Вы находитесь на странице: 1из 81

Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New

Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold


Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Section 4 - Bidding Forms Roman, 9 pt
Formatted: Font: Times New
- Without Prequalification - Roman, 9 pt

This Section contains the forms which are to be completed by the Bidder and submitted as part of his
Bid.

TABLE OF FORMS

Page No.

Letter of Bid............................................................................................................................................4 - 1

Schedules .................................................................................................................................................4 - 3
Schedule of Payment Currencies .....................................................................................................4 - 3
Schedules of Questionnaires ..........................................................................................................4 - 13

Bid Security...........................................................................................................................................4 - 41

Bill of Quantities...................................................................................................................................4 - 42

Technical Proposal...............................................................................................................................4 - 59
Personnel.........................................................................................................................................4 - 61
Form PER – 1: Proposed Personnel .......................................................................................4 - 61
Form PER – 2: Resume of Proposed Personnel....................................................................4 - 62
Equipment.......................................................................................................................................4 - 63
Site Organization ............................................................................................................................4 - 64
Method Statement...........................................................................................................................4 - 65
Mobilization Schedule....................................................................................................................4 - 66
Construction Schedule (CPM) .......................................................................................................4 - 67

Bidders Qualification...........................................................................................................................4 - 68
Form ELI – 1: Bidder’s Information Sheet....................................................................................4 - 69
Form ELI – 2: JV Information Sheet .............................................................................................4 - 70
Form LIT – Pending Litigation......................................................................................................4 - 71
Form FIN – 1: Financial Situation .................................................................................................4 - 72
Form FIN – 2: Average Annual Construction Turnover...............................................................4 - 73
Form FIN – 3: Financial Resources ..............................................................................................4 - 74
Form FIN – 4 : Current Contract Commitments/ Works in Progress ..........................................4 - 75
Form EXP – 1: General Construction Experience .......................................................................4 - 76
Form EXP – 2(a): Specific Construction Experience....................................................................4 - 77
Form EXP – 2(b): Specific Construction Experience in Key Activities .....................................4 - 78

4-i
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Letter of Bid Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Date: ............................................
ICB No.: SB/UWS/PB2/HAM/ICB
Invitation for Bid No.: ............................................

To: National Water Supply & Drainage Board

We, the undersigned, declare that:

(a). We have examined and have no reservations to the Bidding Documents, including Addenda issued in
accordance with Instructions to Bidders (ITB) 8;

(b). We offer to execute in conformity with the Bidding Documents the following Works:
…………………………………………………………………….………………….…………

(c). The total price of our Bid, excluding any discounts offered in item (d) below and the VAT is:
US$ ……………………………………………………………………………………………
and
SLRs.……………………………………………………………………………………………

(d). The discounts offered and the methodology for their application are:
………………………………………………………..................................................................
…….……………………………………………………………………………………………

Therefore the total price of our bid with discount as above:

US$ ……………………………………………………………………………………………
and
SLRs. ……………………………………………………………………………………………

(e). Our bid shall be valid for a period of 120 days from the date fixed for the bid submission deadline in
accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at
any time before the expiration of that period;

(f). If our bid is accepted, we commit to obtain a performance security in accordance with the Bidding
Documents;

(g). Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities
from eligible countries [insert the nationality of the Bidder, including that of all parties that comprise
the Bidder if the Bidder is a consortium or association, and the nationality of each Subcontractor and
Supplier];
We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of
interest in accordance with ITB 4.3;

4-1
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
(h). We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding
Formatted: Font: Times New
process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB Roman, 9 pt
13;*

(i). Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the
contract, has not been declared ineligible by ADB, under the Employer’s country laws or official
regulations or by an act of compliance with a decision of the United Nations Security Council;

(j). We are not a government owned entity / We are a government owned entity country but meet the
requirements of ITB 4.5; *

(k). We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding
process or execution of the Contract: **

Name of Recipient Address Reason Amount


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

(l). We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed; and

(m). We understand that you are not bound to accept the lowest evaluated bid or any other bid that you
may receive.

Name .................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of ........................................................................
Date ...................................................................................................................................................

* Use one of the two options as appropriate


** If none has been paid or is to be paid, indicate “none”

4-2
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Schedules Roman, 9 pt
Formatted: Font: Times New
Schedule of Payment Currencies Roman, 9 pt

TABLE 1 – For General Requirements (BILL NO. 1)

A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

BID PRICE

-Note-

The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source
specified in BDS 15.3

4-3
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

TABLE 2 – Construction of Civil Works Formatted: Font: Times New


Roman, 9 pt
(BILL NO. 2)
Formatted: Font: Times New
Roman, 9 pt
A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

BID PRICE

-Note-

The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source
specified in BDS 15.3

4-4
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

TABLE 3 – Supply & Delivery of Mechanical Equipment Formatted: Font: Times New
Roman, 9 pt
(BILL NO. 3.1)
Formatted: Font: Times New
Roman, 9 pt

A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

BID PRICE

-Note-

The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source
specified in BDS 15.3

4-5
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

TABLE 4 – Installation of Mechanical Equipment Formatted: Font: Times New


Roman, 9 pt
(BILL NO. 3.2)
Formatted: Font: Times New
Roman, 9 pt

A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

BID PRICE

-Note-

The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source
specified in BDS 15.3

4-6
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

TABLE 5 – Supply & Delivery of Electrical Equipment for Barrier Gates Formatted: Font: Times New
Roman, 9 pt
(BILL NO. 4.1)
Formatted: Font: Times New
Roman, 9 pt

A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

BID PRICE

-Note-

The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source
specified in BDS 15.3

4-7
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

TABLE 6 – Installation of Electrical Equipment for Barrier Gates Formatted: Font: Times New
Roman, 9 pt
(BILL NO. 4.2)
Formatted: Font: Times New
Roman, 9 pt

A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

BID PRICE

-Note-

The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source
specified in BDS 15.3

4-8
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

TABLE 7 – Supply & Delivery of Electrical Equipment for Flood Early Warning System Formatted: Font: Times New
Roman, 9 pt
(BILL NO. 5.1)
Formatted: Font: Times New
Roman, 9 pt
A B C D
Rate of Percentage of
Local Currency
Amount of Exchange Net Bid Price (NBP)
Name of Payment Currency Equivalent
Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

BID PRICE

-Note-
The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source
specified in BDS 15.3

4-9
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

TABLE 8 – Installation of Electrical Equipment for Flood Early Warning System Formatted: Font: Times New
Roman, 9 pt
(BILL NO. 5.2)
Formatted: Font: Times New
Roman, 9 pt
A B C D
Rate of Percentage of
Local Currency
Amount of Exchange Net Bid Price (NBP)
Name of Payment Currency Equivalent
Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

BID PRICE

-Note-
The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source
specified in BDS 15.3

4 - 10
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

TABLE 9 – Provisional Sums Formatted: Font: Times New


Roman, 9 pt
(BILL NO. 6)
Formatted: Font: Times New
Roman, 9 pt
A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP

Local Currency
SLR 5.2 million 1.00 SLR 5.2 million

Foreign Currency #1
NIL NIL NIL NIL

Foreign Currency #2
NIL NIL NIL NIL

Foreign Currency #
NIL NIL NIL NIL

Net Bid Price SLR 5.2 million 100.00

BID PRICE SLR 5.2 million

4 - 11
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
TABLE 10 – Percentage for Provisional Sums Roman, 9 pt
(BILL NO. 7)
Formatted: Font: Times New
Roman, 9 pt
A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP
Local Currency
1.00

Foreign Currency #1
NIL NIL NIL NIL

Foreign Currency #2
NIL NIL NIL NIL

Foreign Currency #
NIL NIL NIL NIL

Net Bid Price 100.00

BID PRICE

4 - 12
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Schedules of Questionnaires
Formatted: Font: Times New
Roman, 9 pt

NOTES TO QUESTIONNAIRE

1 The Bidder shall complete all the questionnaires as given in Bidding Forms.

2 The Bidder shall complete the Questionnaires & submit Test Certificates, Product Conformity
Certificates (PCC) pertaining to the equipment, materials etc., that he offers and return with this
tender and give all the details relevant to the equipment, materials etc., offered

3 Unless otherwise specified all equipment, materials etc., shall conform to relevant BS/ BSEN/ DIN
standards and to relevant ISO Quality Assurance Standards.

4 Originals of ISO Certificates shall be submitted with the Bid.

5 All test results, literature, manuals, spares lists etc. shall be submitted with the bid.

6 Printed catalogues of all equipment, materials etc., shall be submitted with the Bid.

Important: The Bidder shall fill in completely the questionnaires attached herewith as
relevant. General references to catalogues are not acceptable. The tender shall be
rejected if the required details are not furnished.

4 - 13
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
LIST OF QUESTIONNAIRES
Formatted: Font: Times New
Roman, 9 pt

Mechanical Equipment:
1. Steel Columns & Beams
2. Paint Material – Zn Rich Epoxy Primer
3. Paint Material – Universal Type Primer
4. Paint Material – Vinyl Acrylic Finish
5. Washers, Nut & Bolts, Anchor Bolts, Tie Bolts & Nuts
6. Gear Boxes
7. Cables
8. Rain Gauges

Electrical Equipment:
1. Gate Hoist Motor
2. Gate Hoist Local Control Panel
3. Gate Hoist Remote Control and Indication Panel
4. Gate Hoist Cable over Tension Sensor
5. Gate Hoist Cable Slack Sensor
6. Motor over Load (Electronic)
7. Gate Hoist Travel Limit Switch
8. Gantry
9. Cables & Installation Materials
10. Flood Early Warning System
11. G.I Octagonal Lamp Posts

4 - 14
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
QUESTIONNAIRES Formatted: Font: Times New
Roman, 9 pt

MECHANICAL EQUIPMENT:

1. STEEL COLUMNS & BEAMS

1.1 Make : Wide Flange Shapes


1.2 Country of Manufacture : Singapore
1.3 Name of Manufacturer :CHUAN EU INTERNATIONAL PTE LTD
1.4 Address of Manufacturer :149 rocher Road #05-09, Fu Lu Shou
Complex Singapore 188425
1.5 Port of shipment : Singapore
1.6 Standard to which the product confirm to : BS 4360
1.7 Type of Alloy used : C, Si, Mn, P, S
1.8 Manufacturing Process : Electric Arc Furnance Method
1.9 Is the material corrosion resistant :No,
1.10 Is the material weldable : Yes
1.11 Describe protective measures taken prior to shipping :
1.12 Protective measure for columns & beams during transit :
1.13 Weight per unit length: Attached attach doc
Weight per (Kg)
Section
metre
(a). …………………………. ………………………….
(b). …………………………. ………………………….
(c). …………………………. ………………………….

1.14 Reference of the catalogues, technical literature &


drawing provided with the Bid :

1.15 Is certified true copy of valid ISO 9000 Quality


Assurance Certificate provided :

4 - 15
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

2. PAINT MATERIAL – Zn RICH EPOXY PRIMER Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
2.1 Make :Sigma Zinc 102 Roman, 9 pt

2.2 Country of Manufacture :Netherlandes


2.3 Name of Manufacturer :Sigmakalon Marine & Protective
Coating BV
2.4 Address of Manufacturer :PO Box 58034 – 1040 HA Amsterdam
2.5 Standard to which the product confirm to : attach
2.6 Manufactures data sheet no. :attach
2.7 Specific Gravity : 2.104
2.8 Percentage Zn content :
2.9 Recommended single coat thickness in microns :50μm
2.10 Dry film thickness per coat in microns :25 - 50 μm
2.11 Theoretical spreading rate sq.ft / ltr : 22 m2/l for 25 μm
2.12 Re-coat interval at 30 – 40 Celsius ambient temperature : Min 6 Hrs – Max Several Months
2.13 Volume per container : 20 L
2.14 Reference of the catalogues, technical literature &
drawing provided with the Bid : attach

2.15 Is certified true copy of valid ISO 9000 Quality


Assurance Certificate provided : attach

3. PAINT MATERIAL – UNIVERSAL TYPE PRIMER


3.1 Make : Sigma Cover 280
3.2 Country of Manufacture :Netherland
3.3 Name of Manufacturer : Sigmakalon Marine & Protective
Coating BV
3.4 Address of Manufacturer : PO Box 58034 – 1040 HA Amsterdam
3.5 Standard to which the product confirm to :
3.6 Manufactures data sheet no. :
3.7 Specific Gravity :1.3026
3.8 Percentage of base paint content :80%
3.9 Recommended single coat thickness in microns : 50μm
3.10 Dry film thickness per coat in microns : 25 - 50 μm

4 - 16
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

3.11 Theoretical spreading rate sq.ft / ltr : 11.4 m2/l for 50 μm Formatted: Font: Times New
Roman, 9 pt
5.7 m2/l for 100 μm Formatted: Font: Times New
Roman, 9 pt

3.12 Re-coat interval at 30 – 40 Celsius ambient temperature : Min 4 Hrs – Max 3 Months
3.13 Volume per container :20 L (Base + Hardner)
3.14 Reference of the catalogues, technical literature &
drawing provided with the Bid :
3

3.15 Is certified true copy of valid ISO 9000 Quality


Assurance Certificate provided : attach

4. PAINT MATERIAL – VINYL ACRYLIC FINISH

4.1 Make :Sigma Guard CSF 650


4.2 Country of Manufacture :Netherland
4.3 Name of Manufacturer : Sigmakalon Marine & Protective
Coating BV
4.4 Address of Manufacturer : PO Box 58034 – 1040 HA Amsterdam
4.5 Standard to which the product confirm to :
4.6 Manufactures data sheet no. :
4.7 Specific Gravity :1.3026
4.8 Percentage of base paint content :80%
4.9 Recommended single coat thickness in microns :25 - 50 μm
4.10 Dry film thickness per coat in microns :3.3 m2/l for 300 μm
4.11 Theoretical spreading rate sq.ft / ltr : Min 16 Hrs, Max 14 Days
4.12 Re-coat interval at 30 – 40 Celsius ambient temperature :20 L
4.13 Volume per container :
4.14 Reference of the catalogues, technical literature &
drawing provided with the Bid :
4.15 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

5. WASHERS-(a), NUT & BOLTS -(b), ANCHOR BOLTS-(c), TIE BOLTS & NUTS-(d)

1.3 5.1 Make : Singapore

4 - 17
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

1.4 5.2 Country of Manufacture : Singapore Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
5.3 Name of Manufacturer : CHUAN EU INTERNATIONAL PTE
LTD
5.4 Address of Manufacturer : 149 rocher Road #05-09, Fu Lu Shou
Complex Singapore 188425

5.5 Material:
(a). (b). (c). (d).

5.6 Standard to which the product confirm to:


(a). (b). (c). (d).

