Vous êtes sur la page 1sur 50

Dankotuwa Industrial Zone-Internal Roads

INVITATION FOR BIDS (IFB)


Ministry of Industry & Commerce
Improvement of Internal Roads at Dankotuwa Industrial Zone -Chilaw
Tender No.MIC/DAN/2013/04
1. The Chairman, MPC 1, on behalf of the Ministry of Industry & Commerce, invites
sealed bids from eligible and qualified bidders for the following works under National
Competitive Bidding Procedure. The estimated cost is Rs.34 Million (Excluding
Contingencies and VAT) and the time for completion for the whole of works shall be 90
Days.

The work consists of roadway excavation, base and shoulder construction, asphalt
concrete surfacing, thermoplastic road marking, improvement to side drains & rubble wall
as per BOQ.

2. To be eligible for contract award, the successful bidder shall not have been blacklisted
and shall be registered with the ICTAD grade C5 or above in the field of Highway
construction.

3. Qualification requirements to qualify for contract award include:

 Average annual volume of road construction work performed in last five years shall be at
least Rs.20 Million
 Experience in the construction of at least two contracts of a nature and complexity
equivalent to the Asphalt concrete paving works over the last 05 years (to comply with
this requirement works cited should be at least 70 % completed)
 Following technical and managerial staff-Resident Engineer qualified with B.Sc. Eng. in
Civil Engineering or NDT or equivalent with 5 years of experience which at least 3 years
of experience in similar works.
 The minimum amount of liquid assets and/or credit facilities, net of other contractual
commitments and exclusive of any advance payments which may be made under the
Contract, shall be not less than Rs.15 Million.
 Proposals for possession or/and the timely acquisition (own, lease, hire, etc.) of the
essential equipment listed in the bidding data clause 4.3

4. Interested bidders may obtain further information from The Director, Regional Industrial
Development, P.O.Box 570, 73/1,Galle Road, Colombo 03.Tel. 011 2441490, Fax. 011
2423965, email: jayananda2003@hotmail.com and inspect the bidding documents at the
address given below up to 09-09-2013 on weekdays.

1
Dankotuwa Industrial Zone-Internal Roads

5. A complete set of Bidding Documents in English language may be purchased from the
Procurement Unit, Ministry of Industry & Commerce, up to 15.00 hrs. of 09-09-2013.on
payment of a non-refundable fee of Rs.5,000/- in cash.

6. Bids shall be delivered in duplicate to the address below at, on or before 10-09-2013 at
2.00 p.m. Late bids will be rejected. Bids will be opened soon after closing in the presence
of the bidders’ representatives who choose to attend.

7. All bids shall be accompanied by a “Bid-Security of Rs.500,000.00”.

The address referred to above is:

The Chairman,
Ministry Procurement Committee 1,
Ministry of Industry & Commerce,
Procurement Unit,
P.O.Box 570, 73/1,
Galle Road,
Colombo 03.

Tel/Fax: 011-2347392

2
Dankotuwa Industrial Zone-Internal Roads

CONTENTS

Page

Invitation for Bids 02

VOLUME 01

Section 1 - Instructions to Bidders 05


Section 2 - Standard Forms 07
Section 3 - Conditions of Contract 15

VOLUME 02

Section 4 - Form of Bid and Qualification Information 17


Section 5 - Bidding Data and Contract Data 21
Section 6 - Specifications 30
Standard Specification 31
Section 7 - Bills of Quantities 36
Pricing Preambles 37
Bills of Quantities 41
Section 8 - Drawings 47
Checklist for Bidders 49

3
Dankotuwa Industrial Zone-Internal Roads

VOLUME 01

Volume 01 comprises Section 1, and 3 of the Standard Bidding Document


Procurement of Works Contracts, ICTAD Publication No. ICTAD/SBD/01
Second Edition January 2007, including Addendum 01 issued in October 2009
and Addendum 2 issued in February 2011 published by the Institute for
Construction, Training and Development (ICTAD), ‘Savsiripaya’, 123,
Wijerama Mawatha, Colombo-07.

This Publication will not be issued with the Bidding Document and Bidder is
advised to purchase it from ICTAD.

4
Dankotuwa Industrial Zone-Internal Roads

SECTION 1

INSTRUCTIONS TO BIDDERS

Refer ICTAD Publication No. ICTAD/SBD/01 (Second Edition- January 2007)

5
Dankotuwa Industrial Zone-Internal Roads

EXPLANATORY MEMORANDUM

The Section 1, Instructions to bidders (ITB) which is a part of STANDARD BIDDING


DOCUMENT- PROCUREMENT OF WORKS, publication no. ICTAD/SBD/01(Second
Edition January 2007, addendum 01 issued in October 2009 & addendum 02 issued in
February 2011) published by the Institute for Construction, Training and Development
(ICTAD), ‘Savsiripaya’, 123, Wijerama Mawatha, Colombo-07.

It is implied that the Bidders/Contractors are fully acquainted with the above set of documents
and therefore, it will not be issued to the Bidders/Contractors under this Tender.

However, the Bidders/Contractors may purchase this set of Documents if necessary, from
the Institute for Construction, Training and Development (ICTAD), ‘Savsiripaya’, 123,
Wijerama Mawatha, Colombo-07.

Notes:

Instructions to the Bidders shall be read in conjunction with the Bidding Data under Section 5
matters governing to the performance of the Contractor, payments under the Contract, or
matters affecting the risk, rights, and obligations of the parties under the Contract are included
under Section 3– Conditions of Contract and Contract Data under Section 5

6
Dankotuwa Industrial Zone-Internal Roads

SECTION 2

Standard Forms

Bid Security (Issued herewith)

Letter of Acceptance (Refer ICTAD/SBD/1)

Agreement (Issued herewith)

Performance Security (Refer ICTAD/SBD/1)

Advance Payment Security (Refer ICTAD/SBD/1)

Retention Money Guarantee (Refer ICTAD/SBD/1)

Power of Attorney (Issued herewith)

7
Dankotuwa Industrial Zone-Internal Roads

Notes on Standard Forms:

 Bidder shall submit the completed Form of Bid Security in compliance with the
requirements of the Bidding Documents.

