0% found this document useful (0 votes)
23 views51 pages

BD Rda

Uploaded by

daya
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
23 views51 pages

BD Rda

Uploaded by

daya
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 51

GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

MINISTRY OF TRANSPORT & HIGHWAYS


ROAD DEVELOPMENT AUTHORITY
IN VIT AT IO N F OR B ID S
1. The Chairman, Road Development Authority Procurement Committee, on behalf of the Road Development
Authority (RDA), invites sealed bids from eligible and qualified bidders for the project described below:-
Engineer’s Bid Contract
Estimate w/o CIDA Security Period
Contract No. Contract Name
contingencies Grade (Rs) (Calendar
(Mn) (Mn) days)
Construction of Concrete Drainage at
RDA/DC/NP/GO C3 or
Paranthan – Karachchi – Mullaitivu Road 72.5 Mn 1.25 301
SL/2023/06 C4
(35+680 – 35+900 km), Puthukudiyiruppu.
2. The work consists of construction of built up drain of 280 m length.
3. Bidding will be conducted through the National Competitive Bidding Procedure.
4. To be eligible for contract award, the successful bidder shall be currently registered with the Construction
Industry Development Authority (CIDA) in grade given in the above table in Highway or Bridge specialty.
5. Interested bidders may obtain further information from the following offices and inspect the bidding documents
via www.rda.gov.lk from 05.01.2024.
a. Provincial Director (NP), Road Development Authority, Kandy Road, Vavuniya.
T: 024-2222826 Fax: 024-2220679
b. Director (Construction), Road Development Authority, 3rd Floor, “Maganeguma Mahamedura”, 216, Denzil
Kobekaduwa Mawatha, Battaramulla.
T P :011-2864388 Fax: 011-2861821
6. The Pre-Bid meeting will be held at 10:00 hrs. on 12/01/2024 at the office of the Provincial Director (NP), Road
Development Authority, Kandy Road, Vavuniya and a site visit will be arranged thereafter if necessary.

7. A complete set of Bidding Documents in English language shall be purchased by interested bidders on submission
of a written application to the Provincial Director (NP), RDA, Kandy Road, Vavuniya OR Director (Construction),
3rd Floor, “Maganeguma Mahamedura”, 216, Denzil Kobekaduwa Mawatha, Battaramulla from 05/01/2024
until 26/01/2024 during 09:00 hrs to 15:00 hrs upon payment of a non refundable fee.

Non - refundable tender fee of Rs. 14,750.00 (with VAT) can be paid by depositing cash to the following
account.
a. Account Name : Director General – RDA
b. Account Number : 0000001943
c. Bank Name : Bank of Ceylon – Corporate Branch

As per the Public Contract Act No. 3 of 1987, only the Agents and Successful winners of tenders shall be
registered in Department of Registrar of Companies.
8. Bid shall be accompanied by a Bid- Security for an amount given in the above table. Bid- Security shall be valid up
to 28/05/2024.
9. Bids shall be delivered in duplicate to the Chairman, Road Development Authority Procurement Committee,
C/o Director General, Road Development Authority, 1st Floor, “Maganeguma Mahamedura”, Denzil
Kobekaduwa Mawatha, Battaramulla on or before 14:00 hrs on 29/01/2024. Late bids will be rejected. Bids will
be opened soon after the closing, in the presence of the bidders’ or their representatives who choose to attend.
10. Bids shall be valid up to 31/04/2024.

The Chairman,
Road Development Authority Procurement Committee
Road Development Authority,
First Floor, “Maganeguma Mahamedura”,
216, Denzil Kobekaduwa Mawatha, Battaramulla.
DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

MINISTRY OF TRANSPORT & HIGHWAYS

ROAD DEVELOPMENT AUTHORITY

BIDDING DOCUMENT
FOR

CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN –


KARACHCHI – MULLAITIVU ROAD (35+680 – 35+900 KM),
PUTHUKUDIYIRUPPU
CONTRACT NO: RDA/DC/NP/GOSL/2023/06

BID SUBMITTED BY

……………………………………………………..
[Name of the Bidder]

1
Table of Contents

PAGE
VOLUME 1.......................................................................................................................................................... 5
SECTION - 1 .................................................................................................................................................... 7
SECTION - 2 .................................................................................................................................................... 8
FORM OF LETTER OF ACCEPTANCE .................................................................................................... 9
FORM OF PERFORMANCE SECURITY ................................................................................................ 10
FORM OF AGREEMENT ......................................................................................................................... 11
FORM OF ADVANCE PAYMENT SECURITY ...................................................................................... 12
FORM OF RETENTION MONEY GUARANTEE................................................................................... 13
SECTION - 3 .................................................................................................................................................. 14
VOLUME - 2 ..................................................................................................................................................... 15
INVITATION FOR BIDS………………………………………………………………………………..17
SECTION - 4 .............................................................................................................................................. 19
FORM OF BID ........................................................................................................................................... 20
QUALIFICATION INFORMATION ........................................................................................................ 21
SECTION - 5 .................................................................................................................................................. 24
BIDDING DATA ....................................................................................................................................... 25
CONTRACT DATA ................................................................................................................................... 30
SECTION - 6 .................................................................................................................................................. 34
STANDARD SPECIFICATIONS .............................................................................................................. 35
PARTICULAR SPECIFICATIONS ........................................................................................................... 36
SECTION-7 .................................................................................................................................................... 38
BILL OF QUANTITIES ............................................................................................................................. 39
DAY WORKS ............................................................................................................................................ 41
SUMMARY OF BILL OF QUANTITIES…………………………………………………………………………..46
SECTION - 9 .................................................................................................................................................. 44
FORM OF BID SECURITY....................................................................................................................... 45
FORM FOR AFFIDAVIT FOR THE CURRENT COMMITMENTS ...................................................... 46
FORM FROM THE BANK FOR GRANTING THE REVOLVING LINE OF CREDIT......................... 47
SECTION - 8 .................................................................................................................................................. 48
DRAWINGS

2
Project Location Map

3
Introduction

 This Bidding Document has two parts, namely, Volume 1 and Volume 2.

 The bidders are expected to buy the following Standard Bidding Document from the Institute

for Construction Training and Development (ICTAD): -

STANDARD BIDDING DOCUMENT

PROCUREMENT OF WORKS

SECOND EDITION – JANUARY 2007 with addendum issued in October 2009 by

ICTAD

 ICTAD PUBLICATION NO. – ICTAD/SBD/01

 This Bidding Document shall be read in conjunction with the above Standard Bidding

Document.

