repair & renovation of water supply network at … doc... · 2020. 12. 15. · repair &...
TRANSCRIPT
DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA
MINISTRY OF TOURISM
SRI LANKA TOURISM DEVELOPMENT AUTHORITY (SLTDA)
FOR
REPAIR & RENOVATION OF WATER SUPPLY NETWORK
AT
REFURBISHMENT OF NHR-BENTOTA
BID NO : SLTDA/RM/W/NCB/WSN - BENTOTA/2020/04R
DECEMBER 2020
ENGINEER CLIENT
GENERAL MANAGER CENTRAL ENGINEERING CONSULTANCY BUREAU NO 415, BAUDDHALOKA MAWATHA COLOMBO 07
DIRECTOR GENERAL SRI LANKA TOURISM DEVELOPMENT AUTHORITY 80, GALLE ROAD COLOMBO 03
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | i
ABBREVIATIONS
m = meter
m2 = square meter
m3 = cubic meter
mm = millimeter
nr = number
kg = kilogram
t = metric tone
h = hour
Prov. Sum = Provisional sum
LKR = Sri Lankan Rupees
Cts = cents
Ltr = liters
CP = Code of Practice
BS = British Standard
BOQ = Bill of Quantities
> = exceeding
≥ = equal to or exceeding
≤ = not exceeding
< = less than
% = Percentage
ICTAD = Institute for Construction Training & Development
CIDA = Construction Industry Development Authority
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | ii
C O N T E N T S
Page
Section 01 - INSTRUCTIONS TO BIDDERS 1 - 2
Section 02 - STANDARD FORMS (CONTRACT) 3 - 8
Standard Form: Letter of Acceptance Standard Form: Agreement Standard Form: Performance Security Standard Form: Advance Payment Security Section 03 - CONDITIONS OF CONTRACT 9 - 10
INVITATION FOR BIDS 11 - 14
Section 4 - FORM OF BID AND QUALIFICATION INFORMATION 15 - 18 Form of Bid Qualification Information
Section 5 - BIDDING DATA AND CONTRACT DATA 19 - 28 Bidding Data Contract Data
Section 6 – SPECIFICATIONS 29 - 50 Specifications for general requirements & civil works
Section 7 - BILL OF QUANTITIES 51 - 122 Preambles to Bill of Quantities Bill of Quantities Section 8 – DRAWINGS 123 - 124 Section 9 - STANDARD FORMS (BID) 125 - 126 Form of Bid Security Check List 127
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 1
Section - 01
INSTRUCTIONS TO BIDDERS
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 2
INSTRUCTIONS TO BIDDERS
Instructions to Bidders applicable to this contract shall be those given in Section-I of the Standard Bidding
Document, Procurement of Works, and ICTAD Publication No. ICTAD/SBD/01, Second Edition, January 2007
with addenda issued up to February 2011, published by the Construction Industry Development Authority
(CIDA),”Savsiripaya”, 123, Wijerama Mawatha, Colombo 7.
This publication will not be issued with the Bidding Document and the Bidder is advised to purchase it from
CIDA
Instructions to Bidders shall be read in conjunction with the Bidding Data provided under Section-5 of Bidding
Document.
Instructions to Bidders will not be a part of the Contract and will cease to have effect once the Contract is
signed.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 3
Section - 02
STANDARD FORMS (CONTRACT)
Letter of Acceptance
Agreement
Performance Security
Advance Payment Security
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 4
Notes on Standard Forms:
Bidders should not complete the Form of Agreement at the time of preparation of bids.
The successful bidder will be required to sign the Form of Agreement after the award of
contract.
Any corrections or modifications to the accepted bid resulting from arithmetic corrections,
acceptable deviations, or quantity variations in accordance with the requirements of the
bidding documents should be incorporated into the Agreement.
The Form of Performance Security and Form of Advance Payment Security should not be
completed by the bidders at the time of preparation of bids.
The successful bidder will be required to provide these securities in compliance with the
requirements herein or as acceptable to the Employer.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 5
FORM OF LETTER OF ACCEPTANCE
.………………… [date]
To: …………………………………………………………………………………………………
……………………………………………………………………………………………………..