 Bidder shall not complete the Form of Agreement at the time of preparation of Bids.

 The successful Bidder will be required to sign the Form of Agreement, after Award of
Contract.

 Any corrections or modifications to the accepted Bid resulting from arithmetic


corrections, acceptable deviations, or quantity variations in accordance with the
requirements of the Bidding Documents should be incorporated into the Agreement.

 The Form of Performance Security, Form of Advance Payment Security and Form of
Retention Money Guarantee should not be completed by the Bidder at the time of
submission of Bids.

 The successful Bidder will be required to provide these securities in compliance with the
requirements herein or as acceptable to the Employer.

8
Dankotuwa Industrial Zone-Internal Roads

FORM OF BID SECURITY


[this Guarantee form shall be filled in accordance with the instructions indicated in brackets]
------------------------------------------------------------------------------------------------------- [insert
issuing agency’s name, and address of issuing branch or office]

Beneficiary: The Secretary, Ministry of Industry & Commerce, P.O.Box 570, 73/1, Galle Road,
Colombo 03.

Date: ---------------------------- [insert (by issuing agency) date]

BID GUARANTEE NO.: -------------------------- [insert (by issuing agency) number] we have
been informed that ------------------------------------------------------------------------------ [insert (by
issuing agency) name of the Bidder] (hereinafter called "the Bidder") has submitted to you its
bid dated ------------------- [insert (by issuing agency) date] (hereinafter called "the Bid") for the
execution of [insert name of Contract] under Invitation for Bids No. -------------- [insert IFB
number] (“the IFB”).

Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid
Guarantee.

At the request of the Bidder, we ----------------------------------------------- [insert name of issuing


agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an
amount of ------------------- [insert amount in figures] ---------------------------------------------------
--- [insert amount in words] upon receipt by us of your first demand in writing accompanied by
a written statement stating that the Bidder is in breach of its obligation(s) under the bid
conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified; or
(b) does not accept the correction of errors in accordance with the Instructions to
Bidders (hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of
bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or
refuses to furnish the Performance Security, in accordance with the ITB.

This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies
of the Contract signed by the Bidder and of the Performance Security issued to you by the
Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) the successful
bidder furnishing the performance security, otherwise it will remain in force up to ----------------
(insert date)
9
Dankotuwa Industrial Zone-Internal Roads

Consequently, any demand for payment under this Guarantee must be received by us at the
office on or before that date.
___________________________________________
[signature(s) of authorized representative(s)]

AGREEMENT

This AGREEMENT, made ……………. day of………………….. 2013 between Ministry of


Industry & Commerce and having its Head office at P.O.Box 570, 73/1, Galle Road,
Colombo 03. (hereinafter called “the Employer”) of the one part, and…………………………
………………………………………………………………………………..……….. (Full name
of the Partners) carrying on business in the name and style of
……………………………….…………………. and having its principal place of business at
No:…………………………………..……………… (Hereinafter called “the Contractor”) of the
other part.

WHEREAS the Employer desires that the Contractor execute, Improvement of Internal Roads
at Dankotuwa Industrial Zone. Tender No. MIC/DAN/2013/04 (hereinafter called “the
Works”) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH as follows:

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

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter


mentioned, the Contractor hereby covenants with the Employer to execute and complete
the Works and remedy any defects therein in conformity in all respects with the
provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and the remedying of defects wherein the Contract Price or
such other sum as may become payable under the provisions of the Contract at the times
and in the manner prescribed by the Contract.
4. The Agreement shall include the following annex document;
1. Annex-1 Performance Bond
2. Annex-2 Contractors All Risk Policy
3. Annex-3 Workmen’s Compensation Policy
10
Dankotuwa Industrial Zone-Internal Roads

4. Annex-4 Construction Work Programme


5. Annex-5 List of Drawings of Bid Document

In Witness whereof the parties thereto have caused this Agreement to be executed the day and
year aforementioned, in accordance with laws of Sri Lanka.

Binding Signature(s) of Employer Authorized Signature(s) of Contractor


(On Common Seal) (On Common Seal)

……………………………………..
As the Secretary
Ministry of Industry & Commerce

……………………………………..
As the Regional Director
(Industrial development) as the Authorized Officer of Ministry of Industry & Commerce
at ………………….. on this ………………………… of 2013

In the presence of Witnesses:

1. Name and NIC No. ………………….. 1. Name and NIC No. ………………..
Signature ……………………………. Signature …………………………..
Address ……………………………… Address ……………………………

2. Name and NIC No. ………………….. 2. Name and NIC No. ………………..
Signature …………………………….. Signature …………………………..
Address ……………………………… Address …………………………….

11
Dankotuwa Industrial Zone-Internal Roads

POWER OF ATTORNEY

NO.

TO ALL TO WHOM THESE PRESENTS SHALL COME

………………………………………………………………………………………..……………..
……… (A limited liability company duly incorporated in Sri Lanka under company registration No.
……………………………... and having its registered office at …………………………in the Democratic
Socialist Republic of Sri Lanka.

SEND GREETINGS

WHEREAS we are desirous of appointing some fit and proper person as our attorney to sign and deliver all
our Bids. Tenders, Quotations, Expressions of interest and other writings necessary for submission to any
bank, private or government entity in Sri Lanka as our offers for prospective contracts with respect of
construction of buildings and other construction works/projects.

NOW KNOW ALL PERSONS AND THESE PRESENTS THAT we the said

………………………………………………………….……………………………………………….....have made
nominated and appointed and by these presents do make, nominate and appoint
………………………………………………………………….. of …………………………………………………….
true and lawful attorney in the said Sri Lanka to act for us and on our behalf and in the name of
………………………………………….……….for all and each and every or any of the following
purposes that is to say :-

1. To prepare sign and submit Tenders (BIDS), Quotations, Expressions of interest and
Contract/Tender documents to/with any bank, private or government entity or non-governmental
organization.

12
Dankotuwa Industrial Zone-Internal Roads

2. To sign any writing necessary for negotiation of Tenders and/ or contracts, with any bank, private or
government entity or non-governmental organization in Sri Lanka to carry out construction of
Buildings and other construction works / Projects in Sri Lanka.

