VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section...

50
1 MINISTRY OF INDUSTRY & COMMERCE RE-CONSTRUCTION OF ACCESS ROAD TO INDUSTRIAL ESTATE IN HORANA - MILLEWA BIDDING DOCUMENT TENDER NO:MIC/MIL/TD/01 Employer Ministry of Industry & Commerce, P.O.Box 570, 73/1, Galle Road, Colombo 03.

Transcript of VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section...

Page 1: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

1

MINISTRY OF INDUSTRY & COMMERCE

RE-CONSTRUCTION OF

ACCESS ROAD TO INDUSTRIAL ESTATE

IN HORANA - MILLEWA

BIDDING DOCUMENT

TENDER NO:MIC/MIL/TD/01

Employer

Ministry of Industry & Commerce,

P.O.Box 570, 73/1,

Galle Road,

Colombo 03.

Page 2: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

2

C O N T E N T S

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 18

Section 5 - Bidding Data and Contract Data 22

Section 6 - Specifications 31

Particular Specification 32

Section 7 - Pricing Preambles 37

Bills of Quantities 41

Section 8 - Drawings 48

Checklist for Bidders 49

Page 3: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

3

INVITATION FOR BIDS (IFB)

Ministry of Industry & Commerce

Re-construction of Access Road to Industrial Estate in Horana - Millewa

Tender No.Tender No. MIC/MIL /TD/01

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.33 Million. (Excluding

Contingencies & VAT). The time for completion for the whole of works shall be 150

Days.

The work consists of Roadway excavation, Sub base, base, shoulder construction, drain

lconstruction and Asphalt surfacing as per BOQ.

2. To be eligible for contract award, the successful bidders 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. 50 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 + 3 Years’ experience or NDT or equivalent with 8 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. 25 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

Page 4: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

4

4. Interested bidders may obtain further information from The Director, Industrial

Development, P.O.Box 570, 73/1, Galle Road, Colombo 03. Tel. 011 2441490, Fax. 011

2423965. Bidding Documents may be inspected at the Procurement Unit or shall be

downloaded from the Ministry website www.industry.gov.lk..

5. A complete set of Bidding Documents in English language may be purchased from the

Procurement Unit up to 3.00 p.m. of 02-10-2015.on payment of a non-refundable fee of

Rs.5,000/- in cash. (Tel:011 2347392)

6. Bids shall be delivered in duplicate to the address below at, on or before 05-10-2015 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.350,000.00”.

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.

Page 5: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

5

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 Construction Industry Development Authority

(CIDA) .Its previous name was ICTAD.

Page 6: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

6

SECTION 1

Instructions to Bidders

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

Page 7: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

7

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 Construction Industry Development Authority (CIDA), ‘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

Page 8: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

8

SECTION 2

Standard Forms (Contract)

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)

Standard Forms (Bid)

Bid Security (Issued herewith)

Power of Attorney (Issued herewith)

Page 9: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

9

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.

Page 10: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

10

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)

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)]

Page 11: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

11

AGREEMENT

This AGREEMENT, made ……………. day of………………….. 2015 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 Re-constrution of Access Road to

Industrial Estate in Horana – Millewa, Tender No. MIC/MIL /TD/01(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

4. Annex-4 Construction Work Programme

5. Annex-5 List of Drawings of Bid Document

Page 12: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

12

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 Director

(Industrial Development)

as the Authorized Officer of Ministry of Industry & Commerce

at ………………….. on this ………………………… of 2015

In the presence of Witnesses:

1. Name …... ……………………………. 1. Name …………….……………………....

NIC No ………………………………. NIC No …………………………………..

Signature ……………………………… Signature ………………………………...

Address ………………………………. Address …………………………………..

2. Name…... ……………………………. 2. Name …………………………....

NIC No ………………………………. NIC No …………………………………..

Signature ……………………………… Signature ………………………………...

Address ………………………………. Address …………………………………..

Page 13: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

13

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.

Page 14: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

14

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 Fifteen.

The Common seal of the within

named

…………………………………

……………………… was

affixed hereto in the presence of

Who do hereby attest the

sealing thereof.

Page 15: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

15

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]

Page 16: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

16

SECTION 3

Conditions of Contract

Page 17: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

17

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 Construction Industry Development Authority (CIDA), ‘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.

Page 18: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

18

VOLUME 02

Page 19: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

19

SECTION 4

Form of Bid

Page 20: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

20

FORM OF BID

Name of Contract: Re-construction of Access Road to Industrial Estate in Horana – Millewa.

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.