[Name and address of the Contractor]
This is to notify you that your Bid dated …………………………. [Insert date] for the Repair & Renovation of Water
Supply Network at Refurbishment of NHR-Bentota (Contract No: SLTDA/RM/W/NCB/WSN -
Bentota/2020/04R) for the Contract price of Rupees…………………………………………………………………….…………
………………………………………………………………………………………..
Rs……………………………………………………….………………/=)
[Amount in figures and words] as corrected in accordance with Instructions to Bidders and/or modified by a
Memorandum of Understanding (if any), is hereby accepted.
The adjudicator proposed by appointing authority is Construction Industry Development Authority (CIDA)
You are hereby instructed to precede with the execution of the said Works in accordance with the Contract
documents.
The start date shall be: …………………………….…. (fill the date as per Conditions of Contract)
The amount Performance Security is: …………………… (fill as per Conditions of Contract)
The Performance Security shall be submitted on or before………………………. (Fill the date as per Conditions of
Contract)
Authorized Signature: ………………………………………………………
Name & title of Signatory: ………………………………………………….
Name of Agency: …………………………………………………………….
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 6
FORM OF CONTRACT AGREEMENT
STANDARD FORM: AGREEMENT This AGREEMENT, made the -------[day] day of ------------ [month] 20---- [year] between ----------------------------
--------------------[name and address of Employer] (hereinafter called “the Employer”) of the one part, and ----
---------------------------------------[name and address of Contractor] (hereinafter called “the Contractor”) of the
other part.
WHEREAS the Employer desires that the Contractor execute -------------------------------[name and identification
number of Contract] (hereinafter called “the Works”) and the Employer has accepted the Bid by the
Contractor for the execution and completion of such Works and the remedying of any defects therein.
NOW THIS AGREEMENT WITNESSETH as Follows:
1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
In Witness whereof the parties thereto have caused this Agreement to be executed the day and year
aforementioned, in accordance with laws of Sri Lanka.
…………………………………… ………………………….. Authorized signature of Contractor Authorized signature of Employer COMMON SEAL COMMON SEAL
In the presence of: Witnesses:
1. Name and NIC No : ………………………………………………………….
Signature : …………………………… Address : …………………………………………………………. 2. Name and NIC No : ………………………………………………………….
Signature : ……………………………
Address : ………………………………………………………….
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 7
FORM OF PERFORMANCE SECURITY (Unconditional)
……………………………………………………………………………………………………… [Name and Address of Issuing Branch
or office]
Beneficiary: Director General, Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03 Date: ………………………………………..
PERFORMANCE GUARANTEE No:………………………………..
We have been informed that ……...…………………………………………… [Name of Contractor] (Hereinafter called to
“the Contractor”) has entered into Contract No: ……………………………………., dated …………….…………with you,
for the Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota (Contract No:
SLTDA/RM/W/NCB/WSN - Bentota/2020/04R) (hereinafter called to “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 the Agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount
of …………………..…………………………[amount in figures](…………………………………………….) [ amount in wards]
,upon receipt by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation(s) under the Contract ,without your needing to prove or to show
grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than the ………. day of ………., 20.…. [date,28 days beyond the Intended
Completion Date] and any demand for payment under it must be received by us at this office on or before
that date.
[Signature (s)]
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 8
FORM OF ADVANCE PAYMENT SECURITY
……………………………………………………………………………………………………… [Name, and Address of Issuing
Branch or office]
Beneficiary: Director General, Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03 Date: ………………………………….
ADVANCE PAYMENT GUARANTEE No. :………………………………………..
We have been informed that ………………………………………. [name of contractor] (hereinafter called” the
Contractor”) has entered into Contract No. ………………….……. dated ………………………. with you, for the
execution of Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota (Contract
No: SLTDA/RM/W/NCB/WSN - Bentota/2020/04R) (hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the
sum ………………………… [Amount in figure] (……..…………………………………………………………….) [Amount in words]
is to be made against an advance payment guarantee.