3. To enter into contracts and to sign correspondence letters and other documents regarding
construction of buildings and other construction works / projects in Sri Lanka.

4. To cause this Power of Attorney to be registered at Registrar General’s Office or any other
Department or office of the Government of Sri Lanka or any Local / Provincial Government Body and
in the books of any Bank, Company or Corporation as may be necessary or desirable.

5. To accept any payments payable in respect of the tender and the contracts and also to make
payments in respect of the Tender and all other incidental matters thereto.

GENERALLY to do execute and perform all such further and other acts deeds matters and things
whatsoever which though specifically not mentioned herein, the said attorney shall or may think
necessary or proper to be done in and about or concerning any proposed building construction and
other construction works / projects in Sri Lanka.

AND we hereby ratify and confirm all and whatsoever the said Attorney shall lawfully do or cause to
be done in or about the matters aforesaid by virtue hereof.

AND it is hereby expressly declared and agreed that these presents shall be in full force and effect
until duly and expressly revoked.

IN WITNESS WHEREOF the ………………………………… has caused its Common Seal to be


affixed hereunto and to two others of the same tenor and date at ………………………… aforesaid on
this ………………………………….day of ……………………….. Two Thousand and Thirteen.

The Common seal of the within


named
…………………………………
……………………… was
affixed hereto in the presence of

Who do hereby attest the


sealing thereof. 13
Dankotuwa Industrial Zone-Internal Roads

WITNESSES: -

1. …………………………………………….
…………………………………………….
…………………………………………….
…………………………………………….
…………………………………………….
…………………………………………….

2. …………………………………………….
…………………………………………….
…………………………………………….
…………………………………………….
…………………………………………….
…………………………………………….

[Please make necessary alterations in the Commencement and in Witness clause when preparing for
individuals, sole proprietors and partnerships (all partners should appoint the attorney)]

14
Dankotuwa Industrial Zone-Internal Roads

SECTION 3

CONDITIONS OF CONTRACT

15
Dankotuwa Industrial Zone-Internal Roads

EXPLANATORY MEMORANDUM

The Section 3, Conditions of Contract which is a part of STANDARD BIDDING


DOCUMENT- PROCUREMENT OF WORKS, publication no. ICTAD/SBD/01(Second
Edition January 2007, including addendum 01 issued in October 2009 & addendum 02
issued in February 2011) published by the Institute for Construction, Training and
Development (ICTAD), ‘Savsiripaya’, 123, Wijerama Mawatha, Colombo-07.

It is implied that the Bidders/Contractors are fully acquainted with the above set of documents
and therefore, it will not be issued to the Bidders/Contractors under this Tender.

However, the Bidders/Contractors may purchase this set of Documents if necessary, from
the Institute for Construction, Training and Development (ICTAD), ‘Savsiripaya’, 123,
Wijerama Mawatha, Colombo-07.

Notes:

Conditions of the Contract shall be read in conjunction with Section – 5 Contract data which
shall take precedence over the Conditions of Contract.

16
Dankotuwa Industrial Zone-Internal Roads

SECTION 4

FORM OF BID AND QUALIFICATION INFORMATION

17
Dankotuwa Industrial Zone-Internal Roads

FORM OF BID

Name of Contract: Improvement of Internal Roads at Dankotuwa Industrial Zone-Chilaw.

To: The Secretary,


Ministry of Industry & Commerce,
P.O.Box 570, 73/1, Galle Road,
Colombo 03

Gentlemen:

1. Having examined the Standard Bidding Document – Procumbent of Works


[ICTAD/SBD//01 – Second Edition, January 2007 including addendum 01 issued in
October 2009 & addendum 02 issued in February 2011], Specifications, Drawings and
Bill of Quantities, Addenda for the execution of the above-named Works, we the
undersigned, offer to execute and complete such Works and remedy any defects therein
in conformity with the aforesaid Conditions of Contract, Specifications, Drawings, Bills
of Quantities and Addenda for the sum of Sri Lankan Rupees ---------------------------------
----------------------------------------------------------------------------------------------------------
(LKR------------------------------------------)or such other sums as may be ascertained in
accordance with the said Conditions.

2. We acknowledge that the Contract Data forms part of our Bid.

3. We undertake, if our Bid is accepted, to commence the Works as stipulated in the


Contract Data, and to complete the whole of the Works comprised in the Contract within
the time stated in the Contract Data.

4. We agree to abide by this Bid for the period of Ninety One (91) Days from the date
fixed for receiving or any extended period and it shall remain binding upon us and may
be accepted at any time before the expiration of that period.

5. Unless and until a formal Agreement is prepared and executed this Bid, together with
your written acceptance thereof, shall constitute a binding Contract between us.

6. We accept/we do not accept the Adjudicator.

18
Dankotuwa Industrial Zone-Internal Roads

7. We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this--------------- day of -----------------------2013 in the capacity of -------------------------


duly authorized to sign bids for and on behalf of ---------------------------------------------------------
---------------------
(IN BLOCK CAPITALS – Name of Company) by Power of Attorney / Board resolution
(certified copies attached)

Signature : .......................................................................
Name : .......................................................................
NIC No.of Signatory :........................................................................
Designation :........................................................................
Address : .......................................................................
: .......................................................................
.........................................................................
Date : .......................................................................

Witness

1. Signature :……………………………. 2. Signature:………………………………

Name:……….………………………… Name:…….……………………………..

Address :…………………………….. Address:………………………………..

..………………………………………. ..……………………………………….

Date:…………………………… Date:…………………………

19
Dankotuwa Industrial Zone-Internal Roads

Qualification Information
(To be completed and submitted by the Bidder, with the Bid)

ICTAD Registration
Registration number (attach copies of relevant pages from the registration book)

Grade C5

Speciality Highway Construction

Expiry Date
Blacklisted Contractors
Have you been declared as a defaulted contractor by NPA or any other Agency? (Yes/No)

IF yes provide details


VAT Registration Number

Construction Programme (attach as annex)

Legal status (attach relevant status copies, as annex)


Value of Construction works (attach copies of Certificate of Completion etc. and other documents
performed in last 5 years such as profit-loss and income expenditure statement)

Year 2012
Year 2011
Year 2010
Year 2009
Year 2008

Value of Asphalt concrete paving 1. Value Year ……………..


works completed in last 05 years 2. Value Year …………..
(indicate only the three largest 3. Value Year …………….
projects) (attach copies of Certificate of Completion etc., as annex)

Major items of construction 1. Type ……………………………………. Capacity ………………


equipment proposed 2. Type ……………………………………. Capacity ………………
3. Type ……………………………………. Capacity …………….....
4. Type ……………………………………. Capacity ……………….
5. Type ……………………………………. Capacity ……………….
6. Type ……………………………………. Capacity ……………….