Page 21: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

21

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

Dated this--------------- day of -----------------------2015 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 :………………………………

Page 22: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

22

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

performed in last 5 years

(attach copies of Certificate of Completion etc. and other documents

such as profit-loss and income expenditure statement)

Year 2014

Year 2013

Year 2012

Year 2011

Year 2010

Value of piling works completed in

last 10 years (indicate only the three

largest projects)

1. Value Year ……………

2. Value Year …………..

3. Value Year …………….

(attach copies of Certificate of Completion etc., as annex)

Major items of construction

equipment proposed

1. Type ……………………………………. Capacity ………………

2. Type ……………………………………. Capacity ………………

3. Type ……………………………………. Capacity …………….....

4. Type ……………………………………. Capacity ……………….

5. Type ……………………………………. Capacity ……………….

6. Type ……………………………………. Capacity ……………….

Qualification and experience of key

staff – Site & Head Office

(Permanent, Contract basis &

Consultants)

Technical (Requirement) Resident

Engineer

1.B.Sc. Eng. in Civil Engineering +

3 Years – 1 No

or

2.NDT or equivalent with 8 years

of experience which at least 3

years of experience in similar

works-1 No

Proposed by Bidder

1.

Managerial

Other information requested under

ITB Clause 4.3

Refer Item 4.3.10

Page 23: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

23

SECTION 5

Bidding Data and Contract Data

Page 24: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

24

BIDDING DATA

Instructions to Bidders

Clause Reference

(1.1)

Scope of Bid

Employer is

Name : Ministry of Industry & Commerce

Address: P.O.Box 570, 73/1, Galle Road, Colombo 03.

The work consists of Roadway excavation, Sub base,

base, shoulder construction, drain construction and

Asphalt surfacing as per BOQ.

Located at Industrial Estate Horana – Millewa

(1.2)

The Time for Completion for the whole of the Works shall be

v 150 calendar days

(1.3) The office for collection of bid forms

Senior Assistant Secretary

Procurement Unit

Ministry of Industry & Commerce

P.O.Box 570, 73/1,

Galle Road,

Colombo 03.

The non-refundable tender fee is Rs.5,000.00

The bid forms shall be issued until 3.00 p.m. on 02-10- 2015

(2.1)

Source of funds

Consolidated Fund of Government of Sri Lanka

(4.2)

Eligibility

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 4Form of Bid and Qualification Information:

Page 25: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

25

4.3.1 ICTAD Registration

Registration Number

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

last 10 years (Refer 4.4.2)

4.3.7 Major items of Construction equipment proposed to carry out the

û Contract (Refer 4.4.3)

4.3.8. Qualifications and experience of key site management at

technical personnel proposed for the contract (Refer 4.4.4)

4.3.9 Authentication of signatory to commit the bid (Attach Power of

Attorney/ Board Resolution as per the specimen Form given

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 construction work performed in last

five years shall be at least Rs. 50 Million.

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

nature and complexity equivalent to the Works over the last 5

years (to comply with this requirement works cited should be at

least 70 % completed); Successful completion of Asphalt road

project not less than Rs 25 Million completed within 120 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

Page 26: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

26

1. Excavator 0.45m3 – 1 nr

2. Backhoe Loader 0.5m3 – 1 nr

3. Static Road Roller – 1nr

4. Wheel Loader 2m3 – 1nr

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 Tiered Roller – 1nr

13. Water Bowzer6500Lt – 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 + 3 Years – 1 No

or

2. NDT or equivalent with 8 years of experience which at least 3

years of experience in similar works - 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.25 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.Weerasinghe

Chief Financial Officer

Address : Ministry of Industry & Commerce

P.O.Box 570, 73/1, Galle Road, Colombo 03.

Phone : 011-2326957

Facsimile : 011-2424005

Email : [email protected]

11.1 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

Page 27: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

27

13.4 The Contract is subjected to price adjustment in accordance with

Clause 47 of conditions of contract.

15.1

Period of Bid validity:

The Bid shall be valid up to 04-01-2016.

16.1

Bid shall include a Bid Security using the form included in section 2

16.2

Bid security shall be

16.2.1 For an amount Rs. 350,000.00

16.2.2. Valid until 01-02-2016.

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

the Form of Bid Security in Section 2 Standard form

19.2 (a) The Employer’s address for the purpose of Bid submission is

Senior Assistant Secretary,

Ministry of Industry & Commerce,

P.O.Box 570, 73/1,

Galle Road, Colombo 03.

19.2 (b) Contract Name

Tender No. MIC/MIL/TD/01

20.1

Deadline for submission of Bids shall be 2.00 p.m. on 05-10-2015.

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

Price, issued by a commercial bank.

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 -

Construction Industry Development Authority (CIDA),

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

Page 28: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

28

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- 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, Sub base, base and shoulder

construction, drain construction and Asphalt surfacing as per BOQ.