5.7 Type of Alloy used:


(a). (b). (c). (d).

5.8 Manufacturing Process:


(a). (b). (c). (d).

5.9 Thread system (Metric/American/BSW/BSP):


(a). (b). (c). (d).

5.10 Tolerance class of thread:


(a). (b). (c). (d).

5.11 Is the material corrosion resistant:


(a). (b). (c). (d).

5.12 Describe protective measures taken prior to shipping :


5.13 Unit for supply :
5.14 Reference of the catalogues, technical literature &
drawing provided with the Bid :

5.15 Is certified true copy of valid ISO 9000 Quality


Assurance Certificate provided :

6. GEAR BOXES

6.1 Gear Boxes

Straight Helical Gear Boxes & Double & reduction worm wheel Gear Boxes.

4 - 18
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
6.1.1 Make : Malaysia / Gate
Formatted: Font: Times New
6.1.2 Name of Manufacturer : Kejuruteraan Trisuria Sdn Bhd Roman, 9 pt

6.1.3
6.1.4 Address of Manufacturer : 04, Jalan Perusahaan Utama,
Malaysia
6.1.5 Country of Manufacture : Malaysia

6.1.6 Port of Shipment : Malaysia


6.1.7 Standard to which the product conform to :ISO
6.1.8 Out put & input Torque :
6.1.9 Reduction ratio :Ref List
6.1.10 Efficiency of the gear box :---
6.1.11 No. of gear boxes to be supplied from each category :----
6.1.12 Weight :----------
6.1.13 Insurance :
6.1.14 Test Certificate :On delivery
6.1.15 Reference of the catalogues, technical literature &
drawing provided with the Bid :

6.1.16 Is certified true copy of valid ISO 9000 Quality


Assurance Certificate provided :

6.2 Gear Wheels & Pinions

6.2.1 Make : Malaysia / Gate


6.2.2 Name of Manufacturer : Kejuruteraan Trisuria Sdn Bhd
6.2.3 Address of Manufacturer : 04, Jalan Perusahaan Utama, Malaysia

6.2.4 Country of Manufacture : Malaysia


6.2.5 Port of shipment : Malaysia
6.2.6 Material :
6.2.7 Standard to which the product conform to :
6.2.8 Casting or forged :casting
6.2.9 Machining accuracy & details :attach
6.2.10 Weight : -----
6.2.11 No. of Gear wheels to be provided : As per List

4 - 19
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

6.2.12 Blow hole test certificate : Formatted: Font: Times New


Roman, 9 pt
6.2.13 Reference of the catalogues, technical literature & Formatted: Font: Times New
6.2.14 drawing provided with the Bid : attach Roman, 9 pt

6.2.15 Is certified true copy of valid ISO 9000 Quality


6.2.16 Assurance Certificate provided : attach

6.3 Shafting

Provide Separate sheets for alloy and Stainless steel - shafts and square beams.

6.3.1 Make :Malaysia / Gate


6.3.2 Name of Manufacturer : Kejuruteraan Trisuria Sdn Bhd
6.3.3 Address of Manufacturer :04, Jalan Perusahaan Utama, Malaysia
6.3.4 Country of Manufacture :Malaysia
6.3.5 Post of Shipment :Malaysia
6.3.6 Standard to which the product conform to :ISO Certificate
6.3.7 Is the material weldable, provide if there are special conditions: Weldable
6.3.8 Weight per unit length : As per drawing
6.3.9 Length to be supplied : As per drawing
6.3.10 Insurance :
6.3.11 Provide details of Insurance :
6.3.12 Reference of the catalogues, technical literature &
drawing provided with the Bid :
6.3.13 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

6.4 Coupling

6.4.1 Make sumitomo


6.4.2 Name of Manufacturer : sumitomo
6.4.3 Address of Manufacturer :Japan
6.4.4 Country of Manufacture japan
6.4.5 Port of Shipment
6.4.6 Minimum Torque that the coupling is designed :-----------
6.4.7 Bore size :------
6.4.8 Coupling type; rigid, flexile etc. :as per list

4 - 20
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

6.4.9 Weight : Formatted: Font: Times New


Roman, 9 pt
6.4.10 No. of Couplings to be supplied :----------- Formatted: Font: Times New
Roman, 9 pt
6.4.11 Reference of the catalogues, technical literature &
drawing provided with the Bid :attach
6.4.12 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided : attach

6.5 Chain Drives

6.5.1 Make : As per Trisuria Cataloges


6.5.2 Name of Manufacturer :
6.5.3 Address of Manufacturer :
6.5.4 Country of Manufacture :
6.5.5 Port of Shipment :
6.5.6 Sprocket size :
No. teeth
Type: Single, Duplex, Triplex etc
6.5.7 Minimum Torque that the sprocket can take :
6.5.8 Reference of the catalogues, technical literature &
drawing provided with the Bid :
6.5.9 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :
6.6 Clutch & Brake

6.6.1 Make :
6.6.2 Name of Manufacturer :
6.6.3 Address of Manufacturer : As per Trisuria Cataloges
6.6.4 Country of Manufacture :
6.6.5 Port of Shipment :
6.6.6 Standard to which the product confirm to :
6.6.7 Weight :
6.6.8 Minimum torque :
6.6.9 Maximum torque :
6.6.10 No. of items to be supplied :
6.6.11 Test Certificate :
6.6.12 Reference of the catalogues, technical literature &
drawing provided with the Bid :
6.6.13 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

4 - 21
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
6.7 Torque Shaft Roman, 9 pt

6.7.1 Make :Malaysia / Gate


6.7.2 Name of Manufacturer : Kejuruteraan Trisuria Sdn Bhd
6.7.3 Address of Manufacturer :04, Jalan Perusahaan Utama, Malaysia
6.7.4 Country of Manufacture :Malaysia
6.7.5 Post of Shipment :Malaysia
6.7.6 Standard to which the product confirm to : ISO Certificate
6.7.7 Weight :
6.7.8 No. of shafts to be provide :
6.7.9 Diameter : As per drawing
6.7.10 Length :
6.7.11 Test Certificate : ISO 9000 & IKRAM (IRCI)
6.7.12 Material :SUS 304
6.7.13 Reference of the catalogues, technical literature &
drawing provided with the Bid : Yes
6.7.14 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided : Yes

6.8 Welding Rods/Mild Steel & Stainless Steel – Separately

6.8.1 Make : ESAB


6.8.2 Name of Manufacturer : ESAB India Limited
6.8.3 Address of Manufacturer :Lioyds Centre Point, 2nd Floor,1096-A,
Appasaheb Marathe Marg, Mumbai 400 025
6.8.4 Country of Manufacture : India
6.8.5 Port of Shipment : India
6.8.6 Standard to which the product conform :
6.8.7 Electrode Cover :
6.8.8 Electrode size :
6.8.9 Backing procedure :
6.8.10 Weight :
6.8.11 Test Certificate : Attached
6.8.12 Reference of the catalogues, technical literature &
drawing provided with the Bid :
6.8.13 Is certified true copy of valid ISO 9000 Quality

4 - 22
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Assurance Certificate provided : Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
6.9 Rollers for Gates

6.9.1 Make : same as Gear wheel


6.9.2 Name of Manufacturer :
6.9.3 Address of Manufacturer :
6.9.4 Country of Manufacture :
6.9.5 Material :
6.9.6 Cast or fabricated or forged :
6.9.7 Machining :
6.9.8 N.D.T. Test reports for Blow holes :
6.9.9 Final Dimension Report :
6.9.10 Weight :
6.9.11 No. of rollers to be provide :
6.9.12 Reference of the catalogues, technical literature &
drawing provided with the Bid :
6.9.13 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

7. CABLES

7.1 Cables for Hoist

7.1.1 Make : Taiwan


7.1.2 Name of Manufacturer : Cheng Day Machine Work Co
7.1.3 Address of Manufacturer :No.173, When Chu Rd, Tachia
7.1.4 Country of Manufacture :Taiwan
7.1.5 Port of Shipment :Taiwan
7.1.6 Standard to which the product confirm to : ISO Certificate
7.1.7 Breaking Strength :
7.1.8 Cable diameter : 20 mm
7.1.9 Lubricating Method :
7.1.10 Type of cable - 6 x 37; 6 x 18 :
7.1.11 Cable Material Stainless Steel or steel : Steel
7.1.12 required Chuckle size :

4 - 23
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

7.1.13 Anchor type : Formatted: Font: Times New


Roman, 9 pt
7.1.14 No. of cables to be provided : Formatted: Font: Times New
Roman, 9 pt
7.1.15 Cable length of each price : As per drawing
7.1.16 Reference of the catalogues, technical literature &
drawing provided with the Bid :
7.1.17 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

7.2 Chain Hoist

7.2.1 Make : Taiwan


7.2.2 Name of Manufacturer : Cheng Day Machine Work Co
7.2.3 Address of Manufacturer :No.173, When Chu Rd, Tachia
7.2.4 Country of Manufacture :Taiwan
7.2.5 Port of Shipment :Taiwan
7.2.6 Standard to which the product confirm to : ISO Certificate
7.2.7 Weight :
7.2.8 Capacity of Hoist : 5 Ton 02 Nos
7.2.9 Head Room :
7.2.10 Allowable Lifting Height : 10 m
7.2.11 Pendent Type : Push button Pendent
7.2.12 Standard Length of Power Supply Cable :As per drawing
7.2.13 Optional Emergency Stop :Available
7.2.14 Gantry Type :Electrical Operated Portal Crane
7.2.15 Motorized Gantry : Yes
7.2.16 Single/Double Speed : Double Speed
7.2.17 Traversing speed : 2418 m/min
7.2.18 Test Certificate : Will be provide
7.2.19 Breaking Strength : Design according to BS
7.2.20 Reference of the catalogues, technical literature &
drawing provided with the Bid : Yes Refer
7.2.21 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided : True Copy

7.3 Manual Operated Hoist (Pedestal Type)

7.3.1 Make : Locally


7.3.2 Name of Manufacturer : BMK Engineers

4 - 24
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

7.3.3 Address of Manufacturer :No 344/7 Lake Road Boralasgamuwa Formatted: Font: Times New
Roman, 9 pt
sri Lanka Formatted: Font: Times New
Roman, 9 pt
7.3.4 Country of Manufacture :sri Lanka
7.3.5 Port of Shipment :--------------
7.3.6 Standard to which the product conform to :ISO
7.3.7 Weight :
7.3.8 Capacity of hoist :as per BOQ
7.3.9 Hand Wheel size : 300mm
7.3.10 Max. effort to be given to rotate the hand wheel
hand wheel in Kg :
7.3.11 Type of bearing used :SKF Ball bearing / thrust/ Y Bearing
7.3.12 Type of pedestal – casting or fabricated :
7.3.13 Pedestal height :as per DWG
7.3.14 Height indicator : do
7.3.15 Material of nut SS
7.3.16 Allowable max. lifting height : :as per DWG
7.3.17 Slipping device is provided to prevent buckling of shaft:
7.3.18 Shaft cover
7.3.19 Painting :as per paint specs
7.3.20 Anchoring system :Chimical anchors Hilti
7.3.21 Reference of the catalogues, technical literature &
drawing provided with the Bid : Attach
7.3.22 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :attach
8. RAIN GAUGES

8.1 Automatic Mechanical Type Gauge

8.1.1 Make :
8.1.2 Type :
8.1.3 Name of Manufacturer :
8.1.4 Address of Manufacturer :
8.1.5 Country of Manufacture :
8.1.6 Standard to which the product confirms to :
8.1.7 Is it working on natural siphon principle :
8.1.8 Mechanical arrangement for recording rainfall :
8.1.9 Period of Drum rotation :
8.1.10 Is safety enclosure provided for the clockwork mechanism:
8.1.11 Period of warranty :

4 - 25
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

8.1.12 Is the rain gauge provided tropicalised : Formatted: Font: Times New
Roman, 9 pt
8.1.13 Provide list of users/contact information/organizations : Formatted: Font: Times New
Roman, 9 pt
8.1.14 Reference of the catalogues, technical literature
& drawing provided with the Bid :

