________________________________________________________
___________________________________________________________________________
_________________________________________in accordance with your Request for
Proposal and our Technical Proposal. Our attached Price Proposal is for the sum of [Insert
amount(s) in words and figures].

Our Price Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal.

“No commissions or gratuities have been or are to be paid by us to agents relating to this
Proposal and Contract execution.”

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature:
[In full and initials]
Name and Title of Signatory:
Name of Firm:
Address:

28
Page 29 of 30

APPENDIX E: Team Composition and Task Assignments

TEAM COMPOSITION AND TASK ASSIGNMENTS


Professional Staff
Area of Position
Name of Staff Firm Task Assigned
Expertise Assigned

29
Page 30 of 30

APPENDIX F:

Appendix F1: TECHNICAL SPECIFICATIONS

Appendix F2: DRAWINGS

DRAWINGS FOUND IN THIS DOCUMENT ARE


THE PROPERTY OF IICA/IJAP PROJECT
AND UN-AUTHORISED USE WILL RESULT IN
LEGAL ACTION BEING TAKEN.

30
ANEXE I:

PLASTIC DESCRIPTION
J A M A I C A N G R E E N H O U S E S D E S I G N S

I I C A

THREE SEASON PLASTIC 30% SHADDING

This product is a three layer Copolymer EVA with 200 micron thickness with a special
stabilization UV treatment based in Hals Polymers wich enable the film to last for three
agricultural seasons. This film also contains I.R additives with and high percentage EVA
giving a high thermal index to the product and excellent mechanical features.

Features and Uses

The film has specially designed for the roof tops of the greenhouses and high tunnels
with an outstanding reliability against degradation due to the effect of the UV radiation
and the use of chemicals inside the structures.

The package of special I.R additives and the high percentage of EVA are tasked with
Keeling the area of cultivation inside the appropriate climatic values as they are a
barrier against long wave I.R radiation ( between 7 μm and 13 μm), which is the heat
that flows from the Earth at night, keeping the heat inside the greenhouse and
preventing steep drops in temperature at night which could endanger the crop as well
as giving an extra source of heat to promote the earliness and yield of the crops.

This whole package of additives produces a whitish and glazing film with a high degree
of light diffusion preventing shades inside the greenhouse as well as protecting the crop
from direct sunlight.

Is because all of the above that this film is ideal for areas in which UV radiation is high
during sunlight and low temperatures at night with a minimum lifespan of three
agricultural seasons with an average insolation from 130 to 160 Klangeys provided
that chemicals are not overused.

MSC FÁBRICAS AGRÍCOLAS, S.L.


J A M A I C A N G R E E N H O U S E S D E S I G N S

I I C A

Material 3 layer Polyethylene and EVA copolymer

Thickness 0,2 milimetres

Duration 3 year guarantee under an average insolation of


130-150 Klangleys
Tear strength 11/16 N (ISO 6383-2)

Traction at breaking point 22/23 MPa

Enlargement at breaking point 550/600%

Impact resistance More than 1500 grs

Total visible light transmission 70%

Light diffusion 25%

Infrared (7000-13000nm) retention 80%

MSC FÁBRICAS AGRÍCOLAS, S.L.


ANEXE II:

NETS DESCRIPTION
J A M A I C A N G R E E N H O U S E S D E S I G N S

I I C A

NET 10 x 16

TYPE > PROTECTIVE > 10 X 16

PRIMARY MATERIAL > PTAD

COLOR > CRISTAL / BLACK

DIAMETER OF THREAD > 281.1 MICRONS

VARIATION COEFFICIENT > 3.60%

WEIGHT > 137.9 GRAMS

LIGHT TRANSMISSION OF WHITE COLOR > 80%

LIGHT TRANSMISSION OF BLACK COLOR > 45%

SHADE NET – WHITE THREAD > 20%

SHADE NET – BLACK THREAD > 55%

GUARANTEE > 5 YEARS SOUTHWEST SPAIN

POROSITY > 36.60%

PASAJE O FAIR > 48.50%

REDUCTION > 51.50%

SHAPE OF PORE > RECTANGLE

DIAMETER OF PORE > 311 MICRONS

VARIATION COEFFICIENT > 6%

AREA OF PORE > 0.212 MM2

WIDTH > 309.9 MICRONS

LENGTH > 685.7 MICRONS

PARALLELOGRAMS > 5.50%

TRAPEZIUMS > 20.60%

TRAPEZOIDS > 73.90%

THREAD TENSILE STRENGTH / KG > 1

WARP > 1.810 KG.