 The Address of CIDA is

Construction Industry Development Authority

‘Savsiripaya’123, Wijerama Mawatha,

Colombo-07

4
VOLUME 1

5
VOLUME 1

Section 1 Instruction to Bidders


Section 2 Standard Forms (Contract)
Section 3 Conditions of Contract

6
Section - 1

Instruction to Bidders
The text of this ‘Instructions to Bidders’ is found in the
‘Standard Bidding Document Procurement of Works ’
ICTAD Publication No. ICTAD/SBD/01 – Second Edition – January 2007 with Addendum issued in
October 2009 by ICTAD

This publication is copyright and bidders, if they do not already possess a copy, may obtain it from:
Institute for Construction Training and Development
‘Savsiripaya’
123, Wijerama Mawatha
Colombo-07

This has to be read in conjunction with Addendum of SBD/01 issued in October 2009 by ICTAD
and Section – 5 –‘Bidding Data and Contract Data’ of this Bidding Document. Wherever the
Clauses of the Section -1 – ‘Instruction to Bidders’ have to be modified and/or supplemented, it is
done through the text in the Section -5 – ‘Bidding Data and Contract Data’.

7
Section - 2

Standard Forms (Contract)

 Letter of Acceptance
 Performance Security
 Form of Agreement
 Advance Payment Security
 Retention Money Guarantee

8
FORM OF LETTER OF ACCEPTANCE

[Date]

[Contractor’s Name & Address]

This is to notify you that your bid dated ………………. for the construction and remedying the defects of the
‘CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN – KARACHCHI –
MULLAITIVU ROAD (35+680 – 35+900 KM), PUTHUKUDIYIRUPPU’ under Contract
No: RDA/DC/NP/GOSL/2023/06 for the Contract Price of Rupees …………………………………… as
corrected in accordance with Instruction to Bidders is hereby accepted.

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

The Start Date shall be ……………………. .

The amount of Performance Security is………………….

The Performance Security shall be submitted on or before ………………………..

Authorized Signature
Name and title of Signatory
Name of Agency

9
FORM OF PERFORMANCE SECURITY
(Unconditional)

………………………………………….………………………………………………………...
[Issuing Agency’s Name, and Address of Issuing Branch or Office]

Beneficiary: Director General, Road Development Authority, 1st floor, “Maganeguma Mahamedura”, 216,
Denzil Kobbekaduwa Mawatha, Battaramulla.

Date: ………………………

PERFORMANCE GUARANTEE No.: …………………………..

We have been informed that ……………………………………………………... [Name of Contractor]


(hereinafter called, “the Contractor”) has entered into Contract No RDA/DC/NP/GOSL/2023/06. dated
……………. with you, for the ‘CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN –
KARACHCHI – MULLAITIVU ROAD (35+680 – 35+900 KM), PUTHUKUDIYIRUPPU’ (hereinafter
called “the Contract”).

Furthermore, we understand that, according to the Conditions of the Contract, a performance guarantee is
required.

At the request of the Contractor, we ………………………………………………… [name of Agency] hereby


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

This guarantee shall expire, no later than the …….. day of ……….2024 [28 days beyond the intended
completion date ] and any demand for payment under it must be received by us at this office on or before that
date.

-------------------------------------
Name, Signature and the Seal of the Agency:
Name of the Organization ………………………………………………………………...
Designation ………………………………
Date: …………………………………………………….
Witness:
Name …………………………………… NIC No …………..……Signature……….……….….
Name …………………………………… NIC No …………..……Signature……….……….…

10
FORM OF AGREEMENT

This Agreement made on the ……………… [day] of. …………… [Month] 2024, between the Road
Development Authority established by the Road Development Authority Act No. 73 of 1981, situated at
“Maganeguma Mahamedura”, 216, Denzil Kobbekaduwa Mawatha, Battaramulla, (hereinafter called and
referred to as “ the Employer”), of the one part, and…………………………….[name and address of
Contractor])(hereinafter called and referred to as “the Contractor”), of the other part:

Whereas the Employer desires that the Contractor executes the ‘CONSTRUCTION OF CONCRETE
DRAINAGE AT PARANTHAN – KARACHCHI – MULLAITIVU ROAD (35+680 – 35+900 KM),
PUTHUKUDIYIRUPPU’, under Contract No: RDA/DC/NP/GOSL/2023/06 (hereinafter called and referred
to as “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion
of such Works and remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH as follows:


1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read
and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned,
the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any
defects therein in conformity in all respects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion
of the Works and remedying of defects therein, the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

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

……………………………………… ………………………………………

Authorized Signatory of Contractor Authorized signature of Employer


Name of Signatory: Name & Title of Signatory

Common Seal

In the presence of Witness: In the presence of Witness:

……………………………………… ………………………………………
Name …………………………… Name ……………………………
NIC No. ……………………………
Address …………………………… Address ……………………………

11
FORM OF ADVANCE PAYMENT SECURITY

………………………………………….…………………………………………..
[Name and address of Agency, and Address of Issuing Branch or Office]

Beneficiary: Director General, Road Development Authority, 1st floor, “Maganeguma Mahamedura”, 216,
Denzil Kobbekaduwa Mawatha, Battaramulla.

Date: ………………………

ADVANCE PAYMENT GUARANTEE No.:…………………………..

We have been informed that ……………………………………………………... [name of


Contractor](hereinafter called, “the Contractor”) has entered into Contract No: RDA/DC/NP/GOSL/2023/06
dated …………2021, with you, for the ‘CONSTRUCTION OF CONCRETE DRAINAGE AT
PARANTHAN – KARACHCHI – MULLAITIVU ROAD (35+680 – 35+900 KM),
PUTHUKUDIYIRUPPU’ (hereinafter called “the Contract”).

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

At the request of the Contractor, we ………………………………………………… [name of issuing Agency]


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

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

This guarantee shall expire on …………………..[insert the date, 28 days beyond the Intended Completion
Date]

Consequently, any demand for payment under this guarantee must be received by us at this office on or before
that date.

-------------------------------------
Name, Signature and the Seal of the Agency:
Designation ………………………………….
Name of the Organization ………………………………………………………………...
Date: …………………………………………………….
Witness:
Name …………………………………… NIC No …………..……Signature ……….……….…
Name …………………………………… NIC No …………..……Signature ..……….………..

12
FORM OF RETENTION MONEY GUARANTEE
(Issuing Agency’s Name and Address of Issuing Branch or Office)

Beneficiary: Director General, Road Development Authority, 1st Floor, Maganeguma Mahamedura”,216,
Denzil Kobbekaduwa Mawatha, Battaramulla.
Date: ----------------

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


we have been informed that -----------------------(name of Contractor) (hereinafter called “the Contractor”) had
entered into Contract No: RDA/DC/NP/GOSL/2023/06 dated ………………2023, with you, for the
execution of ‘CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN – KARACHCHI –
MULLAITIVU ROAD (35+680 – 35+900 KM), PUTHUKUDIYIRUPPU’ (hereinafter called “the
Contract”) Furthermore, we understand that, according to the Conditions of Contract, when the works have
been taken over and the first half of the Retention Money has been certified for payment, payment of the
second half of the Retention Money may be made against a Retention Money guarantee.
At the request of the Contractor, we -----------------(name of agency) hereby irrevocably undertake to pay you
any sum or sums not exceeding in total an amount of ------------------ (amount in figures)--------------------------
---------------------------------(amount in words) upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Contractor is in breach of its obligation under the Contract because the
Contractor has not attended to the defects in accordance with the Contract.
The guarantee shall expire, at the latest, ----------- (insert 28 days after the end of the Defects Liability Period).
Consequently, any demand for payment under this guarantee must be received by us at this office on or before
that date.