8.2 Recording Pen

8.2.1 Make :
8.2.2 Type :
8.2.3 Name of Manufacturer :
8.2.4 Address of Manufacturer :
8.2.5 Country of Manufacture :
8.2.6 Standard to which the product confirms to :
8.2.7 Is bucket type pen provided :
8.2.8 Is it refillable :
8.2.9 Reference of the catalogues, technical literature
& drawing provided with the Bid :
8.2.10 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

8.3 Recording Charts

8.3.1 Make :
8.3.2 Type :
8.3.3 Name of Manufacturer :
8.3.4 Address of Manufacturer :
8.3.5 Country of Manufacture :
8.3.6 Standard to which the product confirms to :
8.3.7 Dimensions of graph paper provided :
8.3.8 Is time axis marked for 24 hours :
8.3.9 Reference of the catalogues, technical literature :
8.3.10 Color of charts :
8.3.11 Quantity of charts supplied :

8.4 Recording Ink

4 - 26
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
8.4.1 Make :
Formatted: Font: Times New
8.4.2 Type : Roman, 9 pt

8.4.3 Name of Manufacturer :


8.4.4 Address of Manufacturer :
8.4.5 Country of Manufacture :
8.4.6 Standard to which the product confirms to :
8.4.7 Is the ink usable with bucket type :
8.4.8 Is the ink non smudging/non bleeding :
8.4.9 Color of ink provided :
8.4.10 Does the ink traces remain unchanged with water :
8.4.11 Does the ink dry when exposed to air :
8.4.12 Quantity of 15ml bottled containers of ink supplied :
8.4.13 Reference of the catalogues, technical literature :

8. 5 Non-Recording Rain Gauge

8.5.1 Make :
8.5.2 Type :
8.5.3 Name of Manufacturer :
8.5.4 Address of Manufacturer :
8.5.5 Country of Manufacture :
8.5.6 Diameter of collector :
8.5.7 Standard to which the product confirms to :
8.5.8 Diameter of collector :
8.5.9 Area of collector :
8.5.10 Material and consistency of measuring cylinder :
8.5.11 Smallest reading possible in the measuring cylinder :
8.5.12 Capacity of the measuring cylinder :
8.5.13 Specify material used for metal parts and thickness :

4 - 27
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

8.5.14 Is the material weather resistant : Formatted: Font: Times New


Roman, 9 pt
8.5.15 Reference of the catalogues, technical literature : Formatted: Font: Times New
Roman, 9 pt

4 - 28
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

ELECTRICAL EQUIPMENT: Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
1. GATE HOIST MOTOR Roman, 9 pt

1.1 Make :
1.2 Name of Manufacturer :
1.3 Address of Manufacturer :
1.4 Country of Manufacture :
1.5 Motor rating (kW) :
1.6 Operating voltage (V) : As per specification of Trisuria
Catalogues
1.7 Operating frequency (Hz) :
1.8 Allowable voltage fluctuation (%) :
1.9 Insulation class :
1.10 Enclosure protection class :
1.11 Lock rotor current :
1.12 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

2. GATE HOIST LOCAL CONTROL PANEL

2.1 Make :
2.2 Name of Manufacturer : Electro Serv (Pvt) Ltd
2.3 Address of Manufacturer :124, Nawala Road, Narahenpita
2.4 Country of Manufacture :Sri Lanka
2.5 Enclosure protection class :IP 65
2.6 Dimensions LxHxW mm :Standard Dimensions
2.7 Make of MCB’s :Telemechanique
2.8 Make of PLC : Telemechanique
2.9 Model of PLC : Telemechanique
2.10 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

4 - 29
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
3. GATE HOIST REMOTE CONTROL AND INDICATION PANEL
Formatted: Font: Times New
Roman, 9 pt
3.1 Make :
3.2 Name of Manufacturer :
3.3 Address of Manufacturer :
3.4 Country of Manufacture : As per specification of Trisuria
3.5 Enclosure protection class :
3.6 Dimensions LxHxW mm :
3.7 Make of MCB’s :
3.8 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

4. GATE HOIST CABLE OVER TENSION SENSOR

4.1 Make : As per specification of Trisuria


4.2 Name of Manufacturer :
4.3 Address of Manufacturer :
4.4 Country of Manufacture :
4.5 Enclosure protection class :
4.6 Model number :
4.7 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

5. GATE HOIST CABLE SLACK SENSOR

5.1 Make : As per specification of Trisuria


5.2 Name of Manufacturer :
5.3 Address of Manufacturer :
5.4 Country of Manufacture :
5.5 Enclosure protection class :
5.6 Model number :
5.7 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

4 - 30
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
6. MOTOR OVER LOAD (ELECTRONIC)
Formatted: Font: Times New
Roman, 9 pt
6.1 Make :
6.2 Name of Manufacturer : As per specification of Trisuria
6.3
6.4 Address of Manufacturer :
6.5 Country of Manufacture :
6.6 Model number :
6.6 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

7. GATE HOIST TRAVEL LIMIT SWITCH

7.1 Make :
7.2 Name of Manufacturer : As per specification of Trisuria
7.3
7.4 Address of Manufacturer :
7.5 Country of Manufacture :
7.6 Enclosure protection class :
7.7 Model number :
7.7 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

8. GANTRY

8.1 Gantry Hoist Motor

8.1.1 Make : Taiwan / Black Bear


8.1.2 Name of Manufacturer :Cheng Day Machinery Work Co Ltd
8.1.3 Address of Manufacturer :173, Wen Chu Rd, Ta Chia,
Taichung, Taiwan
8.1.4 Country of Manufacture : Taiwan
8.1.5 Motor rating (kW) : 2 x 3.0 Kw
8.1.6 Operating voltage (V) : 48 V
8.1.7 Operating frequency (Hz) : 50 Hz
8.1.8 Allowable voltage fluctuation (%) : 40 % ED
8.1.9 Insulation class : Standard
8.1.10 Enclosure protection class : IP 66

4 - 31
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

8.1.11 Lock rotor current : 415 V/3P/50 Hz Formatted: Font: Times New
Roman, 9 pt
8.1.12 Is certified true copy of valid ISO 9000 Quality Formatted: Font: Times New
Assurance Certificate provided : Yes (True Copy) Roman, 9 pt

8.2 Gantry Travel Motor

8.2.1 Make : Taiwan / Black Bear


8.2.2 Name of Manufacturer :Cheng Day Machinery Work Co Ltd
8.2.3 Address of Manufacturer :173, Wen Chu Rd, Ta Chia,
Taichung, Taiwan
8.2.4 Country of Manufacture : Taiwan
8.2.5 Motor rating (kW) :2 x 37 Kw
8.2.6 Operating voltage (V) :48 V
8.2.7 Operating frequency (Hz) :50 Hz
8.2.8 Allowable voltage fluctuation (%) :40% ED
8.2.9 Insulation class : IP 66
8.2.10 Enclosure protection class :
8.2.11 Lock rotor current : 415 V/3P/50 Hz
8.2.12 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided : Yes True Copy

8.3 Gantry Hoist and Travel Control Panel

8.3.1 Make : Malaysia / Shimba


8.3.2 Name of Manufacturer : shimba Sdn Bhd
8.3.3 Address of Manufacturer :7, Jalan TP 6, Subang Jaya, Selangor,
Malaysia
8.3.4 Country of Manufacture : Malaysia
8.3.5 Enclosure protection class : IP 66
8.3.6 Dimensions LxHxW mm : Standar Size
8.3.7 Make of MCB’s : Telemechanique
8.3.8 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided : Yes True Copy

8.4 Gantry Hoist & Travel Pendant Type Control Station

8.4.1 Make :Malaysia / Shimba


8.4.2 Name of Manufacturer : shimba Sdn Bhd

4 - 32
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

8.4.3 Address of Manufacturer :7, Jalan TP 6, Subang Jaya, Selangor, Formatted: Font: Times New
Roman, 9 pt
Malaysia Formatted: Font: Times New
Roman, 9 pt
8.4.4 Country of Manufacture : Malaysia
8.4.5 Enclosure protection class : IP 66
8.4.6 Make of MCB,s : Telimechanique
8.4.7 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided : Yes
8.5 Gantry Hoist and Travel Control Panel – Incoming Cable

8.5.1 Make of the cable :ACL Cables


8.5.2 Number of cores :3 Core
8.5.3 Cable size sq.mm : 12 mm Dia
8.5.4 Make of connector :ACL Cables

9. CABLES & INSTALLATION MATERIALS

9.1 Electrical Power Cables

9.1.1 Make :
9.1.2 Name of Manufacturer :
9.1.3 Address of Manufacturer :
9.1.4 Country of Manufacture :
9.1.5 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

9.2 Electrical Control Cables

9.2.1 Make :
9.2.2 Name of Manufacturer :
9.2.3 Address of Manufacturer :
9.2.4 Country of Manufacture :
9.2.5 Number of cores :
9.2.6 Cross section of each core sq.mm :
9.2.7 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

9.3 Flexible Under Ground Conduits

9.3.1 Make :
9.3.2 Name of Manufacturer :
9.3.3 Address of Manufacturer :

4 - 33
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

9.3.4 Country of Manufacture : Formatted: Font: Times New


Roman, 9 pt
9.3.5 Size of the conduit for incoming cable to hoist control local panel (mm): Formatted: Font: Times New
Roman, 9 pt
9.3.6 Size of the conduit for control cable to hoist control local panel (mm):
9.3.7 Size of the conduit for cable to submersible level sensor (mm):
9.3.8 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

10. FLOOD EARLY WARNING SYSTEM


10.1 Complete System

10.1.1 Make :
10.1.2 Name of Manufacturer :
10.1.3 Address of Manufacturer :
10.1.4 Country of Manufacture :
10.1.5 Indicate locations of previous installations :
10.1.6 Contact details of previous users :
10.1.7 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

10.2 Remote Stations

Bubbler Type Level Measurement Equipment:


10.2.1 Compressor
10.2.1.1 Make :
10.2.1.2 Name of Manufacturer :
10.2.1.3 Address of Manufacturer :
10.2.1.4 Country of Manufacture :
10.2.1.5 Model No. :
10.2.1.6 Operating voltage (V) :
10.2.1.7 Operating current (A) :
10.2.1.8 Capacity Litre (free air)/Min. :
10.2.1.9 Maximum delivery pressure (Bar) :
10.2.1.10 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

10.2.2 Pressure Transducer


10.2.2.1 Make :
10.2.2.2 Name of Manufacturer :
10.2.2.3 Address of Manufacturer :
10.2.2.4 Country of Manufacture :

4 - 34
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

10.2.2.5 Model No. : Formatted: Font: Times New


Roman, 9 pt
10.2.2.6 Operating voltage (V) : Formatted: Font: Times New
Roman, 9 pt
10.2.2.7 Pressure range (Bars) :
10.2.2.8 Maximum withstand pressure (Bars) :
10.2.2.9 Accuracy (%) :
10.2.2.10 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :
10.2.3 Bubbler Tube

10.2.3.1 Make :
10.2.3.2 Name of Manufacturer :
10.2.3.3 Address of Manufacturer :
10.2.3.4 Country of Manufacture :
10.2.3.5 Material :

10.3 Solar Panel (For Liyangastota only)

10.3.1 Make :
10.3.2 Name of Manufacturer :
10.3.3 Address of Manufacturer :
10.3.4 Country of Manufacture :
10.3.5 Model No. :
10.3.6 Peak Power (W) :
10.3.7 Required illumination level for peak power (Lux) :
10.3.8 Maximum voltage (V) :
10.3.9 Dimension of the solar panel LxW :
10.3.10 Weight of the solar panel :
10.3.11 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

10.4 Charge Controller (For Liyangastota only)

10.4.1 Make :
10.4.2 Name of Manufacturer :
10.4.3 Address of Manufacturer :
10.4.4 Country of Manufacture :
10.4.5 Model No. :
10.4.6 Minimum input voltage (V) :

4 - 35
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

10.4.7 Maximum input voltage (V) : Formatted: Font: Times New


Roman, 9 pt
10.4.8 Maximum power handling (W) : Formatted: Font: Times New
Roman, 9 pt
10.4.9 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

10.5 Storage Batteries (Lyangastota)

10.5.1 Make :
10.5.2 Name of Manufacturer :
10.5.3 Address of Manufacturer :
10.5.4 Country of Manufacture :
10.5.5 Type of battery :
10.5.6 Number of batteries :
10.5.7 Voltage (V) :
10.5.8 Capacity (each battery) (AHr) :
10.5.9 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

10.6 Mains Operated Power Supply with Battery Backup (Bolana)

10.6.1 Make :
10.6.2 Name of Manufacturer :
10.6.3 Address of Manufacturer :
10.6.4 Country of Manufacture :
10.6.5 Model No. :
10.6.6 Input voltage (V) :
10.6.7 Input frequency Hz :
10.6.8 Maximum output current (A) :
10.6.9 Output float voltage (V) :
10.6.10 Type of battery :
10.6.11 Number of batteries :
10.6.12 Voltage (V) :
10.6.13 Capacity (each battery) (AHr) :
10.6.14 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

4 - 36
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt

10.7 UHF Transceiver


Liyangastota Bolana
10.7.1 Make
10.7.2 Name of Manufacturer
10.7.3 Address of Manufacturer
10.7.4 Country of Manufacture
10.7.5 Model No.
10.7.6 Operating frequency band
10.7.7 Maximum transmitting power (W)
10.7.8 Receiver sensitivity Micro V/20dB SNR
10.7.9 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided

10.8 Antenna
Liyangastota Bolana
10.8.1 Make
10.8.2 Name of Manufacturer
10.8.3 Address of Manufacturer
10.8.4 Country of Manufacture
10.8.5 Model No.
10.8.6 Type of antenna
10.8.7 Gain of antenna (dB)
10.8.8 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided

10.9 Equipment Enclosures


Liyangastota Bolana
10.9.1 Make
10.9.2 Name of Manufacturer
10.9.3 Address of Manufacturer
10.9.4 Country of Manufacture

4 - 37
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

10.9.5 Enclosure protection class IP Formatted: Font: Times New


Roman, 9 pt
10.9.6 Length (mm) Formatted: Font: Times New
Roman, 9 pt
10.9.7 Height (mm)
10.9.8 Depth (mm)
10.9.9 Sheet metal thickness (mm)
10.9.10 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided
10.10 Central Station

10.10.1 Submersible Type Level Sensor

10.10.1.1 Make :
10.10.1.2 Name of Manufacturer :
10.10.1.3 Address of Manufacturer :
10.10.1.4 Country of Manufacture :
10.10.1.5 Model No. :
10.10.1.6 Operating voltage (V) :
10.10.1.7 Measurement range (M of water ) :
10.10.1.8 Accuracy (%) :
10.10.1.9 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

10.10.2 Mains operated power supply with battery backup

10.10.2.1 Make :
10.10.2.2 Name of Manufacturer :
10.10.2.3 Address of Manufacturer :
10.10.2.4 Country of Manufacture :
10.10.2.5 Model No. :
10.10.2.6 Input voltage (V) :
10.10.2.7 Input frequency (Hz) :
10.10.2.8 Maximum output current (A) :
10.10.2.9 Output float voltage (V) :
10.10.2.10 Type of battery :
10.10.2.11 Number of batteries :
10.10.2.12 Voltage (V) :
10.10.2.13 Capacity (each battery)(AHr) :
10.10.2.14 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

4 - 38
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt

10.10.3 UHF Transceiver

10.10.3.1 Make :
10.10.3.2 Name of Manufacturer :
10.10.3.3 Address of Manufacturer :
10.10.3.4 Country of Manufacture :
10.10.3.5 Model No. :
10.10.3.6 Operating frequency band (MHz) :
10.10.3.7 Maximum power (W) :
10.10.3.8 Is certified true copy of valid ISO 9000 Quality
Certificate provided :

10.10.4 Antenna

16.10.4.1 Make :
16.10.4.2 Name of Manufacturer :
16.10.4.3 Address of Manufacturer :
16.10.4.4 Country of Manufacture :
16.10.4.5 Model No. :
16.10.4.6 Type of antenna :
16.10.4.7 Gain of antenna (dB) :
16.10.4.8 Is certified true copy of valid ISO 9000 Quality
Certificate provided :

10.10.5 Equipment Enclosure

10.10.5.1 Make :
10.10.5.2 Name of Manufacturer :
10.10.5.3 Address of Manufacturer :
10.10.5.4 Country of Manufacture :
10.10.5.5 Enclosure protection class IP.. :
10.10.5.6 Length (mm) :

4 - 39
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

10.10.5.7 Height (mm) : Formatted: Font: Times New


Roman, 9 pt
10.10.5.8 Depth (mm) : Formatted: Font: Times New
Roman, 9 pt
10.10.5.9 Sheet metal thickness (mm) :
10.10.5.10 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

11. G.I OCTAGONAL LAMP POSTS

11.1 Make :
11.2 Name of Manufacturer :
11.3 Address of Manufacturer :
11.4 Country of Manufacture :
11.5 Height of Lamp Post :
11.6 Thickness of metal :
11.7 Is certified true copy of valid ISO 9000 Quality
Assurance Certificate provided :

4 - 40
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Bid Security Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Bank Guarantee
................................................................................................................. .......................................................................................................
(Bank’s Name, and Address of Issuing Branch or Office)

Beneficiary: National Water Supply & Drainage Board, Galle Road, Ratmalana.

Date:...................................................................................................................................................
Bid Security No.: ..............................................................................................................................
We have been informed that . . . . . . . . . . . . . . . . . . . . . .. . . . (hereinafter called "the Bidder") has
(name of the Bidder)

submitted to you its bid dated . . . . . . . . . . . . . . (hereinafter called "the Bid") for the execution of
Construction and Completion of Salinity Barrier Across Walawe River at Ambalantota under
Invitation for Bids No. SB/UWS/PB2/HAM/ICB (“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 . . . . . . .. . . . .. . . . .. .. . . . . hereby irrevocably undertake to pay


(name of Bank)

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
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 by the Bidder in the Form of Bid; or
b). does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the
ITB”) of the IFB; 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 Agreement, or (ii) fails or refuses to furnish the Performance
Security, in accordance with the ITB, or (iii) fails or refuses to furnish Domestic Preference Security,
as given in under Section 3 (Evaluation) para 1.5 sub-paras 1.55 & 1.56 (page 3-4), if applicable.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the
Contract Agreement signed by the Bidder and the performance security issued to you upon the
instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our
receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-
eight days after the expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the office on or
before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.
. . . . . . . . ……. . . .Bank’s seal and authorized signature(s) . . . …………. . . . . . .

Note: All italicized text is for use in preparing this form and shall be deleted from the final document

4 - 41
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Bill of Quantities Roman, 9 pt

CONTENTS

A. PREAMBLE TO BILL OF QUANTITIES

B. BILL OF QUANTITIES

BILL NO. 1 : GENERAL REQUIREMENTS

BILL NO. 2 : CONSTRUCTION OF CIVIL WORKS

BILL NO. 3 : MECHANICAL WORKS


BILL NO. 3.1 : SUPPLY & DELIVERY OF MECHANICAL EQUIPMENT

BILL NO. 3.2 : INSTALLATION OF MECHANICAL EQUIPMENT

BILL NO. 4 : ELECTRICAL WORKS


BILL NO. 4.1 : SUPPLY & DELIVERY OF ELECTRICAL EQUIPMENT FOR BARRIER
GATES
BILL NO. 4.2 : INSTALLATION OF ELECTRICAL EQUIPMENT FOR BARRIER
GATES

BILL NO. 5 : FLOOD EARLY WARNING SYSTEM


BILL NO. 5.1 : SUPPLY & DELIVERY OF ELECTRICAL EQUIPMENT FOR FLOOD
EARLY WARNING SYSTEM
BILL NO. 5.2 : INSTALLATION OF ELECTRICAL EQUIPMENT FOR FLOOD EARLY
WARNING SYSTEM

BILL NO. 6 : PROVISIONAL SUMS

BILL NO. 7 : PERCENTAGE FOR PROVISIONAL SUMS

GRAND SUMMARY

4 - 42
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
A. PREAMBLE TO BILL OF QUANTITIES Roman, 9 pt
Formatted: Font: Times New
TABLE OF CONTENTS Roman, 9 pt
Page No.

PREAMBLE TO BILL OF QUANTITIES......................................................................................4 - 44

1. General ................................................................................................................................4 - 44
2. Application of Preamble to Subsequent Work ....................................................................4 - 44
3. Method of Measurement .....................................................................................................4 - 44
4. Units and Extension of Bill of Quantities ...........................................................................4 - 44
5. Rates and Sums to be for Work Complete ..........................................................................4 - 45
6. Rates and Sums to Bear Proper Relation to Work Described .............................................4 - 46
7. Provisional Sum Items ........................................................................................................4 - 46
8. Provisional Quantity Items..................................................................................................4 - 47
9. Payment of Items in a Monthly Basis .................................................................................4 - 47
10. Payment of Lump Sums for General Items .........................................................................4 - 47
11. Offices for Engineer’s Representative ................................................................................4 - 47
12. Assistance to the Engineer ..................................................................................................4 - 48
13. Protection of Completed Work and Clearing upon Completion .........................................4 - 48
14. Earthworks ..........................................................................................................................4 - 48
15. Concrete ..............................................................................................................................4 - 50
16. Shuttering/Form work .........................................................................................................4 - 51
17. Steel Reinforcement ............................................................................................................4 - 51
18. Site Clearance......................................................................................................................4 - 52
19. Brickwork............................................................................................................................4 - 52
20. Existing Services and Structures .........................................................................................4 - 52
21. Blinding Concrete ...............................................................................................................4 - 52
22. Access Facilities for other Contractors ...............................................................................4 - 52
23. Boundary Post .....................................................................................................................4 - 52
24. Fences, Gates and Boundary Walls.....................................................................................4 - 53
25. “As Built” Drawings ...........................................................................................................4 - 53
26. Foreign Currency Requirements .........................................................................................4 - 53
27. Schedule of Payment Currencies.........................................................................................4 - 53
28. Insurance .............................................................................................................................4 - 54
29. Value Added Tax (VAT) & other Taxes.............................................................................4 - 54
30. Taxes & Duties....................................................................................................................4 - 54
31. Currencies of Bid ................................................................................................................4 - 54

DAYWORK SCHEDULE ..................................................................................................................4 - 55


1. General ................................................................................................................................4 - 55
2. Labor ...................................................................................................................................4 - 55
3. Day Work Materials ............................................................................................................4 - 56
4. Day Work Constructional Plant ..........................................................................................4 - 57

4 - 43
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
PREAMBLE TO BILL OF QUANTITIES Roman, 9 pt
Formatted: Font: Times New
1. General Roman, 9 pt

The Contractor’s attention is specifically directed to the Instruction to Bidders, Conditions of


Contract, the Particular Conditions of Contract, Employer’s Requirements including Technical
Specifications and the Description of Works, and the Drawings, which are to be read in
conjunction with the Bill of Quantities and the Preamble.

The quantities given in the Bills of Quantities are estimated and provisional, and are given to
provide a common basis for bidding. The basis of payment will be the actual quantities of work
ordered and carried out, as measured by the Contractor and verified by the Engineer and valued at
the rates and prices tendered in the Priced Bills of Quantities, where applicable, and otherwise at
such rates and prices as the Engineer may fix within the terms of the Contract.

2. Application of Preamble to Subsequent Work

The relevant clause of this Preamble shall be deemed to apply equally to work subsequently
ordered for execution by the Contractor, either under Provisional Sum Orders or Variation orders, Deleted: sum
except where specifically varied therein. Formatted: Font: (Default) Times
New Roman, 11 pt

3. Method of Measurement

The Works as executed will be measured for payment in accordance with the method adopted in
the Bill of Quantities and under the item as therein set forth. The contractor’s rate should include
for the complete execution of the works, as depicted in drawings and as specified in Technical
Specifications. Measurement rules, definition rules and additional description rules shall apply
where appropriate with the “Civil Engineering Standard Method of Measurement” (1991 Edition),
and any subsequent edition thereto published by the Institution of Civil Engineers.

The net measurement or weight of the finished work in place will always be taken, and except
where otherwise stated or where separate items are provided, no allowance will be made for
cutting, waste, laps, circular work, etc., and no deductions will be made for grout nicks, joggle
holes, rounded arises or for linkages for fitting ironwork and the like.

Payment will be made for only those materials, which are installed in the permanent works and
taken over to the stocks as specified in the Technical Specification to the approval of the Engineer.
Construction materials supplied and delivered to the site by the Contractor which become surplus
to the above requirements shall become the property of the Contractor who shall reimburse the
Employer any money that was paid to the Contractor for the supply and delivery to the site of the
surplus materials.

4. Units and Extension of Bill of Quantities

All sizes and quantities have been entered in the Bill of Quantities in Metric Units. Figures Deleted: ,
involving decimals, including sums of money are written in the British tradition, namely, with a
full stop in the decimal position and commas between each successive group of three digits to the
left of the decimal position.

4 - 44
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

The format of the Bill of Quantities is such that it allows the Bidder to insert rates both local Formatted: Font: Times New
Roman, 9 pt
currency (Sri Lanka Rupees) and Foreign Currency components for each item. For specific items
Formatted: Font: Times New
of imported goods, further columns are provided for the Contractor to insert the rate (in Sri Lankan Roman, 9 pt
Rupees) payable on each item for customs duty, surcharge, excise duty etc. The total of local
currency together with the foreign currency components for each item (including the rate for
customs duty etc. where relevant) will be the contractor’s contract rate for the item.

VAT shall not be included in the tendered price, and the VAT component shall not be carried over
to the Letter of Bid.