At the request of the contractor, we …………………………………………………………………[name of the agency] hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of
……………………………[amount in figures] (……………………………………………………………………………….) [amount in
wards] 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 advance payment
repaid by the contractor.
This guarantee shall expire on ……………………………………. [date, 28 days beyond Intended Completion Date].
Consequently, any demand for payment under this guarantee must be received by us at this office on or
before that date.
[Signature (s)]
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 9
Section - 03
CONDITIONS OF CONTRACT
Conditions of Contract shall be read in conjunction with the Contract data in Section 5, which shall take precedence over
the Conditions of Contract
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 10
CONDITIONS OF CONTRACT
Conditions of Contract that will be applicable for this Contract shall be that given in Section 3 of the Standard
Bidding Document for Procurement of Works, ICTAD Publication No. ICTAD/SBD/01, Second Edition, January
2007 with addenda issued up to February 2011, published by the Institute for Construction Industry
Development Authority (CIDA) "Savsiripaya", 123, Wijerama Mawatha, Colombo 07.
The above publication will not be issued with the Bidding Document and Bidder is advised to purchase it
from CIDA
This Conditions of Contract shall be read in conjunction with Contract Data in Section 05 in Bidding Document
which shall take precedence over the Conditions of Contract.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 11
INVITATION FOR BIDS
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 12
MINISTRY OF TOURISM
SRI LANKA TOURISM DEVELOPMENT AUTHORITY (SLTDA)
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR-BENTOTA
Contract No: SLTDA/RM/W/NCB/WSN - Bentota/2020/04R INVITATION FOR BIDS (IFB)
National Competitive Bidding (NCB)
1. The Chairman, Procurement Committee on behalf of the Sri Lanka Tourism Development Authority now
invites sealed bids from eligible and qualified bidders for Repair & Renovation of Water Supply Network
at Refurbishment of NHR-Bentota as described below and estimated basic cost Rs. 61.8 Million (Including
Provisional Sum, Excluding Contingencies and VAT)
Work consists of Construction of Water Sump with finishes, services such as electrical, mechanical,
Plumbing Works and external works etc...
The Construction period is 365 Days from the date of award of the Contract.
2. Bidding will be conducted through National Competitive Bidding Procedure.
3. To be eligible for contract award, the successful bidder shall not have been blacklisted and shall meet
the following requirements.
(a) Contractors having valid registration in
[Grade EM 2 or EM 1 specialty in Plumbing and Drainage (PD)
and Grade C 5 or above in Building Construction]
OR
[Grade C3 or C4 specialty in Water Supply & Sewerage
and Grade C 5 or above in Building Construction]
under Construction Industry Development Authority (CIDA)
(b) Average annual volume of construction work performed in the last five years shall be at least
Rs. 122.0 Million.
(c) The minimum amount of liquid assets for utilizing at the time of bidding exclusive of any
advance payment shall not be less than Rs. 10.0 Million. Credit facility should be addressed to
Director General, Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03.
The minimum amount of liquid assets available is calculated as follows.
X=(A-L)- AR+C-0.2W
Where,
X= Minimum amount of liquid assets available
A=Current assets as given in the latest audited financial statements (Excluding balances in
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 13
Directors Current A/C)
L= Current Liabilities as given in the latest audited financial statements (Excluding balances
in Directors Current A/C)
AR= Advance Payments received for other projects
C=Revolving Line of credit given by Bank
W=Working in Hand
Any bidder who does not have the minimum amount of liquid assets calculated on the above basis,
required under Sub- Clause 4 of the instructions to bidders (ATB) shall be treated as non-
responsive bid.
4. Interested bidders may obtain further information from Sri Lanka Tourism Development Authority,
No.80, Galle Road, Colombo 03; Telephone 0112426800 (Ext 305/277/303) / Facsimile No: 0112382622,
Electronic mail address: [email protected] of Assistant Director (Procurement) and inspect the
bidding documents at the SLTDA Web site (https://sltda.gov.lk/tender).
5. A complete set of Bidding Documents in English language may be downloaded from the SLTDA Website
(https://sltda.gov.lk/tender) by interested bidders from 10th December 2020 until 30th December 2020.