Qualification and experience of key Technical (Requirement) Resident Proposed by Bidder


staff – Site & Head Office Engineer 1.
(Permanent, Contract basis & 1.B.Sc. Eng. in Civil Engineering +
Consultants) 3 Years – 1 No
or
2.NDT or equivalent with 5 years
of experience which at least 3
years of experience in similar
works-1 No
Managerial
Other information requested under Refer Item 4.3.10
ITB Clause 4.3
20
Dankotuwa Industrial Zone-Internal Roads

SECTION 5

BIDDING DATA AND CONTRACT DATA

21
Dankotuwa Industrial Zone-Internal Roads

BIDDING DATA

Instructions to Bidders
Clause Reference

(1.1) Scope of Bid


Employer: Ministry of Industry & Commerce
Address : P.O.Box 570, 73/1, Galle Road, Colombo 03.

Work : The work consists of roadway excavation, base and shoulder


dddd construction, asphalt concrete surfacing, thermoplastic road .
ddd marking, improvement to side drains & rubble wall as per
gggggg BOQ.

Location: Dankotuwa Industrial Zone at Chilaw.

The Time for Completion for the whole of the Works shall be 90
calendar days

(1.3) The office for collection of bid forms


Assistant Secretary, Procurement Unit,
Ministry of Industry and Commerce
P.O.Box 570, 73/1, Galle Road,
Colombo 03.

The non-refundable tender fee is Rs.5000.00.


The bid forms shall be issued until 3.00 p.m. on 09-09-2013

(2.1) Source of funds


Consolidated Fund of Government of Sri Lanka

Eligibility
(4.2)
The registration required
Speciality Highway Construction
ICTAD Grade C5

(4.3) Qualification requirements


The following information listed under Items 4.3 and 4.4 shall be
provided in Section 4 Form of Bid and Qualification Information:

4.3.1 ICTAD Registration


Registration Number

22
Dankotuwa Industrial Zone-Internal Roads

Grade
Specialty
Expiry Date
4.3.2 VAT Registration number
4.3.3 Construction Programme
4.3.4 Legal status (Sole proprietor, Partnership, Company etc.)
4.3.5 Total monetary value of construction work performed for each of
the last 5 years (Refer 4.4.1)
4.3.6 Experience in works of a similar nature and size for each of the
llast 05 years (Refer 4.4.2)
4.3.7 Major items of Construction equipment proposed to carry out the
oooooContract (Refer 4.4.3)
4.3.8 Qualifications and experience of key site management at
mmmmtechnical personnel proposed for the contract (Refer 4.4.4)
4.3.9 Authentication of signatory to commit the bid (Attach Power of
Ddddd Attorney/ Board Resolution as per the specimen Form given
www on pages 10 - 12)
4.3.10 Any other data
4.3.10 (a) Details of Work in Hand
4.3.10.(b) Reference from Bankers certifying banking facilities
available and facilities currently utilised.
(Refer 4.4.5)
(4.4) 4.4.1 Average annual volume of road construction work performed in
last five years shall be at least Rs.20 Million

4.4.2 Experience in the construction of at least two contracts of a


nature and complexity equivalent to the Asphalt concrete
paving works over the last 5 years (to comply with this
requirement works cited should be at least 70 % completed);
Successful completion of a Asphalt road project not less than
Rs.27 Million completed within 90 Days or a higher value
project within proportionate time period as Main Contractor
during last 5 years. Recent Documentary evidence obtained
from Client should be attached as proof for the above which
should include project cost, time duration taken to complete the
project and date of completion.

4.4.3 Proposals for the timely acquisition (own, lease, hire, etc.) of
the essential equipment listed in the bidding data clause 4.3;
List of Equipment
1. Excavator - 0.45m3 – 1 nr
2. Backhoe Loader - 0.5m3 – 1 nr
3. Static Road Roller – 1nr
4. Wheel Loader 2m3 – 1nr
23
Dankotuwa Industrial Zone-Internal Roads

5. Motor Grader - 120HP – 1nr


6. Concrete Mixer - 10/14ft – 1nr
7. Poker Vibrator - 1”-2’’ – 2nr
8. Farm Tractor - 0.75Cuft – 2nr
9. Tipper Trucks - 10M3 – 1nr
10. Vibrating Steel Roller- 8.10T – 1nr
11. Soil Compactor - 0.5T – 1nr
Soil Compactor - 1.3T – 1nr
12. Pneumatic Tyred Roller – 1nr
13. Water Bowzer - 6500Lt – 1nr
14. Bitumen Sprayer- 3500Lt – 1nr
15. Asphalt Paver - 3500Lt – 1nr

4.4.4 Following technical and managerial staff


Resident Engineer:
1.B.Sc. Eng. in Civil Engineering – 1 No
or
2. NDT or equivalent with 5 years of experience which at least 3
years of experience in similar works – 1 No

4.4.5 The minimum amount of liquid assets and/or credit facilities,


net of other contractual commitments and exclusive of any
advance payments which may be made under the Contract, shall
be not less than Rs.15 Million

9.1
Bidding Documents
Clarification of Bidding Documents
The Employer’s address for clarification of bidding documents is:
Name of Officer: Mr.V.M.Weerasingha
Chief Accountant
Address : Ministry of Industry & Commerce
P.O.Box 570, 73/1, Galle Road, Colombo 03.
Phone : 011-2326957
Facsimile : 011-2424005
Email : weeravisu@yahoo.com
11.1
Preparation
The language of the bidding document shall be English

13.3 VAT component shall not be included in the rates. The amount written
in the form of bid shall be without VAT. However VAT component
shall be shown separately at the end of the BOQ

13.4 The Contract is subjected to price adjustment in accordance with


Clause 47 of conditions of contract.