5. Rates and Sums to be for Work Complete

Notwithstanding any limits which may be implied by the wording of the individual items and /or
explanation in this preamble it is to be clearly understood by the Contractor that the rates and sums
which he enters in the Bill of Quantities shall be for the work finished complete in every respect,
he shall be deemed to have taken full account of all requirements and obligations, whether
expressed or implied, covered by all parts of this Contract, and to have priced the items herein
accordingly. The rates and sum must therefore include all constructional plant, labor, tools, profit, Deleted: C
custom duty, surcharges, supervision etc. and for all incidental and contingent expenses and risks Deleted: P
of every kind necessary to construct, complete and maintain the whole of works in accordance
with the Contract. Full allowance shall be made in the rates and/or sums inter alia, which are
referred to and/or specified herein.
Deleted: Notwithstanding any limits
which may be implied by the wording of
1. All site investigations which may be necessary; the individual items and /or explanation
in this preamble it is to be clearly
2. All setting out and survey work; understood by the Contractor that the
rates and sums which he enters in the Bill
3. Temporary water supply, electricity, fencing, watching, and lighting; of Quantities shall be for the work
finished complete in every respect, he
4. Paying fees and giving notice to authorities & public notices etc; shall be deemed to have taken full
account of all requirements and
5. Payment of all patent rights and royalties; obligations, whether expressed or
implied, covered by all parts of this
Contract, and to have priced the items
6. Reinstatement of the site; herein accordingly. The rates and sum
must therefore include for all incidental
7. Safety precautions and all measures to prevent and suppress fire and other hazards; and contingent expenses and risks of
every kind necessary to construct,
8. Interference to the works by persons, vehicles, vessels and the like using the existing land complete and maintain the whole of
and water facilities; works in accordance with the Contract.
Full allowance shall be made in the rates
and/or sums inter alia, which are referred
9. Full maintenance of access to the existing roads and waterways during the period of to and/or specified herein.¶
construction; Formatted: Bullets and Numbering
10. Works in connection with the protection and safety of adjacent structures.
11. Supplying, maintaining and removing on completion Contractor’s own accommodation,
offices, stores, workshops, transport, welfare services and all charge in connection
therewith.
12. Working in the dry except where otherwise permitted by the specification;
13. Maintaining public roads and footpaths and maintaining access upon existing roads or
recognized routes.
14. The supply, inspection, sampling and testing of materials and of the Works under
construction, including the provision and use of equipment.

4 - 45
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

15. Except where separate items are provided for bringing plant to the site and removing on Formatted: Font: Times New
Roman, 9 pt
completion, for providing transporting to site, setting to work operating (including all fuel
Formatted: Font: Times New
and consumable stores), maintaining and removing from the site upon completion all Roman, 9 pt
construction plant and equipment necessary for the execution of the work, including the
cost of all tests and other requirements in respect to such plant and equipment;
16. The recruitment, bringing to and from the site, accommodating and feeding and all
incidental costs and expenses involved in the provision of all necessary skilled and
unskilled labour and supervision;
17. For supporting faces of excavation temporary or permanent shoring, shuttering &
scaffolding etc.
18. Dewatering if required.
19. Environmental impact mitigation measures.

No claim will be considered for further payment in respect of any work or method of execution,
which may be described in the Contract or is inherent in the construction of the work and detailed
on the drawings on account of;

1. Items have been omitted from the Bill of Quantities, but depicted in the drawings Formatted: Bullets and Numbering
2. Any omission from the wording of the items or from a clause in the Preamble or
3. No mention of such work or method of execution having been in the Preamble

Items against which no rates or sum is entered by the Contractor, whether quantities are stated or
not, will not be paid for when executed, but will be regarded as covered by other rates in the Bill of
Quantities.

The quantities set out in the Bill of Quantities are the estimated quantities of the work and they
shall not be taken as the actual and correct quantities of the works to be executed by the contractor
in fulfillment of his obligation under the contract.

The Contractor shall be deemed to have taken into account all of the following in his Tender prices
and his construction programs.

1 All recognized holidays, festivals, religious and other customs. Formatted: Bullets and Numbering
2 Any stoppage of work or delays due to adverse weather conditions.

6. Rates and Sums to Bear Proper Relation to Work Described

The rates and sums entered by the Contractor against all items in the Bill of Quantities must bear a
proper relationship to the cost of carrying out the work described in the Contract; all on costs and
similar charges which are applicable to the Contract as a whole are to be spread over all the rates
in the Bill of Quantities, whilst those which are applicable only to particular sections of the
Contract are only to be spread over items to which these sections refer.

7. Provisional Sum Items

Provisional sums included and so designated in the Bills of Quantities shall be expended in
whole or in part at the direction and discretion of the Engineer.

4 - 46
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Provisional Sums are represented by the words ‘Provisional Sum’ entered under the description.
Formatted: Font: Times New
Roman, 9 pt
Provisional Sum items when followed by an item where the Contractor shall indicate all his Deleted: Provisional sums will be dealt
financial and administrative costs including cost of liaison with external agencies, profits, with as provided for in the Conditions of
Contract.¶
overheads and any other costs for the “provisional sum” item as a percentage, he shall indicate the
appropriate percentage. This percentage will be the basis of assessing the actual amount payable
to the Contractor.

8. Provisional Quantity Items

Certain items in the Bill of Quantities are designated “Provisional Quantity” in the description
column to indicate that the quantities for the work covered by such items are the best possible
estimates that can be made in advance of the execution of the work, or that the provision of such
facilities as are described in the items may not in the event be required under the contract. All
items so designated will be used only at the direction and discretion of the Engineer, and if not
used either wholly or in part shall, as to the amount not used, be deducted from the Contract Price.
Where such items consist of a sum, the Contractor shall enter a lump sum, which shall be the price
for the work if executed, as distinct from a ‘Provisional Sum’ as defined herein. No claim will be
entertained in respect of overhead charges or any other costs, which may allegedly result from the
omission of all, or part of the work covered by such “Provisional Quantity” Items.

9. Payment of Items in a Monthly Basis

Payment under items, which are measured on a monthly basis, will not be commenced until the
full facilities described in the items and the specifications have been provided to the satisfaction of
the Engineer. Payment will continue until such time as the Engineer shall signify that facilities are
no longer required.

10. Payment of Lump Sums for General Items

Lump Sum items stipulated in Bill of Quantities and where the Bidder includes additional items
for complying with the general conditions etc., will be paid on the basis of a proportion of
respective lump sum in the same ratio as the value of the work completed bears to the total value
of the Contract.

Lump sum items stipulated in Bill of Quantities which are related to a specific work will be paid
on the basis of the proportion of actual work done to the total work of that specific item as
assessed by the Engineer.

Items with quantities and units will be paid against number of units used and/or incorporated in the
works.
11. Offices for Engineer’s Representative Formatted: Indent: First line: 17 pt,
Outline numbered + Level: 1 +
Numbering Style: 1, 2, 3, … + Start
1. Provision at: 1 + Alignment: Left + Aligned at:
The sums entered to cover the cost of the Engineer’s field offices is to include erection, at a 0 pt + Tab after: 18 pt + Indent at:
18 pt, Tabs: 35 pt, List tab
location approved by the Engineer, and subsequent removal on termination of the works. If these
offices cannot be located on the site, Contractor has to find an alternative suitable land at Deleted: ¶
Formatted: Indent: Left: 35 pt

4 - 47
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

contractor’s own cost. This is to include for provision of all the items specified and also for the Formatted: Font: Times New
Roman, 9 pt
supply of electricity, water supply, telephone connection and sanitary facilities for the duration of
Formatted: Font: Times New
the Contract. Roman, 9 pt

2. Maintenance Formatted: Indent: First line: 17 pt,


Outline numbered + Level: 1 +
The sums entered to cover the maintenance of above facilities is to include the payment for Numbering Style: 1, 2, 3, … + Start
provision of electricity, gas, water, telephone (except for the amounts charged against international at: 1 + Alignment: Left + Aligned at:
0 pt + Tab after: 18 pt + Indent at:
calls), sweeping, cleaning and security services etc. 18 pt
Deleted: ¶
3. Provide and Maintenance
Formatted: Indent: Left: 35 pt
The sums entered shall cover (1) & (2) above.
Formatted: Indent: First line: 17 pt,
Outline numbered + Level: 1 +
12. Assistance to the Engineer Numbering Style: 1, 2, 3, … + Start
at: 1 + Alignment: Left + Aligned at:
0 pt + Tab after: 18 pt + Indent at:
The sum entered to cover the cost of the assistance to the Engineer shall include for the labour, 18 pt
materials and equipment specified. Deleted: ¶
Formatted: Indent: Left: 35 pt
13. Protection of Completed Work and Clearing upon Completion

The Contractor shall allow in his rates for protecting completed work from subsequent operations
making good all damage to complete work, for clearing away all rubbish as it accumulates, and
leaving the site in a tidy condition to the satisfaction of the Engineer.
Formatted: Indent: Hanging: 28 pt,
14. Earthworks Numbered + Level: 1 + Numbering
Style: 1, 2, 3, … + Start at: 1 +
Alignment: Left + Aligned at: 27 pt +
1. Excavation in all Material except Rock Tab after: 63 pt + Indent at: 63 pt,
Hyphenate, Tabs: 65 pt, List tab +
The rates and prices for excavations including dredging shall be for all types of ground Not at 63 pt
encountered except rock including ground conditions above or below water level. The Contractor
Deleted: ¶
must make the allowance for the possibility of permission not being granted to the use of
Formatted: Font: (Default) Times
explosives for blasting and other operations. New Roman, 11 pt, Not Bold
Formatted: Indent: Left: 65 pt,
a). For structures, volume of material excavated as the product of the horizontal area of Hanging: 25 pt, Numbered + Level:
1 + Numbering Style: a, b, c, … +
the base of permanent work to be contracted and the mean depth below ground level, Start at: 1 + Alignment: Left +
or measured as the volume to be occupied by permanent work below ground level, Aligned at: 27 pt + Tab after: 63 pt
whichever is the greater. + Indent at: 63 pt, Tabs: 90 pt, List
tab + Not at 63 pt + 100 pt
Formatted: Indent: Left: 65 pt,
In no case shall any of the following quantities be included in the measurement for Hanging: 25 pt, Tabs: 90 pt, List tab
payment. Formatted: Indent: Left: 90 pt,
Hanging: 25 pt, Numbered + Level:
i. Quantity outside the vertical planes of neat outline of foundation structures 1 + Numbering Style: i, ii, iii, … +
Start at: 1 + Alignment: Left +
unless shown otherwise on the drawings. Aligned at: 0 pt + Tab after: 18 pt +
Indent at: 18 pt, Tabs: 115 pt, List
tab + Not at 18 pt + 125 pt
ii. Quantity of excavation and/or backfill for pipeline, storm sewers and under
Formatted: Indent: Left: 90 pt,
drains except as allowed for in pipeline construction as specified in pipe work, Hanging: 25 pt, Numbered + Level:
valves and fittings laying & installation. 1 + Numbering Style: i, ii, iii, … +
Start at: 1 + Alignment: Left +
Aligned at: 0 pt + Tab after: 18 pt +
iii. Quantity of any excavations performed prior to the taking of measurements of Indent at: 18 pt, Tabs: 115 pt, List
the undisturbed natural ground. tab + Not at 125 pt
Formatted ... [1]

4 - 48
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
iv. Quantity of any material re-handled, except where the drawings indicate or the
Formatted: Font: Times New
Engineer directs the excavation after embankment has been placed. Roman, 9 pt
Formatted: Indent: Left: 90 pt,
v. Quantity of any excavation outside of cofferdams. Hanging: 25 pt, Numbered + Level:
1 + Numbering Style: i, ii, iii, … +
Start at: 1 + Alignment: Left +
vi. Quantity of excavation required due to the swelling of the foundation when Aligned at: 0 pt + Tab after: 18 pt +
driving piles. Indent at: 18 pt, Tabs: 115 pt, List
tab + Not at 125 pt
Formatted: Indent: Left: 90 pt,
vii. Removal of slides, cave-ins, silting or filling due to the action of the elements or Hanging: 25 pt, Numbered + Level:
whether and/or carelessness of the Contractor. 1 + Numbering Style: i, ii, iii, … +
Start at: 1 + Alignment: Left +
Aligned at: 0 pt + Tab after: 18 pt +
b). For unsuitable material, volume of excavated material shall be measured as volume of Indent at: 18 pt, Tabs: 115 pt, List
tab + Not at 125 pt
material directed to be removed by the Engineer.
Formatted: Indent: Left: 90 pt,
Hanging: 25 pt, Numbered + Level:
No allowance is made for any bulking or for any extra transport required due to bulking. The rates 1 + Numbering Style: i, ii, iii, … +
shall include, but not by way of limitation, for: Start at: 1 + Alignment: Left +
Aligned at: 0 pt + Tab after: 18 pt +
Indent at: 18 pt, Tabs: 115 pt, List
1. Excavation to the correct depth and preserving the bottoms of excavations in a state tab + Not at 125 pt
suitable for the reception of concrete, and no payment will be made for any concrete Formatted: Indent: Left: 90 pt,
required for filling over-excavated volumes or disturbed areas to the net dimensions Hanging: 25 pt, Numbered + Level:
1 + Numbering Style: i, ii, iii, … +
as indicated on the Drawings. Start at: 1 + Alignment: Left +
Aligned at: 0 pt + Tab after: 18 pt +
Indent at: 18 pt, Tabs: 115 pt, List
2. Any additional excavation required for shuttering, working space, temporary or tab + Not at 125 pt
permanent shoring, and subsequent refilling and ramming and disposal of surplus. Formatted: Indent: Left: 65 pt,
Hanging: 25 pt, Numbered + Level:
1 + Numbering Style: a, b, c, … +
3. Provision of storage areas for the temporary storage of any material required for Start at: 1 + Alignment: Left +
backfilling which cannot be stored alongside the excavation for any reason, together Aligned at: 27 pt + Tab after: 63 pt
with the cost of transporting, loading including disposal of surplus and unloading + Indent at: 63 pt, Tabs: 90 pt, List
tab + Not at 99 pt
such material and all other charges incurred in this respect.
Formatted ... [2]
Formatted ... [3]
4. Trimming the bottoms of excavations including bottoming to falls, and trimming to
sloping surfaces where required or indicated on the Drawings. Formatted ... [4]
Formatted ... [5]
5. Taking all precautions by supporting faces of excavation to ensure the safety of the Formatted ... [6]
workmen and to prevent damage to adjacent walls, building and all other structures
and services and to prevent damage to other surfaces by slip or breaking away or
other cause, including permanent and/or temporary shoring.
Formatted: Font: (Default) Times
New Roman, 11 pt
6. Keeping the site and all other excavations free from water from whatever cause
Formatted: Indent: Left: 72 pt,
arising. Hanging: 27.35 pt, No bullets or
7. For clearing any scrub or other vegetable growth including all trees and for numbering
disposing of the whole of the cleared material to top provided by the Contractor. Formatted ... [7]
Deleted: <#>¶
8. All temporary and permanent measures required to protect and support all existing Formatted ... [8]
pipes, cables and services, including all chambers, gullies and foundations thereto,
or repair or replace them should they become damaged due to the Contractor's
activities.

