Sie sind auf Seite 1von 104

Democratic Socialist Republic of Sri Lanka

Ministry of Mahaweli Development & Environment

Climate Resilience Improvement Project

BIDDING DOCUMENT

For

Rehabilitation & Improvement of Field Canal Nos FC16/D01,


FC17/D01, FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in
Track 04 of Aralaganwila Unit of Wijayabapura Block - System B

Contract No: CRIPAF/WORKS/MASL/NCB/130

August, 2019
Table of Contents - Summary Description

Invitation for Bids ………………………………………………………… 1

Section 1- Instructions to Bidders (ITB) ………………………………… 2

Section 2- Standard Forms (Contract) …………………………… 3-9

Section 3- Conditions of Contract ………………………………….... 10

Section 4- Form of Bid and Qualification Information…………………. 11 - 13

Section 5- Bidding Data and Contract Data …………………………… 14 - 24

Section 6- Specifications ………………………………………….… 25 -30

Section 7- Bills of Quantities …………………………………………….. 31 -53

Section 8- Drawings ……………………………………. …………...…. 54 - 55

Section 9- Standard Forms (Bid)……………………………………………… 56 - 75

Page | i
Bidding Document Invitation for Bids

Invitation for Bids (IFB)


MINISTRY OF MAHAWELI DEVELOPMENT AND ENVIRONMENT

MAHAWELI AUTHORITY OF SRI LANKA


BID NOTICE
CLIMATE RESILIENCE IMPROVEMENT PROJECT
(CRIP)
The Government of the Democratic Socialist Republic of Sri Lanka has applied for financing from the International
Development Association towards the cost of Climate Resilience Improvement Project and it intends to apply part
of the proceeds of this credit to payment under the contracts mentioned in the schedule below.
On behalf of the Chairman Department Procurement Committee of Mahaweli Authority of Sri Lanka, sealed Bids
are invited by the Director General ,Mahaweli Authority of Sri Lanka, 9th Floor, No. 500, T.B. Jayah Mawatha,
Colombo 10, up to 11.00hrs on 2019.09.06 for the under mentioned construction works.
Experience/ Value of Bid
Description of Work Contract No. ICTAD security
Registration (Rs)
Rehabilitation & Improvement of Field Canal
Nos FC16/D01, FC17/D01, FC24/D01, Grade: C6 or
FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 100,000.00
CRIPAF/WORKS/ above specialty:
03 in Track 04 of Aralaganwila Unit of Valid up to
MASL/NCB/130 Irrigation &
Wijayabapura Block - System B 2019.12.20.
Drainage Canals
(Estimate value - Rs. 7 M without VAT,
Contract period 90 days)
To be eligible for contract award, the successful bidder shall not have been blacklisted and shall meet the
requirements in Bidding Data.
Prospective Bidders may apply for the Bidding Documents by a written request on a company/firm letter head,
addressed to the Deputy Director General (Technical Services), Mahaweli Authority of Sri Lanka, 3rd Floor, No.
500, T.B. Jayah Mawatha, Colombo 10, from 2019.08.15 up to 2019.09.05 from 9.30 hrs to 15.00 hrs on working
days, on payment of a non-refundable tender fee of Rs. 2,000.00 per set of Bidding Documents.
Bidding documents may be inspected free of charge at the office of Deputy Director General (Technical Services),
Mahaweli Authority of Sri Lanka, 3rd Floor, No. 500, T.B. Jayah Mawatha, Colombo 10, on normal working days
from 2019.08.15 up to 2019.09.05 from 9.30 hrs. to 16.00 hrs.
Sealed Bids with duplicate shall be dispatched either by Registered Post or hand delivered to the office of Director
General, Mahaweli Authority of Sri Lanka, 9th Floor, No. 500, T.B. Jayah Mawatha, Colombo 10, and it
should be reached before the bid closing time at 11.00 hrs on 2019.09.06 Bids will be opened immediately
thereafter. Late bids will be rejected. Bidders or their authorized representatives, not exceeding two (2) in number
are permitted to be present at the opening of bids.
For further details, please contact Deputy Director General (T/S), Mahaweli Authority of Sri Lanka, Technical
Services Division, 3rd floor, No. 500, T.B. Jayah Mawatha, Colombo 10 on Tel: 011-2673264, 011-2689651.

Director General,
Mahaweli Authority of Sri Lanka,

Page | ii
Bidding Document Instructions to Bidders

Section - 1

INSTRUCTIONS TO BIDDERS

Note: Bidders are advised to refer Section 1 – Instructions to Bidders of Standard Bidding
Document ICTAD Publication No. – ICTAD/SBD/01 – Second Edition-January 2007

Note:
Instruction to Bidders shall be read in conjunction with Bidding Data under Section 5 (Volume 2).
Matters governing the performance of the Contractor, payments under the Contract, or matters
affecting the risks, rights, and obligations of the parties under the Contract are included under
Section 3 – Conditions of Contract (Volume 1) and Contract Data under Section 5 (Volume 2).
However, some information is reproduced in this section to facilitate the bidders to price their
bids.

Instructions to Bidders will not be a part of the Contract and will cease to have effect once the
Contract is signed.

Page | 1
Bidding Document Standard Forms

Section - 2

STANDARD FORMS (CONTRACT)

 Letter of Acceptance
 Agreement
 Performance Security
 Advance Payment Security
 Retention Money Guarantee

Page | 2
Bidding Document Standard Forms

Notes on Standard Forms

 Bidders shall submit the completed form of Bid Security/Bid Securing Declaration as appropriate in
compliance with the requirements of the bidding documents.

 Bidders should 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 the 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 bidders 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 | 3
Bidding Document Standard Forms

FORM OF LETTER OF ACCEPTANCE


[Letter Heading Paper of the Procuring Entity]

---------------------------------------- [date]

To: ----------------------------------------------------------------------------------------------------------------
[Name and address of the Contractor]

This is to notify you that your bid dated ------------------- [insert date] for the Rehabilitation & Improvement
of Field Canal Nos FC16/D01, FC17/D01, FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03
in Track 04 of Aralaganvila Unit of Wijayabapura Block - System B Contract No:
CRIPAF/WORKS/MASL/NCB/130 [name of the Contract and identification number] for the Contract price
of LKR [name of currency] ---------------------------------------------------[amount in figures and words] as
corrected in accordance with Instructions to Bidders and / or modified by a Memorandum of Understanding,
is hereby accepted.

The adjudicator shall be --------------------------------------- [name and address of the Adjudicator, if agreed]/
shall be appointed by the Institute for Construction Training and Development (ICTAD)

You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract
documents.

The Start Date shall be: ------------------------- (fill the date as per Conditions of Contract).

The amount of Performance Security is: ------------------- (fill the amount as per the Conditions of Contract).

The Performance Security shall be submitted on or before -------------------------- (fill the date as per
Conditions of Contract).
Authorized Signature: ------------------------------------------------------------------------------------------------

Name and title of Signatory: ----------------------------------------------------------------------------------


Name of Agency: -----------------------------------------------------------------------------------------------

Page | 4
Bidding Document Standard Forms

STANDARD FORM: AGREEMENT

This AGREEMENT, made the------------[day]day of-----------month] 20-------year]between Director


General, Mahaweli Authority of Sri Lanka[name and address of Employer](hereinafter called “the
Employer”)of the one part, and -----------------------------------------------------------------------------------------------
------------------------------------------------ [name and address of Contractor](herein after called “the Contractor”)
of the other part.

WHEREAS the Employer desires that the Contractor execute the Rehabilitation & Improvement of Field
Canal Nos FC16/D01, FC17/D01, FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track
04 of Aralaganvila Unit of Wijayabapura Block - System B, CRIPAF/WORKS/MASL/NCB/130 name
and identification number of Contract](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.

(i) 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.

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.

The Common Seal of --------------------------------------------------------------------------------------------------

Was hereunto affixed in the presence of:-------------------------------------------------------------------------

Signed, Sealed, and Delivered by the said-------------------------------------------------------------------------

In the presence of: -----------------------------------------------------------------------------------------------------

Binding Signature of Employer--------------------------------------------------------------------------------------

Binding Signature of Contractor-------------------------------------------------------------------------------------

Page | 5
Bidding Document Standard Forms

FORM OF PERFORMANCE SECURITY


(Unconditional)

--------------------------------------------------------------------------------------------------------[Issuing
Agency's Name, and Address of Issuing Branch or Office]

Beneficiary: Director General, Mahaweli Authority of Sri Lanka, No. 500, T.B. Jayah Mawatha,
Colombo 10[Name and Address of Employer]

Date:-----------------------------

PERFORMANCE GUARANTEE No.: ------------------------

We have been informed that ------------------- ~ ----------------------------------------[name of Contractor]


(hereinafter called "the Contractor") has entered into Contract No
CRIPAF/WORKS/MASL/NCB/130[reference number of the contract] datedwith you, for the
Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01, FC24/D01, FC27/Tank 03,
FC28/Tank 03 and FC29/ Tank 03 in Track 04 of Aralaganvila Unit of Wijayabapura Block - System
B.[name of contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance


guarantee is required.

At the request of the Contractor, we --------------------------------------------------------- [name of Agency]


hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of --------
----------------[amount in figures (--------------------------------------------------------) [amount inwords],
upon receipt by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to
show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the------day of-----20------[insert date, 28 days beyond the
Intended Completion Date] and any demand for payment under it must be received by us at this
office on or before that date.

___________________________
[signature(s)]

Page | 6
Bidding Document Standard Forms

FORM OF ADVANCE PAYMENT SECURITY

----------------------------------------------------------------------------------------- -------------------[Name and


address of Agency; and Address of Issuing Branch or Office]

Beneficiary: Director General, Mahaweli Authority of Sri Lanka, No. 500, T.B. Jayah Mawatha,
Colombo 10[ Name and address of Employer]

Date: ----------------------------------

ADVANCE PAYMENT GUARANTEE No.: ---------------------------------

We have been informed that --------------------------------------------------------------[name of Contractor]


(hereinafter called "the Contractor") has entered into Contract
No.CRIPAF/WORKS/MASL/NCB/130[reference number of the contract] dated ___________with
you, for the Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01, FC24/D01,
FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04 of Aralaganvila Unit of Wijayabapura
Block - System B[name of contract and brief description] (hereinafter called" the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance payment in
the sum----------------------- [amount in figures] (------------------------- ) [amount in words]is to
be made against an advance payment guarantee.

At the request of the Contractor, we ------------------------------------------------ [name of issuing agency]


hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of --------
-------------------- [amount in figures] ( ---------------) [amount in words]upon receipt by us of
your first demand in writing accompanied by a written statement stating that the Contractor is in
breach of its obligation in repayment of the Advance payment under the Contract.

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor.

This guarantee shall expire on ----------------------- [Insert the date, 28 days beyond the Intended
Completion Date].
Consequently, any demand for payment under this guarantee must be received by us at this office on
or before that date.

___________________________
[signature(s)]

Page | 7
Bidding Document Standard Forms

FORM OF RETENTION MONEY GUARANTEE

-------------------------------------- -------------------------------------------------------------------------- [Issuing


Agency's Name. and Address of Issuing Branch or Office]

Beneficiary: Director General, Mahaweli Authority of Sri Lanka, No. 500, T.B. Jayah Mawatha,
Colombo 10[Name and Address of Employer]

Date: --------------------

RETENTION MONEY GUARANTEE No.: ------------------------------------------------

We have been informed that --------------------------------------------------------------[name of Contractor]


(hereinafter called "the Contractor") has entered into Contract
No.CRIPAF/WORKS/MASL/NCB/130[reference number of the contract] dated ______with you,
for the execution of Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01,
FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04 of Aralaganvila Unit of
Wijayabapura Block - System B [name of contract and brief description of Works] (hereinafter called
"the Contract").

Furthermore, we understand that, according to the conditions of the Contract, when the works have
being taken over and the first half of the Retention Money has been certified for payment, payment of
the second half of the Retention Money may be made against a Retention Money guarantee.

At the request of the Contractor, we --------------------------------------------------------- [name of agency]


hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of --------
---------[amount in figures] (---------------------------------------------------) [amount in words] upon
receipt by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation under the Contract because the Contractor has not attended to
the defects in accordance with the Contract.

This guarantee shall expire, at the latest, --------------------------[insert 28 Days after the end of the
Defects Liability Period]. Consequently, any demand for payment under this guarantee must be
received by us at this office on or before that date.