6. The payment of non-refundable fee LKR 20,000.00 should be deposited to the Bank AC No. 7119413
Bank of Ceylon, Corporate Branch, Sri Lanka Tourism Development Authority (Note: Please Fill the
Depositors Details and Purpose of Deposit in the Deposit Slip as “Non Refundable Tender Fee” and it is
mandatory to submit the aforesaid original slip with the Bid.
7. Bids shall be delivered in duplicate to the address at, Chairman, Departmental Procurement Committee,
SriLanka Tourism Development Authority, No.80, Galle Road, Colombo 03 on or before 31st December
2020, 14.30 Hrs. Late bids will be rejected. Bids will be opened soon after closing in the presence of the
bidders’ representatives who choose to attend.
8. Pre Bid Meeting will be held on 18th December 2020 at 10:00 hrs. through online (Zoom meeting) and
interested Bidders are advised to send a request to join the Pre Bid Meeting to email address to
9. Bid validity shall be 91 days from the date for closing of Bids (up to 31st March 2021).
10. All bids shall be accompanied by a “Bid security” of Rupees Seven Hundred Forty Five Thousand Only
(Rs. 745,000.00) Validity of Bid security shall be 119 days from the date of closing of the bid (Up to 29th
April 2021).
Bid Security shall be address to Director General, Sri Lanka Tourism Development Authority, 80, Galle
Road, Colombo 03.
11. All bids shall be accompanied a certificate of registration of the bidder issued by the registrar of Public
Contracts in Sri Lanka according to the Public Contract Act No.03 of 1987 of the government of Sri Lanka
and subsequent gazette notifications (PCA3 from).
12. An employee or a firm and/or an individual that has a close family relationship with an employee of the
Ministry of Tourism, Sri Lanka Tourism Development Authority and any other institution under the
control of the Ministry shall not be eligible for award.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 14
13. The Departmental Procurement Committee decision will be the final decision. Further, SLTDA has the
right to accept or reject any Bid without adducing any reasons and SLTDA will not be responsible for any
costs or any expenses incurred by the prospective bidders in connection with the preparation or delivery
of Bids.
14. Any alteration to the bidding document should be signed by the Contractor.
The address referred to above is,
Chairmen,
Procurement Committee
Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 15
Section - 4
FORM OF BID AND QUALIFICATION INFORMATION
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 16
FORM OF BID
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR -
BENTOTA
CONTRACT NO: SLTDA/RM/W/NCB/WSN - Bentota/2020/04R
To: Director General, Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03.
Gentleman,
1. Having examined the Standard Bidding Document - Procurement of Works (ICTAD/SBD/01-Second
edition, January 2007 and Addendum 01 issued in October 2009 & Addendum 02 issued in February
2011) , Schedule for Conditions of Contract, Specifications, Drawings and Bill of Quantities and
Addenda for the execution of the above-named Works, we the undersigned, offer to execute and
complete such Works and remedy any defect therein in conformity with the aforesaid Conditions of
Contract, Specifications, Drawings, Bill of Quantities and Addenda for the sum of Sri Lankan Rupees
………………………………………………………….......................................................................................................
............................................................................................................ (LKR Rs. ......................................)
or such other sums as may be ascertained in accordance with the said Conditions.
2. We acknowledge that the Contract Data forms part of our Bid.
3. We undertake, if our Bid is accepted, to commence the Works as stipulated in the Contract Data, and
to complete the whole of the Works comprised in the Contract within the time stated in the Contract
Data.
4. We agree to abide by this Bid for the period of 91 days from the date fixed for receiving or any extended
period and it shall remain binding upon us and may be accepted at any time before the expiration of
that period.
5. Unless and until a formal Agreement is prepared and executed this Bid, together with your written
acceptance thereof, shall constitute a binding contract between us.
6. We understand that you are not bound to accept the lowest of any Bid you may receive.
Dated this............................. Day of ........................... 2020 in the capacity of....................... Duly authorized to sign bids for and on behalf of ....................................................................
…………………………………………………………………………………………………
(IN BLOCK CAPITAL) Signature : ............................................................