-------------------------------------
Name, Signature and the Seal of the Agency:
Name of the Organization ………………………………………………………………...
Designation ……………………………….
Date: …………………………………………………….
Witness:
Name …………………………………… NIC No …………..…… Signature ……….……….…
Name …………………………………… NIC No …………..…… Signature ……….……….…

13
Section - 3

Conditions of Contract

The text of this ‘Conditions of Contract’ is found in the


‘Standard Bidding Document Procurement of Works’
ICTAD Publication No. ICTAD/SBD/01 – Second Edition – January 2007 with Addendum issued in
October 2009
This publication is copyright and bidders, if they do not already possess a copy, may obtain it from:
Institute for Construction Training and Development
‘Savsiripaya’
123, Wijerama Mawatha
Colombo-07

This has to be read in conjunction with Addendum of SBD/01 issued in October 2009 by ICTAD and
Section – 5 –‘Bidding Data and Contract Data’ of this Bidding Document. Wherever the Clauses of
the Section -3 – ‘Conditions of Contract Bidders’ have to be modified and/or supplemented, it is
done through the text in the Section -5 – ‘Bidding Data and Contract Data’.

14
VOLUME - 2

15
VOLUME 2

• Invitation for Bids

• Section 4 Form of Bid and Qualification Information

• Section 5 Bidding Data and Contract Data

• Section 6 Specifications

• Section 7 Bill of Quantities

• Section 8 Drawings

• Section 9 Standard Bid Forms

16
GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA
MINISTRY OF TRANSPORT & HIGHWAYS
ROAD DEVELOPMENT AUTHORITY
IN VIT AT IO N F OR B ID S
1. The Chairman, Road Development Authority Procurement Committee, on behalf of the Road
Development Authority (RDA), invites sealed bids from eligible and qualified bidders for the project
described below:-
Engineer’s Bid Contract
Estimate w/o CIDA Security Period
Contract No. Contract Name
contingencies Grade (Rs) (Calendar
(Mn) (Mn) days)
Construction of Concrete Drainage at
RDA/DC/NP/G C3 or
Paranthan – Karachchi – Mullaitivu Road 72.5 Mn 1.25 301
OSL/2023/06 C4
(35+680 – 35+900 km), Puthukudiyiruppu.

2. The work consists of construction of built up drain of 280 m length.

3. Bidding will be conducted through the National Competitive Bidding Procedure.

4. To be eligible for contract award, the successful bidder shall be currently registered with the
Construction Industry Development Authority (CIDA) in grade given in the above table in Highway or
Bridge specialty.

5. Interested bidders may obtain further information from the following offices and inspect the bidding
documents via www.rda.gov.lk from 05.01.2024.
a. Provincial Director (NP), Road Development Authority, Kandy Road, Vavuniya.
T: 024-2222826 Fax: 024-2220679
b. Director (Construction), Road Development Authority, 3rd Floor, “Maganeguma Mahamedura”, 216,
Denzil Kobekaduwa Mawatha, Battaramulla.
T P :011-2864388 Fax: 011-2861821

6. The Pre-Bid meeting will be held at 10:00 hrs. on 12/01/2024 at the office of the Provincial Director
(NP), Road Development Authority, Kandy Road, Vavuniya and a site visit will be arranged thereafter if
necessary.

7. A complete set of Bidding Documents in English language shall be purchased by interested bidders on
submission of a written application to the Provincial Director (NP), RDA, Kandy Road, Vavuniya OR
Director (Construction), 3rd Floor, “Maganeguma Mahamedura”, 216, Denzil Kobekaduwa Mawatha,
Battaramulla from 05/01/2024 until 26/01/2024 during 09:00 hrs to 15:00 hrs upon payment of a non
refundable fee.

Non - refundable tender fee of Rs. 14,750.00 (with VAT) can be paid by depositing cash to the following
account.
a. Account Name : Director General – RDA
b. Account Number : 0000001943
c. Bank Name : Bank of Ceylon – Corporate Branch

17
As per the Public Contract Act No. 3 of 1987, only the Agents and Successful winners of tenders shall be
registered in Department of Registrar of Companies.

8. Bid shall be accompanied by a Bid- Security for an amount given in the above table. Bid- Security shall be
valid up to 28/05/2024.

9. Bids shall be delivered in duplicate to the Chairman, Road Development Authority Procurement
Committee, C/o Director General, Road Development Authority, 1st Floor, “Maganeguma
Mahamedura”, Denzil Kobekaduwa Mawatha, Battaramulla on or before 14:00 hrs on 29/01/2024.
Late bids will be rejected. Bids will be opened soon after the closing, in the presence of the bidders’ or
their representatives who choose to attend.

10. Bids shall be valid up to 31/04/2024.

The Chairman,
Road Development Authority Procurement Committee
Road Development Authority,
First Floor, “Maganeguma Mahamedura”,
216, Denzil Kobekaduwa Mawatha, Battaramulla.

18
Section - 4

Form of Bid and Qualification


Information

19
FORM OF BID

CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN – KARACHCHI –


MULLAITIVU ROAD (35+680 – 35+900 KM), PUTHUKUDIYIRUPPU UNDER
CONTRACT NO: RDA/DC/NP/GOSL/2023/06

To: Road Development Authority

Gentlemen,
1. Having examined the Standard Bidding Document-Procurement of Works (ICTAD/SBD/01-Second
Edition January 2007 with Addendum of SBD/01 issued in October 2009 by ICTAD) along with the
Bidding Data, Contract Data, Specifications, Drawings and Bill of Quantities and addenda Nos….. for
the execution of the above-named Works, we the undersigned, offer to execute and complete such
Works and remedy any defect therein in conformity with the aforesaid Conditions of Contract,
Specifications, Drawings, Bill of Quantities and addenda Nos….. for the sum of Sri Lankan
Rupees*………………………………………..…………………………………………………………
……………………………………………………..……………………………..…...………..……..….
.…………………………………………………..……………………………………………………….
............... (SLRs. *.....................................………………..…………………..) (The bid price shall
include physical & Price Contingencies and provisional sums but excluding VAT) or such other sums
as may be ascertained in accordance with the said Conditions.
2. We acknowledge that the Contract Data forms part of our Bid.
3. We undertake, if our Bid is accepted, to commence the Works as stipulated in the Contract Data, and to
complete the whole of the Works comprised in the Contract within the time stated in the Contract Data.
4. We agree to abide by this Bid with in the date specified in ITB clause 15.1 or any extended period to
which we may agree and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.
5. Unless and until a formal Agreement is prepared and executed, this Bid together with your written
acceptance thereof shall constitute a binding contract between us.
6. We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ...................... day of .................202… in the capacity of ...................………duly authorized to sign
tenders for and on behalf of ...........................................................