24
Dankotuwa Industrial Zone-Internal Roads

15.1
Period of Bid validity:
The Bid shall be valid up to 10-12-2013

16.1 Bid shall include a Bid Security using the form included in section 2
Bid security shall be
16.2
16.2.1 For an amount Rs.500,000.00

16.2.2. Valid up to 09-01-2014

16.2.3 Issued by a bank operating in Sri Lanka or CGF using


the Form the Form of Bid Security in Section 2 Standard form.

19.2 (a) The Employer’s address for the purpose of Bid submission is
The Chairman,
Ministry Procurement Committee 1,
Ministry of Industry & Commerce,
Procurement Unit,
P.O.Box 570, 73/1,
Galle Road, Colombo 03.
19.2 (b) Contract Name
Improvement of Internal Roads at Dankotuwa Industrial Zone.
Tender No. MIC/DAN/2013/04
20.1 Deadline for submission of Bids shall be 2.00 p.m on 10-09-2013

34.0 The amount of Performance Security is 5 % of the Initial Contract


Price, issued by any commercial bank in Sri Lanka approved by
Central Bank of Sri Lanka.

The Performance Security shall be valid until twenty eight (28) days
beyond the expected completion of the Defects Liability Period.

36.0 The adjudicator proposed by the Employer is -


Institute for Construction Training and Development (ICTAD),
Savsiripaya,
123, Wijerama Mawatha,
Colombo 7.

Fees and types of reimbursable expenses to be paid to the adjudicator


shall be on a case to case basis and shall be shared by the Contractor
and the employer

25
Dankotuwa Industrial Zone-Internal Roads

CONTRACT DATA
(Please note that the Clause nos. given hereunder are that of Conditions of Contract)

1.1 The Employer is

Name : Ministry of Industry & Commerce


Address: P.O.Box 570, 73/1, Galle Road, Colombo 03.
Name of Authorized Representative :
The Director- Regional Industrial Development
P.O.Box 570, 73/1,
Galle Road, Colombo 03.

1.1 The Engineer is:


Name : Deputy General Manager – Design & Planning
Address: State Development & Construction Corporation,
No. 07, Borupana Road,
Ratmalana.

1.1 The work consists of Roadway excavation, base and shoulder construction,
Asphalt concrete surfacing, Thermoplastic road marking, improvement to side
drains & Rubber wall as per BOQ.

1.1 The site located at Dankotuwa Industrial Zone at Chilaw

1.1 The Start Date shall be 14 days from the letter of acceptance.

8.1 Schedule of other contractors: None

9.1 Schedule of Key personal


Minimum persons with qualifications and experience to be defined,
(a) Technical
Site Engineer
1. B.Sc. Eng. in Civil Engineering – 1 No
or
2. NDT or equivalent with 5 years of experience which at least 3
years of experience in similar works –1 No

26
Dankotuwa Industrial Zone-Internal Roads

13.0 Insurance
The minimum insurance cover shall be :
13.1 (a)  The minimum cover for insurance of the Works and of plant and materials
is 110% of initial contract price
 The maximum deductable for insurance the works and of plant and
materials is 5 % of initial contract price
13.1 (b)  The minimum cover for loss or damage to equipment is replacement value
of the equipment
 The maximum deductable for insurance of equipment is 5 % of the
minimum cover for equipment
13.1 (c) The minimum cover for insurance of other property ( other than the site ) is
Rs.1,000,000.00

13.1 (d)
The minimum cover for personal injury or death
 For third party and Employee of the employer and other persons engaged
by the employer in the work is Rs.1,000,000.00 per event and number of
event unlimited

13.2 The minimum cover for personal injury and death.


 For the contractor’s workmen is Rs.1,000,000.00 per event
 Contractor’s employees other than workman are Rs.1,000,000.00 per
event.

17.1 The intended completion date for the whole of the works shall be 90 days from
the start date

21.1 The site possession date shall be 7 Days from letter of acceptance

27.1 The contractor shall submit a program for the works within 7 days of delivery of
the Letter of Acceptance

27.3 The period between program update is 15 days

27.4 The amount to be withheld for late submission of a program is 2% of the Initial
Contract Price.
35.1 The Defects Liability Period is 365 Days

27
Dankotuwa Industrial Zone-Internal Roads

39.2 Variation orders will be issued only with the approval of the client

47.1 The contract Price is subjected to price adjustment

Weightings of Inputs

Indices No. Input name Input percentage

M30C Bitumen (60/70)


26.58%
P2 Heavy Equipments
26.10%
M7 Metal
8.28%
M48 ABC
5.79%
P3 Fuel
5.48%
L3 Unskilled Labour
3.85%
M3 Cement 3.76%

L2 Semiskilled Labour
1.88%
M22 Timber Planks
1.87%
M8 Sand
1.75%
M13 Reinforcements 1.73%

L1 Skilled Labour 1.52%

P1 Small Equipments 0.77%

M45 Earth 0.63%

TOTAL 90%

48.1 The retention from each payment shall be 10% of the Initial Contract Price.
The limit of retention shall be 5 % of the Initial Contract Price.

49.1 The liquidated damages for the whole of the works shall be Rs.17,000.00 per
Day.

28
Dankotuwa Industrial Zone-Internal Roads

49.1
The maximum amount of liquidated damages for the whole of the works shall be
10% of the initial contract price

52.1 The Performance Security shall be 5%of the initial contract price. The
Performance Security shall be en-cashable on Demand Unconditional Bank
Guarantee from a bank Acceptable to the Employer.

The Performance Security shall be valid until a date 28 Days beyond the Defects
Liability Period.

60.1 The percentage to apply to the value of the work not completed, representing the
Employer’s additional cost for completing the works, is 25% of value of work
not completed.

29
Dankotuwa Industrial Zone-Internal Roads

SECTION 6

SPECIFICATIONS

30
Dankotuwa Industrial Zone-Internal Roads

STANDARD SPECIFICATIONS

The Standard Specifications comprise ‘Standard Specifications for Construction and


Maintenance of Roads and Bridges’ issued under the authority of the Director General of
the Road Development Authority and published by the Institute of Construction Training
and Development.