1.1 The site located at Industrial Estate Horana – Millewa

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 8 years of experience which at least 3

years of experience in similar works –1 No

Page 29: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

29

13.0

13.1 (a)

13.1 (b)

13.1 (c)

13.1 (d)

Insurance

The minimum insurance cover shall be :

The minimum cover for insurance of the Works and of plant and materials

is 110% of initial contract price

The maximum deductible for insurance the works and of plant and

materials is 5% of initial contract price

The minimum cover for loss or damage to equipment is replacement

value of the equipment

The maximum deductible for insurance of equipment is 5 % of the

minimum cover for equipment

The minimum cover for insurance of other property ( other than the site )

is Rs. 1,000,000.00.

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 150 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

39.2

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

Page 30: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

30

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 Equipment 26.10%

M7

Metal 8.28%

M48

ABC 5.79%

P3

Fuel 5.48%

L3

Unskilled Labour 3.85%

M3 Cement 3.76%

M13 Reinforcement steel 4.66%

L2 Semiskilled Labour 1.88%

M22

Timber Planks 1.87%

M8

Sand 1.75%

90.00%

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. 30,000.00 per

Day.

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.

Page 31: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

31

SECTION 6

Specifications

Page 32: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

32

PARTICULAR SPECIFICATIONS

The Particular 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.

Page 33: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

33

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

Compacted

Thickness (mm)

Max

minimum Mm μm

Binder Course

75

40

Wearing Course

Type – 1

75

40

Wearing Course

Type – 2

75

40

Wearing Course

Type – 3

75

40

Wearing Course

Type – 4

75

40

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

content by total

weight of mix

4.0-5.5

4.5-6.5

4.0-6.0

4.5-6.5

4.0 – 6.0

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

Page 34: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

34

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

mix

+ 0.3%

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 100Cu.M

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

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

4 Sand Equivalent Value of fine aggregate 50 Cu. M

5 Water absorption 200Cu.M

Page 35: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

35

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

laying

every load of asphalt

18 Core Sampling (for checking compaction

and determining thickness)

One test per 250m2

19 Marshall Stability and flow and laboratory

compacted density of mix (marshall)

voids in mix and voids in mineral

aggregates

One test per 300 tones (However at least one test

per day to be done)

TABLE - 03

1.4 Measurement and Payment

(a) Measurement

Asphalt concrete surfacing shall be measured by the following methods

(i) For uniform thickness

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

Page 36: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

36

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,

(ii) 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

Page 37: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

37

SECTION 7

Pricing Preambles

Page 38: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

38

PRICING PREAMBLES

1. The bill of quantities shall be read in conjunction with all other bidding 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.

Page 39: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

39

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

connection with or adjacent to the Works.

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.

Page 40: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

40

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

Page 41: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

41

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 loaderetc)

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.

Page 42: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

42

Bills of Quantities

Page 43: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

43

BILL OF QUANTITY FOR REPARING OF ACCESS ROAD TO

INDUSTRIAL ESTATE IN HORANA- MILLEWA

BILL NO.01

PRELIMINARIES

Item

no

Description Unit Qty Rate Amount

1.1

Allow for mobilization and

demobilization

LS

Item

1.2 Allow for cost of providing

insurance bond

LS Item

1.3 Allow for cost of providing

performance bond

LS Item

1.4 Allow for cost of providing advance

payment bond

LS Item

1.5 Traffic safety and control months 6

1.6 Contract management and services months 6

1.7 Allow provisional sum of all cost in

connections with preparing smales

testing,making arrangement for

testing of materials,good etc. As

stipulated in the specification

obtaining test reports and submitting

the same to engineer

LS Item

BILL NO:1 CARRIED TO GRAND

SUMMARY

Page 44: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

44

BILL NO.02

CONSTRUCTION OF ROADWAY

ITEM

No. REF.

HSR

NO.

DESCRIPTION

UNIT QUANTITY

RATE

Rs Cts

AMOUNT

Rs Cts 2 ROAD WORK (LENGTH 800

m)

2.1

Clearing and grubbing

including removal of

bushes and trees

ITEM LS

2.2 EW1-010

Trimming , levelling and

compaction of original

ground/subgrade to 95%

std. Density [sscm

304.3©]:

SQ.M 2,925.00

2.3 E1-005 Excavation in medium soil

and dispose within the site

(cutting measurement)

[sscm 301.2(vi)]

CU.M 400.00

2.4 T1-001 Transport of soil 25m to

100m by any means

(including loading and

unloading)

CU.M 208.00

2.5 EW1- 013

Supply soil (type i & ii

materials) for bases and

shoulders including loading

and piling . (loose volume )

(ex. Transport ) [ sscm

601.1 to 601.4] :

CU.M 814.00

2.6 EW1-003A

Approved soil spread and

rolledusing machinery

including motor grader and

roller hire charges, fuel &

watering (loose volume) * [

sscm 601.1 to 4]:

CU.M 814.00

2.7 M1-012A

Dense graded aggregate

base [ aggregate base

course]supplying,spreading

, watering and compacting

graded 37.5 mm aggregate

to form a dense aggregate

base using machinery

including motor grader &

CU.M 2,220.00

Page 45: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

45

roller hire charges.