Name : ……………………………………………………….(IN BLOCK CAPITALS)

Signature : .........................................................
Designation - ……………………………………………………..
Address : .............................................................
…………………………………………………………….

Witness : 1.Name........................................................ Signature ………………………

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

*The amount inserted here should not include the VAT component.
20
**Bid signed by a person other than the authorized person shall be treated as non-responsive

Qualification Information
CIDA Registration Please attach photo copy of Original Documents (as annex -01)

Registration Number

Grade & Speciality


Expiry Date
(Attach as Annex 02)
VAT Registration Number
(Attach as annex 11)
Construction Program
(Attach as Annex 03)
Legal Status(Please attach photo copy of
original documents as annex)
Please attach draft copy of Joint Venture
For Joint Venture Agreement

(Attach original with form of bid


Authentication of Signatory & a photo copy as annex -04)
(Attach as Annex 05)
Value Of Construction works performed
(Attach copy of Audited Financial Report)
Year 2022/2023
Year 2021/2022
Year 2020/2021
Year 2019/2020
Year 2018/2019

Details of Contract works in hand


(Attach as annex 06)
Expected date of
Name of the Name of the Initial Contract Outstanding
Specialty completion
Contract Client Amount (Rs.) Work (Rs.)
Highways*

Bridges*

Buildings*

Irrigation*

Total

* Add additional rows to include all the current projects if needed


# Provide additional speciality, to include all the current projects

21
Note – The bidders who do not provide all contract commitment shall be treated as non-responsive according to the
clause 3.3 of ITB

Financial Data
As per Latest Audited Financial Statement

1 Current Assets

2 Current Liabilities

3 Working Capital (1-2)

4 Value of Outstanding work in hand

5 Line of Credit **

*6 Available Liquid Asset {3 - (0.1) x 4+5}

* This amount shall be not less than the amount given in clause 4.4 of ITB
** Line of credit if provided shall strictly be as per the form given in Section -9. (Attach as annex 07)

Note : Available Working Capital of bidder should be equal or greater than 50% of minimum amount of the
Liquid Asset (i.e. Rs. 12.75 million). Line of Credit shall be provided only to satisfy the balance amount of the
required amount of the Liquid Asset.

Similar Work Experience, Construction Equipment Proposed and Qualification


& Experience of Key staff
Similar work completed in last 05 years Value………………..
( Attach LOA, Completion Certificate, Year………………..
documents to confirming similarity of work) Employer ……………………………
Completed Date …………………….
Description of work …………………
(Attach as annex-08)
Major Items of Construction Equipment 1. Type………………..Capacity………………..
Proposed
(Attach as annex-09) 2. Type………………..Capacity………………..

3. Type………………..Capacity………………..

4. Type………………..Capacity………………..

5. Type………………..Capacity………………..
Qualification and Experience of Key staff to be Technical
attached to the project 1.
Attach details of key personal CVs. Separately, 2.
proposed to be at site for supervision. 3.
Managerial
(Attach as annex-10) 1
2
3

22
Details of Sub-Contractors
Description & location of
Name(s) & Address (es) of
Section of work Approximate value similar works previously
sub-contractors
executed

Personnel Data

Name of Institution

Address

Telephone

Facsimile

Email address

Road Development Authority and its authorized representatives are hereby authorized to conduct any
inquiries or investigations to verify the statements, documents, and information submitted in this
connection and to seek clarification from our banks, any other agency or our clients regarding any
financial and technical aspects.

Signature of the Bidder…………………………….. Date …………………..

23
Section - 5

Bidding Data and Contract Data

24
BIDDING DATA

Clause 1, Scope of Bid

Clause 1.1
a) Employer is the Road Development Authority established by the Act No.73 of 1981.
b) Address of the Employer is: “Maganeguma Mahamedura”,
216, Denzil Kobbekaduwa Mawatha, Battaramulla.
Telephone: 0112862795, Fax: 0112872272
E-mail: gmo@ rda.gov.lk

The Scope of the Work is Construction of Built Up Drain from 35+680 to 35+900 on Paranthan –
Karachchi – Mullaitivu Road.

The work consists of Construction of built up drain of 280 m length.

The Site is located in Puthukudiyiruppu, Mullaitivu District.

Clause 1.2
Time for completion is 301 Days from the Start Date:

Clause 1.3
a) The Bidding Documents shall be inspect from the RDA web site [ www.rda.gov.lk ] from
05/01/2024 to 26/01/2024.

b) The non-refundable tender fee of Rs. 14,750.00 with VAT can be paid by depositing cash to
the following account.
(i) Account Name : Director General – RDA.
(ii) Account Number : 0000001943
(iii) Bank Name : Bank of Ceylon – Corporate Branch

c) The Bidding Documents shall be collected during working hours from 09.00 Hrs to 15.00 Hrs
from the office of the Provincial Director (NP), RDA, Kandy Road, Vavuniya or Director
(Construction), 3rd Floor, “Maganeguma Mahamedura”, 216, Denzil Kobbekaduwa Mawatha,
Battaramulla from 05/01/2024 until 26/01/2024.

Clause 2, Source of Funds

Clause 2.1
Funded by Government of Sri Lanka (GOSL)

Clause 3, Ethics, Fraud and Corruption


Add a new sub-Clause 3.3

Clause 3.3
A misrepresentation or omission of facts in order to influence the procurement process shall make
the Bid non-responsive and if detected after the award the bidder could be subjected to legal
prosecution.

25
Clause 4, Qualification of the Bidder

Clause 4.2

The bidder shall be currently registered with the Institute for Construction Industry Development
Authority (CIDA) in C3 or C4 grades in Highway or Bridge specialty.

Clause 4.3 Bidder shall provide in:


 CIDA registration particulars
Registration number
Specialty & Grade
Expiry Date
 VAT registration number.
 Legal status of the bidder (sole proprietor, Partnership, Company etc.)
 Authentication for signatory (written Power of Attorney)
 Audited Financial Statement for latest five years
 Evidence of adequacy of working capital for this contract (liquid assets & other)
 Experience in a work of similar nature and size in the last ten years
 Work in hand
 Qualification and experience of key site management and technical personnel proposed for
the Contract
 Major items of construction equipment proposed to carry out the Contract
 Authority to seek references from the bidder's bankers;
 Total monetary Value of construction work performed for each of the last five years.
 The Method statement of the way the bidders proposed to carry out the work
 Construction Program with critical path and cash flow forecast.
 A description and value of work, which the bidder proposes to sub-contract, together with
the name and address of the proposed sub-contractors

Clause 4.4
 Average annual volume of construction work performed during the last five years shall be at
least Rs. 125.5 million
Annual Average Construction Turnover (AACT) is calculated as follows,

AACT = ∑ACTn where, n= 1st …………5th year (last five years)


5
ACTn - Annual Construction Turnover of nth year (from the audited financial report)

 The bidder should have, experience in construction of at least one contract of a nature and
complexity equivalent to the Works over the last 10 years (to comply with this requirement,
works cited should be at least 70% completed), the value of which should be at least Rs. 58.5
million.
Experience of subcontractors in respect of “Contract of similar size and nature” shall be
accepted, only if the reference sub- contract was approved by the Employer. Also such bidder
shall submit the sub –contracting agreement along with the Completion Certificate issued by
the main contractor and an approval letter issued by the Employer confirming the sub-
contracting arrangement. Any bids that, not complying with this requirement shall be rejected.