The ICTAD Publication No. of this publication is SCA/5. Second Edition Published in
June 2009.

Bidders who are not in possession of this publication can purchase it from the ICTAD.

31
Dankotuwa Industrial Zone-Internal Roads

PARTICULAR SPECIFICATIONS

The particular specification shall be read in conjunction with the General Specification where
applicable. In the event the particular specification is in conflict with the General Specification,
the Particular Specification shall prevail.
1. Asphalt Concrete Surfacing:

1.1. Materials

1.1.1. Aggregate
When the coarse and fine aggregate are combined, along with filler where required the
combined grading requirements shall meet following requirements.

Mix classification Binder Course Wearing Course Wearing Course Wearing Course Wearing Course
Type – 1 Type – 2 Type – 3 Type – 4
Compacted
Thickness (mm)
Max 75 75 75 75 75
minimum 40 40 40 40 40
Mm μm

28 100 100 - 100 100


20 90-100 85-100 100 93-100 95-100
14 - - 82-92 - -
10 56-82 66-94 61-81 59-94 58-84
5 36-58 46-74 41-66 38-64 36-66
2.36 21-38 35-58 27-48 25-48 23-49
1.18 15-32 26-48 20-40 20-40 -
600 10-26 18-38 15-35 15-32 -
300 6-20 11-28 10-25 10-23 5-19
150 3-13 7-20 7-17 4-15 -
75 1-7 3-12 5-9 3-12 2-8
Percentage binder 4.0-5.5 4.5-6.5 4.0-6.0 4.5-6.5 4.0 – 6.0
content by total
weight of mix

TABLE - 01
For wearing course Type – 3 mix shall be used

1.2. Job Mix Formula.


The contractor shall submit to the Engineer in writing the job mix formula proposed to
be used by him for the work based on trial mix design carried out in accordance with
“Mix Design Methods for Asphalt Concrete (MS-2)” published by the American Asphalt
Institute or similar approved method which shall give following details;

i. A single percentage of aggregate passing each specified test sieve.

ii. A single percentage of binder content by total weight of total mix.

iii. A single temperature at which the mix is emptied from the mixer which shall not
be less than 145˚C
32
Dankotuwa Industrial Zone-Internal Roads

iv. A single temperature at which the mix is to be delivered from the mixer which
shall not be less than 145˚C

v. A single temperature at which the mix is to be delivered to the paver on the road
which shall not less than 135˚C

All mixes produced shall confirm to the job mix formula approved by the Engineer within the
ranges of tolerance given in Table - 02.

Permissible variations from Job Mix Formula

Aggregate Passing 14 mm and larger +/- 8%

Aggregate Passing 10 mm and 5 mm +/- 7%

Aggregate Passing 2.36 mm and 1.18 mm +/- 6%

Aggregate Passing 600 μm and 300 μm sieve +/- 5%

Aggregate Passing 150 μm sieve +/- 5%

Aggregate Passing 75 μm sieve +/- 1.5%

Binder Content percent by weight of (no negative tolerance) total + 0.3%


mix

Temperature of mixture when emptied from mixture +/- 10˚C

Temperature of mixture when delivered on road +/- 10˚C

TABLE - 02
1.3. Construction Requirements
1.3.1 Surface Finish & quality control
The asphalt concrete surfacing shall be finished as follows.
Type of Test Quantity of Material or Par thereof for which
minimum of the test set is to be carried out

1 Acceptance testing of binder 100 Cu.M

2 Particle size Analysis (Course Aggregate) 100 Cu.M

3 Particle Size Analysis (fine aggregate) 50 Cu. M

4 Sand Equivalent Value of fine aggregate 50 Cu. M

33
Dankotuwa Industrial Zone-Internal Roads

5 Water absorption 200Cu.M

6 Aggregate Impact Value one for each type of aggregate

7 Los Angeles Abrasion Value 100Cu.M

8 Flakiness index 100Cu.M

9 Bulk Specific Gravity 100Cu.M

10 Soundness one for each type of aggregate

11 Coating and Stripping test -do-

12 Clay and Silt Content -do-

13 Acceptance testing of filter material -do-

14 Marshall Mix Design -do-

15 Hot bin Grading one test per 300 tones (However at least one test

per day to be done)

16 Compliance to Job Mix -do-

17 Temperature of binder, aggregate mix and every load of asphalt

laying

18 Core Sampling (for checking compaction One test per 250m2

and determining thickness)

19 Marshall Stability and flow and laboratory One test per 300 tones (However at least one test

compacted density of mix (Marshall) per day to be done)

voids in mix and voids in mineral

aggregates

TABLE - 03
1.4 Measurement and Payment

(a) Measurement
Asphalt concrete surfacing shall be measured by the following methods
(i) For uniform thickness
34
Dankotuwa Industrial Zone-Internal Roads

Asphalt concrete surfacing shall be measured by sq.m of mix furnished, spread,


compacted, completed and accepted. Measurements shall be of the areas and
thickness as shown on the Drawings, described in the Specification or instructed
by the Engineer.

Deficiencies in thickness of the wearing course shall, unless an overlay is


constructed at the contractor’s expense, result in a proportion only of the wearing
course area being measured for payment. Proportions shall be determined in
accordance with the thickness deficiencies and area proportions described below.
Thickness of asphalt concrete wearing course shall be determined by average
calliper measurement of cores, rounded upwards to the nearest mm.

Paved section to be measured separately shall consist of each 100 lin.m section in
each traffic lane. The last section in each traffic lane shall be 100 m plus the
fractional part of 100 m remaining. At areas such as intersection entrances,
crossovers, ramps etc, shall be measured at one section and the thickness of each
shall be determined separately. Smaller irregular unit areas may be included as
part of another section.

One core shall be taken from each section by the contractor at approved locations
and in the present of the Employer. When the measurement of the core from any
paved section is not deficient by more than 10 % from the specified thickness, the
core will be deemed to be of the specified thickness as shown on the drawings.
When the measurement of the core from any paved section is deficient by more
than 10% but not more than 30% and additional cores shall be compacted daily
from lead delivery tickets. This weight shall adjusted by deducting the weight of
mix wasted at the joints, the weight of mix laid in areas outside the defined
payment edge and the weight of mix laid within defined pavement but not
accepted by the engineer. The total weight deducted shall be on assessed by the
Engineer,

(b) Payment

Payment for asphalt concrete surfacing will be made at the contract unit rate for
the item as measured above. The price shall be full compensation for furnishing
all materials for mixing and placing of the mixed material and for providing all
plant, machineries, equipment, tools, labour and incidentals necessary to
complete the work to these specifications.
The pay unit will be as follows.