4 - 49
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
9. All barriers, lighting, warning signs and any other measures necessary to ensure
Formatted: Font: Times New
complete safety around the area of the works. Roman, 9 pt
Formatted: Font: (Default) Times
10. Reinstatement except where separate items are included. New Roman, 11 pt
Formatted: Indent: Left: 72 pt,
2. Excavation in Rock Hanging: 27.35 pt, No bullets or
numbering
Rock is defined as all materials which, in the opinion of the Engineer, require blasting, or the use
Formatted: Indent: Left: 72 pt,
of metal wedges and sledge hammers or the use of compressed air drilling for its removal, and Hanging: 27 pt, Numbered + Level:
which cannot be extracted by ripping with a tractor of at least 150 hp with a single rear mounted 1 + Numbering Style: 1, 2, 3, … +
Start at: 1 + Alignment: Left +
heavy duty ripper. Aligned at: 18 pt + Tab after: 36 pt
+ Indent at: 36 pt
Excavation in rock which shall in all cases be measured extra over measurement under 1(a), 1(b) Formatted: Font: (Default) Times
or 1(c) above by volume from the level at which rock is encountered. For work described under New Roman, 11 pt

1(a) and 1(b), measurement shall be as specified therein. For work under 1(c) the volume Formatted: Indent: Left: 72 pt,
Hanging: 27.35 pt
measured shall be to the maximum bottom width of trench permitted under the Specification or
Formatted: Indent: Left: 72 pt,
actual width, whichever is less, and to the depth authorised. Hanging: 27 pt, Numbered + Level:
1 + Numbering Style: 1, 2, 3, … +
The Contractor shall allow in his rates for rock excavations necessary expenses required to carry Start at: 1 + Alignment: Left +
Aligned at: 18 pt + Tab after: 36 pt
out the operations in co-ordination with Geological Survey and mines bureau. + Indent at: 36 pt
Formatted: Indent: Hanging: 28 pt,
3. Fill Numbered + Level: 1 + Numbering
Style: 1, 2, 3, … + Start at: 1 +
Fill shall be measured as the net volume above ground level of the permanent earthwork to the Alignment: Left + Aligned at: 27 pt +
dimensions shown on the Drawings or directed by the Engineer, irrespective of source of material. Tab after: 63 pt + Indent at: 63 pt,
Hyphenate
The rate shall include for selection, handling, placing, and compaction of excavated or imported
material. Deleted: ¶
Formatted: Indent: Hanging: 28 pt,
Numbered + Level: 1 + Numbering
4. Backfill Style: 1, 2, 3, … + Start at: 1 +
Backfill shall be measured (where items provided in BOQ) as the net difference between the Alignment: Left + Aligned at: 27 pt +
Tab after: 63 pt + Indent at: 63 pt,
volume measured under 1(a) above and the volume of permanent work below ground level. The Hyphenate
rate shall include for selection, handling placing and compaction of excavated or imported
Deleted: ¶
material.
Formatted: Indent: Hanging: 28 pt,
Numbered + Level: 1 + Numbering
Style: 1, 2, 3, … + Start at: 1 +
Alignment: Left + Aligned at: 27 pt +
Tab after: 63 pt + Indent at: 63 pt,
Hyphenate
Deleted: ¶

15. Concrete
Deleted:

The rates for concrete are to include for: Formatted: Line spacing: At least
14 pt
Formatted: Indent: Left: 36 pt,
(1). All costs incurred in determining the mixes to satisfy the Specification (including any
Hanging: 33.85 pt, Line spacing: At
admixtures). least 14 pt, Numbered + Level: 1 +
Numbering Style: a, b, c, … + Start
(a). Supplying all material (including any admixtures), storing, mixing, transporting, placing at: 1 + Alignment: Left + Aligned at:
36 pt + Tab after: 72 pt + Indent at:
and compaction (whether by hand or vibration).
72 pt

4 - 50
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

(b). Excavation as required below previously filled levels and backfilling (except where Formatted: Font: Times New
Roman, 9 pt
separate items are provided).
Formatted: Font: Times New
(c). Roughening the surface of previously executed work as required in order to provide the Roman, 9 pt

necessary bond with new concrete.


(d). Achieving specified tolerance.
(e). Forming sloping, falls and the like.
(f). Forming holes or boxing out for pipes, bolts, frames for covers and other steel work.
(g). Building in cable conduit, pipes, junction boxes etc.
(h). Forming 25mm chamfers on all external arises to exposed concrete.
(i). Forming all construction joints, keys, stop ends, temporary stops and shuttering of other
than permanently exposed faces (except where separate items are provided).
(j). Providing all shuttering/ form work required.
(k). Curing the concrete and all measures to protect freshly poured concrete from direct
sunlight and wave action.
(l). Trawling, rubbing down etc. and making good the concrete surfaces to provide the
specified finishes.
(m). The cost of control testing throughout the period of concreting and for the testing of
concrete and remedial work ordered by the Engineer consequent to the results of control
tests falling below the minimum specified.
(n). Overtime working to maintain continuity of casting.
(o). A daily return to the Engineer showing the quantities of cement and the number of mixing
of each class of concrete used in each section of the works and temporary works.
(p). Leakage Testing of Concrete structures including provision of water for testing structures.
(q). Cleaning & disinfection of concrete structures including provision of water & chemicals
required for the operation.
Formatted: Indent: Left: 36 pt, No
bullets or numbering
The measurement of concrete shall be by cubic metre, square metre or linear metre of completed
Deleted: ¶
structure. Where volumetric measure is used, no deductions will be made for channels recesses, or
rebates less than 600mm girth, for splays or chamfers less than 300mm measured on the splay nor
for holes or ducts formed in the concrete less than 1m girth. Fillets less than 300 mm on the splay
will be measured.
16. Shuttering/Form work Formatted: No bullets or
numbering, Don't adjust space
between Latin and Asian text
No separate measurement will be made for shuttering/form work. The cost thereof shall be
deemed to be included in the rates for concrete work unless otherwise specified.
Deleted: No separate measurement will
be made for shuttering/form work. The
17. Steel Reinforcement cost thereof shall be deemed to be
included in the rates for concrete work.¶
The contractor shall prepare and submit bar schedules for all reinforced concrete works shown in Formatted: No bullets or
numbering, Don't adjust space
the drawings or for any additional works for approval by the Engineer prior to fixing of any between Latin and Asian text
reinforcements. The schedules shall be submitted well in advance to allow adequate time for
checking.

4 - 51
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
The rates for steel bar and steel fabric reinforcement shall include for supplying, transporting,
Formatted: Font: Times New
storing, cleaning, cutting bending, all labour in working, distribution to the various parts of the Roman, 9 pt
works, fixing in position and supporting and for the use of binding wire and for welding where Deleted: ¶
indicated.

The unit of measurement for steel reinforcement is the Metric Tonne (1MT = 1000 kg.) and the
weight of steel has been calculated net with no allowance made for wastage or laps and the cost of
these will be deemed to be covered in the rates.

The weight of steel supports, spacer bars, ties, binders etc, excluding stirrups used to locate and
hold the reinforcement in place, is not included in the quantity and the cost of these will be deemed
to be covered in the rates.

18. Site Clearance Deleted: ¶


Rates for site clearance shall include for the removal and all trees, shrubs, boulders or other debris
from the area of the site and disposal of same in an approved location, spreading at least 100 mm
of topsoil over the site upon completion.

19. Brickwork

The basis of measurement for brickwork walls shall be the overall area of the walls measured in
plane elevation, no allowance being made for setbacks recesses and nibs. Rates for brickwork shall
include for bricks of the thickness stated bounded in cement mortar.

20. Existing Services and Structures

The Contractor's attention is specifically drawn to protecting of existing services and installations. Deleted: Connections
The Contractor shall be deemed to have included in his rates and prices for complying with all Formatted: Font: (Default) Times
New Roman, 11 pt
such requirements.
Deleted: ¶
21. Blinding Concrete

Rates for blinding concrete shall include for all additional excavation and disposal of surplus,
necessary sawn shuttering where indicated on the Drawings or directed by the Engineer's
Representative.
22. Access Facilities for other Contractors Deleted: ¶

The Contractor shall provide adequate facilities and working and storage areas for other
Contractors executing works for the Authority and the tender rates and prices shall include for
these provisions.

23. Boundary Post

Rates for erection of boundary post shall include but not by way of limitation for all excavation,
refilling, ramming, disposing of surplus, concrete, shuttering, reinforcement, making good ground
surface, engraving letters “NWS&DB and Logo” and painting.

4 - 52
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
24. Fences, Gates and Boundary Walls
Formatted: Font: Times New
Roman, 9 pt
Rates for boundary walls, fences and gates shall include but not by way of limitation be for
excavation, refilling and ramming, disposal of surplus, materials for construction of fences,
boundary walls and gates, all painting and supplying a padlock with 2 keys for each gate or pair of
gates.
Deleted: Q
25. “As Built” Drawings Deleted: <#>¶
Formatted: Indent: Left: 63.35 pt,
Rate shall include the provision of originals and copies of approved “As Built” drawings as Hanging: 45.35 pt, Numbered +
specified in “Part 1 General Requirement - Clause 1.4.4” of Employer’s Requirements (Section 6). Level: 3 + Numbering Style: 1, 2, 3,
… + Start at: 1 + Alignment: Left +
Aligned at: 72 pt + Tab after: 108 pt
Payment under item for ‘As Built Drawings’ in the BOQ for General Requirements shall be made + Indent at: 108 pt, Tabs: Not at 90
pt + 108 pt
as follows:
Formatted: Heading 2, Line spacing:
(1). 25% of BOQ item on submission of acceptable draft “As Built” Drawings At least 14 pt, Don't adjust space
(2). 75% of BOQ item on submission of approved “As Built” Drawings between Latin and Asian text
Formatted: Font: (Default) Times
26. Foreign Currency Requirements New Roman, 11 pt, Not Italic, Font
color: Auto, English (U.S.)
Formatted: Font: 11 pt, English
Bidders should note that their rates must cover the following foreign currency commitments (U.S.)
amongst others, Formatted: Normal
Formatted: Font: 11 pt, English
• Salaries and allowances etc., for expatriate Professional Staff employed directly on the (U.S.)
Works. (List of staff to be attached). Formatted: Normal, Indent: Left:
• Insurance, medical and other charges related to expatriate staff, and foreign travel expenses 35 pt, First line: 1 pt
etc. Formatted: Indent: Left: 40 pt,
Hanging: 30 pt, Line spacing: At
• Cost of imported materials, required for the Works other than those listed in the BOQ. (List least 14 pt, Bulleted + Level: 1 +
of material to be attached) Aligned at: 0 pt + Tab after: 18 pt +
• Cost of depreciation and usage of imported Plant and Contractor's equipment including Indent at: 18 pt, Tabs: 70 pt, List
tab + 90 pt, Left + Not at 18 pt
spare parts etc., required for the Works. (Plant & equipment to be listed)
Formatted: Indent: Left: 40 pt,
• Cost of foreign insurance and freight charges for imported materials, Plant and Contractor's Hanging: 30 pt, Line spacing: At
equipment including spare parts etc., other than listed in the BOQ's. least 14 pt, Bulleted + Level: 1 +
Aligned at: 0 pt + Tab after: 18 pt +
• Cost of overhead expenses, fees, profits & financial charges etc., arising outside the Indent at: 18 pt, Tabs: 70 pt, List
Employer's country in connections with the Works. tab + 90 pt, Left + Not at 18 pt
27. Schedule of Payment Currencies Deleted: ¶


Bidders are required to fill the Schedule of Payment Currencies in the tables given for different
Formatted ... [9]
Bills of Quantities and should be compatible with the amounts shown in the respective BOQs.
Formatted: Font: (Default) Times
New Roman, 11 pt, Not Italic
Bidders are to note that foreign currency requirements could be in any hard currency/ currencies Formatted ... [10]
freely convertible and acceptable to the Central Bank of Sri Lanka. In this bid document, United
Deleted: Notes on Pricing of Bills of
Status Dollars are quoted in the schedules as it is the major international currency which transacts Quantities¶ ... [11]
the business. But the bidders have the choice of selecting the currencies subject to the above. Formatted: Justified, Indent: Left:
36 pt, Line spacing: At least 14 pt
Bidders should note that the following Bills of Quantities are to be priced in Sri Lankan Rupees. Deleted: ¶
But if they require that part of the payments under these BOQs need to be paid in foreign Formatted: Justified, Indent: Left:
currencies, subject to ITB 15.5, they should separately show the amounts in Sri Lankan Rupees 36 pt, Line spacing: At least 14 pt
Formatted: Font: 11 pt