[Signature(s)]

Page | 8
Bidding Document Conditions of Contract

Section - 3

CONDITIONS OF CONTRACT

Note :
Bidders are advised to refer Section 3 – Conditions of Contract of Standard
Bidding Document ICTAD Publication No. – ICTAD/SBD/01 –second edition-
January 2007

Note:
Conditions of Contract shall be Read in Conjunction with Section 5-Contract Data in Volume
2, which shall take precedence over the Condition of Contract

Page | 9
Bidding Document : Form of Bid and Qualification Information

Section - 4

FORM OF BID AND QUALIFICATION


INFORMATION

Page | 10
Bidding Document : Form of Bid and Qualification Information

Form of Bid
Name of Contract: Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01,
FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04 of
Aralaganvila Unit of Wijayabapura Block - System B

Contract No: CRIPAF/WORKS/MASL/NCB/130

To: The Director General, Mahaweli Authority of Sri Lanka

Gentleman,

1. Having examined the Standard Bidding Document - Procurement of Works [ICTAD/SBD/01 - Second
Edition, January 2007], Specifications, Drawings and Bills of Quantities and Addenda for the
execution of the above-named Works, we the undersigned, offer to execute and complete such Works
and remedy any defect 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 up to ………….. 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.

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

Dated this -------------- day of -------------- 20------- in the capacity of -------------- duly authorized to sign
tenders for and on behalf of -----------------------------------------------------
(IN BLOCK CAPITALS)

Signature : ---------------------------------------------------------------------------------------

Name : ---------------------------------------------------------------------------------------

Designation: --------------------------------------------------------------------------------------

Address : --------------------------------------------------------------------------------------

Witness : --------------------------------------------------------------------------------------

Page | 11
Bidding Document : Form of Bid and Qualification Information

Qualification Information

(To be completed and submitted by the bidder, with the Bid)


(* if requested only)
ICTAD Registration
Registration number (attach copies of relevant pages from the registration book)
Grade
Specialty
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 Program ( 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 such as
performed in last 5 years* profit-loss and income expenditure statement)
Year …….
Year …..
Year …..
Year …..
Year …..

Value of similar works completed in 1. Value Year ……………..


last 10 years (indicate only the three 2. Value Year …………..
largest projects)* 3. Value Year …………….
(attach copies of Certificate of Completion etc., as annex)

Major items of construction equipment 1. type Capacity ………………


proposed* 2. type Capacity ………………
3. type Capacity …………….....
4. type Capacity ……………….
5. type Capacity ……………….
Qualification and experience of key Technical:
staff – Site & Head Office (Permanent, 1.
Contract basis & Consultants) *
2.
3.
Managerial:
1.
2.
3.
Other information requested under
ITB Clause 4.1*

Page | 12
Bidding Document Bidding data and Contract data

Section - 5
BIDDING DATA AND CONTRACTDATA

Note:

Bidding Data

This section shall be read in conjunction with Section 1 – Instructions to Bidders of ICTAD/SBD/01-
Second Edition-January 2007, and is intended to provide specific information in relation to
corresponding clauses in Section 1. Whenever there is a discrepancy, provided in the Section 1 –
Instructions to Bidders shall supersede the provisions in Section 5 – Bidding Data.

Contract Data

This section shall be read in conjunction with Section 3 – Conditions of contract of ICTAD/SBD/01-
Second Edition-January 2007, and is intended to provide specific information in relation to
corresponding clauses in Section 3. Whenever there is a discrepancy, provided in the Section 3 –
Conditions of Contract supersede the provisions in Section 5 – Contract Data.

Page | 13
Bidding Document Bidding data and Contract data

G. Bidding Data
ITB Clause Reference

1.1 The Employer is

Name: Director General, Mahaweli Authority of Sri Lanka

Address: Director General’s Office, 9thFloor,No. 500, T. B. Jayah Mawatha, Colombo


10
The Works consists of Rehabilitation & Improvement of Field Canal Nos FC16/D01,
FC17/D01, FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04
of Aralaganvila Unit of Wijayabapura Block - System B

following location : System B, Wijayabapura Block.

1.2 Intended Completion Date is 90 days from the Start Date.

1.3 The office for collection of bid forms is

3rd Floor, Technical Services Division, No. 500, T. B. Jayah Mawatha, Colombo 10

The non-refundable fee is Rs. 2,000.00

The Bid forms will be issued until 2019.09.05 between 9.30 hrs. to 15.00 hrs. on working
days.

2.1 The source of funds is : International Development Association


3.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as
well as bidders, suppliers, and contractors and their subcontractors under Bank-financed
contracts, observe the highest standard of ethics during the procurement and execution of
such contracts. In this context, any action taken by a bidder, supplier, contractor, or a sub-
contractor to influence the procurement process or contract execution for undue advantage
is improper. In pursuance of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” “another party” refers to a public official acting in relation to the
procurement process or contract execution]. In this context, “public official” includes
World Bank staff and employees of other organizations taking or reviewing procurement
decisions. is the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party;

(ii) “fraudulent practice” a “party” refers to a public official; the terms “benefit” and
“obligation” relate to the procurement process or contract execution; and the “act or
omission” is intended to influence the procurement process or contract execution. is any
act or omission, including a misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit or to avoid an
obligation;

Page | 14
Bidding Document Bidding data and Contract data

(iii)“collusive practice” “parties” refers to participants in the procurement process


(including public officials) attempting to establish bid prices at artificial, non-competitive
levels. is an arrangement between two or more parties designed to achieve an improper
purpose, including to influence improperly the actions of another party;

(iv)“coercive practice” a “party” refers to a participant in the procurement process or


contract execution. is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a
party;

(v)"obstructive practice" is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to


the investigation or making false statements to investigators in order to materially impede
a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from pursuing the
investigation; or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit
rights provided for under sub-clause 3.1 (e) below.

(b) will reject a proposal for award if it determines that the bidder recommended for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices in competing for the contract in question;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that
representatives of the Borrower or of a beneficiary of the loan engaged in corrupt,
fraudulent, collusive, or coercive practices during the procurement or the execution of that
contract, without the Borrower having taken timely and appropriate action satisfactory to
the Bank to address such practices when they occur;

(d) will sanction a firm or individual, including declaring ineligible, either indefinitely or
for a stated period of time, to be awarded a Bank-financed contract if it at any time
determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices in competing for, or in executing, a Bank-
financed contract; and

(e) will have the right to require that a provision be included in bidding documents and in
contracts financed by a Bank loan, requiring bidders, suppliers, and contractors and their
sub-contractors to permit the Bank to inspect their accounts and records and other
documents relating to the bid submission and contract performance and to have them
audited by auditors appointed by the Bank.

Furthermore, bidders shall be aware of the provision stated in GCC Sub-Clause 59.3

Page | 15
Bidding Document Bidding data and Contract data

4.2 The registration required;

Construction Industry Development Authority (CIDA) Registration (previously


known as ICTAD)

Specialty : Irrigation and Drainage Canals

Grade : C6 or above

4.3 The following information shall be provided in Section 4:


* ICTAD Registration;
Registration number
Grade
Specialty
Expiry Date

* VAT Registration number

* Construction Programme

* Legal Status (Sole proprietor, Partnership, Company etc. )

* Total monetary value of construction work performed for each of the last five years;

* Experience in works of a similar nature and size for each of the last ten years;

* Major items of construction equipment proposed to carry out the Contract;

* Qualifications and experience of key site management and technical personnel proposed

for the Contract

* Information on current work in hand

* The Written confirmation of authorization to sign on behalf of the Bidder shall indicate:

a) The name and description of the documentation required to demonstrate the authority of
the signatory to sign the bid such as a Power of Attorney.

b) in the case of Bids submitted by an existing or intended JV an undertaking signed by all


parties(i) stating that all parties shall be jointly and severally liable and (ii) nominating a
representative who shall have the authority to conduct all business for and on behalf of any
and all the parties of the JV during the bidding process and, in the event the JV is awarded
the contract, during contract execution.

* any other

Page | 16
Bidding Document Bidding data and Contract data

4.4 * Average annual volume of construction work performed in last five years shall be at least
Rs 10 M.

* Similar Experience as a prime contractor in the construction of at least one contract of a


nature and complexity equivalent to ( At least Rs. 7 M value in irrigation canal
construction ) the Works over the last 10 years (to comply with this requirement, works
cited should be at least 70% completed)

*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. 6 Million.

* Proposals for the timely acquisition (own, lease, hire, etc.) of the following essential
equipment shall be;

Type Minimum no.

1. Excavator (70 H/P )/ Backhoe Loader (JCB) 01

* Following technical /Managerial Staff

1) B.Sc. Civil Engineering degree or equivalent with minimum of 5 years past experiences.

2). Technical officer qualified with NDT or NCT with 5 years past experience in civil
constructions

The Bidder shall provide details of the proposed personnel and their experience records in
the relevant forms.

9.1 Employer’s address for the purpose of clarification is ;


Name : Deputy Director General (Technical Services)
Address:3rd Floor, No. 500, T. B. Jayah Mawatha, Colombo 10
Phone: 0112 696 436 Fax : 0112 689 651

E-mail : ddgts.masl@gmail.com

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.
13.4 The Contract is not subjected to price adjustment in accordance with Clause 47 of the
Conditions of Contract.

Page | 17
Bidding Document Bidding data and Contract data

14.1 Currency of Bid - Local currency only

15.1 The Bid shall be valid up to 91 days from the closing date of bid (From 2019...09.06 to
2019.12.02)

16.1 Bid shall include a Bid Security using the form included in Section 9

16.2  Bid Security shall be an amount of One Hundred Thousand Sri Lankan Rupees only (
Rs. 100,000.00 )
 The Bid Security shall be valid until 119 days from Closing date of bid (from
2019.09.06 to 2019.12.06)

 Bid security shall only be an unconditional guarantee issued by a bank recognized by the
Central Bank of Sri Lanka in accordance with the format given in Section 9, Standard
Forms. Bid securing declaration and Insurance guarantee shall not be accepted.
17 Pre Bid meeting will be held at 14.00 hrs on …………….. at Project office, Mahaweli
Consolidation Project, System-B, Welikanda.

A site visit will be organized and conducted by the Employer on ……………….. Commencing
at 15.00 hrs onwards.

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

Attention: Director General

Address: Mahaweli Authority of Sri Lanka


9th Floor, No. 500, T.B. Jayah Mawatha, Colombo 10

Contract name- Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01,
FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04 of
Aralaganvila Unit of Wijayabapura Block - System B
19.2(b)
Contract Number- CRIPAF/WORKS/MASL/NCB/130

20.1 The deadline for submission of Bids is 2019.09.06

Time :11.00 hrs

21.1 Any bid received after the dead line for submission will be rejected & returned unopened to the
bidder.

28.1 The prices shall be quoted by the bidder in Sri Lankan Rupees (LKR)

30 Preference for Domestic Bidders - Not Applicable

Page | 18
Bidding Document Bidding data and Contract data

34 The amount of Performance Security is .5% of Initial Contract Price. It’s an unconditional on
Demand guarantee issued by agency acceptable to the Employer as stated in 16.2..

The Performance Security Shall be valid until 28 days beyond the intended completion
period.

36 The Adjudicator shall be appointed by the Construction Industry Development Authority


(CIDA), Sri Lanka with the request of either the Employer or the Contractor, at the award of
the Contract.

The hourly fee together with reimbursable expenses for the proposed Adjudicator shall be
discussed and agreed between the Employer and Contractor at the time of appointment of
Adjudicator.

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 | 19
Bidding Document Bidding data and Contract data

Contract Data
(Please note that the Clause nos. given hereunder are that of Conditions of Contract)
1.1 The Employer is:

Name: Director General, Mahaweli Authority of Sri Lanka

Address: 9th Floor,


No. 500, T. B. Jayah Mawatha,
Colombo 10

Name of Authorized Representative:


Deputy Director General (Technical Services)
Address: 3rd Floor, No. 500, T. B. Jayah Mawatha, Colombo 10

1.1 The Engineer is


Name : Senior Project Engineer,Wijayabapura.
Address: Project office,Mahaweli Consolidation Project,
System-B, Welikanda.
Name of Engineer’s Representative: To be Nominated

The Works consists of Rehabilitation & Improvement of Field Canal Nos


FC16/D01, FC17/D01, FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank
03 in Track 04 of Aralaganvila Unit of Wijayabapura Block - System B

The site is located : Wijayabapura,System B, Welikanda

The Start Date shall be 14 Days from the Letter of Acceptance.

2.3 The following documents also form part of the Contract:


CIDA/SP/102 Specification for Irrigation & Land Drainage.

8.1 None

9.1 Schedule of Key Personnel:


Minimum persons with qualifications and experience to be defined,
a). Technical officer
Qualified with NDT or NCT with 5 years past experience in civil constructions
b) Construction Manager (Civil)
B.Sc. Civil Engineering degree or equivalent with minimum of 5 years past
experiences.