 Liquid Assets and / or credit facilities required


Minimum Liquid Assets available shall be Rs. 25.5 million
26
Minimum Liquid Assets Available is calculated as follows:
X= (A – L) – 0.1 W + C where;
X = Minimum Liquid Assets available
A = Current Assets as given in the latest audited financial statements
L = Current Liabilities as given in the latest audited financial statements
W= Outstanding contractual commitments as supported by an affidavit as per Form
given in Section 9
C = A project specific revolving line of credit given by a bank used by Form given in
Section 9
Note : Available Working Capital of bidder should be equal or greater than 50% of minimum amount of
the Liquid Asset (i.e. Rs. 12.75 million). Line of Credit shall be provided only to satisfy the balance
amount of the required amount of the Liquid Asset.

Any Bidder who does not have the minimum liquid assets calculated on the above basis,
required under Clause 4.4 shall be treated as non responsive.

Any bid which has to be supported by a project specific revolving line of credit, to meet the
requirement of the Clause 4.4 but does not provide it strictly according to Form given in
Section 9 shall be treated as non responsive.

The bidder shall submit an affidavit that he has declared all his other contractual
commitments – specimen form attached in Section 9. But does not provide all current
contract commitment shall be treated as non responsive according to the clause 3.3 of ITB.
No Conditional Line of Credit will be accepted and any letter of line of credit which has
deviated from the specimen format, shall be considered as non responsive.

27
C. PREPARATION OF BID
Clause 9.1 Employer’s address for the purpose of clarification is:

a. Director (Construction), Road Development Authority, 3rd Floor, “Maganeguma


Mahamedura”, Denzil Kobbekaduwa Mawatha, Battaramulla.
T: 011 – 2864388, Fax No. 011 – 2861821
b. Provincial Director (NP),
Road Development Authority,
Kandy Road, Vavuniya.
T.P: 024 - 2222826, Fax: 024-2220679

Clause 11.1 The language of the Bid shall be English.

Clause 13.3
The bid price shall include Physical Contingency, Price contingency and Provisional sums.

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

Clause 13.4

The Contract is subjected to price adjustment in accordance with Clause 47 of the Conditions of
Contract.

Clause 15.1
The bid shall be valid up to 31/04/2024.

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

Clause 16.2

Bid Security shall be:


 For an amount of Rs. 1,250,000.00.
 Valid until 28/05/2024.
 Issued by an agency acceptable to the Employer using the form for bid security
(unconditional guarantee) included in Section 9 – Standard Forms.
 Any bond or security issued by ABC Insurance Company Limited is not acceptable.

Clause 17.0
Pre-bid meeting will be held at the office of the Provincial Director (NP), Road Development
Authority, Kandy Road, Vavuniya at 10.00 a.m. on 12/01/2024. Site visit will be arranged if
necessary.

28
D: SUBMISSION OF BID
Clause 19.2 (a)
The Employer's Address for the purpose of bid submission is -
Chairman, RDA Procurement Committee
C/o Director General, Road Development Authority,
1st Floor, “Maganeguma Mahamedura”, 216, Denzil Kobbekaduwa Mawatha,
Battaramulla

Clause 19.2 (b)


The name of the Contract is ‘CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN –
KARACHCHI – MULLAITIVU ROAD (35+680 – 35+900 KM), PUTHUKUDIYIRUPPU’, UNDER
Contract No: RDA/DC/NP/GOSL/2023/06

Clause 20.1
The deadline for submission of bids shall be 2.00 p.m. on 29/01/2024.

E: BID OPENING AND EVALUATION


Add new Clause
Clause 29.6
To ensure that the bids are not unrealistic, following criteria shall be adopted;
(a) If the bid value is 11% to 19% less than the engineer’s estimate, the Performance
bond should be increased by 5%.
(b) If the bid value is 20% to 29% less than the engineer’s estimate, the Performance
bond should be increased by 10%.
(c) If the bid value is 30% or higher percentage less than the engineer’s estimate, the bid
will be rejected.

Add new Clause


Clause 29.7 State Owned Enterprises Preferences
Considering the role of the State Owned Enterprises (SOE), when such SOE submits a bid for a
contract on competitive basis then such SOE will be given a 5 percent preference over all other
contractors. This will be considered only when the Financial Evaluation and not in Technical
Evaluation.

F: AWARD OF CONTRACT
Clause 34.1
The Standard Form of Performance Security acceptable to the Employer shall be a Bank Guarantee
from a reputed Bank operating in Sri Lanka and accepted by the Treasury for issue of Guarantees.
The amount of Performance Security is 5% (Five percent) of the Initial Contract Price subjected to
Public Finance Circular no. 03/2020 (i) (paragraph 3.1.V) dated 11.01.2021. The Format of the
Performance security shall be strictly in accordance with the specific format given in Standard Forms
Section 2. Any bond or security issued by Insurance Company Limited is not acceptable

Clause 36
The Adjudicator proposed by the Employer is a member to be appointed by the Institution of
Engineers, Sri Lanka (IESL)

Fees and types of reimbursable expenses to be paid to the Adjudicator shall be on a case-to-case
basis and shall be shared equally by the Contractor and the Employer.
29
CONTRACT DATA
1.1 The Employer is the Road Development Authority established by the Act No 73 of 1981.
Address: Road Development Authority, “Maganeguma Mahamedura”, 216, Denzil
Kobbekaduwa Mawatha, Battaramulla.

The name of Authorized Person who acting on behalf of Employer for the purpose of the Contract
shall be as per the RDA circular no. RDA/DPR/AD/01/06 dated 15th of June 2020.

Name of Employer’s Representative will be notified later.

1.1 The Engineer for the Contract will be notified later.

Engineer’s Representative: Will be notified later

1.1 The Work consists of construction of built up drain of 280 m length.

The scope of the work is construction of built up drain from 35+680 to 35+900 on Paranthan –
Karachchi – Mullaitivu Road.

The Start Date shall be 14 calendar days from the receipt of the Letter of Acceptance.

8.1 Schedule of other Contractors: Public Utility Agencies

9.1 Schedule of Key Personnel: (Directly involved in the project)

Minimum persons with qualifications and experience to be defined,

a. Technical Project Manager with B.Sc Civil Eng. & 10 years working
experience in similar Nature.

b. Contract Administration Minimum qualification shall be Diploma in Civil


Engineering or Quantity Surveying in recognized institute
with 3 years working experience in relevant field.

13.1 The minimum insurance covers shall be:


 The minimum cover for insurance of the Works, Temporary Works and of Plant and
Materials is 110% of the Initial Contract price.
 The minimum for insurance of other property is Rs. 1 Million per occurrence with the third
party, number of occurrences unlimited.