WEFT > 1.041 KG.

WIDTHS > 1-1.5-2-2.5-3-3.5-4-5 M. (OTHER MEASUREMENTS MADE TO ORDER)

LENGTHS > 100 M. (OTHER MEASUREMENTS MADE TO ORDER)

MARGIN OF ERROR IN MEASUREMENTS > 3%

MSC FÁBRICAS AGRÍCOLAS, S.L.


J A M A I C A N G R E E N H O U S E S D E S I G N S

I I C A

NET 6 x 6

TYPE > PROTECTIVE > 6 X 6

PRIMARY MATERIAL > PTAD

COLOR > WHITE/BLACK GREEN

DIAMETER OF THREAD > 297.6 MICRONS

VARIATION COEFFICIENT > 4.50%

WEIGHT > 73.2 GRAMS/M2

LIGHT TRANSMISSION OF WHITE COLOR > 90%

LIGHT TRANSMISSION OF BLACK COLOR > 70%

SHADE NET – WHITE THREAD > 10.00%

SHADE NET – BLACK THREAD > 30%

GUARANTEE > 5 YEARS SOUTHWEST SPAIN

POROSITY > 69.30%

PASAJE O FAIR > 86%

REDUCTION < 14%

SHAPE OF PORE > SQUARE

DIAMETER OF PORE > 1444.5 MICRONS

VARIATION COEFFICIENT > 1.50%

AREA OF PORE > 2.167 MM2

WIDTH > 1.470,5 MICRONS

LENGTH > 1.474 MICRONS

PARALLELOGRAMS > 2.80%

TRAPEZIUMS > 11.10%

TRAPEZOIDS > 86.10%

THREAD TENSILE STRENGTH / KG > 1.3

WARP > 746 KG.

WEFT > 746 KG.

WIDTHS > 1-1.5-2-2.5-3-3.5-4-5 M. (OTHER MEASUREMENTS MADE TO ORDER)

LENGTHS > 100 M. (OTHER MEASUREMENTS MADE TO ORDER)

MARGIN OF ERROR IN MEASUREMENTS > 3%

MSC FÁBRICAS AGRÍCOLAS, S.L.


J A M A I C A N G R E E N H O U S E S D E S I G N S

I I C A

NET 10 x 20

TYPE > PROTECTIVE > 10 X 20

PRIMARY MATERIAL > PTAD

COLOR > CRISTAL / BLACK

DIAMETER OF THREAD > 252 MICRONS

VARIATION COEFFICIENT > 3.30%

WEIGHT > 140 GRAMS

LIGHT TRANSMISSION OF WHITE COLOR > 76%

LIGHT TRANSMISSION OF BLACK COLOR > 28.50%

SHADE NET – WHITE THREAD > 24%

SHADE NET – BLACK THREAD > 61.50%

GUARANTEE > 5 YEARS SOUTHWEST SPAIN

POROSITY > 37.90%

PASAJE O FAIR > 41.8 5

REDUCTION < 58.20%

SHAPE OF PORE > RECTANGLE

DIAMETER OF PORE > 255.8 MICRONS

VARIATION COEFFICIENT > 7%

AREA OF PORE > 0.199 MM2

WIDTH > 253.9 MICRONS

LENGTH > 784.3 MICRONS

PARALLELOGRAMS > 9.20%

TRAPEZIUMS > 54.40%

TRAPEZOIDS > 36.40%

THREAD TENSILE STRENGTH / KG > 1.3

WARP > 2562 KG.

WEFT > 1261 KG.

WIDTHS > 1-1.5-2-2.5-3-3.5-4-5 M. (OTHER MEASUREMENTS MADE TO ORDER)

LENGTHS > 100 M. (OTHER MEASUREMENTS MADE TO ORDER)

MARGIN OF ERROR IN MEASUREMENTS > 3%

MSC FÁBRICAS AGRÍCOLAS, S.L.