4 - 53
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

and other currency/ currencies in the schedule of payments. For conversion rate reference should Formatted: Font: Times New
Roman, 9 pt
be made to BDS.
Formatted: Font: Times New
Roman, 9 pt
Correspondingly, Schedule of Payment Currencies should be filled and be identical with the Formatted: Justified, Indent: Left: 0
figures shown in the BOQs. pt, Hanging: 35 pt, Line spacing: At
least 14 pt

Bill No. Description Deleted:


Formatted: Font: (Default) Times
New Roman, 11 pt, Bold
2 – Construction of Civil Works
Formatted: Font: (Default) Times
3.2 – Installation of Mechanical Equipment New Roman, 11 pt, Bold
4.2 – Installation of Electrical Equipment for Barrier Gates Formatted: Justified, Indent: Left:
5.2 – Installation of Electrical Equipment for Flood Early Warning System 35 pt, Line spacing: At least 14 pt
Formatted: Font: (Default) Times
New Roman, 11 pt
28. Insurance
Formatted: Justified, Indent: Left: 0
pt, Hanging: 35.3 pt, Line spacing:
The General Bill allows the contractor to quote for expenses incurred as charges for obtaining At least 14 pt
Insurance under the contract. However in claiming payments for those items the contractor is Formatted: Font: (Default) Times
required to submit to the Engineer originals of the receipts of the amounts paid monthly or New Roman, 11 pt

otherwise separately in respect of each item. Deleted: -


Deleted: -
29. Value Added Tax (VAT) & other Taxes Deleted: -
Deleted: -
Value Added Tax (VAT) as applicable at the time of signing the contract would be added to the Formatted: Font: (Default) Times
Grand Summary. Such amounts would be added on to the each and every interim payment made to New Roman, 11 pt, Not Italic
the contractor for onward remittance to the Commissioner General - Inland Revenue. However, Deleted: ¶
VAT payable by the bidder at the point of clearance (customs) should be excluded from column Formatted: Indent: Left: 36 pt, First
(d) under Taxes and Dues in all schedules of Prices where included. Any VAT payable at the line: 0 pt, Space Before: 0 pt, After:
0 pt, Line spacing: At least 14 pt
customs, would be given as credit, as reflected in the two sheets on Grand Summary.
Deleted: ¶
Other taxes and dues payable to the customs should be shown separately as provided under the Deleted: ¶
columns of the BOQ. ¶
Formatted: Font: (Default) Times
The Contractor is required to submit originals of all documents related to the importation of all New Roman, 11 pt, Not Bold

plant and equipment for permanent works (with photocopies) for reference and return. These Formatted: Indent: Left: 35 pt, Line
spacing: At least 14 pt
should include payments made to Customs Department in the way of taxes and other statutory
Formatted: Indent: Left: 0 pt,
duties only. Hanging: 35 pt, Right: 1.45 pt, Line
spacing: At least 14 pt
30. Taxes & Duties Formatted: Heading 2, Line spacing:
At least 14 pt, Hyphenate, Don't
adjust space between Latin and Asian
Bills of Quantities for items quoted in foreign currency are formatted to isolate the component on text
Taxes & Duties (Excluding VAT), and the amounts quoted for Taxes & Duties are not considered Formatted ... [12]
for evaluation. Formatted ... [13]
Deleted: ¶
The Contractor shall enter the rates based on current custom tariffs for Taxes & Duties (Excluding
Formatted ... [14]
VAT) for each item under column (d) and the corresponding amount under column (g).

However payment of Taxes & Duties would only be a re-imbursement based on Customs
Documents and not on the quoted prices.

4 - 54
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
31. Currencies of Bid
Formatted: Font: Times New
Roman, 9 pt
In the foregoing Bills of Quantities United States Dollars has been stated as the “Foreign Formatted: Heading 2, Line spacing:
Currency”. However, the bidder has the option of quoting in any hard currency freely convertible At least 14 pt, Hyphenate, Don't
adjust space between Latin and Asian
and acceptable to Central Bank of Sri Lanka. text
Formatted: Font: (Default) Times
New Roman, 11 pt, Not Italic
Formatted: Font: (Default) Times
New Roman, 11 pt, Not Italic
Deleted: ¶
Formatted: Indent: Left: 36 pt, First
line: 0 pt, Space Before: 0 pt, After:
0 pt, Line spacing: At least 14 pt

DAYWORK SCHEDULE
1. General

Work shall not be executed on a Day work basis except by written order by the Engineer.
Contractors shall be entitled to payment in respect of labor, material and plant used for day works,
at the rates given in the Schedules of Day Works.

2. Labor

Only the type of classes of labor directly doing work ordered by the Engineer and for which they
are competent to perform will be measured. The time of gangers (charge hands) actually doing the
work with the gangs will also be measured but not the time of foremen or other supervisory
personnel.

SCHEDULE OF DAYWORK RATES


LABOUR

4 - 55
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
RATE
ITEM DESCRIPTION UNIT Roman, 9 pt
(SLRs.)
Formatted: Font: Times New
1. Labourer Day 550.00 Roman, 9 pt

2. Pipe Layer Day 750.00

3. Mason Day 750.00

4. Carpenter and Joiner Day 750.00

5. Steel Work Erector Day 750.00

6. Pneumatic Tool Operator Day 750.00

7. Fitter Day 750.00

8. Tiller Day 950.00

9. Plumber Day 850.00

10. Welder Day 850.00

11. Painter Day 850.00

12. Electrician Day 950.00

13. Mechanic Day 950.00

14. Bar Bender Day 750.00

15. Heavy Machine Operator Day 950.00

3. Day Work Materials

The given rates shall cover; the price, freight, insurance, handling, expenses, damage, losses, etc,
and shall provide for delivery to store for stock piling at the site.

The cost of any materials supplied by NWSDB for use on Day Works shall not be taken into
account and additional percentage quoted also shall not applicable.

The Contractor must submit his receipts/bills to the Engineer in support of all Day Works
materials payment claims.

SCHEDULE OF DAYWORK RATES

MATERIALS

4 - 56
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
RATE Roman, 9 pt
ITEM DESCRIPTION UNIT
(SLRs.) Formatted: Font: Times New
Roman, 9 pt
1. Cement Ordinary Portland or Equivalent in Bags (50 Kg) 50Kg Bag 630.00

2. Ribbed TOR Steel reinforcing Bar Tonne 85,000.00

3. Fine aggregate for concrete as specified m3 2115.00

4. Coarse aggregate for concrete as specified (¾”) m3 1765.00

5. d). Bricks 1000 nr. 4500


e). Masonry Blocks (400 x 200 x 200) nr. 33.00
f). Rubble 225 x 150 mm m3 1055.00

6. a). Paints (Emulsion) 4 Litres 1,517.00


b). Paints (Enamel) 4 Litres 1,849.00
c). Anticorrosive 4 Litres 1140.00
d). Thinner 4 Litres 560.00

7. Asphalt Litre 113.50

8. Fuel
a). Petrol Litre 96.00
b). Diesel Litre 65.00

9. Reinforcement (mild steel) Tonne 80,000.00

10. Shuttering Planks m2 600.00

4. Day Work Constructional Plant

In calculating the payment due to the Contractor for Constructional Plant employed on day work,
only the actual number of working hours will be eligible for payment, except that where applicable
and agreed with the Engineer, the traveling time from the part of the Site where the Construction
Plant was located when ordered by the Engineer to be employed on day work and the time for
return journey thereto shall be included for payment. The cost of drivers and operators will be paid
separately as described under the section on “Day work Labor”.

The given rate shall cover; due and complete allowances for depreciation, interest, indemnity and
insurance, repairs, maintenance, supplies, fuel, lubricants, and other consumables.

SCHEDULE OF DAY WORK RATES

CONSTRUCTIONAL PLANT

4 - 57
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
UNI RATE Roman, 9 pt
ITEM DESCRIPTION CAPACITY
T (SLRs.) Formatted: Font: Times New
Roman, 9 pt
1. Excavator/ Loader – (50) 1 – 2 m3 hr. 900.00

2. Bulldozer Up to 100 hp hr. 1,800.00

3. Wheel Loader 1.7m hr. 1,440.00

4. Motor Grader 100 – 125 hp hr. 2,400.00

5. Tractor with Trailer Any hr. 540.00

6. Hand Rammers – hr. 375.00

7. Soil Compactor – Mechanical ½t hr. 318.00

8. Soil Compactor – Mechanical 2t hr. 490.00

9. Hand Roller 2–3t hr. 550.00

10. Steel Wheel Roller Up to 4 t hr. 680.00

11. Steel Wheel Roller 10 – 12 t hr. 900.00

12. Concrete Mixer complete with scales etc. Up to 0.25 m3 hr. 240.00

13. Concrete Mixer complete with scales etc. 0.25 – 0.5m3 hr. 420.00

14. Concrete Mixer complete with scales etc. Over 0.5 m3 hr. 840.00

15. Concrete Vibrator 1.8m/ hours hr. 230.00

16. Dump Truck Up to 4 m3 hr. 1,800.00

17. Mobile Crane Up to 2 t hr. 2,160.00

18. Mobile Crane Up to 5 t hr. 2,340.00

19. Mobile Crane Up to 20 t hr. 2,640.00

20. Air Compressor (including tools, breakers etc.) Up to 250 hr. 1,015.00
ft3/min

21. Generating Set Up to 4 kW hr. 1,245.00

22. Bitumen Sprayer Up to 6 t hr. 720.00

23. Road Roller 5t hr. 825.00

4 - 58
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
UNI RATE Roman, 9 pt
ITEM DESCRIPTION CAPACITY
T (SLRs.) Formatted: Font: Times New
Roman, 9 pt

24. Water Tanker 4 – 6 m3 hr. 780.00

25. Water Tanker 6 – 10m3 hr. 960.00

26. Water Pump (complete wit hoses etc.) 100 ft3/min hr. 240.00

27. Rubber Roller Up to 5 t hr. 2,400.00

28. Pneumatic Roller 10 t hr. 1,800.00

29. Van or similar utility Vehicle Up to 1 t km 28.00

30. Ordinary Truck Up to 3 t km 60.00

31. Ordinary Truck 3–8t km 72.00

32. Truck with Tipper 3–8t km 90.00

33. Low Loader Truck 30 – 40 t km 114.00

Technical Proposal

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

4 - 59
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Others Formatted: Font: Times New
Roman, 9 pt

4 - 60
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Personnel Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
Bidders should provide the names of suitably qualified personnel to meet the requirements specified in Roman, 9 pt
Section 3 (Evaluation and Qualification Criteria). The data on their experience should be supplied using the
Form below for each candidate.

Form PER – 1: Proposed Personnel

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section 3 (Evaluation and Qualification Criteria).

4 - 61
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form PER – 2: Resume of Proposed Personnel Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
Position Roman, 9 pt

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 in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management experience

4 - 62
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Equipment Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the Roman, 9 pt
requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). A separate
Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the
Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Status Current location

Details of current commitments

Source Indicate source of the equipment


† Owned † Rented † Leased † Specially manufactured

Omit the following information for equipment 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

4 - 63
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Site Organization Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
The bidder should prepare an organizational chart showing the main members of the proposed Roman, 9 pt
construction management team, together with charts or tables of responsibility, together with a
narrative description of the organization and its key functions and systems.

The organization charts should indicate where each member is to be stationed during different stages
of construction.

4 - 64
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Method Statement Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
The bidder is required to prepare a method statement not exceeding 20 pages including charts and Roman, 9 pt
tables, which describes the approaches to be adopted in the construction, commissioning and hand
over of the works.

The method statement should address the critical issue of flood in the Walawe Ganga and the
measures to prevent damage to partially completed works.

4 - 65
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Mobilization Schedule Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
The bidder is required to prepare a mobilization schedule in the form of a bar chart which indicates Roman, 9 pt
the proposed dates of mobilization of staff, machinery and workers.

4 - 66
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Construction Schedule (CPM) Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
The bidder is required to submit a construction schedule which lists principal activities and indicates, Roman, 9 pt
start dates, finish dates, milestones and durations of all activities.

The schedule should be produced using MS project and take the form of a Gantt Chart covering the
entire project implementation period.

4 - 67
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Roman, 9 pt
Bidders Qualification Formatted: Font: Times New
Roman, 9 pt
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and
Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder.

4 - 68
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form ELI - 1: Bidder’s Information Sheet Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
Bidder’s Information Roman, 9 pt

Bidder’s legal name

In case of JV, legal name of


each partner

Bidder’s country of
constitution

Bidder’s year of constitution

Bidder’s legal address in


country of constitution

Bidder’s authorized
representative
(name, address, telephone
numbers, fax numbers, e-mail
address)

Attached are copies of the following original documents.

‰ 1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB
4.1 and 4.2.

‰ 2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.

‰ 3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

‰ 4. In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB
4.5.