The minimum cover for personal injury or death,

 For the Contractor’s workmen is Rs. 400,000/= per event


 Contractor’s employees other than workmen is Rs. 550,000/= per event
 For third party and employees of the Employer and other persons engaged by the Employer
is Rs. 550,000/= per event

For all the above the number of occurrence shall unlimited.


The insurance cover shall be valid from the Start Date to the end of the Defects Liability Period.

14.1 Information from the Site investigation, if so applicable and available, is shown on the Drawings.

17.1 The Intended Completion Date for the whole of Works shall be 301 Days from the Start Date.

30
21.1 The Site Possession Date shall be within 07 Calendar days from the date of Letter of
Acceptance.

27.1 The Contractor shall submit a Programme for the Works within 28 Calendar days of the
Letter of Acceptance.
Contractor shall work only during normal working days unless otherwise agreed with the Engineer
or in unusual circumstances where the safety of the public or work is in jeopardy. Holidays declared
by the RDA shall be treated as non-working days.

27.3 One Month.

27.4 2% of the Initial Contract Price in Rupees.

35.1 Add with the following,


The Defects Liability Period is 364 Days.

39.2 Engineer may order variations up to a total cumulative value of not exceeding the contingencies
provided in the priced BOQ when an emergency situation occurs and to ensure proper
implementation of construction activities in a timely manner. Any variation order which involves
the increase of contract price or variation order on change of scope would need the prior approval of
the Employer.

43.1 Replace the second sentence of Clause 43.1 “The Employer shall pay ……….. date of each
certificate” with the following.
“The Employer shall pay the Contractor the amounts certified by the Engineer within 28 days of the
date of each certificate.

47.1 Price Adjustment


The contract is subjected to price adjustment.

Indices No NAME OF INPUT PERCENTAGE

M13 Steel Reinforcement 31.00


M4 Cement 13.00
L2 Semiskilled Labour 13.00
L1 Skilled Labour 10.00
P3 Fuel 7.00
L3 Unskilled Labour 5.00
M21 Formwork 5.00
M8 Sand 3.00
M7 Metal 2.00
P1 Small Equipment 1.00
90.0

Non-adjustable items shall be bill no. 1- preliminaries & general and all PS & LS items.

48.1 The retention from each payment shall be 10% percent of the certified work done.

The limit of retention shall be 5 % of the Initial Contract Price.

49.1 The liquidated damages for the whole of the Works shall be Rs. 41,785.00 per Day.

31
The maximum amount of Liquidated Damages for the whole of the works shall be 10% (ten
percent) of the Initial Contract Price.
51.1 Replace the Sub-clause 51.1 with the following: -

‘The Employer shall make advance payment to the Contractor in an amount equivalent to 20% of
the Initial Contract Price less contingencies less Provisional Sums within 14 Days after furnishing
of an unconditional guarantee in a form and by a bank acceptable to the Employer or from the
Construction Guarantee Fund. The guarantee shall remain effective until the advance payment has
been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid
by the Contractor. Interest will not be charged on the advance payment.
Advance Payment would be made in two equal instalments. The second Instalment would be paid
only after establishing that the first instalment of the advance payment has been used exclusively for
mobilization as per Cl. 51.2 and submission and approval of detailed construction programme with
network analysis and resource scheduling.

Any bond or security issued by Insurance Company is not acceptable.

52.1 The Performance Security shall be 5% percent of the Initial Contract Price (subjected to Public
Finance Circular no. 03/2020 (i) (paragraph 3.1.V)) and shall be issued by a Bank acceptable to the
Employer.

Any bond or security issued by Insurance Company Limited is not acceptable.

58.1 As-Built Drawings shall be submitted to the Engineer within one month after the issuing of
Certificate of Completion.
Add the annexure of additional requirements pertaining to the as built drawings to this sub clause

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

63 Clauses 63.2(b), 63.4, 63.5, 63.6 and 63.7 are not applicable.

63.3 Replace the text of Clause 63.3 with the following text: “The total sum paid to the Contractor shall
include such amounts, for the work, supplies or services plus following percentage of actual cost shall
be paid to the Contractor for Provisional Sum of the Bill of Quantities.”

1. For the works executed by Utility Authorities - 10%


2. For the works directly executed by the Contractor – 20%
3. For supplying and services-10%

32
AS BUILT DRAWINGS
Description
The work shall consists of preparation of As Built Drawings necessary for performance of the completion of
the work covered by the Contract, the Contractor shall supply them by the dates stated in the Contract Data.
The Contractor shall retain, at his sole expense, a qualified engineer for appropriate on site construction
inspections to ensure that all improvements as set forth required, pursuant to RDA standards and specification,
and as-built shall be provided. The contractor shall certify, in writing, to the Engineer that the improvements
were done in compliance with the approved plan or agreement pursuant to RDA Standards & Specifications
and as-built shall be provided.
Field managed record drawings should be provided to the Engineer with indicating additions and deletions for
approval before preparation of the final as-built Drawings.
The following requirements shall be applied to each as-built drawing developed for the project and a hard
copy together with an electronic AutoCAD drawing file format on CD shall submit for the Engineer.

Construction Requirement
The following items shall be required for all “As-Built Drawings.
(a) All as-built for projects are required to be on 24” x 36” or similar size of construction drawings
and shall bear the name and address, of the person who preparing the drawings and the date the
as-built data is added to the original via the revision block. Electronic Auto CAD drawing files,
based on the GPS coordinate, are also required (if the construction drawings are prepared based
on GPS coordinates). Surveyor’s/Engineer’s statement (with embossed or wet seal and with an
original signature on each sheet) shall verify that as-built drawings reflect the true conditions in
the field.
(b) Contractor’s statement (with an original signature on each sheet) shall verify that all construction
specifications and product qualities have been met or exceeded.
(c) “AS BUILT DRAWINGS” of “RECORD DRAWING” shall be clearly labelled on each sheet.
(d) If the details of under-ground service lines (Water, Sewerage, ducts &etc) are available needs to
be included to the as-built drawings on the approval of Engineer
(e) The location and elevation of the benchmark referenced will be shown on the drawing. If the
reference benchmark is within the project, then a complete description of its location will be
provided to assist in future locating.
(f) Survey data, relative to the GPS coordinate grid, on right-of-way monuments installed or
encountered within the project
(g) Note any changes to the alignment either vertically or horizontally of curb & gutter sidewalk,
pavers or any other surface improvement.

Measurement & Payments


No payment shall pay for the preparation of As built drawings. If the Contractor does not supply the As Built
Drawings by the dates stated in the contract data, or they do not receive the Engineer’s approval, the Engineer
shall withhold the release of Final payment of the Contract.

33
Section - 6

Specifications

Standard Specification
Particular Specification

34
Standard Specifications

The Standard Specifications comprise ‘Standard Specifications for Construction and Maintenance of
Roads and Bridges’ issued under the authority of the Director General of the Road Development
Authority and published by the Institute of Construction Training and Development.