ANEXE III:

LIST OF MATERIAL
Fecha Nombre Acuse de pedido
17-04-09
JAMAICAN GREENHOUSE
LIST OF MATERIALS BY GROUPS
Pillars and squares
IM0964 PILLAR 100x50x2 A 4500mm G.C. (H-4m) 26
IM0015 CORRUGATED STICK 26
C-0024 PILLAR CAP 100 X 50 26
IM1126 Y RIGHT SQUARE 13
IM1127 Y LEFT SQUARE 13
IM0021 PILLAR HALF BRACE 100 X 50 26
IM0845 BLACK LATERAL END 26
C-0007 C/EXA M-8x25 SCREW 130
C-0016 WASHER D-8 260
C-0012 NUT M-8 130
Gutters
IM0930 GUTTER 5 M. 12
IM1232 GUTTER EXTREME WITH DRAINPIPE 125 MM. 2
C-0286 TUBE PVC 125mm 5m 2
C-0287 ELBOW PVC 125mm 90º 2
IM0381 GUTTER EXTREME WITHOUT DRAINPIPE 2
IM0916 CANAL TOP 2
C-0021 SILICONE CARTRIDGE 3
C-0155 SILICONE CARTRIDGE STEM 3
C-0022 SILICONE GUN 1
C-0007 C/EXA M-8x25 SCREW 116
C-0019 MIXED WASHER D-8 P-25 116
C-0016 WASHER D-8 116
C-0012 NUT M-8 116
C-0528 STRIP 20x3mm PR3303 BLACK (MTS) 120
IM0600 PVC CANAL SAFETY CATCH 240
IM0841 PROFILE C 5000 24
C-0006 SCREW C/AVE M-5x12 384
C-0018 WASHER D-5 384
C-0013 NUT M-5 384
IM1745 PVC MALE 4 M. 30
IM1129 PVC MALE 4 M. 30
Curves
IM1254 SPLIT CURVE 9,2 (BIG STRETCH) 13
IM1255 SPLIT CURVE 9,2 (SMALL STRETCH) 13
IM0020 HALF BRACE OF 60 26
C-0039 SELFDRILLING SCREW 6,3 X 25 52
C-0007 C/EXA M-8x25 SCREW 104
C-0016 WASHER D-8 208
C-0012 NUT M-8 104
Fronts
FRONTAL CURVE 9,2 FROM CANAL TO CANAL 2
IM1745 PVC MALE 4 M. 5
IM1129 PVC MALE 4 M. 5
IM0274 96 ALIGNER STEEL SHEET 10
IM0058 60 OMEGA BRACE 10
IM0052 INNER SINGLE ALIGNER 14
C-0085 SELFDRILLING 4,2x16 SCREW 10
C-0007 C/EXA M-8x25 SCREW 24
C-0017 WIDE BODY WASHER D-8 20
C-0016 WASHER D-8 14
C-0012 NUT M-8 24
IM0786 FRONT PILLAR A 6200mm 6,4-7,2 H-4,5m 4

24/04/2009 - 11:12 Página 1 de 3


IM0015 CORRUGATED STICK 4
IM0025 FRONT PILLAR U BRACE 4
C-0054 SCREW C/EXA M-8x90 12
C-0016 WASHER D-8 24
C-0012 NUT M-8 12
Reinforcements
IM1441 LONGITUDINAL REINFORCEMENTS M-5 H-4 4
IM1268 PILLAR BRACE 100-50 8
IM0492 FRONT REINFORCEMENTS 9,2, M-5 4
IM0031 PILLAR FRONT REINFORCEMENT BRACE 4
IM0032 CAPITAL FRONT REINFORCEMENT BRACE 4
IM0034 OMEGA BRACE 60-60 4
C-0007 C/EXA M-8x25 SCREW 8
C-0008 SCREW C/EXA M-8x50 8
C-0054 SCREW C/EXA M-8x90 16
C-0016 WASHER D-8 80
C-0012 NUT M-8 56
C-0011 SCREW C/EXA M-12x90 16
C-0020 WASHER D-12 32
C-0015 NUT M-12 16
Struts and Kingpost
IM0489 STRUT 9,2 5
KINGPOST 9,2 CENTRAL FOR BRACE U 5
IM0491 KINGPOST 9,2 LATERAL 10
STRUTS 9,2 M-5 STATIC W. 12
IM0024 60 U BRACE 15
IM0023 40 U BRACE 15
IM0052 INNER SINGLE ALIGNER 2
C-0007 C/EXA M-8x25 SCREW 12
C-0010 SCREW C/EXA M-8x70 30
C-0016 WASHER D-8 82
C-0012 NUT M-8 42
Roof profile
IM1004 PROFILE M 5000 12
IM0058 60 OMEGA BRACE 26
IM0053 SINGLE ALIGNER 96 22
IM0052 INNER SINGLE ALIGNER 8
C-0085 SELFDRILLING 4,2x16 SCREW 26
C-0007 C/EXA M-8x25 SCREW 52
C-0017 WIDE BODY WASHER D-8 52
C-0012 NUT M-8 52
IM1745 PVC MALE 4 M. 15
IM1129 PVC MALE 4 M. 15
Lateral profiles
IM1004 PROFILE M 5000 12
IM0241 PILLAR LATERAL BRACE 50 X 100 52
IM0052 INNER SINGLE ALIGNER 8
IM0054 SINGLE ALIGNER 60 22
C-0007 C/EXA M-8x25 SCREW 182
C-0016 WASHER D-8 312
C-0012 NUT M-8 182
IM1745 PVC MALE 4 M. 15
IM1129 PVC MALE 4 M. 15
Fronts profiles
IM1198 PROFILE M 9200 4
IM0107 FRONTAL OMEGA BRACE 100-50 4
IM0169 130 ALIGNER STEEL SHEET 4
IM0034 OMEGA BRACE 60-60 8