Address : .............................................................................................................
.............................................................................................................
.............................................................................................................
Witness : .............................................................................................................
..............................................................................................................
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 17
QUALIFICATION INFORMATION (To be completed and submitted by the Bidder with the Bid)
ICTAD / CIDA Registration
Registration number
(Attach copies of relevant pages from the registration book)
Grade
[Grade EM 2 or EM 1 specialty in Plumbing and Drainage (PD)
and Grade C 5 or above in Building Construction]
OR
[Grade C3 or C4 specialty in Water Supply & Sewerage
and Grade C 5 or above in Building Construction]
Specialty
[Specialty in Plumbing and Drainage (PD) OR Water Supply & Sewerage] & Building Construction
Expiry Date
Special Qualifications (Attach copies of certificates)
Blacklisted Contractors
Have you been declared as a defaulted contractor by NPA or any other agency? (Yes/No)
If yes provide details
VAT Registration Number
Legal status
( Attach relevant status copies, as annex)
Value of Construction works Performed in last 10 years
(Attach certified copies of certificate of completion, etc. and other documents such as profit-loss and income expenditure statement)
Year 2019
Year 2018
Year 2017
Year 2016
Year 2015 ………….
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 18
Value of similar works completed in last 10 years (indicate at least two largest projects
1. Value Rs……………….…… Year ………….. 2. Value Rs……………………. Year …………. 3. Value Rs……………………. Year ………….. (Attach certified copies of Letter of award & certificate of completion)
Credit Facility
Details should be attached
Qualification and experience of key staff - Site & Head Office (Permanent, Contract Basis )
Project Manager (Head Office – Minimum 2 days at site per week) BSc. Eng. (Civil) or equivalent with minimum 10 years’ experience (Member of the Institute of Engineers in Sri Lanka)
Civil Engineer (Full time at site)- BSc Eng. (Civil) or equivalent (Associate member of the Institute of Engineers in Sri Lanka) with minimum 2 year experience or National Diploma (Civil) or equivalent with 12 year experience in similar work
Asst. Quantity Surveyor (Part
time basis)- National Diploma (QS) or equivalent with minimum 2 Years experience or NCT (QS) or equivalent with minimum 6 years Experience
Technical Assistant – E&M
Services (Full time at site) – National Diploma or equivalent with 2 years’ experience or NCT or equivalent with minimum 6 year Experience
Managerial / Technical / Conservation (Attach relevant CV’s)
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 19
Section - 5
BIDDING DATA AND CONTRACT DATA
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 20
G. BIDDING DATA (1.1)
The Employer is Name : Director General, Address : Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03.
Work consists of Construction of Water Sump with finishes, services such as electrical,
mechanical, Plumbing Works etc...
For more information, Please refer the Bill of Quantities Site Located at National Holiday Resort, Bentota.
(1.2) Intended Completion Date is 365 Days from the Start Date.
(1.3) The office for collection of bid form is Director General, Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03.
The non-refundable Bid fee is Rupees 20,000.00
The Bid forms may be downloaded from the SLTDA Website
(https://sltda.gov.lk/tender) from 10th December 2020 until 30th December 2020.
(2.1) The source of funds is Government of Sri Lanka
(4.2) The CIDA registration required for main contractor: Specialty - Specialty in Plumbing and Drainage (PD) & Building Construction Grade - [Grade EM 2 or EM 1 specialty in Plumbing and Drainage (PD) and Grade C 5 or above in Building Construction]
OR
[Grade C3 or C4 specialty in Water Supply & Sewerage
and Grade C 5 or above in Building Construction]
(4.3)
The Following information shall be provided in Section 4 for the bidder
CIDA Registration Registration number: Grade Specialty Expiry Date
VAT Registration number
Construction program
Legal status (Sole proprietor, partnership, company etc.)
Total monetary value of construction work performed for each of the last five years;
Experience in works of a similar nature and size for each of last five years;
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 21
Major items of construction equipment proposed to carry out the contract; (if specified equipment be needed)
Qualifications and experience of key site management and technical personnel proposed for the contract
Any other
(4.4)
Post qualification criteria: The following minimum qualification criteria shall be met by the bidder to qualify for the award of contract.