Description Pay Unit

Asphalt concrete surfacing of uniform thickness Tons


(Stable Compacted Thickness)
Asphalt Concrete surfacing for regulating course Tons

35
Dankotuwa Industrial Zone-Internal Roads

SECTION 7

BILLS OF QUANTITIES

36
Dankotuwa Industrial Zone-Internal Roads

PRICING PREAMBLES

1. The bill of quantities shall be read in conjunction with all other building documents.
2. General directions and descriptions of work or materials given elsewhere in the bidding
documents are not necessary repeated in the bill of quantities. For the full meaning of
each item, reference should be made to the applicable passages in the bidding
documents.
3. The prices and rates entered by the contractor in the bill of quantities shall be deemed
to cover the complete and finished works in the final position as required by the bidding
documents, including inter alia, all costs and expenses which may be required in and for
the construction and maintenance of the works, together with all risks, liabilities,
contingencies, insurance, sampling testing, providing all necessary assistance to the
engineer and in general all obligations imposed by the contract.
4. Without affecting the generality of the foregoing provisions the prices and rates entered
by the contractor in the bills of quantities shall also include, inter alia, all costs and
expenses involved with or arising from the following:

i The provision, storage, transport, handling, use, distribution and maintenance of


all materials, plant, equipment, machinery and tools, including all costs, charges,
dues demurrage or other outlays involved in carriage and importation.

ii The provision and maintenance of all staff and labour and their payment,
accommodation, transport, fares and other requirements.

iii Setting out, including the location, construction and preservation of survey
markers, measurement and supervision.

iv The provision, storage, transport, use, handling, distribution and maintenance of


all consumable stores fuel, water and electricity.

v The location, test proving, opening, operation, reinstatement of all quarries and
borrow pits, as well as compensation and mining royalties costs associated with
quarries and borrow pits or any other land the contractor may require additional
to that provided free for the execution of the temporary works.

vi Injury caused to the Works under Construction, Plant, Materials and consumable
stores by weather.

vii Repairs to the Works either prior to or during the Period of maintenance.

viii Maintenance work as detailed in the Specifications and the Conditions of


Contract and the maintenance of public amenities.

Ix Co-ordination with other Contractors or Authorities carrying out work either in


connection with or adjacent to the Works.
37
Dankotuwa Industrial Zone-Internal Roads

x The supply of manufacturers test certificates.

xi The protection of mains and services, and cost of repairs in case of damage
caused by the Contractor.

xii Pumping and dewatering; the protection of excavation faces.

xiii The provision and maintenance of temporary diversions in order that through
traffic flow shall remain unobstructed through the contract period and in general
the provision of all temporary works required in connection with the works

xv Insurance, custom duties taxes[excluding VAT] levies, first aid, welfare and
safety requirements and all other overheads and costs and profit.

1. A price or rate shall be entered against each Item in the Bills of Quantities whether
quantities are stated or not. Item against which no price or rate is entered shall be
deemed to be covered by the other prices or rates entered by the Contractor in the Bill of
Quantities. The unit price or rate entered against any Item shall take Precedence over any
miscalculation in the total sum against that Item. Where separate items have not been
provided in the Bill of Quantities for work shall be deemed to have been included in the
other prices and rates.

2. The Quantities given in the Bill of Quantities are estimated only and are given to provide
a basis for the tender. No guarantee is given for their accuracy and payments to
Contractor will be based on the prices and rates quoted in the bills applied to measured
quantities for work done. The quantity for each Item of work executed by the Contractor
in accordance with the Contract shall be measured net and no allowance will be made for
waste, bulking, shrinkage decrease of volume due to compaction or the provision of
working space.

3. The items in the Bills of Quantities are the general application to the whole of the works
at any location on site or any part of the works as indicated in the bid documents or
instructed by the Engineer.

4. Tenders, which group several items together in the Bill of Quantities under one price,
will not be accepted.

38
Dankotuwa Industrial Zone-Internal Roads

5. The Units of measurement described in the Bill of Quantities are Metric Units.
Abbreviations in the Bill of Quantities are as follows:-

Hrs - Hours
Km - Kilometers
Lm - Linear Meter
m2 or sqm - Square Meter
m3 or cum - Cubic Meter
nos. - Numbers
L.S. - Lump Sum
P.S. - Provisional Sum
mth. - Month
ltr. - Liter
kg. - Kilogram
mt. - Metric Ton
mm. - Millimeter
wk. - Week

39
Dankotuwa Industrial Zone-Internal Roads

DAY WORKS

1. The rates entered in the schedule for Bill of Quantities shall form day works items for
pricing extra work ordered to be done in accordance with Contract.

2. The rates shall include all overheads and profit and all other cost of whatever nature
necessary for an identical to the performance of extra work whenever ordered and these
rates required anywhere on the Site for the operation of plant the provision of labor or
the provision of materials and shall be deemed to include inter alia:

Plant: Operation, maintenance, repairs, fuel, oil greases, hydraulic fluids, taxes,
duties operator’s wages and overtime, traveling time, transport
supervision, administration cost related to the use of such plant.

Labor Wages, overtime, bounces, traveling time, hand tools, accommodation,


fringe benefits, transport and supervision.

Material Provision, transport, handling, wastage and storage.


In the case of Plant and labor, only time spent working shall be paid for.

For day works required outside the site ( Which for these purpose shall mean all areas shown on
the plans for permanent works and all areas of temporary works such as Contractor’s and
Engineer’s camps, quarry, borrow pits and their access roads, diversion roads etc.), the
following should be chargeable.

Plant : Self traveling: Actual time of and to place of stationing on the


day of the work.

Transport : Traveling time of the places of transport (lorry, low loader etc)

Labor : Travel time for the means of transport used.