24/04/2009 - 11:12 Página 2 de 3


IM0052 INNER SINGLE ALIGNER 8
IM0053 SINGLE ALIGNER 96 8
C-0007 C/EXA M-8x25 SCREW 24
C-0054 SCREW C/EXA M-8x90 4
C-0016 WASHER D-8 40
C-0012 NUT M-8 36
IM1745 PVC MALE 4 M. 10
IM1129 PVC MALE 4 M. 10
Corners
IM1001 PROFILE M 4000 4
IM0241 PILLAR LATERAL BRACE 50 X 100 16
IM0052 INNER SINGLE ALIGNER 8
C-0007 C/EXA M-8x25 SCREW 48
C-0016 WASHER D-8 88
C-0012 NUT M-8 48
IM1745 PVC MALE 4 M. 4
IM1129 PVC MALE 4 M. 4

24/04/2009 - 11:12 Página 3 de 3


lateral reinforcements(corridors)
FLOOR-MOORING BAR 38
C-0223 4 mm Wire 1x7 210
C-0277 WIRE HOLDING GALVANIZED 1/8" 152
Fecha Nombre
17-04-09
JAMAICAN GREENHOUSE
TOTAL LIST OF MATERIALS
C-0006 SCREW C/AVE M-5x12 384
C-0007 C/EXA M-8x25 SCREW 856
C-0008 SCREW C/EXA M-8x50 190
C-0010 SCREW C/EXA M-8x70 30
C-0011 SCREW C/EXA M-12x90 16
C-0012 NUT M-8 1.140
C-0013 NUT M-5 384
C-0015 NUT M-12 16
C-0016 WASHER D-8 1.584
C-0017 WIDE BODY WASHER D-8 276
C-0018 WASHER D-5 384
C-0019 MIXED WASHER D-8 P-25 116
C-0020 WASHER D-12 32
C-0021 SILICONE CARTRIDGE 3
C-0022 SILICONE GUN 1
C-0024 PILLAR CAP 100 X 50 26
C-0039 SELFDRILLING SCREW 6,3 X 25 82
C-0040 SELFDRILLING 4,2x22 SCREW 96
C-0044 3mm Triple Galvanizing wire< meters > 360
C-0054 SCREW C/EXA M-8x90 32
C-0065 MIXED washer D-6 P-25 14
C-0085 SELFDRILLING 4,2x16 SCREW 36
C-0088 SWEET WIRE 1,5mm < meters > 65
C-0094 2,4mm Single Core< meters > 155
C-0142 STEEL PLAIT T.G. 1x3x3 (meter) 100
C-0155 SILICONE CARTRIDGE STEM 3
C-0231 5mm Wire protector 20
C-0234 SWEET WIRE 2mm 10
C-0264 SQUARE TAP 60-60 4
C-0285 BRACE M-8 HOOK-RING DIN1480 2
C-0286 TUBE PVC 125mm 5m 2
C-0287 ELBOW PVC 125mm 90º 2
C-0292 STEEL PULLEY WHEEL 6 WITH HOOK 2
C-0321 DOOR FIX HANDLE 4
C-0323 HINGE PLATE AXE 20x120x4 6
C-0344 BLACK POLYPROPYLENE ROPE 5mm <METERS> 10
C-0528 STRIP 20x3mm PR3303 BLACK (MTS) 120
IM0015 CORRUGATED STICK 34
IM0020 HALF BRACE OF 60 26
IM0021 PILLAR HALF BRACE 100 X 50 26
IM0023 40 U BRACE 15
IM0024 60 U BRACE 15
IM0025 FRONT PILLAR U BRACE 4
IM0031 PILLAR FRONT REINFORCEMENT BRACE 4
IM0032 CAPITAL FRONT REINFORCEMENT BRACE 4
IM0034 OMEGA BRACE 60-60 32
IM0048 EXTREME ALIGNER 6
IM0052 INNER SINGLE ALIGNER 116
IM0053 SINGLE ALIGNER 96 30
IM0054 SINGLE ALIGNER 60 44
IM0055 SUPER WINDOW TOE CAP 26
IM0058 60 OMEGA BRACE 36