Page | 20
Bidding Document Bidding data and Contract data

13.1

The minimum insurance covers shall be :

(a) • The minimum cover for insurance of the Works and of Plant and Materials is
110% of Initial Contract Price.

• The maximum deductible for insurance of the Works and of Plant and
Materials is5% of Initial Contract Price.

(b) • 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.

(c) • The minimum cover for insurance of other property (other than the Site) is
Rs. 1,000,000.00.

(d) The minimum cover for personal injury or death,

• for third party and employees of the Employer and other persons engaged by the
Employer in the Works is Rs.1 Million per event.
13.2 (a) The minimum cover for personal injury or death,

 for the Contractor's workmen is Rs. 1 Million per event.


 Contractor's employees other than workmen is Rs. 1 Million per event

14.1 The following site investigation reports are annexed as Appendices: None

17.1 The Intended Completion Date for the whole of Works shall be 90 days from the
Start Date

21.1 The Site Possession Date shall be14 Days from Letter of Acceptance

23.2 Add Sub-clause 23.2:


The Contractor shall permit, and shall cause its Subcontractors and sub-consultants to
permit, the Bank and/or persons appointed by the Bank to inspect the Site and/or the
accounts and records of the Contractor and its sub-contractors relating to the
performance of the Contract and the submission of the bid, and to have such accounts
and records audited by auditors appointed by the Bank if requested by the Bank. The
Contractor’s and its Subcontractors’ and sub-consultants’ attention is drawn to Sub-
Clause 59.3 which provides, inter alia, that acts intended to materially impede the
exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 23.2
constitute a prohibited practice subject to contract termination (as well as to a
determination of ineligibility pursuant to the Bank’s prevailing sanctions procedures)

Page | 21
Bidding Document Bidding data and Contract data

27.1 The Contractor shall submit a programme for the Works within 14 Days of delivery
of the Letter of Acceptance. Noisy equipment shall be avoided during the school
times.
27.3 The period between Programme update is 28 days.

27.4 The amount to be withheld for late submission of a Programme is 2% of the


subsequent monthly bill of the Contractor.
35.1 The Defects Liability Period is 365 Days

39.2 Engineer may order variations up to a total cumulative value of not exceeding 5% of
Initial Contract Price
44.1 The following events shall also be Compensation Events: None

46.1 The exchange rate used for calculating the amounts to be paid in currencies other
than Sri Lankan Rupees - Not Applicable

47.1 The Contract Price is not subjected to price adjustment-

48.1 The retention from each payment shall be10% of the certified work done.

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 0.05% of Initial
Contract Price per Day.

The maximum amount of liquidated damages for the whole of the Works shall
be10% of the Initial Contract Price

51.1 The Advance Payments shall be: 30% of the Initial Contract Price excluding
provisional sums and contingencies shall be paid to the Contractor within 14 days of
submission of Advance Payment Guarantee and signing of the Contract Agreement.

52.1 The Performance Security shall be 5% of Initial Contract Price.

58.1 Schedule of operating and maintenance manuals.

59.3 Sub-clause 59.3 shall be substituted by the following

59.3.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices, in competing for or in executing the
Contract, then the Employer may, after giving 14 days’ notice to the Contractor,
terminate the Contractor's employment under the Contract and expel him from the
Site, and the provisions of Clause 59.1 shall apply as if such expulsion had been
made under Sub-Clause 59.5.

59.3.2 Should any employee of the Contractor be determined to have engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practice during the execution of the
Works, then that employee shall be removed.

Page | 22
Bidding Document Bidding data and Contract data

59.3.3 For the purposes of this Sub-Clause:

(i) “corrupt practice” “another party” refers to a public official acting in


relation to the procurement process or contract execution]. In this context,
“public official” includes World Bank staff and employees of other
organizations taking or reviewing procurement decisions. is the offering,
giving, receiving or soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party;

(ii) “fraudulent practice” a “party” refers to a public official; the terms


“benefit” and “obligation” relate to the procurement process or contract
execution; and the “act or omission” is intended to influence the
procurement process or contract execution. is any act or omission,
including a misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit or to avoid
an obligation;

(iii) “collusive practice” “parties” refers to participants in the procurement


process (including public officials) attempting to establish bid prices at
artificial, non competitive levels. is an arrangement between two or more
parties designed to achieve an improper purpose, including to influence
improperly the actions of another party;

(iv) “coercive practice” a “party” refers to a participant in the procurement


process or contract execution. is impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property of the party
to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of


evidence material to the investigation or making false statements to
investigators in order to materially impede a Bank investigation into
allegations of a corrupt, fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from
pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the Bank’s


inspection and audit rights provided for under Sub-Clause 23.2.

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.

63.7 The attendance fee payable to the Contractor on nominated sub-contract work shall
not exceed 8%.

Page | 23
Bidding Document Specifications

Section - 6

SPECIFICATIONS

 SPECIFICATIONS FOR CIVIL WORKS


 ENVIRONMENTALMANAGEMENTPLAN

Page | 24
Bidding Document Specifications

SPECIFICATIONS FOR CIVIL WORKS

GENERAL TECHNICAL SPECIFICATIONS


ICTAD/CIDA Publication No. – CIDA/SP/102 Specification for Irrigation & Land
Drainage is applicable as the general specifications for the Civil Works of this Contract.

These publications are not issued with the Bidding Document and the Bidder/Contractor is
advised to procure them from ICTAD.

Page | 25
Bidding Document Specifications

ENVIRONMENTAL MANAGEMENT PLAN

Activities Protection and Locations/ Mitigation Institutional Responsibility


preventive measures Project phase cost
Implement Supervision

1.0

1.1 EMP

(a) EMP should be included as Prior to bidding To be /PMU, ID


a Special Condition in the provided as and MASL
Bid Document; and EMP a provisional
should be attached to sum and/or
contract to form part of the as part of the
contract requirement engineering
cost

2.0 Construction Phase

2.1 Earthwork and Soil Conservation

2.1.1 Site Clearance and Land Development

Prevention of removal of Applicable Engineering PMU, ID FD/Timber


trees as far as possible. throughout the cost and MASL Corporation
construction areas
During removing, attention
should be paid to maintain
minimum disturbances to
soil cover and also care
should be taken not to
damage adjoining trees.

Degraded state land


identified for forestry
activities will be improved
to compensate for the trees
removed as 1:2 at least

Water spraying should be


done at a regular interval
to avoid dust generation
due to site clearance

2.1.2 Disposal of Debris and Spoil

(a) All debris and residual Disposal sites to Engineering contractor /PMU, ID and
spoil material including be identified by cost MASL
any left earth shall be the contractor and
disposed only at locations approved by Engineer to
approved by the engineer Engineer. the sub-project
for such purpose and
subjected to the clauses

Page | 26
Bidding Document Specifications

2.1.1.b and 2.1.1.c.

All material that is


reusable or recyclable shall
be used for such purposes
either by the contractor or
through dealers.

(b) The contractor shall obtain


the approval from the
relevant Local Authority
such as Prdeshiya Sabha,
Municipal Council and
other government agencies
(as required) for disposal
and spoil at the specified
location, as directed by the
Engineer

Private land that will be


selected for disposal
should also require written
consent from the land
owner

(c) The debris and spoil shall


be disposed in such a
manner that;

(i) waterways and drainage


paths are not blocked

(ii) the disposed material


should not be washed
away by runoff and

(iii) should not be a


nuisance to the public

(d) The debris and residual All borrow sites


spoil material including (licensed sites)
any left earth shall be used, identified by
to refill the burrow areas contractor and
as directed by the approved by
engineer, subjected to engineer.
laying of topsoil as per
EMP clause 2.1.2.

(e) Excavated earth materials Applicable


and all debris materials throughout the
shall be disposed construction areas
immediately without

Page | 27
Bidding Document Specifications

allowing to stockpile at
identified locations for
debris disposal,
recommended by the
engineer. During
transportation, dispose
materials should be
covered with tarpaulin.

(f) If approved by the In identified filling


engineer, contractor can sites subjected to
dispose the debris and the approval of
spoil as a filling material engineer
provided that the
contractor can ensure that
such material is used for
legally acceptable
purposes with disposed in
an environmentally
acceptable manner.

2.1.2 Conservation and reuse of top soil

(a) Top soil of the agricultural Within the project Engineering Contractor PMU, ID and
areas and any other sites where topsoil cost MASL
productive areas where it from productive
has to be removed for the land to be removed Engineer to
purpose of this project the sub-project
shall be stripped to a
specified depth of 150mm
and stored in stockpiles of
height not exceeding 2m,
if directed by the engineer.
If the contractor is in any
doubt on whether to
conserve the topsoil or not
for any given area he shall
obtain the direction from
the engineer in writing

(b) Removed top soil could be Site(s) identified


used as a productive soil for replantation
when program
replanting/establishing
vegetation

(c) Stockpiled topsoil must be Within the project


returned to cover the areas sites where slope
including cut slopes where stabilization is
the topsoil has been carried out and/or
removed due to project on barren land

Page | 28
Bidding Document Specifications

activities. Residual topsoil


must be distributed on
adjoining/proximate barren
areas as identified by the
engineer in a layer of
thickness of 75mm –
150mm.

(d) Topsoil thus stockpiled for Locations where -


reuse shall not be topsoil is
surcharged or stockpiled for
overburdened. As far as reuse
possible multiple handling
of topsoil stockpiles
should be kept to a
minimum.

2.1.3 Protection of Ground Cover and Vegetation

(a) Construction vehicle, Within the project - Contractor PMU, ID and


machinery and equipment areas MASL
shall be used and stationed
only in the areas of work Engineer to
and in any other area the sub-project
designated/ approved by
the engineer. Entry and
exit of construction
vehicles and machinery
should be restricted to
particular points as
directed by the engineer

(b) Contractor should provide Within the project


necessary instructions to areas
drivers, operators and
other construction workers
not to destroy ground
vegetation cover
unnecessarily

2.1.4 Borrowing of Earth

(a) Earth available from All excavation - Contractor PMU, ID and


construction site areas and MASL
excavation works as per embankments
design, may be used as Engineer to
embankment materials, the sub-project
subject to approval of the
engineer

(b) Contractor shall comply All borrow sites


with the environmental identified and used

Page | 29
Bidding Document Specifications

requirements/guidelines by the contractor


issued by the CEA and the
respective local authorities
with respect of locating
borrow areas and with
regard to all operations
related to excavation and
transportation of earth
from such sites.

Contractor can also find


suitable soil materials from
currently operated licensed
borrow pits in the
surrounding area, subject
to approval of the engineer

No burrow-sites be used
(current approved) or
newly established within
areas protected under
FFPO and FO

(c) Borrow areas shall not be Engineering


opened without having a cost
valid mining license from
the GSMB. The location, -
depth of excavation and
the extent of the pit or
open cut area shall be as
approved by the engineer.

(d) All borrow pits/areas


should be rehabilitated at
the end of their use by the
contractor in accordance
with the
requirements/guidelines
issued by the CEA and the
respective local authority.

(e) Establishment of borrow All excavation


pits/areas and its areas, slopes and
operational activities shall borrow sites
not cause any adverse
impact to the near-by
properties. Also shall not
be a danger of health
hazard to the people.

(f) Contractor shall take all Engineering


steps necessary to ensure

Page | 30
Bidding Document Specifications

the stability of slopes cost


including those related to
temporary works and
burrow pits.

2.1.5 Prevention of soil erosion

(a) Debris material shall be Applicable Engineering Contractor PMU, ID and


disposed in such a manner throughout project cost MASL
that waterways, drainage sites
paths would not get Engineer to
blocked. Locations of the sub-project
culverts,
Drainage paths associated leaderways
with the infrastructure
should be improved / (directly connected
erected to drain rain water
to streams / water
properly.
bodies), toe walls
Silt traps will be
&silttraps to be
constructed to avoid
erected.
siltation into water ways
where necessary.

To avoid siltation,
drainage paths should not
be directed to streams,
other water bodies directly
and they should be
separated from streams /
other water bodies /

(b) Barricades such as humps Applicable


will be erected at throughout project
excavated areas for sites
culverts, silttraps, toe
walls, filling and lifting
with roper sign boards, as
some work in these
sections will have to be
stopped during heavy rains
due to heavy erosion. To
prevent soil erosion in
these excavated areas,
proper earth drain system
should be introduced.

(c) Embankment slopes,


slopes of cuts, etc. shall
not be unduly exposed to

Page | 31
Bidding Document Specifications

erosive forces. These


exposed slopes shall be
graded and covered by
grass or other suitable
materials per the
specifications.