Average annual volume of construction work performed in the last five years shall be at least Rs. 122 Million.
The minimum amount of liquid assets and credit facilities as exclusive of any advance payments which may be not less than Rs. 10.0 Million. Credit facility should be addressed to Director General, Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03.
The Bidder must demonstrate that it has the personnel for the key positions of the proposed project that meet the following requirement,
a. To ensure the proper management of the construction of the work, the Bidder
shall furnish in his bid names, qualification and experiences of such engineering
and technical personnel above the grade of Technical officer indicating against
the each name the nature of involvement of such personnel in this particular
project (whether full time or part time, based in head office or on site, whether
assignment is for this project or on permanent staff whether outsourced etc.)
b. Schedule of key Management and Technical personnel with minimum qualifications and experiences and outline of duties to be performed is given below.
Project Manager (Head Office – Minimum 2 days at site per week) BSc. Eng (Civil) or equivalent with minimum 10 years’ experience (Member of the Institute of Engineers in Sri Lanka)
Civil Engineer (Full time at site)- BSc Eng. (Civil) or equivalent (Associate member of the Institute of Engineers in Sri Lanka) with minimum 2 year experience or National Diploma (Civil) or equivalent with 12 year experience in similar work
Asst. Quantity Surveyor (Part time basis)- National Diploma or equivalent with minimum 2 Years experience or NCT or equivalent with minimum 6 years Experience
Technical Assistant – E&M Services (Full time at site) – National Diploma or equivalent with 2 years’ experience or NCT or equivalent with minimum 6 year Experience
This is the minimum requirement and the successful bidder shall assign all other necessary staff to enable compliance with all other contractual stipulations. During defect liability period at least one technical assistant should be stationed at the site in part time basis.
(4.5) Add following text at the end of Sub-Clause 4.4 and extend to read as follows;
The bidder shall have a valid business registration in Sri Lanka for at least 05 years.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 22
(8.1)
Content of Bidding Document Content of the bidding document changed as follows to fulfill bidders requirement in submission of Bid.
The Bidding document comprise the documents listed below Section 1 – Instruction to Bidders Section 2 - Standard Forms (Contract) Section 3 - Condition of Contract Invitation for Bids Section 4 - Form of Bid and Qualification Information Section 5 - Bidding Data and Contract Data Section 6 - Specifications Section 7 - Bills of Quantities and Technical Schedules Section 8 - Drawings Section 9 - Standard Forms (Bid)
(9.1) Employer’s address for the purpose of clarification is; Name : Director General Address : Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03
Tel/Fax : 0112 426800/0112 437953
(11.1) (12.1)
The language of the bidding document shall be English. The Bid submitted by the bidder shall comprise the following: (A) enclosed in the envelope marked as “ORIGINAL”;
(a) Bidding Document (b) Bid security or Bid-Securing Declaration as specified
(B) enclosed in the envelop marked as “COPY”
(a) Form of Bid & qualification information (b) Bill of Quantities
(13.3) Only VAT will be paid. 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. If bidder registered for VAT, the bidder shall indicate the amount of VAT claimed separately at the end of the Bill of Quantities, in addition to the net value of the bid, along with VAT registration number. The amount written on the Form of the bid shall be without VAT. Any bidder who does not declare his VAT registration number will be liable for rejection of his bid. If any bidder is not registered for VAT, he shall indicate the net value of the bid. Under the category bidder shall obtain the letter form the Commissioner of Inland Revenue Department, certifying the Company has not been registered for VAT, shall be attached to the bid. Any bidder who does not comply with this requirement will be liable for rejection of his bid. NTB will not be considered on separate. If NTB claimed, it shall be included in BOQ rates.
(13.4) The Contract is allowed for price adjustment in accordance with Clause 47 of the Conditions of Contract.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 23
(15.1) The Bid shall be valid up to 91 Days from closing date of Bid (until 31st March 2021).
(16.1) Bid shall include a Bid Security using the form included in Section 9.