IM0107 FRONTAL OMEGA BRACE 100-50 4
IM0169 130 ALIGNER STEEL SHEET 4
24/04/2009 - 11:19 Página 1 de 3
IM0241 PILLAR LATERAL BRACE 50 X 100 68
IM0274 96 ALIGNER STEEL SHEET 22
IM0381 GUTTER EXTREME WITHOUT DRAINPIPE 2
IM0489 STRUT 9,2 5
IM0491 KINGPOST 9,2 LATERAL 10
IM0492 FRONT REINFORCEMENTS 9,2, M-5 4
IM0600 PVC CANAL SAFETY CATCH 240
IM0786 FRONT PILLAR A 6200mm 6,4-7,2 H-4,5m 5
IM0840 C PROFILE 4000 5
IM0841 PROFILE C 5000 24
IM0845 BLACK LATERAL END 26
IM0911 SQUARE STATIC W. 26
IM0912 ALIGNER STATIC W. SUPPORT 22
IM0913 EXTREME ALIGNER M.M. STATIC W. SUP. 4
IM0916 CANAL TOP 2
IM0930 GUTTER 5 M. 12
IM0933 STATIC WINDOW BASE 26
IM0936 LATERAL REINFORCEMENTS STATIC W. H-0,7, M- 8
IM0937 FRONT REINFORCEMENTS STATIC W. H-0,7 4
IM0964 PILLAR 100x50x2 A 4500mm G.C. (H-4m) 26
IM1001 PROFILE M 4000 8
IM1002 PROFILE M 2000 2
IM1004 PROFILE M 5000 36
IM1009 PROFILE M 3000 8
IM1126 Y RIGHT SQUARE 13
IM1127 Y LEFT SQUARE 13
IM1129 PVC MALE 4 M. 143
IM1176 GALVANISED PROFILE 60x60x1.5 L=3500mm 3
IM1198 PROFILE M 9200 4
IM1232 GUTTER EXTREME WITH DRAINPIPE 125 MM. 2
IM1254 SPLIT CURVE 9,2 (BIG STRETCH) 13
IM1255 SPLIT CURVE 9,2 (SMALL STRETCH) 13
IM1268 PILLAR BRACE 100-50 8
IM1270 PRECHAMBER CORNER SQUARE MX 6
IM1350 PROFILE U NET 4m 31
IM1352 CORNER BRACE 60-60 4
IM1353 CORNER STEEL SHEET 60-60 4
IM1407 HALF BRIDE HINGE 60-60 6
IM1408 HINGE PLATE AXE 20x120x4 6
IM1409 RECLINING DOOR BLADE 2
IM1441 LONGITUDINAL REINFORCEMENTS M-5 H-4 4
IM1745 PROFILE PVC 4m 112
IM1908 PROFILE M 1500 2
IM2244 PROFILE M 750 4
FRONTAL CURVE 9,2 FROM CANAL TO CANAL 2
KINGPOST 9,2 CENTRAL FOR BRACE U 5
STRUTS 9,2 M-5 STATIC W. 12
STATIC WINDOW ARCH 3m 13
FASTENING SHEET M SQAURE 4
3 M. FRONTAL CURVE STATIC W. 2
PRECHAMBER ROOF SQUARE 6
PLASTIC N
ROLL 4,5x31 2
ROLL 3,5x31 2
ROLL 3,5x10 2
ROLL 4x4 1
NET 16X10
CE0009 ROLL 5x31 2
24/04/2009 - 11:19 Página 2 de 3
CE0009 ROLL 5x10 3
NET 10X10
CE0006 ROLL 1,5x31 2

24/04/2009 - 11:19 Página 3 de 3


lateral reinforcements(corridors)
FLOOR-MOORING BAR 38
C-0223 4 mm Wire 1x7 210
C-0277 WIRE HOLDING GALVANIZED 1/8" 152
BLUEPRINTS
BLUEPRINTS INDEX

1.- FOUNDATION

2.- ELEVATION – FRONT VIEW

3.- ISOMETRIC

4.- DOOR

5.- INFOGRAPHY 1

6.- INFOGRAPHY 2

7.- INFOGRAPHY 3

8.- INFOGRAPHY 4

9.- INFOGRAPHY 5

You might also like