All fills, back fills and


slopes should be
compacted immediately to
reach the specified degree
of compaction and
establishment of proper
mulch.

(d) Work that lead to heavy -


erosion shall be avoided
during the raining season.
If such activities need to
be continued during rainy
season prior approval must
be obtained from the
Engineer by submitting a
proposal on actions that
will be undertaken by the
contractor to prevent
erosion.

(e) The work, permanent or Engineering


temporary shall consist of cost
measures as per design or
as directed by the engineer
to control soil erosion,
sedimentation and water
pollution to the satisfaction
of the engineer. Typical
measures include the use
of berms, dikes sediment
basins, fiber mats,
mulches, grasses, slope
drains and other devices.
All sedimentation and
pollution control works
and maintenance thereof
are deemed, as incidental
to the earthwork or other
items of work and no
separate payment will be
made for their
implementation.

Page | 32
Bidding Document Specifications

2.1.6 Contamination of soil by fuel and lubrications

(a) Vehicle/machinery and Servicing yards to Engineering Contractor PMU, ID and


equipment servicing and be used for vehicle cost MASL
maintenance work shall be servicing
carried out only in Engineer to
designated locations/ the sub-project
service stations approved
by the engineer

(b) Approval from CEA in the PMU, ID and


form of an Environmental MASL
Protection Licenses (EPL)
should be secured by the Engineer to
contractor if he intends to the sub-
prepare his own vehicle project, CEA
servicing yard

(c) Waste oil, other petroleum Servicing yards to


products and untreated be used for vehicle
wastewater shall not be servicing and
discharged on ground so locations where
that to avoid soil pollution. vehicles will be
Adequate measures shall temporarily
be taken against pollution stationed
of soil by spillage of
petroleum/oil products
from storage tanks and
containers. All waste
petroleum products shall
be disposed of in
accordance with the
guidelines issued by the
CEA or the engineer.

(d) Sites used for vehicle and New servicing PMU, ID and
plant service and yards developed MASL
maintenance shall be by the contractor
restored back to its initial for the project Engineer to
status. Site restoration will the sub-project
be considered as incidental
to work.

2.1.7 Disposal of harmful construction wastes

(a) Contractor prior to the Locations - Contractor PMU, ID and


commencement of work identified to store MASL
shall provide list of chemicals and
harmful, hazardous and waste disposal Engineer to
risky chemicals/ material the sub-project
that will be used in the
project work to the

Page | 33
Bidding Document Specifications

Engineer. Contractor shall


also provide the list of
places where such
chemicals/materials or
their containers or other
harmful materials have
been dumped as waste at
the end of the project.

(b) All disposal sites should be PMU, ID and


approved by the engineer MASL
and approved by CEA and
relevant local authority. Engineer to
the sub-
(c) The contractor shall clean All affected water project, CEA
up any area including bodies close to
water-bodies material storage
affected/contaminated (if and waste disposal
any) as directed by the sites
engineer at his own cost.

2.1.8. Quarry operations

(a) Utilizing the existing All, quarry sites Engineering Contractor PMU, ID and
quarry sites available in which will be used cost MASL
the project influential area during
as much as possible which construction Engineer to
are approved by GSMB phase. the sub-
with valid EPL and project, CEA,
Industrial Mining GSMB, local
Licences; authorities

If new quarries are to be


opened, prior approval
should be obtained from
GSMB, CEA and local
authorities such as
Pradeshiya Sabha.

Selected quarry sites


should have proper safety
measures such as
warnings, safety nets etc.,
and third party insurance
cover to protect external
parties that may be
affected due to blasting.

Quarry sites should not be


established within

Page | 34
Bidding Document Specifications

protected sites identified


under the FFPO and FO

(b) It is recommended not to -


seek material from
quarries that have ongoing
disputes with community.

(c) The maintenance and Engineering


rehabilitation of the access cost
roads in the event of
damage by the contractors
operations shall be a
responsibility of the
contractor.

2.2 Storage and handling of construction material

2.2.1 Emission of dust

(a) Storage locations of sand, At all material Engineering Contractor PMU, ID and
metal, soil should be storage locations cost MASL
located away from (stock piles of
settlements and other sand, gravel and Engineer to
sensitive receptors and metal) the sub-project
covered (with artificial
barriers or natural
vegetation).

Measures given under


clauses 2.5.1 (c), (d), (e)
should be considered
within material storage site
to minimize dust during
handling of material.

All access roads within the


storage site should be
sprinkled with water for
dust suspension.

2.2.2 Storage of fuel, oil and chemicals (avoid


fumes and offensive odor)

(a) All cement, bitumen At all material Engineering Contractor PMU, ID and
(barrels), oil and other storage locations cost MASL
chemicals should be stored (cement, bitumen,
and handled on an fuel, oil and other Engineer to
impervious surface chemicals used for the sub-project
(concrete slab) above construction
ground level. activities)

Page | 35
Bidding Document Specifications

Storage facility of cement,


bitumen (barrels), oil and
other chemicals should be
an enclosed structure
ensuring that no storm
water flows in to the
structure.

A ridge should be placed


around the storage facility
to avoid runoff getting in
to the structure.

Adequate ventilation
should be kept to avoid
accumulation of fumes and
offensive odor that could
be harmful to material
handlers.

Measures given under


clause 2.9 should be
considered to avoid any
accidents and risks to
worker population and
public.

2.2.3 Transportation of
material

(a) The contractor should Within the project - Contractor PMU, ID and
avoid over loaded trucks to locations and the MASL
transport material to vicinity
construction sites. During Engineer to
transportation, materials the sub-project
should be covered with
tarpaulin.Avoid peak hours
in roads with moderate to
high traffic’; the contractor
shall minimize possible
public nuisance due to
dust, traffic congestion, air
pollution, etc., due to such
haulage; If local roads are
used, select routes based
on the truck load; divide
the load to prevent
damages to local roads and
bridges; observe speed
limits and maintain
vehicles in the good

Page | 36
Bidding Document Specifications

condition; transport
material under cover;
avoid peak hours in roads
with moderate to high
traffic.

If there are damages to


local roads and other
utilities due to hauling in
roads which were not
identified during design
stage, Contractor shall
attends to repair all
damaged infrastructure/
roads, if needed through
relevant authorities

2.3 Water – Protection of Water Sources and


Quality

2.3.1. Loss of minor water sources and disruption to


water users

(a) Contractor should make Project sites and - Contractor RDA, PMU,
employees aware on water worker camps ID and MASL
conservation and waste
minimization in the Engineer to
construction process. the sub-project

(b) Arrange adequate supply Engineering


of water for the project cost
purpose throughout the
construction period. Not
obtain water for project
purposes, including for
labor camps, from public
or community water
supply schemes without a
prior approval from the
relevant authority.

Not extract water from


ground water or surface
water bodies without the
permission from engineer
& relevant authority.
Obtain the permission for
extracting water prior to
the commencing of the
project, from the relevant
authority.

Page | 37
Bidding Document Specifications

(c) Contractor shall protect Wells and other


sources of water (potable public water
or otherwise) such as water sources locations
sources used by the within the project
community so that sites
continued use these water
sources will not be
disrupted by the work. In
case the closer of such
sources is required on
temporary basis contractor
shall provide alternative
arrangement for supply.
Alternative sources such as
wells thus provided should
be within acceptable
distance to the original
sources and accessible to
the affected community.

(d) Contractor shall not divert, Waterways located


close or block existing in the surrounding
canals and streams in a areas of road
manner that adversely sections or the
affect downstream intakes. contractor’s work
If diversion or closure or sites.
blocking of canals and
streams is required for the
execution of work,
contractor must obtain the
engineers approval in
writing. Contractor shall
also obtain the approval
from the National Water
Supply and Drainage
Board (NWS&DB) or
local authority or
Divisional Secretary
depending on the operating
agency of the intake/water
supply. Contractor shall
restore the drainage path
back to its original status
once the need for such
diversion or closure or
blockage ceased to exist.
During the affected period
contractor shall supply
water to the affected
community.

Page | 38
Bidding Document Specifications

(e) In case the contractors Project sites


activities going to
adversely affect the
quantity or quality of
water, the contractor shall
serve notice to the relevant
authorities and
downstream users of water
sufficiently in advance.

(f) Apply best management construction sites, -


practices to control material and soil
contamination of run-off storage areas, and
water during maintenance equipment and
& operation of equipment. machinery service
areas
Maintain adequate distance
between stockpiles &
water bodies to control
effects to natural drainage
paths.

2.3.2 Siltation into water


bodies

(a) Contractor shall take All water bodies Engineering Contractor PMU, ID and
measures to prevent located around the cost MASL
siltation of water bodies as project areas
a result of construction Engineer to
work including, the sub-project
construction of temporary /
permanent devices to
prevent water pollution
due to siltation and
increase of turbidity. These
shall include the measures
against erosion as per EMP
2.1.6.

(b) Construction materials


containing small / fine
particles shall be stored in
places not subjected to
flooding and in such a
manner that these
materials will not be
washed away by runoff.

(c) Temporary soil dumps


should be placed at least

Page | 39
Bidding Document Specifications

200m away from all water


bodies

(d) If temporary soil piles are


left at the site for a long
time those piles should be
covered with thick
polythene sheets

(e) All fills, back fills and


slopes should be
compacted immediately to
reach the specified degree
of compaction and
establishment of proper
mulch

2.3.3 Alteration of drainage paths

(a) Contractor shall not close All drainage paths Engineering Contractor RDA,
or block existing canals impacted by the cost NBRO/PMU,
and streams permanently. project activities ID and MASL
If diversion or closure or
blocking of canals and Engineer to
streams is required for the the sub-project
execution of work (e.g. for
construction of bypass),
contractor must first obtain
the Engineers approval in
writing. Contractor shall
carry out an investigation
and report to the Engineer,
if an investigation is
requested by the Engineer.
Contractor shall also
obtain the approval from
the relevant agencies such
as ID/ /Divisional
Secretary prior to such
action is taken. Contractors
shall restore the drainage
path back to its original
status once the need for
such diversion or closure
or blockage is no longer
required.

(b) The debris and spoil shall


be disposed in such a
manner that waterways
and drainage paths are not

Page | 40
Bidding Document Specifications

blocked.

(c) Avoid/ minimize


construction works near/ at
such drainage locations
during heavy rain seasons
such as monsoon rain
periods.

2.3.4. Contamination of water from construction


wastes

(a) The work shall be carried At all water Engineering Contractor PMU, ID and
out in such a manner that courses located cost MASL
pollution of natural water adjacent
courses rivers, lagoons, sea construction sites Engineer to
and other minor stream and downstream the sub-project
paths located within
construction areas or
downstream. Measures as
given in 2.1.6., 2.1.7,
2.1.8, 2.3.2 and 2.3.6
clauses shall be taken to
prevent the wastewater
produced in construction
from entering directly into
streams, water bodies or
the irrigation systems.

(b) Avoid / minimize At all water -


construction works near / courses located
at such drainage locations adjacent
during heavy rainy seasons construction sites

(c) The discharge standards At all water Engineering


promulgated under the courses located cost
National Environmental adjacent
Act shall be strictly construction sites
adhered to. All waste and downstream
arising from the project is
to be disposed in a manner
that is acceptable to the
engineer and as per the
guidelines/instructions
issued by the CEA.

2.3.5. Contamination from fuel and lubricants

(a) All vehicle and plant Vehicle and plant Engineering Contractor PMU, ID and
maintenance and servicing maintenance and cost MASL
stations shall be located servicing centers
Engineer to

Page | 41
Bidding Document Specifications

and operated as per the the sub-project


conditions and /or
guidelines stipulated under
the EPL issued by CEA. In
general these should be
located at least 200m away
from water bodies and
wastewater shall not be
disposed without meeting
the disposal standards of
the CEA. Wastewater from
vehicle and plant
maintenance and servicing
stations shall be cleared of
oil and grease and other
contaminants to meet the
relevant standards before
discharging to the
environment.

(b) Vehicle, machinery and Yards, servicing


equipment maintenance centers
and re-filling shall be done
as required in EMP clause
2.1.6. to prevent water
pollution as well

2.3.6. Locating, sanitation and waste disposal in


construction camps

(a) Locations selected for At all labor camps Engineering Contractor PMU, ID and
labor camps should be cost MASL
approved by engineer and
comply with guidelines/ Engineer to
recommendations issued the sub-project
by the CEA/Local
Authority. Construction of
laborer camps shall not be
located within 200m from
waterways or near to a site
or premises of religious,
cultural or archeological
importance and school.