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

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

35
Particular Specifications

These Particular Specifications should be read in conjunction with the Standard Specifications for
Construction and Maintenance of Roads and Bridges, ICTAD Publication No SCA/5, which are
applicable in all cases not covered herein.

The Particular Specifications for some sections of the works are comprehensive and cover the full extent
of the works in these sections. In other sections they apply in conjunction with the Standard
Specifications. Finally in some sections not covered in the Particular Specifications, the Standard
Specifications shall apply in full.

Where there is an ambiguity or discrepancy between the Particular Specifications and the Standard
Specifications, the Particular Specifications shall prevail.

36
PRELIMINARIES & GENERAL

P001. Mobilization and Demobilization

The Contractor shall submit to the Engineer within 14 days from the date of Letter of Acceptance his
mobilization and demobilization plan for equipment, plant and machinery required for the Project.
Plan shall include the location of plant, machinery and equipment and mode of transport. Engineer
shall approve the mobilization and demobilization plan and payment shall be based on schedule of
mobilization.

Payment
Payment shall be made according to the schedule submitted by bidder and within the lump sum
amount agreed in the Bill of Quantities.

Item No Description Pay Unit


P (001) Allow for mobilization & demobilization L.S.

37
Section-7

Bill of Quantities

38
BILL OF QUANTITIES

PREAMBLE

1. The Bill of Quantities shall be read in conjunction with all other bidding documents.

2. General directions and descriptions of work or materials given elsewhere in the bidding Documents
are not necessarily repeated in the Bills of Quantities. For the full meaning of each Item, reference
should be made to the applicable passages in the bidding Documents.

3. The prices and rates entered by the Contractor in the Bill of Quantities shall be deemed to cover the
complete and finished works in the final position as required by the bidding Documents, including,
inter alia, all costs and expenses which may be required in and for the construction and maintenance
of the works, together with all risks, liabilities, contingencies, insurance, sampling, testing, providing
all necessary assistance to the Engineer and in general all obligations imposed or implied by the
contract.

4. Without affecting the generality of the foregoing provisions the prices and rates entered by the
contractor in the Bills of Quantities shall also include, inter alia, all costs and expenses involved with
or arising from the following:

i The provision, storage, transport, handling, use, distribution and maintenance of all materials,
plant, equipment, machinery and tools, including all costs, charges, dues demurrage or other
outlays involved in carriage and importation.

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

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

iv The provision, storage, transport, use, handling, distribution and maintenance of all
consumable stores fuel, water and electricity including the requirements of the
Engineer's Representative and his staff.

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

vi Sampling, the transport of samples, testing, the carrying out of trial sections of earthworks or
payment and the checking of all information given by the Engineer.

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

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

ix Maintenance work as detailed in the Specifications and the Conditions of Contract and the
maintenance of public amenities.

x Co-ordination with other Contractors or Authorities carrying out work either in connection
with or adjacent to the Works.

xi The supply of manufacturers test certificates.


39
xii The protection of mains and services, and cost of repairs in case of damage caused by the
Contractor.

xiii Pumping and dewatering; the protection of excavation faces.

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

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

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

6. The Quantities given in the Bill of Quantities are estimated only and are given to provide a basis for
the tender. No guarantee is given for their accuracy and payments to Contractor will be based on the
prices and rates quoted in the bills applied to measured quantities for work done.

The quantity for each Item of work executed by the Contractor in accordance with the Contract shall
be measured net and no allowance will be made for waste, bulking, shrinkage decrease of volume due
to compaction or the provision of working space.

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

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

9. The Units of measurement described in the Bill of Quantities are Metric Units. Abbreviations in the
Bill of Quantities are as follows: -
hrs - Hours
km - Kilometre
m - Linear Metre
m2 or sqm - Square Metre
m3 or cum - Cubic Metre
nos. - Numbers
L.S - Lump Sum
P.S - Provisional Sum
mth. - Month
ltr. - Litre
kg. - Kilogramme
mt - Metric Tonne
mm. - Millimetre
wk. - Week

40
DAY WORKS
1. The rates entered in the Schedule for Bill of Quantities shall form day works items for pricing
extra work ordered to be done in accordance with the Contract.

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

Plant Operation, maintenance, repairs, fuel, oils grease, hydraulic fluids,


taxes, duties operator's wages and overtime, travelling time, transport
supervision, administration costs related to the use of such plant.

Labour Wages, overtime, bonuses, travelling time, hand tools,


accommodation, fringe benefits, transport and supervision.

Materials Provision, transport, handling, wastage and storage

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

For Day works required outside the Site (which for these purposes shall mean all areas shown
on the plans for permanent works and all areas of temporary works such as Contractor's and
Engineer's camps, quarry, borrow pits and their access roads, diversion roads etc.), the
following should be chargeable :

Plant: Self travelling: Actual travel time of and to place of stationing on the
day of the work.

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

Labour: Travel time for the means of transport used.

Materials: Travelling time for the means of transport used.

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

41
Summary of Bill of Quantity
CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN – KARACHCHI –
MULLAITIVU ROAD (35+680 – 35+900 KM), PUTHUKUDIYIRUPPU
CONTRACT NO RDA/DC/NP/GOSL/2023/06

Bill No Description Amounts / Rs


1 Preliminaries & General
2 Removal & Demolishing Existing Structure
3 Construction of Concrete Drain
A Sub Total-01
B Provisional sums (PS)

C Sub Total -02 without PS (A-B)


(deduct PS from sub total 01)

Amount in words

Discount if
D
any Amount
……………………………….
in figures

E Sub Total 03 (C -D)


F Sub Total 04 with PS (E+B)
(add PS to sub total 03)

G Allow for physical contingencies 10% (F*10%)

H Allow for price contingencies 5% (F*5%)

I Bid Price (F+G+H) [Form of Bid price]

J VAT (15%*I)

K Bid Price with VAT (I+J)

Amount in words: ______________________________________________________


____________________________________________________________________
Name of Authorized Officer: ____________________________________________
____________________________________________

Signature: ________________________

42
CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN – KARACHCHI –
MULLAITIVU ROAD (35+680 – 35+900 KM), PUTHUKUDIYIRUPPU
Item Pay
Description Unit Qty Rate Amount
No. Item
Rs. Rs.
1.0 Bill No. 1– Preliminaries & General

1.1 P(001) Mobilization and demobilization of Item Allow LS


machineries
1.2 119(1) Allow for the insurances Item Allow LS
1.3 103(1) Allow for the barricading, lighting, months 10.0
watching, traffic control providing
temporary sign boards
1.4 203(3) Existing Utilities and Utility diversions Item Allow PS 840,000.00
Bill No. 1 – Sub Total

Bill No.2 – Demolishing of existing


2.0 structures
Demolishing of existing structures and
removing from the site including
2.1 Item Allow PS 144,000.00
loading & unloading as per the
instruction of Engineer
Bill No. 2 - Sub Total

Bill No.3 – Construction of Concrete


3.0 Drain
3.1 302 (1) Excavation for Structures Cum 878.31

3.2 1001(3) Class C concrete grade 15 (19 mm) as Cum 51.45


screed
3.3 1001(1) Class A concrete grade 30 (19 mm) for Cum 550.78
drain
3.4 1008(1) Formwork (Smooth) Sqm 3044.98

3.5 1002(1) Reinforcement (Tor) Mt. 60.40


3.6 701 (6) Cover slab 2450x600x225 mm thick in Sqm 44.10
class A grade 30 concrete
Bill No. 3 - Sub Total

43
Section - 9
Standard Bid Forms

* Bid Security
* Affidavit for the Current Commitments
* Bank Letter Granting the Revolving Line of Credit

44
FORM OF BID SECURITY
[This Guarantee form shall be filled in accordance with the instructions indicated in brackets]
………………………………………………………………………………………………… [insert issuing
agency’s name, and address of issuing branch or office]

Beneficiary: Director General, Road Development Authority, “Maganeguma Mahamedura”, 216, Denzil
Kobbekaduwa Mawatha, Battaramulla.