Including transport (loose

volume) [sscm 405.1 to 4]

2.8 S1-022

Prime coat with emulsion

(css-1) using 1ltr/sq.m

including blinding with

sand at the rate of 250 sq.m

/cu.m and brushing

cleaning and moistening

road surface: (with

emulsion) [sscm 501 b-504

b]

SQ.M 6,416.00

2.9 S1-015-S1

Tack coat using emulsion

(css-1) @ the rate of 0.5

ltr/sq.m inclusive of

brushing, cleaning road

surface including cost of

emulsion [sscm 502.3]

machinery

SQ.M 6,416.00

2.10 BO-361A

Supplying of asphalt

concrete for wearing course

(ex-plant), binder 60/70

bitumen 4-6% mix dense

19 mm aggregate: [sscm-

506] (excluding transport)

M.TON 770.00

2.11 S1-034 Laying & compacting

asphalt concrete using

paver (wearing course &

binder course) [sscm-506]

M.TON 770.00

2.12 RS1-010-S7

Painting 1 coats

continuous edge line, 100

mm wide using

thermoplastic paint (white)

[sscm 810] [3 mm thick]

SQ.M 160

2.13 T1-009 Transport of asphalt

concrete (bulk)

M.T./km

19,250.00

(Assume transport distance

25 km)

2.14 T1-048 Transport of emulsion rate

for 100 liters per kilo metre

100L/km

2,406.00

2.15 T1-007A

Transport of material in

bulk excluding loading

CU.M./km

16,280.00

BILL NO:2 CARRIED TO

GRAND SUMMARY

Page 46: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

46

BILL NO.03

CONCRETE SIDE DRAINS

ITEM

No.

REF.

HSR

NO.

DESCRIPTION

UNIT QUANTITY

RATE

Rs Cts

AMOUNT

Rs Cts

3 CONCRETE SIDE DRAIN

CONSTRUCTION

(LENGTH 1600 m IN

BOTH SIDES )

3.1 E1-012

Excavation pit/trench for

foundation in medium soil not

exceeding 1.5 m. Deep,

including levelling and

ramming bottom, excavated

material disposed within the

site or as directed. [sscm

302.1-302.3]:

CU.M 208

3.2 ST1-041

Mixing& laying using

concrete mixer , cement

concrete 1:3:6(37.5 mm)

(volume batching) using

crusher run aggregate

(including transport of

aggregate & piling) (sscm

1001.4):

CU.M

52.00

3.3 ST1-047

Mixing & laying using

concrete mixer (volume

batching) cement concrete for

1:2:4 (19mm) using crusher

run aggregate . (including

transport of aggregate &

piling)

CU.M

248.00

3.4 ST1-055

Fabricating & laying tor

steel as reinforcement (incl.

Transport) : [sscm 1003.1-4]

Kg 12,010.00

3.5 ST1-057

Supplying & fixing 25 mm

thick planks of cl. Ii timber as

shuttering incl. Removing

[sscm 1008]

SQ.M 3,520.00

BILL NO:3 CARRIED TO

GRAND SUMMARY

Page 47: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

47

GRAND SUMMARY OF THE EXPENSES

Bill no Description

Amount

1

PRELIMINARIES

2

CONSTRUCTION OF ROADWAY

3

CONCRETE SIDE DRAINS

SUB TOTAL – I

ADD 10% CONTINGENCIES

SUB TOTAL – II

VAT 11%

GRAND TOTAL

Page 48: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

48

SECTION 7

Drawings

Page 49: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

49

Page 50: VOLUME – 1 - Ministry of Industry and · PDF file5 VOLUME 01 Volume 01 comprises Section 1, and 3 of the Standard Bidding Document Procurement of Works Contracts, ICTAD Publication

50

Check List for Bidders

Bidders are advised to fill the following table:

ITEM ITB

Clause

YES

(tick) REFERNCE

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

to account? 10

BID package

All the documents given in ITB Clause 12

enclosed in the original copy? 12

ITB Clause 19 followed before Sealing the

Bid Package? 19