4 - 69
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form ELI - 2: JV Information Sheet Formatted: Font: Times New


Roman, 9 pt
Each member of a JV must fill in this form
Formatted: Font: Times New
Roman, 9 pt

JV / Specialist Subcontractor Information

Bidder’s legal name

JV Partner’s or
Subcontractor’s legal name

JV Partner’s or
Subcontractor’s country of
constitution

JV Partner’s or
Subcontractor’s year of
constitution

JV Partner’s or
Subcontractor’s legal
address in country of
constitution

JV Partner’s or
Subcontractor’s authorized
representative information
(name, address, telephone
numbers, fax numbers, e-mail
address)

Attached are copies of the following original documents.


… 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.
… 2. Authorization to represent the firm named above, in accordance with ITB 20.2.
… 3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with
commercial law, in accordance with ITB 4.5.

4 - 70
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form LIT - Pending Litigation Formatted: Font: Times New


Roman, 9 pt
Each Bidder or member of a JV must fill in this form
Formatted: Font: Times New
Roman, 9 pt

Pending Litigation

… No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

… Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Value of Value of
Pending Claim Pending Claim
Year Matter in Dispute
in as a Percentage
US$ of Net Worth

2006

2005

2004

2003

Name of the Bidder / Joint Venture partner if applicable ………………………………………………

4 - 71
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form FIN - 1: Financial Situation Formatted: Font: Times New


Roman, 9 pt
Each Bidder or member of a JV must fill in this form
Formatted: Font: Times New
Roman, 9 pt

Financial Data for Previous 3 Years [US$]

Year 2006 Year 2005 Year 2004

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

‰ Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last
three years, as indicated above, complying with the following conditions.
• All such All such documents reflect the financial situation of the Bidder or partner to a JV, and NOT sister or
parent companies or the financial situation of the Group of Companies where this particular company is one of
the members of that group.
• 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).

Name of the Bidder / Joint Venture partner if applicable ………………………………………………

4 - 72
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form FIN - 2: Average Annual Construction Turnover Formatted: Font: Times New
Roman, 9 pt
Each Bidder or member of a JV must fill in this form
Formatted: Font: Times New
Roman, 9 pt

Annual Turnover Data for the Last 3 Years (Construction only)


Exchange
Amount Amount
Year Rate
Currency US$
If applicable

2006

2005

2004

Average Annual Construction Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in
terms of the amounts billed to clients for each year for work in progress or completed.

Information to be provided by the bidder should be supported by documentary evidence with


certified Letters from employers and or consultants.

Name of the Bidder / Joint Venture partner if applicable ………………………………………………

4 - 73
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form FIN – 3: Financial Resources Formatted: Font: Times New


Roman, 9 pt
Formatted: Font: Times New
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, Roman, 9 pt
and other financial means, net of current commitments, available to meet the total construction cash
flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and
Qualification Criteria)

Financial Resources

Amount
No. Source of financing
(US$ )

1.

2.

3.

Attach available Audited financial statements for the last three years (for the individual applicant or
each partner of a joint venture, beyond 2006 or 2005).

Firms owned by individuals, and partnerships, may submit their balance sheets certified by a
registered accountant, and supported by copies of tax returns, if audits are not required by the laws of
their countries of origin.

Original supporting documents signed by the Bankers of the bidder, offering exclusive
assistance for financing this contract should be attached where applicable.

Name of the Bidder/ Joint Venture partner if applicable………………………………………………………

4 - 74
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form FIN – 4 : Current Contract Commitments/ Works in Progress Formatted: Font: Times New
Roman, 9 pt
Formatted: Font: Times New
Bidders and each partner to a JV should provide information on their current commitments on all Roman, 9 pt
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.

Current Contract Commitments


Value of Average Monthly
Estimated
Employer’s Outstanding Invoicing Over Last
No. Name of Contract Completion
Contract Address, Tel, Fax Work Six Months
Date
[Current US$] [US$ / Month]

1.

2.

3.

4.

5.

Name of the Bidder/ Joint Venture partner if applicable………………………………………………………

4 - 75
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form EXP – 1: General Construction Experience Formatted: Font: Times New


Roman, 9 pt
Each Bidder or member of a JV must fill in this form
Formatted: Font: Times New
Roman, 9 pt

General Construction Experience

Starting Ending Contract Identification and Name


Month Month Years Name & Address of Employer Role of Bidder
Year Year Brief Description of the Works Executed by the Bidder

Name of the Bidder/ Joint Venture partner ………………………………………………………

Information to be provided by the bidder should be supported by documentary evidence with certified
Letters from employers and or consultants.

4 - 76
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form EXP – 2(a): Specific Construction Experience Formatted: Font: Times New
Roman, 9 pt
Fill up one (1) form per contract
Formatted: Font: Times New
Roman, 9 pt

Contract of Similar Size and Nature

Contract No . . . . . . of . . . . . . Contract Identification

Award Date Completion Date

Role in Contract ‰ Contractor ‰ Management Contractor ‰ Subcontractor

Total Contract Amount US$

If partner in a JV or subcontractor,
specify participation of total contract Percent of Total Amount
amount

Employer’s Name
Address
Telephone/Fax Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2(a) of Section 3


i. Design & construction of rectangular
coffer dams, minimum perimeter
270m (in several stages) with steel
sheet piles placed and fixed on
weathered rock bed and strengthened
to withstand river flood conditions
and impact loading during
construction.

ii. Construction of at least one gated


weir/barrage/salinity barrier
minimum width 50m including bank
& bed protection works across a river
with perennial flow and under
tropical weather conditions.

iii. Fabrication and installation of


several steel gates in barriers/ weirs
etc of minimum dimensions 9m wide
x 2.5m height for both electrical and
manual override operation.

Information to be provided by the bidder should be supported by documentary evidence with certified
Letters from employers and or consultants.

4 - 77
Hambantota Water Supply Project, Salinity Barrier Formatted: Font: Times New
Contract No. SB/UWS/PB2/HAM/ICB Roman, 9 pt, Bold
Section 4 – Bidding Forms Formatted: Font: Times New
Roman, 9 pt

Form EXP – 2(b): Specific Construction Experience in Key Activities Formatted: Font: Times New
Roman, 9 pt
Fill up one (1) form per contract
Formatted: Font: Times New
Roman, 9 pt
Contract with Similar Key Activities
Contract
Contract No . . . . . . of . . . . . .
Identification
Award Date Completion Date

Role in Contract ‰ Contractor ‰ Management Contractor ‰ Subcontractor

Total Contract Amount US$


If partner in a JV or subcontractor, specify
participation of total contract amount Percent of Total Amount

Employer’s Name
Address
Telephone Number
Fax Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2(b) of Section 3


i. Excavation and removal of 1895m3 of weathered
rock and trench excavation in weathered rock bed
in about 2m depth under river flow conditions.
ii. Design & construction of rectangular coffer dam
(stage wise with perimeter 90 m in each stage) with
steel sheet piles placed in trench to form wall and
concreted. All operations to be carried out under
about 2m of water depth in river low flow period.
iii. Curtain grouting of pores in weathered rock
foundation.
iv. Placing of 5590m3 of ready mix concrete in
foundation (50m long x 12m wide) piers (1.8m
wide x 9m high) and abutments.
v. Gabion construction works in river banks of
minimum height 3m.
vi. Fabrication and installation of steel gates in
barriers/ weirs etc of minimum dimensions 9m
wide x 2.5m height including provision &
installation of all E&M equipment.

Notes: 1. Information to be provided by the bidder should be supported by documentary evidence with certified Letters from
employers and or consultants.
2. The average rates given are the minimum requirements.
3. For salinity barrier; the Bidder shall indicate the volume of concrete placed for the construction of salinity
barrier/barrages/weir (minimum width 50m and pier height 9m) and the period of completion.
4. The Bidder shall also state the individual of dimensions of salinity barriers/barrages/weirs so constructed under the
contract with certification from Engineer/ Employer.

4 - 78
Section 4 - Bidding Forms

Page 48: [1] Formatted sililcon 10/13/2005 12:55:00 PM


Indent: Left: 90 pt, Hanging: 25 pt, Numbered + Level: 1 + Numbering Style: i, ii, iii, … + Start
at: 1 + Alignment: Left + Aligned at: 0 pt + Tab after: 18 pt + Indent at: 18 pt, Tabs: 115 pt,
List tab + Not at 125 pt
Page 49: [2] Formatted sililcon 10/13/2005 12:55:00 PM
Indent: Left: 72 pt, Hanging: 28 pt, Numbered + Level: 1 + Numbering Style: 1, 2, 3, … + Start
at: 1 + Alignment: Left + Aligned at: 18 pt + Tab after: 36 pt + Indent at: 36 pt
Page 49: [3] Formatted sililcon 10/13/2005 12:55:00 PM
Indent: Left: 72 pt, Hanging: 27 pt, Numbered + Level: 1 + Numbering Style: 1, 2, 3, … + Start
at: 1 + Alignment: Left + Aligned at: 18 pt + Tab after: 36 pt + Indent at: 36 pt
Page 49: [4] Formatted sililcon 10/13/2005 12:55:00 PM
Indent: Left: 72 pt, Hanging: 27.35 pt, Numbered + Level: 1 + Numbering Style: 1, 2, 3, … +
Start at: 1 + Alignment: Left + Aligned at: 18 pt + Tab after: 36 pt + Indent at: 36 pt
Page 49: [5] Formatted sililcon 10/13/2005 12:55:00 PM
Indent: Left: 72 pt, Hanging: 27 pt, Numbered + Level: 1 + Numbering Style: 1, 2, 3, … + Start
at: 1 + Alignment: Left + Aligned at: 18 pt + Tab after: 36 pt + Indent at: 36 pt
Page 49: [6] Formatted sililcon 10/13/2005 12:55:00 PM
Indent: Left: 72 pt, Hanging: 27.35 pt, Numbered + Level: 1 + Numbering Style: 1, 2, 3, … +
Start at: 1 + Alignment: Left + Aligned at: 18 pt + Tab after: 36 pt + Indent at: 36 pt
Page 49: [7] Formatted sililcon 10/13/2005 12:55:00 PM
Indent: Left: 72 pt, Hanging: 27 pt, Numbered + Level: 1 + Numbering Style: 1, 2, 3, … + Start
at: 1 + Alignment: Left + Aligned at: 18 pt + Tab after: 36 pt + Indent at: 36 pt
Page 49: [8] Formatted sililcon 10/13/2005 12:55:00 PM
Indent: Left: 72 pt, Hanging: 27 pt, Numbered + Level: 1 + Numbering Style: 1, 2, 3, … + Start
at: 1 + Alignment: Left + Aligned at: 18 pt + Tab after: 36 pt + Indent at: 36 pt
Page 53: [9] Formatted sililcon 2/7/2006 3:04:00 PM
Heading 2, Line spacing: At least 14 pt, Don't adjust space between Latin and Asian text
Page 53: [10] Formatted sililcon 2/6/2006 2:25:00 PM
Indent: Left: 0 pt, Hanging: 35 pt, Line spacing: At least 14 pt
Page 53: [11] Deleted sililcon 2/6/2006 10:57:00 AM
Notes on Pricing of Bills of Quantities

Contractor’s attention is drawn to BOQ Nos. 9, 10, 11, 12 & 13, where cells against certain BOQ items
are shown shaded under the columns b, c, d, e & g.

These items are mainly for civil works, where the contractor is not entitled for any foreign currency
payments or taxes, duties & other charges, in local currency.

For these items the contractor shall enter rates and the total price only under the columns f & h
respectively in local currency.

Entries inserted in the shaded areas shall not be taken into account in pricing the BOQ.
Section Break (Next Page)

Treated Water Transmission Pipelines & Towers in Batticaloa WSS – PW&ET/UWS/PC1/BAT/ICB 4-1
Section 4 - Bidding Forms

DAYWORK SCHEDULE

1. General

Work shall not be executed on a Day work basis except by written order by the Engineer.
Contractors shall be entitled to payment in respect of labor, Material and plant used for
day works, at the rates given in the schedules of Day Works.

2. Labour

Only the time of classes of labor directly doing work ordered by the Engineer and for
which they are competent to perform will be measured. The time of gangers (charge
hands) actually doing the work with the gangs will also be measured but not the time of
foremen or other supervisory personnel.

SCHEDULE OF DAYWORK RATES


LABOUR

ITE RATE
DESCRIPTION UNIT
M (SLRs.)
1. Labourer Day 275.00
2. Pipe Layer Day 400.00
3. Mason Day 400.00
4. Carpenter and Joiner Day 400.00
5. Steel Work Erector Day 400.00
6. Pneumatic Tool Operator Day 480.00
7. Fitter Day 400.00
8. Tiller Day 630.00
9. Plumber Day 400.00
10. Welder Day 400.00
11. Painter Day 400.00
12. Electrician Day 555.00
13. Mechanic Day 400.00
14. Bar Bender Day 400.00
Page 54: [12] Formatted sililcon 2/7/2006 3:05:00 PM
Font: (Default) Times New Roman, 11 pt, Not Italic
Page 54: [13] Formatted sililcon 2/7/2006 3:05:00 PM
Font: (Default) Times New Roman, 11 pt, Not Italic
Page 54: [14] Formatted adb 2/15/2006 3:04:00 PM
Indent: Left: 36 pt, First line: 0 pt, Space Before: 0 pt, After: 0 pt, Line spacing: At
least 14 pt

Treated Water Transmission Pipelines & Towers in Batticaloa WSS – PW&ET/UWS/PC1/BAT/ICB 4-2

Вам также может понравиться