Date: …………………………….[insert (by issuing agency) date]

BID GUARANTEE No.: …………………………….[insert (by issuing agency) number]

We have been informed that ………………………………………………….insert (by issuing agency) name


of the Bidder] ( hereinafter called “the Bidder”) has submitted to you its bid dated ……………………. [insert
(by issuing agency) date] (herein after called “the Bid”) for the execution of ‘CONSTRUCTION OF
CONCRETE DRAINAGE AT PARANTHAN – KARACHCHI – MULLAITIVU ROAD (35+680 –
35+900 KM), PUTHUKUDIYIRUPPU’ under Contract No: RDA/DC/NP/GOSL/2023/06

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

At the request of the Bidder, we …………………………………………….[insert name of issuing agency]


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

i. has withdrawn its Bid during the period of bid validity specified; or
ii. does not accept the correction of errors in accordance with the Instruction to Bidders
(hereinafter “the ITB”) of the IFB or
iii. having been notified of the acceptance of its Bid by the Employer during the period of bid
validity,
(i) fails or refuses to execute the Contract Form, if required, or
(ii) fails or refuses to furnish the Performance Security, in accordance with the ITB.
This Guarantee shall expire:
(a) if the Bidder is the successful bidder, upon our receipt of copies of the Contract signed by the Bidder and
of the Performance Security issued to you by the Bidder; or
(b) if the Bidder is not successful bidder, upon the earlier of the successful bidder furnishing the
performance security, otherwise it will remain in force up to ………...(insert date )

Consequently, any demand for payment under this Guarantee must be received by us at the office on or before
that date.

Signature and the Seal of the Guarantor:


Designation ……………………………………
Name of the Organization ………………………………………………………………...
Date: …………………………………………………….
Witness:
Name …………………………………… NIC No …………..…Signature ……….……….…
Name …………………………………… NIC No …………..…Signature ……….…………

Note: Any bid security which has deviated from this bid Security format shall be considered as non-responsive

45
FORM FOR AFFIDAVIT FOR THE CURRENT COMMITMENTS

Road Development Authority.

In accordance with the Clause 4.4 of the Instructions to Bidders, I (We) declare that the outstanding
Contract Commitments of (Name of the Bidder (s) are as follows. I (We) further declare that all the
outstanding contract commitments are listed below.

Name of the Name of the Initial Contract Outstanding


Specialty
Contract Client Amount (Rs.) Work (Rs.)

Highways*

Bridges*

Buildings*

Irrigation*

Total

………………………………………….
Signature of the Bidder

The foregoing Affidavit having been duly read over and explained by me to the Affirmant and he
having understood the contents of same, signed before me at ………………………….. [Place], on
this …………………….. 2024 [date]
…………………………..
Justice of The Peace

* Add additional rows to include all the current projects if needed


# Add additional speciality to include all the current projects

Note –The bidders who do not provide all contract commitment shall be treated as non responsive according to the
clause 3.3 of ITB

46
FORM FROM THE BANK FOR GRANTING THE REVOLVING LINE OF
CREDIT
[In Letterhead of the bank]

FROM : ……………………………………………………………..
……………………………………………………………..
……………………………………………………………..

TO : Director General
Road Development Authority (RDA)
1st Floor, “Maganeguma Mahamedura”,
216, Denzil Kobbekaduwa Mawatha,
Battaramulla, Sri Lanka

SUB:Letter from the bank for providing a line of credit in favour of ……………………………1 in
case of award to them of works for the Contract of ‘CONSTRUCTION OF CONCRETE DRAINAGE AT
PARANTHAN – KARACHCHI – MULLAITIVU ROAD (35+680 – 35+900 KM),
PUTHUKUDIYIRUPPU’ UNDER Contract No: RDA/DC/NP/GOSL/2023/06

Dear Sir,
We ……………………………..…………2 bankers of …………………..……………………3 hereby agree
to grant revolving line of credit for an amount of Sri Lanka Rupees
………………..…………………………….. for the purpose of the execution of the Civil Work Contracts
under the Contract of ‘CONSTRUCTION OF CONCRETE DRAINAGE AT PARANTHAN –
KARACHCHI – MULLAITIVU ROAD (35+680 – 35+900 KM), PUTHUKUDIYIRUPPU’ under
Contract No: RDA/DC/NP/GOSL/2023/06 This revolving line of credit will be maintained until the works
are taken over by the RDA.
…………………………………………………..
Signature and the Seal of the Bank:
Name………………
Designation ………………
Name of the Organization ………………………………………………………………...
Date: …………………………………………………….

Witness:
Name …………………………………… NIC No …………..………. Signature ……….……….………..
Name …………………………………… NIC No …………..……….Signature ……….……….………..

1 Name of Beneficiary / Bidder


2 Name of Bank
3 Name of Beneficiary / Bidder

Note - Does not provide it strictly according to given Form shall be treated as non responsive Revolving Line of Credit

47
Section - 8
Drawings

48
Check List for Bidders
ITB clause Yes Reference

Form of Bid
Completed? 18
Signed? 18
No of addendum issued (taken to form of Bid)
Bid security
Addressed to the Employer? 16
Format as required? 16
Issuing agency as specified? 16
Amount as required? 16
Validity 28 days beyond the validity of bid? 16
Qualification information
Copy of ICTAD Registration? 4
(Registration No, Grade, Specialty, Expiry Date)

Copy of VAT registration or a letter form Inland Revenue 4


that the Bidder is not VAT registered?
Authentication of for signature (Power of Attorney)? 4
Certified Copy of Audited Financial Statements for the 4
last five years?
(Construction turn over for last five years; Current assets and current
liabilities for last year)
A letter from a Bank on the provision of credit facilities? 4
The Affidavit For The Current Contractual 4
Commitments?
Construction Programme and Cash Flow Chart? 4
Similar work completed in last 10 years 4
Major items of construction equipment proposed 4
Qualification and Experience of key staff 4
Addendum
Content of addendum (if any) taken in to account? 10
Bid package
All the documents given in ITB clause 12 enclosed in the 12
original and copy?
ITB clause 19 followed before sealing the bid package? 19

49

You might also like