(b) Labor camps shall be


provided with adequate
and appropriate facilities
for disposal of sewerage
and solid waste. The
sewage systems shall be
properly designed, built

Page | 42
Bidding Document Specifications

and operated so that no


pollution to ground or
adjacent water
bodies/watercourses takes
place. Garbage bins shall
be provided the camps and
regularly emptied.
Garbage should be
disposed off in a hygienic
manner, to the satisfaction
of the relevant norms.
Compliance with the
relevant regulations and
guidelines issued by the
CEA/LA shall be strictly
adhered to.

(c) Contractor shall ensure


that all camps are kept
clean and hygienic.
Necessary measures shall
be taken to prevent
breeding of vectors

(d) Contractor shall report any


outbreak of infectious
disease of importance in a
labor camp to the engineer
and the Medical Officer of
Health (MOH) or to the
Public Health Inspector
(PHI) of the area
immediately. Contractor
shall carry out all
instructions issued by the
authorities, if any.

(e) Contractor shall adhere to


the CEA recommendations
on disposal of wastewater.
Wastewater shall not be
discharged to ground or
waterways in a manner
that will cause
unacceptable surface or
ground water pollution.

(f) All relevant provisions of


the Factories Act and any
other relevant regulations
aimed at safety and health

Page | 43
Bidding Document Specifications

of workers shall be
adhered to.

(g) Contractor should remove Engineering


all labor camps fully after cost
its need is over, empty
septic tanks, remove all
garbage, debris and clean
and restore the area back
to its former condition.

A consent letter from the


land owner should be
obtained that certifies the
decommissioning has
taken place to the level
acceptable to the land
owner

2.3.7. Wastage of water and waste minimization

(a) The contractor will Within project - Contractor PMU, ID and


minimize wastage of water sites and labor MASL
in the construction camps
process/operations by Engineer to
reusing water as much as the sub-project
possible, utilizing only the
required amount of water
for the construction works
etc…

(b) The contractor shall


educate and made
employees aware on water
conservation, waste
minimization and safe
disposal of waste
following guidelines given
by CEA and LA.

2.3.8. Extraction of water

(a) The contractor is Within project Engineering Contractor PMU, ID and


responsible for arranging sites and labor cost MASL
adequate supply of water camps
for the project purpose Engineer to
throughout the the sub-project
construction period.
Contractor shall not obtain
water for his purposes
including for labour camps
from public or community

Page | 44
Bidding Document Specifications

water supplies without


approval from the relevant
authority.

Such extraction (if


approved) should be under
direct supervision of the
engineer

(b) Extraction of water by the


contractor for the project
purposes shall comply
with the guidelines and
instructions issued by
relevant authority.

The Contractor shall not


extract water from
groundwater or from
surface water-bodies
without permission from
the Engineer.

(c) Construction over and All drainage and


close to rivers, minor irrigation activities
streams and lagoon shall
be undertaken in dry
season.

(d) The Contractor may use At all natural


the natural sources of water sources used
water subject to the for construction
provision that any claim works
arising out of conflicts
with other users of the said
natural sources of water
shall be made good
entirely by the contractor

2.2. Flood Prevention

2.2.1. Blockage of drainage paths and drains

(a) Contractor’s activities All construction Engineering Contractor PMU, ID and


shall not lead to flooding work sites cost MASL
conditions as a result of
blocked drainage paths and Engineer to
drains. The contractor shall the sub-project
take all measures
necessary or as directed by
the Engineer to keep all
drainage paths and drains

Page | 45
Bidding Document Specifications

clear of blockage at all


times.

(b) If flooding or stagnation of


water is caused by
contractor’s activities,
contractors shall provide
suitable means to (a)
prevent loss of access to
any land or property and
(b) prevent damage to land
and property. Contractor
shall compensate for any
loss of income or damage
as a result.

2.2.2 Work in Flood Prone Areas

(a) Contractor’s activities All construction - Contractor PMU, ID and


shall not lead to aggravate work sites and MASL
floods in flood prone areas their impacts areas Engineer to
when working in flood the sub-project
prone areas.
(b) When working in flood
prone areas during rainy
season the contractor shall
avoid storing materials,
chemicals and other items
of work in areas where
those can be washed away
by the floods.
2.3 Air Pollution

2.3.1. Generation of Dust

(b) All stockpiles shall be


located sufficiently away
from sensitive receptors.

(c) All vehicles delivering


materials shall be covered
to avoid spillage and dust
emission.
(d) The Contractor should
avoid, where possible and
take suitable action to
prevent dirt and mud being
carried to the roadway
(particularly following wet
weather).

Page | 46
Bidding Document Specifications

(e) The contractor should


enforce vehicle speed
limits to minimize dust
generation.

(f) The Contractor shall


employ a water truck to
sprinkle water for dust
suppression on all exposed
areas as required (note: the
use of waste water / waste
oil for dust suppression is
prohibited)

(g) All cleared areas shall be


rehabilitated progressively.

(h) All earthwork shall be


protected in a manner
acceptable to the minimize
generation of dust.

(i) All existing roads used by


vehicles of the contractor,
or any of his sub-
contractor or supplies of
materials or plant and
similar roads which are
part of the works shall be
kept clean and clear of all
dust/mud or other
extraneous materials
dropped by such vehicles
or their tyres.

(j) Clearance shall be affected


immediately by manual
sweeping and removal of
debris, or, if so directed by
the Engineer, by
mechanical sweeping and
clearing equipment.
Additionally, if so directed
by the Engineer, the road
surface will be hosed or
sprinkled water using
appropriate equipment.

(k) Plants, machinery and


equipment shall be
handled (including
dismantling) so as to

Page | 47
Bidding Document Specifications

minimize generation of
dust.

(l) The contractor shall take


every precaution to reduce
the level of dust emission
from the hot mix plants
and the batching plants up
to the satisfaction of the
Engineer in accordance
with the relevant emission
norms.

2.3.2. Odor and offensive smells

(a) Contractor shall take all Within Engineering Contractor PMU, ID and
precautions such as storing construction and cost MASL
all chemicals used for work sites
construction works in including all sites Engineer to
properly closed containers used for store all the sub-
with good ventilations to chemicals and project, CEA
prevent odor and offensive places where
smell emanating from chemical reactions
chemicals and processes take place.
applied in construction
works or from labor
camps. In a situation
when/where odor or
offensive smell does occur
contractor shall take
immediate action to rectify
the situation. Contractor is
responsible for any
compensation involved
with any health issue
arisen out of bad odor and
offensive smells.

(b) The waste disposal and At all labor camps


sewerage treatment system
for the labor camps shall
be properly designed, built
and operated so that no
odor is generated.
Compliance with the
regulations on health and
safety as well as CEA and
LA guidelines shall be
strictly adhered to.

Page | 48
Bidding Document Specifications

2.3.4. Emission from construction Vehicles,


Equipment and Machinery

(a) The emission standards All plants, - Contractor PMU, ID and


promulgated under the machinery and MASL
National Environment Act vehicles used for
shall be strictly adhered to. construction Engineer to
the sub-
(b) All vehicles, equipment Engineering project, CEA
and machinery used for cost
construction shall be
regularly serviced and well
maintained to ensure that
emission levels comply
with the relevant
standards.

(c) Contractor should obtain


the certificate issued by the
Vehicular Emission Test
(VET) for all construction
vehicles, plants and other
machineries and it should
be renewed annually

2.5.5. Air Pollution from Crusher

(a) Crusher plants should Location of - Contractor RDA, /PMU,


operate under an EPL and crusher plants ID and MASL
shall confirm to relevant
dust emission levels as Engineer to
stated in the EPL. Only the the sub-
quarries approved by project, CEA
GSMB and holding current
EPL shall be used for
material extraction.

(b) Crushing plants shall be


sited sufficiently away
from sensitive receptors
such as houses, place of
worships and outdoor
recreation areas (locations
given under item 2.4.1) or
as required by the
Engineer.

(c) Sprinkling of water Engineering


(through a sprinkler cost
system) for dust
suppression.

Page | 49
Bidding Document Specifications

2.4 Noise Pollution and Vibration

2.4.1 Noise from Vehicles, Plants and Equipment.

(a) All machinery and All machinery and Engineering Contractor PMU, ID and
equipment should be well vehicles used for cost MASL
maintained and fitted with construction works
noise reduction devices in Engineer to
accordance with the sub-
manufacturer’s project, CEA
instructions.

(b) In construction sites within Within the Engineering


150 m of the nearest construction sites cost
habitation, noisy and their vicinity
construction work such as
crushing, concrete mixing
and batching, mechanical
compaction, etc., will be
stopped between 20.00
hours to 06.00 hours. No
construction shall take
place within 100m around
hospitals between 20.00
hours to 06.00 hours. Near
noise sensitive sites, such
as schools noisy
equipment shall not be
used during noise sensitive
times of the day.
(c) All vehicles and
equipment used in
construction shall be fitted
with exhaust silences.
During routine servicing
operations, the
effectiveness of exhaust
silencers shall be checked
and if found to be
defective shall be replaced.
Notwithstanding any other
conditions of contract,
noise level from any item
of plant(s) must comply
with the relevant
legislation for levels of
sound emission. Non-
compliant plant shall be
removed from site.

Page | 50
Bidding Document Specifications

(d) Noise limits for All equipment, -


construction equipment machinery and
used in this project vehicles used for Engineering
(measured at one meter construction works cost
from the edge of the
equipment in free field)
such as compactors,
rollers, front loaders,
concrete mixers, cranes
(moveable), vibrators, and
saws shall not exceed 75
dB(A).

(e) Maintenance of vehicles,


equipment and machinery
shall be regular and
proper, to the satisfaction
of the Engineer, to keep
noise from these at a
minimum.

(f) Workers in vicinity of Within the


strong noise, and workers construction sites
working with or in and their vicinity
crushing, compaction,
batching or concrete
mixing operations shall be
provided with protective
gear.

2.4.2 Vibration

(a) Contractor shall take Within the - Contractor RDA,


appropriate action to construction sites NBRO/PMU,
ensure that construction and their vicinity ID and MASL
works do not result in
damage to adjacent Engineer to
properties due to vibration. the sub-
project, CEA

(b) Prior to commencement of


excavation, blasting
activity, the Contractor
shall undertake a condition
survey of existing
structures within the zone
of influence, as agreed
with the relevant
government agencies and
the engineer.

Page | 51
Bidding Document Specifications

(c) Contractor shall carry out


monitoring at the nearest
vibration sensitive receptor
during blasting or when
other equipment causing
vibration are used.

(d) The contractor shall


modify the method of
construction until
compliance with the
criteria, if vibration levels
exceed the relevant
vibration criteria.

(e) Contractor shall pay due


consideration on vibration
impacts of blasting on
adjoining structures.
Explosive loads shall be
determined so that
excessive vibration can be
avoided and blasts shall be
controlled blasting in
nature. Notwithstanding to
these provisions contractor
is liable for any damage
caused by blasting work.

2.4.3 Noise from Blasting or Pre splitting


Operations

(a) Blasting shall be carried At quarry sites and - Contractor PMU, ID and
out during fixed hours landslide MASL
(preferably during mid- mitigation sites
day), as permitted by the Engineer to
Engineer. The timing the sub-
should be made known to project,
all the people within 500 GSMB
m (200 m for pre-splitting)
from the blasting site in all
directions. People, except
those who actually light
the fuse shall be excluded
from the area of 200 m (50
m for pre-splitting) from
the blasting site in all
directions at least 10m
minutes before the
blasting.

Page | 52
Bidding Document Specifications

Use chemical blasting


where rocks have to be
removed for landslide
mitigation measures

2.5 Impacts to Flora

2.5.1 Loss or Damage to Trees and Vegetation

(a) All works shall be carried All project sites - Contractor PMU, ID and
out in a manner that the MASL
destruction to the flora and
their habitats is minimised. Engineer to
Trees and vegetation shall the sub-
be felled / removed only if project, FD,
that impinges directly on CEA, TC
the permanent works or
necessary temporary
works. In all such cases
contractor shall take prior
approval from the
Engineer.
(b) Contractor shall make
every effort to avoid
removal and/or destruction
of trees of religious,
cultural and aesthetic
significance. If such action
is unavoidable the
Engineer shall be informed
in advance and carry out
public consultation and
report on the same should
be submitted to the
Engineer.
(c) Contractor shall adhere to
the guidelines and
recommendations made by
the Central Environmental
Authority, if any with
regard to felling of trees
and removal of vegetation.

(d) Removed trees must be


handed over to the Timber
Corporation.