Materials : Traveling time for the means of the means of transport used.

The rates shall apply only to such work, as the engineer shall instruct in writing to be carried out
as day works. All items should be priced.

40
Dankotuwa Industrial Zone-Internal Roads

BILL NO.01

PRELIMINARIES

Item No Description Unit Qty Rate Amount

01.00.00 Mobilization & Demobilization. LS Item

01.01.00 Allow for the cost of providing LS Item


insurances

01.02.00 Allow for the cost of providing LS Item


performance bond

01.03.00 Allow for the cost of providing LS Item


advance payment bond

01.04.00 Traffic Safety & Control month 3.00

01.05.00 Contract management services month 3.00

01.06.00 Allow provisional sum of all cost in LS Item


connections with preparing samples for
testing, making arrangement for testing
of materials, goods etc. as stipulated in
the specification obtaining test report
& submitting the same to the Engineer.

BILL NO 01 CARRIED TO SUMMARY

41
Dankotuwa Industrial Zone-Internal Roads

BILL NO.02

ROAD WORK
Item No Description Unit Qty Rate Amount

02.00 Road Way Excavation

Employing Backhoe Loader for Days 3.50


02.00.01 cutting Edges & clearing
including loading earth.

Employing Tractor & Trailer for Days 7.00


02.00.02 Transport of removed earth at
above 2.01 items.

02.00.02 Employing labour for backhoe Days 3.50

02.01 Graded Aggregate Base

Supply, pilling, place, shape and m3 2,551.00


02.01.01 compacted Dense Graded
Aggregate Base (37.5mm
maximum size). To form a dense
aggregate base in road edges &
widening Sections.

02.02 Shoulders

02.02.01 Supply ,pilling, place ,shape and m3 830.83


compact materials to construct
shoulder.- soil type

42
Dankotuwa Industrial Zone-Internal Roads

02.03 Pavement Surfacing


02.03.01 m2 10,114.35
Prime coat with emulsion/cold
bitumen (CSS-1)using 1 lit/ sq.m
including blinding with sand at
the rate of 250 sqm/cum and
brushing cleaning and moistening
road surface

02.03.02 Tack coat with emulsion/cold m2 10,114.35


bitumen (CSS-1)using 1lit/sq.m
including blinding with sand at
the rate of 250 sqm/cum &
brushing cleaning and moistening
road surface.(Including transport
& unloading)

02.03.03 Supply of Asphalt Concrete M/Ton 1,188.45


surface material (plant made)
binder 60/70 bitumen 5% mix
19mm aggregate-wearing
surface. Including Transport,
laying & compacting.

02.04 Miscellaneous

02.04.01 Painting to Both sides of road M 4,365.00


edges as per instruction. (thick
3mm & width 100mm)

BILL NO 02 CARRIED TO SUMMARY

43
Dankotuwa Industrial Zone-Internal Roads

BILL NO.03

IMPROVEMENT OF SIDE DRAIN

Item No Description Unit Qty Rate Amount

Employing Backhoe loader for


03.00.01 excavation drain, demolishing exiting Days 0.50
Damage structures

Employing Tractor & Trailer for


Transport of removed earth at above 2.01
03.00.02 items Days 1.00

03.00.03 Employing Labour for backhoe loader L/Days 0.50

03.00.04 1:3:6(11/2” ) concrete for side drain m3 1.65

03.00.05 1:2:4(3/4") Concrete for side drain m3 5.75

Supplying & Fixing & Removing


03.00.06 formwork 1" thick planks of class m2 81.85
2 timber.

Supplying & Fabricating of


03.00.07 Reinforcement Details as per Kg 304.50
instruction.

03.00.08 Employing Labour for site clearing after Days 1.00


Construction.

BILL NO 03 CARRIED TO SUMMARY

44
Dankotuwa Industrial Zone-Internal Roads

BILL NO.04

IMPROVEMENT OF RUBBLE WALL

Bill Item Description Unit Qty Rate Amount

04.00.01 Employing Backhoe loader for excavation Days 0.50


drain, demolishing exiting Damage
structures

Employing Tractor & Trailer for Transport


04.00.02 of removed earth at above 2.01 items Days 1.00

04.00.03 Employing Labour for backhoe loader L/Days 0.50

Random rubble masonry 6"-9" rubble in 1:5


04.00.04 Ct.motar m3 4.70

04.00.05 Employing Labour for site clearing after Days 0.50


Construction.

BILL NO 04 CARRIED TO SUMMARY

45
Dankotuwa Industrial Zone-Internal Roads

GRAND SUMMARY OF THE EXPENSES

BILL NO. DESCRIPTION TOTAL (RS.)

1 Preliminaries

2 Road work

3 Improvement of side drain

4 Improvement of Rubber Wall

Sub Total 01
Add Contingencies 10%
Sub Total 02

Add VAT 12%

GRAND TOTAL

Tenderer : Signature :………………………


Name :………………………………………………………………………..
Address :………………………………………………………………………..
…………………………………………………………………………

Witness : Signature :………………………


Name :………………………………………………………………………..
Address :………………………………………………………………………..
…………………………………………………………………………

Witness : Signature :………………………


Name :………………………………………………………………………..
Address :………………………………………………………………………..
…………………………………………………………………………
46
Dankotuwa Industrial Zone-Internal Roads

SECTION 8

DRAWINGS

47
Dankotuwa Industrial Zone-Internal Roads

48
Dankotuwa Industrial Zone-Internal Roads

Check List for Bidders

Bidders are advised to fill the following table:


ITEM ITB YES REFERNCE
Clause (tick)
Form of Bid

Address to the Employer? 18

Completed? 18

Signed? 18

Bid Security (if required)

Address to the Employer? 16

Format is required? 16

Issuing Agency as specified? 16

Amount as requested? 16

Validity 28 days beyond the validity of Bid? 16

Qualification Information

All relevant information completed? 4

Signed? 4

Addendum

Contents of the addendum (if any) taken in 10


to account?
BID package

All the documents given in ITB Clause 12 12


enclosed in the original copy?
ITB Clause 19 followed before Sealing the 19
Bid Package?

49
Dankotuwa Industrial Zone-Internal Roads

50

Vous aimerez peut-être aussi