(e) The contractor shall plant Indicative number Engineering


over 5 year old root-balled of trees / plants cost
native trees suitable for the and indicative

Page | 53
Bidding Document Specifications

location as identified by number of planting


the Engineer. structures
necessary are to be
The planting should take identified by the
place in public land contractor.
suitable for the purpose Planting should
take place as soon
The contractor shall build
as the plant
hardy structures around the
removal takes
trees for protection.
place
The contractor shall be
responsible for ensuring
the well-being of the
trees/plants until the end of
the contract

2.5.2 Chance finds of important Flora

(a) During construction, if a All project sites - Contractor PMU, ID and


rare/threatened/endangered MASL
flora species is found, it
shall be immediately Engineer to
informed to the PMU by the sub-
the contractor through the project, FD,
engineer. All activities that DWLC
could destroy such flora
and/or its habitat shall be
stopped with immediate
effect. Such activities shall
be started only after
obtaining the Engineer’s
approval. Contractor shall
carry out all activities and
plans that the Engineer
instructed him to
undertake to conserve such
flora and/or its habitat.

2.6. Impact on Fauna

2.6.1. Loss, Damage or Disruption to Fauna

(a) All works shall be carried All project sites - Contractor PMU, ID and
out in such a manner that MASL
the destruction or
disruption to the fauna and Engineer to
their habitats is minimum. the sub-
project, FD,
DWLC

Page | 54
Bidding Document Specifications

(b) Construction workers shall


be instructed to protect
fauna including wild
animals and aquatic life as
well as their habitats.
Hunting, poaching and
unauthorized fishing by
project workers is not
allowed.

(d) Siting of all hot mix plants, Locations selected Engineering


crushing plants, for erecting the cost
workshops, depots and crusher and
temporary worker camps concrete batching
and storing of toxic and plants and
hazardous materials at workshops
approved locations, and
recycling and dumping of
solid waste matter at
locations approved by
local authorities,
maintenance of vehicles
and equipment in good
operable condition,
ensuring no leakage of oil
or fuel and the fitting of
proper exhaust baffles.
Any solid waste should not
be dumped into natural
habitats.

2.6.2 Chance found important Fauna

(a) During construction, if a All project sites - Contractor PMU, ID and


rare/threatened/endangered MASL
fauna species is found, it
shall be immediately Engineer to
informed to the PMU by the sub-
the contractor. All project, FD,
activities that could DWLC
destroy such fauna and/or
its habitat shall be stopped
with immediate effect.
Such activities shall be
started only after obtaining
the Engineer’s approval.
Contractor shall carry out
all activities and plans that
the Engineer instructed
him to undertake to
conserve such fauna and/or

Page | 55
Bidding Document Specifications

its habitat.

2.7 Disruption to people

2.7.1 Loss of Access

(a) At all times, the Contractor All project sites Engineering Contractor PMU, ID and
shall provide safe and cost MASL
convenient passage for
vehicles, pedestrians and Engineer to
livestock. Work that the sub-
affects the use of existing project, FD,
accesses shall not be DWLC
undertaken without
providing adequate
provisions to the prior
satisfaction of the
Engineer.

(b) The works shall not -


interfere unnecessarily or
improperly and ensure
convenience of public at
all times

(c) On completion of the Engineering


works, all temporary cost
obstructions to access shall
be cleared away, all
rubbish and piles of debris
that obstruct access be
cleared to the satisfaction
of the Engineer.

(d) Providing advance


information to the public
about the planned
construction works and
activities causing
disruption to access and
the temporary
arrangements made to give
relief to public in order to
avoid any inconveniences
due to the construction
activities.

2.8 Accidents and Risks

2.8.1 Public and Worker


safety

Page | 56
Bidding Document Specifications

(a) All reasonable precautions Construction Engineering Contractor PMU, ID and


will be taken to prevent areas, material cost MASL
danger of the workers and storage and worker
the public from accidents camps Engineer to
such as fire, explosions, the sub-project
blasts, falling rocks, falling
to excavated pits, chemical
sprays, unsafe power
supply lines etc.

(b) The Contractor shall


comply with requirements
for the safety of the
workmen as per the
international labor
organization (ILO)
convention No. 62 and
Safety and Health
regulations of the Factory
Ordinance of Sri Lanka to
the extent that those are
applicable to this contract.
The contractor shall supply
all necessary safety
appliances such as safety
goggles, helmets, masks,
boots, etc., to the workers
and staff. The contractor
has to comply with all
regulations regarding safe
scaffolding, ladders,
working platforms,
gangway, excavations,
trenches and safe means of
entry and egress.

2.8.2 Risk at Hazardous Activity

(a) All workers employed in Construction Engineering Contractor PMU, ID and


hazardous activities shall areas, material cost MASL
be provided with necessary storage and worker
protective gear. These camps Engineer to
activities include mixing the sub-project
asphalt material, cement,
lime mortars, concrete etc.,
welding work, work at
crushing plants, blasting
work, operators of
machinery and equipment
such as power saws, etc.

Page | 57
Bidding Document Specifications

(b) The use of any toxic


chemical shall be strictly
in accordance with the
manufacturer’s
instructions. The Engineer
shall be notified of toxic
chemicals that are planned
tobeused in all contract
related activities. A
register of all toxic
chemicals delivered to the
site shall be kept and
maintained up to date by
the Contractor. The
register shall include the
trade name, physical
properties and
characteristics, chemical
ingredients, health and
safety hazard information,
safe handling and storage
procedures, and
emergency and first aid
procedures for the product.

2.8.3 Lead Pollution

(a) No paint containing lead or Workshops, yards - Contractor PMU, ID and


lead products will be used where spray MASL
except in the form of paste painting is done
or readymade paint. Engineer to
Facemasks shall be the sub-project
supplied to workers who
are working in spray
painting or scraping lead
paints.

2.8.4 Handling of Explosives

(a) Except as provided in the All locations - Contractor PMU, ID and


contract or ordered or where blasting MASL
authorized by the activities will
Engineer, the Contractor commence Engineer to
shall not use explosives. the sub-project
Where the use of CEA
explosives is so provided
or ordered or authorized,
the Contractor shall
comply with the
requirements of the
following Sub-Clauses of

Page | 58
Bidding Document Specifications

this Clause besides the law


of the land as applicable.

(b) The Contractor shall at all Engineering PMU, ID and


times take every possible cost MASL
precaution and shall
comply with relevant laws Engineer to
and regulations relating to the sub-
the importation, handling, project,MoD
transportation, storage and
use of explosives.
Contractor shall obtain
Ministry of Defense
(MoD) approval for
importing and handling
explosives and keep the
Local Police informed of
the same.

2.9 Health and Safety

2.9.1 Prevention of Vector based Diseases

(a) Contractor shall take At worker camps, Engineering Contractor PMU, ID and
necessary actions to stores, yards cost MASL
prevent breeding of
mosquitoes at places of Engineer to
work, labor camps, plus the sub-project
office and store buildings.
Stagnation of water in all
areas including gutters,
used and empty cans,
containers, tyres, etc shall
be prevented. Approved
chemicals to destroy
mosquitoes and larvae
should be regularly
applied.

All burrow sites should be


rehabilitated at the end of
their use by the contractor
in accordance with the
requirements/guidelines
issued by the Central
Environmental authority
and relevant local
authorities

(b) Contractor shall keep all


places of work, labor
camps, plus office and

Page | 59
Bidding Document Specifications

store buildings clean


devoid of garbage to
prevent breeding of rats
and other vectors such as
flies.

2.9.2 Workers Health and Safety

(a) Contractor shall comply Within - Contractor PMU, ID and


with the provisions in construction sites, MASL
Health and Safety workshops and
regulations under the worker camps Engineer to
Factory Ordinance with the sub-project
regard to provision of
health and safety measures
and amenities at work
place(s).

2.9.3 First Aid

(a) At every workplace, first Within Engineering Contractor PMU, ID and


aid kit shall be provided as construction sites, cost MASL
per the regulations. At quarry, crusher,
every workplace an concrete batching Engineer to
ambulance room plants, workshops the sub-project
containing the prescribed and worker camps
equipment and nursing
staff shall be provided.

2.9.4 Potable Water

(a) In every workplace and Within Engineering Contractor PMU, ID and


labor camps portable water construction sites, cost MASL
shall be available quarry, crusher,
throughout the day in concrete batching Engineer to
sufficient quantities. plants, workshops the sub-project
and worker camps

2.9.5 Hygiene

(a) The contractor shall Worker camps Engineering Contractor PMU, ID and
provide and maintain and temporary cost MASL
necessary (temporary) sheds at work
Engineer to
living accommodation sites the sub-
and ancillary facilities project, CEA
for labour to standards
and scale approved by
the engineer.
(b) At every workplace and
labor camps sufficient
number of bathing

Page | 60
Bidding Document Specifications

facilities, latrines and


urinals shall be provided in
accordance with the Health
and Safety regulations
and/or as directed by the
Engineer. These bathroom
and toilet facilities shall be
suitably located within the
workplace/buildings.
Latrines shall be cleaned at
least three times daily in
the morning, midday and
evening and kept in a strict
sanitary condition. If
women are employed,
separate latrines and
urinals, screened from
those for men and marked
in the vernacular shall be
provided. There shall be
adequate supply of water,
within and close to latrines
and urinals.

(c) The sewage system for the


camp must be properly
designed, built and
operated so that no health
hazard occurs and no
pollution to the air, ground
or adjacent watercourses
takes place.

(d) Garbage bins must be


provided in the camp,
work sites and regularly
emptied and the garbage
disposed off in a hygienic
manner. Construction
camps shall have a clean
hygienic environment and
adequate health care shall
be provided for the work
force.

(e) Unless otherwise arranged


for by the Local Authority,
the contractor shall arrange
proper disposal of sludge
from septic tanks. The
contractor shall obtain

Page | 61
Bidding Document Specifications

approval for such disposal


from the Public Health
Inspector of the area.

2.10 Protection of Archaeological, Cultural and


Religious Places and Properties

2.10.1 Prevention of damage to Cultural and


Religious Places and Properties

(a) During construction Near physical - Contractor PMU, ID and


activities the contractor cultural resources MASL
should take all necessary
and adequate care to Engineer to
minimize impacts on the sub-
cultural properties which project,
includes cultural sites and Department of
remains, places of Archeology,
worship. religious
leaders
Workers should not be
allowed to trespass in to
such areas.

2.10.2 Chance finds of Archaeological property

(a) All fossils, coins, articles In all project sites - Contractor PMU, ID and
of value of antiquity and MASL
structures and other
remains or things of Engineer to
geological or the sub-
archaeological interest etc. project,
discovered on the site Department of
and/or during construction Archeology
work shall be the property
of the Government of Sri
Lanka, and shall be dealt
with as per provisions of
Antiquities Ordinance of
1940 (Revised in 1956 &
1998)

(b) The contractor shall take Engineering

reasonable precaution to cost

prevent his workmen or

any other persons from

removing and damaging

Page | 62
Bidding Document Specifications

any such article or thing

and shall, immediately

upon discovery thereof

and before removal

acquaint the Engineer of

such discovery and carry

out the Engineer’s

instructions for dealing

with the same, awaiting

which all work shall be

stopped within 100m in

all directions from the

site of discovery.

(c) If directed by the

Engineers the Contractor

shall obtain advice and

assistance from the

Department of

Archaeological of Sri

Lanka on conservation

measures to be taken

with regard to the

artefacts prior to

recommencement of

work in the area.

2.11 Environmental Enhancement

2.11.1 Landscaping

Page | 63
Bidding Document Specifications

(a) Landscape plantation, re- All project sites Engineering Contractor PMU, ID and
vegetation of road and associated cost MASL
embankments and other sites
slopes, edge treatment of Engineer to
water bodies shall be taken the sub-project
up as per either detailed
design or typical design
guidelines given as part of
the Bid Documents. The
contactor also shall
remove all debris, piles of
unwanted earth, spoil
material, away from the
roadsides and from other
work places and disposed
at locations designated or
acceptable to the Engineer
or as per Clause 2.1.1.

(b) On completion of the


works, the temporary
structures shall be cleared
away in full, all rubbish
burnt, waste dumps and
septic tank shall be filled
and closed and roadsides,
workplaces and labor
camps, cleared and
cleaned.

2.11.2 Utilities and Roadside Amenities

(a) Contractor shall take care At all locations - Contractor PMU, ID and
not to damage/destroy or where electricity, MASL
affect the functional telecommunication
purposes of utilities such Engineer to
as water, electricity, and water supply the sub-project
telephone posts. The lines need to be
arrangements the shifted
contractor made with those
service providers shall be
informed to the Engineer
in writing (advance work).
Contractor shall assist the
service providers in
whatever possible manner
to minimize disruption to
such services.

Page | 64
Bidding Document Specifications

(b) In case of an inadvertent All project sites


damage cause to a utility,
the contractor shall
immediately inform the
service provider and help
to restore the service
without delay.

2.11.3 Safety signage

(a) Safety signage for Sites where Engineering Contractor RDA,


slope/landslide protection slope/landslide cost NBRO/PMU,
structures will be provided protection takes ID and MASL
as appropriate place
Engineer to
the sub-project

2.12 Handling Environmental


Issues during
Construction

(b) The Contractor shall


appoint a person
responsible for community
liaison and to handle
public complaints
regarding environmental/
social related matters. All
public complaints will be
entered into the
Complaints Register. The
Environmental Officer will
promptly investigate and
review environmental
complaints and implement
the appropriate corrective
actions to arrest or mitigate
the cause of the
complaints. A register of
all complaints is to be
passed to the Engineer
within 24 hrs they are
received, with the action
taken by the
Environmental Officer on
complains thereof.

Page | 65
Bidding Document Specifications

(c) Contractor shall develop


suitable method to receive
complaints. The complaint
register shall be placed at a
convenient place, easily
accessible by the public.

(d) Contractor shall prepare


detailed Environmental
Method Statement (EMS)
clearly stating the
approach, actions and
manner in which the EMP
is implemented. It is
required from the
contractor to prepare the
EMS for each work site, if
work will be carried out at
more than one site at once
and time plan for
implementation. The EMS
shall be updated regularly
and submit for Engineers
review.

3.0 Operational stage

3.1 Stagnation of water at culverts, drainage and


irrigation structures during heavy rains due
to siltation and blocking of openings with
debris.

(a) Regular clearing/ cleaning At all hydraulic Maintenance ID and


and maintenance of all structures cost MASL
culverts, drainage and supported by the
irrigation structures to project
reduce the chances of
failures and blocking due
to debris.

3.2 Encochement of ROW and réservation

(a) Continuous monitoring In all project sites Maintenance RDA, ID


and strict regulations cost and MASL
should be followed to
avoid the encroachment.

Page | 66
Bidding Document Bill of Quantities

Section - 7

BILLS OF QUANTITIES

Notes: In preparation of the bidding document the users are advised to:

(1) Include the VAT Component separately and shall not carry the VAT component to
the Form of Bid.
(3) Any discount offered will not be considered for Provisional Sum Items.

Page | 67
Bidding Document Bill of Quantities

General Information
(a) Location of the Site
Wijayabapura, System ‘B’ Welikanda.

Civil Engineering Work


Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01, FC24/D01, FC27/Tank 03,
FC28/Tank 03 and FC29/ Tank 03 in Track 04 of Aralaganvila Unit of Wijayabapura Block - System
B

Miscellaneous Requirements

The contractor shall provide, erect and maintain suitable and sufficient warning lights, danger
signals, signs and barricades, and shall take necessary precautions for the protection of the
Works and the safety of the public. Roads closed to traffic shall be protected by effective
barricades and suitable diversions provided where necessary. Obstructions shall be
illuminated at night form sunset until sunrise.

The contractor shall minimize the pollution of and disturbance to the river, lands and other
places on and around the Site. No trees or other vegetation shall be damaged or stripped
except to the extent necessary for the works.

Excavated material and other things shall not be tipped or stockpiled near rivers or in places
from which they could become dislodge, whether by reason of climatic condition of
otherwise. The contractor shall provide, maintain and remove on completion of the Works,
setting lagoon and other facilities to minimize pollution due to his operations such as, inter
alia, quarrying, aggregate washing, concrete mixing and grouting.

The contactor shall as required by the Engineer, deliver to the Engineer or the Engineer’s
Representative a return in such detail and at such intervals as the Engineer may prescribe
showing the delivery, consumption and stock of materials, operating hours and fuel
consumption of plant, concrete returns, labor returns and similar information.

Page | 68
Bidding Document Bill of Quantities

C Preamble to the Bill of Quantities


1.1 The Bill of Quantities shall be read in conjunction with all parts of this entire Bidding
Document; the Instructions to Bidders, General and Particular Conditions of Contract,
Technical Specifications, Drawings, and supplementary information.
1.2 The Bill of Quantities includes lump sum items, unit price items and provisional sum
items. The lump sum price quoted will be deemed to be full compensation for
completion of work items and paid in full when the work is completed. The quantities
given in the Bill of Quantities for the unit price items are estimated and provisional,
and are given to provide a common basis for bidding. They are not intended to be the
maximum or minimum quantities for payment. The unit prices will be considered full
compensation for those work items. The basis of payment will be the actual quantities
of work carried out under the provisions of the Contract, measured and valued at the
applicable rates and prices in the priced Bill of Quantities.
1.3 The rates and prices bid in the priced Bill of Quantities shall, except as otherwise
provided under the Contract, include all construction plant, equipment, labour,
supervision, materials, transport, erection, maintenance, testing, insurance, overheads,
profit, taxes, and duties, together with all general risks, liabilities, and obligations set
out or implied in the Contract.
1.4 A rate or price shall be entered against each item in the priced Bill of Quantities,
whether quantities are stated or not. The cost of items against which the Contractor
has failed to enter a rate or price shall be deemed to be covered by other rates and
prices entered in the Bill of Quantities.
1.5 The rates and prices entered in the Bill of Quantities shall be full compensation for
completed work and shall have taken full account of all requirements and obligations,
covered by all parts of the contract, including but not limited to, the following, unless
expressly stated otherwise:
a. All setting out and survey works including Pre and Post Construction Surveys.
b. All additional site surveys and investigations, preparation of field amendment
drawings, shop drawings and As-Built drawings.
c. Mobilization and Demobilization of labour, all construction plant and
equipment.
d. Establishment, Maintenance and Removal of all temporary facilities
(Contractor’s and Engineer’s) including offices, workshops, houses, labour
camps construction and storage yards, Laboratory facilities and Equipment,
Transport for staff and labour etc.
e. Labour and all costs in connection therewith, including but not limited to social
charges or fringe benefits.
f. The supply of material and goods, storage and costs in connection therewith
including delivery to site and handling material within the site/sites.
g. Taking delivery of materials and goods supplied by others, unloading, storage,
handling materials within site, and costs in connection therewith.
h. Construction Plant & Equipment and all costs in connection therewith.
i. Fixing, erecting and installing or placing of materials and goods in position,
including usual auxiliary material etc.
j. Temporary Works.

Page | 69
Bidding Document Bill of Quantities

k. Complying with any limitations and constraints on the use of the site/sites
including coordinating with other Contractor's, with regard to site access,
security etc., maintenance of access to households and other users, maintenance
of existing roads, waterways etc.
l. Dealing with the existing flow of water from any source including irrigation
flow requirement, rainfall and surface runoff, groundwater, wave action and the
like. This includes all and any dewatering operations necessary for the execution
of the Works as well as coffer damming if required.
m. General obligations, liabilities and risks involved in the execution of the Works
set forth or reasonably implied in the documents on which the tender is based.
n. Overheads and profit.
o. Waste of material.
p. Attendance and transport for surveys including provision of boats and survey
instruments, sampling and testing carried out by the Engineer.
q. Performing all sampling and testing which are required to be carried out by the
Contractor, and supplying results of such tests.
r. Providing required material delivery certificates.
s. Coordination with Regulatory Institutes & all stake holders.
t. Disposal of all waste material.
u. Complying with all requirements in Specifications and Conditions of Contract
where separate items have not been provided.
1.6 Where Bill of Quantities items describe the replacement of existing equipment or
components, including mechanical and electrical equipment, the equipment removed
remains the property of the Employer, unless stated otherwise in the contract
documents. The rates entered shall include for delivery of such equipment to the
Employer or for disposal if so directed by the Employer.
1.7 The whole cost of complying with the provisions of the Contract (excluding
VAT) shall be included in the Items provided in the priced Bill of Quantities, and
where no Items are provided, the cost shall be deemed to be distributed among
the rates and prices entered for the related Items of Work.
1.8 General directions and descriptions of work and materials are not necessarily repeated
nor summarized in the Bill of Quantities. References to the relevant sections of the
Contract documentation shall be made before entering prices against each item in the
priced Bill of Quantities.
1.9 Provisional Sums included and so designated in the Bill of Quantities shall be
expended in whole or in part or not at all at the direction and discretion of the
Engineer and in accordance with the Conditions of Contract. Where the expenditure
against a Provisional Sum is made in the form of a Variation, the payment for the
work will be made in accordance with Clause 37 of the Conditions of Contract.

1.10 The method and unit of measurement of completed work for payment shall be in
accordance with the method described in the specifications for each item or in the Bill
of Quantities. For Lump Sum items, measurements for Interim Payment Certificates
shall be based on percentage completion of such item of work or milestone as per the
Contractor’s proposed schedule of monthly payments, as approved by the Engineer.

Page | 70
Bidding Document Bill of Quantities

Bill of Quantities
SUMMARY

Bill No. Description Amount (LKR)

Bill No.1 Preliminaries

Bill No.2 Civil Work

A Sub Total 1 - Summary of Bills 1, 2,

B Provisional Sums 659,198.00

C Sub Total 2 (A-B)

D Discount if any ( % of C)

E Sub Total 3 (C-D+B )

F Physical Contingencies 10% (0.1xE)

TOTAL BID PRICE, CARRIED TO LETTER OF BID (E+F)

Provisional Sum – Day Works

Sub Total 4 (Bid price with day works)


[Will be consider only for evaluation purpose]
Total Bid Price (Amount in words)

VAT- 15% of Bid Price

GRAND TOTAL INCLUDING VAT

Signature of Bidder :-……………………………………….

Page | 71
Bidding Document Bill of Quantities

Bill of Quantities
BILL NO 1: PRELIMINARIES

Amount
Item Description Unit Qty Rate Amount in words
(LKR)
Sum
1.1 Providing security bonds & guarantees etc.

Sum
1.2 Providing a performance bond

Sum
1.3 Providing insurance of property, material & works at site

Sum
1.4 Providing third party insurance

Sum
1.5 Providing insurance against accidents

Sum
1.6 Construction Management services

Providing protecting & safeguard the works, materials & Sum


1.7
plants against trespasses or theft.

1.8 Supplying and erection of Name boards Provisional Sum - - 12,774.00

1.9 Provide quality assurance reports etc. Provisional Sum - - 15,000.00

431,424.00
1.10 Provisional sum for institutional fee on Earth & Gravel Provisional Sum

200,000.00
1.11 Employers share of adjudication fee Provisional Sum

TOTAL OF BILL NO 1
(CARRIED TO SUMMARY OF BILLS)
Page | 72
Bidding Document Bill of Quantities

BILL NO 2: CIVIL WORK

MAHAWELI AUTHORITY OF SRI LANKA


Mahaweli Consolidation Project System ' B ' - Rehabilitation

REHABILITATION & IMPROVEMENT OF FIELD CANAL NOS FC16/D01,FC17/D01,FC24/D01,FC27/TANK03,FC28/TANK03 AND


FC29/TANK03 IN TRACK 04 OF ARALAGANWILA UNIT OF WIJAYABAPURA BLOCK - SYSTEM 'B'

Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words

2.1 FIELD CANAL EARTH WORK

Secondary growth jungle clearing including


2.1.1 Ha. 0.91
disposal

Stripping top soil including disposal as directed


2.1.2
by the Engineer.
m3 369.50

Earth excavation & borrow earth from borrow


2.1.3 areas to filling canal bund or road including m3 1,495.00
haulage.

Placing & compacting in embankment including


2.1.4 watering, raising of existing bunds, roads and m3 1,495.00
filling in existing canals.

Grading of existing gravel or earth roads tracks


2.1.5
to camber or cross fall
m2 3,102.00

Page | 73
Bidding Document Bill of Quantities

Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words

Desilting in existing canals and spoil to waste,


2.1.6
haul 100'
m3 62.25

Demolishing of existing structures incl. disposal of debris and handing over of valuable materials rubble, gates, pipe etc. as
directed

Demolishing of damaged R/F or mass concrete


2.2.1 and disposal including earth back filling where m3 10.90
necessary as directed by the Engineer.
Removal of existing RCC pipes incl. excavation &
disposal or storage for reuse as directed by the
2.2.2 Engineer.(pipe diameter 0.30 m or less) m 109.96
Approximate distance from site to BM's office is
10 km.

Common excavation in foundation to structure


2.2.3 m3 19.10
to any depth for reuse or disposal

Mass concrete 1:2:4 (20 mm) in structures incl.


2.2.4 m3 8.00
form work

Mass concrete 1:3:6 (40 mm) in structures excl.


2.2.5
form work
m3 26.00

Mass concrete 1:3:6 (40 mm) in structures incl.


2.2.6
form work
m3 27.50

Page | 74
Bidding Document Bill of Quantities

Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words

Furnishing, cutting, bending and placing Tor


2.2.7 kg 147.00
steel reinforcements
75 mm thick in 1:2:4 (20mm) ct concrete as
per drawing for Field canal.(Rate to include
2.2.8
surface preparation for concrete linning.)
m 306.00
SYB/MCP/ST-02
Construction of Grooves for construction joint
including Furnishing, preparation and placing of
Sealer ( 1:2 mix in Bitumen 80/100 & Sand) in
2.2.9 m 84.00
1:2:4 ( 20mm ) Mass Concrete lining in Field
Canal as per drawing No
SYB/MCP/ST-02

Construction of insitu field canal structures as per Drg.including excavation & back filling

Construction of insitu farm turnout ,excluding RCC pipe

FTO with single outlet.(Drg. No. SYB/MCP/ST-


2.2.11 Nos. 15.00
05)

FTO with double outlet.(Drg. No. SYB/MCP/ST-


2.2.12 Nos. 1.00
05)

Page | 75
Bidding Document Bill of Quantities

Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words

Construction of insitu divider excluding RCC


2.2.12 pipe including excavation and backfiling for field Nos. 1.00
canal as per Drg. No. SYB/MCP/ST-05)

Construction of insitu Drop structure as per drawing including excavation & back filling

2.2.13 - 0.30 m drop Nos. 1.00

2.2.14 - 0.45 m drop Nos. 2.00

2.2.15 - 0.60 m drop Nos. 2.00

2.2.16 - 0.75 m drop Nos. 3.00

2.2.17 - 0.90 m drop Nos. 7.00

Construction of insitu Field Access as per


2.2.18 drawing including excavation and backfilling. Nos. 11.00
(Drg. No. SYB/MCP/ST-04)

Page | 76
Bidding Document Bill of Quantities

Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words

Furnishing,laying & joining 75mm dia.RCC spun


2.2.19 pipe for Drop structure or FTO to form Farm m 81.00
Outlet encasing joints,excavation & backfilling
Furnishing,laying & joining 225mm dia.RCC
spun pipe for Drop structure or FTO to form
2.2.20 m 7.32
Farm Outlet encasing joints,excavation &
backfilling
Furnishing, laying & joining 450mm dia.RCC
2.2.21 spun pipe including encasing joints, excavation m 7.32
& backfilling

Total

Page | 77
Bidding Document Bill of Quantities

DAYWORKS SCHEDULE

Item Description Unit Quantity Rate Amount Rate in words


(LKR)

1 LABOUR
1.1 Skilled Labour day 2
1.2 Unskilled labour day 10

1.3 Mason day 2


1.4 Carpenter day 2

2 MATERIALS
50 kg
2.1 Cement bag 20

2.2 Sand m3 5

2.3 Gravel m3 5
CONSTRUCTION
3 PLANT
Hydraulic Excavator
3.1 130 HP hr 2

3.2 Loader 100HP hr 2


Motor Grader 130
3.3 HP hr 5
Dump Truck/Tipper
3.4 20 T hr 5
Tractor /Trailer 100
3.5 HP hr 5
Concrete Mixer 1
3.6 Cu.m hr 10

Total of Day works (Carried to Summary )

Page | 78
Bidding Document Bill of Quantities

List of Works

Page | 79
Bidding Document Drawings

Section - 8

DRAWINGS

Page |90
Bidding Document Drawings

List of Drawings

No Drawing No Title

2 SYB/MCP/ST/01R Type Drop Cum Farm Outlet for Field Canal.

1 SYB/MCP/ST/04 Type Field Canal Access.

4 SYB/MCP/ST/05 Type Divider, Farm Outlet and Lean Drop for Field Canal

3 SYB/MCP/ST/20 Name Board

5 SYB/MCP/ST/22 Type Rectangular Reinforced Concrete Canal

Page |91
Bidding Document Standard Forms

Section - 9

STANDARD FORMS [BID]

 Bid Security
 Forms for personnel
 Forms for equipment
 Site organization
 Method statements
 Mobilization and construction schedule
 General Experience
 Specific Experience
 Current Contract Commitments/Works in Progress
 Financial Situation
 Average Annual Turnover
 Affidavit
 Check List for Bidders

Page |92
Bidding Document Standard Forms

Notes on Standard Forms:

Bidders shall submit the completed Form of Bid Security/Bid Securing Declaration as
appropriate in compliance with the requirements of the bidding documents.

Bidders should 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 the 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 bidders 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 |93
Bidding Document Standard Forms

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: Director General, Mahaweli Authority of Sri Lanka, No. 500, T. B. Jayah
Mawatha, Colombo 10[insert (by PE) name59 and address of Employer]

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 Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01, FC24/D01,
FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04 of Aralaganvila Unit of
Wijayabapura Block - System B

[insert name of Contract] under Invitation for Bids No. CRIPAF/WORKS/MASL/NCB/ 130
[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) our receipt of
a copy of your notification to the Bidder that the Bidder was unsuccessful, otherwise it will
remain in force up to …………… (insert date60)

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 |94
Bidding Document Standard Forms

59
Name of the Employer as given in Sub-Clause 1.1 of the Instructions to Bidders
60
Insert date in accordance with Sub-Clause 16 of Instruction to Bidders

Forms for Personnel

Form PER – 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified requirements
for each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their
experience should be supplied using the form below for each candidate.

1. Title of position
Name
2. Title of position
Name
3. Title of position
Name
4. Title of position
Name
5. Title of position
Name
6. Title of position
Name
etc. Title of position
Name

Page |95
Bidding Document Standard Forms

Form PER – 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below.

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of Employer


employment

Address of Employer

Telephone Contact (manager / personnel


officer)

Fax E-mail

Job title Years with present Employer

Summarize professional experience over the last five years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.

Page |96
Bidding Document Standard Forms

From To Company, project , position, and relevant technical and


management experience

Page |97
Bidding Document Standard Forms

Forms for Equipment


The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet
the requirements for the key equipment listed in Section III (Evaluation and Qualification Criteria). A
separate Form shall be prepared for each item of equipment listed, or for alternative equipment
proposed by the Bidder. The Bidder shall provide all the information requested below, to the extent
possible. Fields with asterisk (*) shall be used for evaluation.

Type of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture*

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment

 Owned  Rented  Leased  Specially manufactured

Page |98
Bidding Document Standard Forms

The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Page |99
Bidding Document Standard Forms

Site Organization

The Bidder shall provide a personnel chart for the proposed site organization, indicating the key
positions as given in Section III (Evaluation and Qualification Criteria) and other positions, with names
of personnel proposed and a description of the tasks assigned for such positions.

Page |100
Bidding Document Standard Forms

Method Statements

The Bidder shall provide a method statement describing the methodology proposed to be adopted in the
execution of the contract.

Page |101
Bidding Document Standard Forms

Mobilization and Construction Schedule

The Bidder shall provide a detailed mobilization and construction schedule indicating the sequence of
all main operations and identifying critical activities.

Page |102
Bidding Document Standard Forms

Form CCC
Current Contract Commitments / Works in Progress
Name of Bidder or partner of a joint venture

Bidders and each partner to a JVA should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for
contracts approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.

Name of contract Employer, Value of Estimated Average monthly


contact outstanding work completion date invoicing over last
address/tel/fax (LKR equivalent) six months
(LKR)
1.

2.

3.

4.

5.

etc.

Value at current price levels of existing commitments and on-going works to be completed during
the next 1 year:

The Bidder shall provide evidence to substantiate the adequacy of the sources of finance to meet the
Bidder’s cash flow requirements on the above contracts.

Page |103
Bidding Document Standard Forms

Form FIN – 3.1


Financial Situation
Historical Financial Performance

Bidder’s Legal Name: _______________________ Date: _____________________


JV Partner Legal Name: _______________________ Bidding No.: __________________
Page _______ of _______ pages
To be completed by the Bidder and, if JV, by each partner

Financial information Historic information for previous past 05 years


in LKR

2018-2017 2017-2016 2016-2015 2015-2014 2014-2013 Average

Information from Balance Sheet

Total Assets (TA)


Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA )
Current Liabilities
(CL)
Total Revenue (TR)
Profits Before Taxes
(PBT)

Page |104
Bidding Document Standard Forms (Bid)

The Bidder shall attach copies of financial statements (balance sheets, including all related notes, and
income statements) for the years required above complying with the following conditions:
 Statements must reflect the financial situation of the Bidder or partner to a JV, and not sister or
parent companies.
 Historic financial statements must be audited by a certified accountant.
 Historic financial statements must be complete, including all notes to the financial statements.
 Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).

Page | 105
Bidding Document Standard Forms (Bid)

Form FIN – 3.2


Average Annual Turnover

Bidder’s Legal Name: ___________________________ Date: _____________________


JV Partner Legal Name: ____________________________Bidding No.: ______________
Page _______ of _______ pages

Annual turnover data (civil engineering construction work only)


Sri Lanka Rupee (LKR)
Year Turnover
equivalent

2013 – 2014

2014 – 2015

2015 – 2016

2016 – 2017

2017-2018

Total:

Average*

* Average annual turnover calculated as total certified payments received for work in progress or
completed over the number of years specified in Section III.

Page | 106
Bidding Document Standard Forms (Bid)

(a) Form EXP - 2.4.1


General Experience

Bidder’s Legal Name: ____________________________ Date: ____________________


JV Partner Legal Name: ___________________________ Bidding No.: ______________
Page _______ of _______ pages

Starting Ending Contract Identification Role of


Month / Month / Bidder
Year Year Years*
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:
Contract name:
______ ______ Brief Description of the Works performed by the _________
Bidder:
Name of Employer:
Address:

* List calendar year for years with contracts with at least nine (9) months activity per year starting
with the earliest year

Page | 107
Bidding Document Standard Forms (Bid)

Form EXP – 2.4.2 (a)


Specific Experience
Bidder’s Legal Name: ___________________________ Date: _______________________

JV Partner Legal Name: _________________________ Bidding No.: __________________


Page ___________ of _______ pages

Similar Contract Number: of Information


(total number of contracts) required.
Contract Identification _______________________________________
Award date _______________________________________
Completion date _______________________________________

Role in Contract
Contractor Management Subcontractor
Contractor
Total contract amount __________________________ LKR_______
If partner in a JV or subcontractor,
specify participation of total contract __________% _____________ LKR_______
amount
Employer’s Name: _______________________________________
Address: _______________________________________
_______________________________________
Telephone/fax number: _______________________________________
E-mail: _______________________________________

Page | 108
Bidding Document Standard Forms (Bid)

Form EXP – 2.4.2 (a) (cont.)


Specific Experience (cont.)

Bidder’s Legal Name: ___________________________ Page _______ of _______ pages

JV Partner Legal Name: _____________________________

Similar Contract Number: of Information


(total number of contracts) required.
Description of the similarity contracts given
in the Form of General Experience
Amount _________________________________

Physical size _________________________________

Complexity _________________________________

Methods/Technology _________________________________

Physical Production Rate _________________________________

Page | 109
Bidding Document Standard Forms (Bid)

Annex – 02b

AFFIDAVIT

I ………………………………………………………… ……….. ……………. (Name of the bidder) of


…………………………… ………………… ……………….. …………… ……….. ……… … .
……………………… ..(addressed of the bidder), being a Buddhist/Christian/ Muslim/……………(religion)
do hereby solemnly, sincerely and truly declare and affirm as follows;

1. I am the Affirmant/sworn above named.

2 My National Identity Card No. is……………………. ………

3 I hereby declare and affirm that all information furnished in our tender including details
submitted in Annex-2a as Work in Hand are true and correct.

……………………….

Signature

The above contents were read by the Before me


affirmant who having understood the
same, affirmed/swore to and placed his
signature in my presence at ………………
on this …… day of ……………….. ……………………….
Justice of the Peace

Page | 110
Bidding Document Standard Forms (Bid)

Check List for Bidders

Bidders are advised to fill the following table:

ITB YES
ITEM REFERENCE
Clause (tick)
Form of Bid
Addressed to the Employer? 18
Completed? 18
Signed? 18
Bid Securing Declaration Form (If required)
Properly filled and signed 16
Bid Security (If required)
Addressed to the Employer? 16
Format as 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
10
account?
BID package
All the documents given in ITB Clause 12
12
enclosed in the original and copy?
ITB Clause 19 followed before Sealing the Bid
19
Package?

Page | 111

Das könnte Ihnen auch gefallen