(16.2) Bid Security shall be;
For an amount Rs. 745,000.00
Valid until 119 Days counted from the date of closing of Bid (until 29th April 2021).
Securities and guarantees issued by an agency acceptable to employer using the forms for bid security (unconditional guarantee) included in section 09, Standard forms.
1. Commercial Bank operating in Sri Lanka approved by the Central Bank of Sri Lanka
(19.2) a The Employer’s address for the purpose of Bid submission is: Director General
Sri Lanka Tourism Development Authority, 80, Galle Road,
Colombo 03
(19.2) b
Contract name: REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR-BENTOTA Contract No: SLTDA/RM/W/NCB/WSN - Bentota/2020/04R
(20.1)
The deadline for submission of Bids shall be 14:30 Hours on 31st December 2020.
(34.0)
The amount of Performance security is 5% of the Initial Contract Price. The form acceptable is sample format which is in Section 2, Standard Forms. Securities and Guarantees issued by an agency acceptable to employer using the forms for Performance Bond (Unconditional Guarantee) included in Section 2, standard forms. The agencies acceptable to the Employer are
Commercial Bank operating in Sri Lanka approved by the Central Bank of Sri Lanka.
(35.1)
The advance payment is maximum of 20% of the initial Contract price (less Provisional Sum & Contingencies) against the submission of Bank Guarantee. Securities and Guarantees issued by an agency acceptable to employer using the forms for Advance Payment Bond (Unconditional Guarantee) included in– Section 2, Standard Forms. The agencies acceptable to the Employer are
Commercial Bank operating in Sri Lanka approved by the Central Bank of Sri Lanka.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 24
CONTRACT DATA
(Please note that the Clause nos. given hereunder is that of Conditions of Contract) (1.1) The Employer is
Name : Director General Address : Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03
(1.1) The Engineer is Name : General Manager Address : Central Engineering Consultancy Bureau No.415, Bauddhaloka Mawatha Colombo 07. Name of Engineer’s Representative: Name : Deputy General Manager(South) Address : Central Engineering Consultancy Bureau No. 20, Godakanda Road, Karapitiya Galle
(1.1) Work consists of Construction of Water Sump with finishes, services such as electrical,
mechanical, Plumbing Works etc...
For more information, Please refer the Bill of Quantities
(1.1) (1.1)
Site is located at National Holiday Resort, Bentota. The Start Date shall be fourteen (14) Days from the Letter of Acceptance.
(6.2) Add New Sub clause 6.2 after Sub Clause 6.1 and extend to read as follows: The Contractor shall maintain a log book in triplicate recording each and every instruction by the Engineer’s Representative at the site
(8.1) Schedule of other contractors: None
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 25
(9.1)
Schedule of Key Personnel:
Minimum persons with qualifications and experience to be defined, Managerial / Technical
Project Manager (Head Office – Minimum 2 days at site per week) BSc. Eng (Civil) or equivalent with minimum 10 years’ experience (Member of the Institute of Engineers in Sri Lanka)
Civil Engineer (Full time at site)- BSc Eng. (Civil) or equivalent (Associate member of the Institute of Engineers in Sri Lanka) with minimum 2 year experience or National Diploma (Civil) or equivalent with 12 year experience in similar work
Asst. Quantity Surveyor (Part time basis)- National Diploma or equivalent with minimum 2 Years experience or NCT or equivalent with minimum 6 years Experience
Technical Assistant – E&M Services (Full time at site) – National Diploma or equivalent with 2 years’ experience or NCT or equivalent with minimum 6 year Experience
If the Contractor fails to employ such personnel with specified experiences under this Contract or the attendance of such personnel is not satisfactory, following amounts will be deducted from the payments due to the Contractor with respect to each category of personnel as shown in the following table.
Category Amount to be recovered per month (Rs . Cts.)
Project Manager (Part time basis)
Rs. 100,000.00
Civil Engineer (Full time at site)
Rs. 120,000.00
Asst. Quantity Surveyor (Full time basis)
Rs. 40,000.00
Technical Assistant E&M Services (Full time at site)
Rs. 80,000.00
(13.1) (a) (b) (c) (d)
The minimum insurance cover shall be:
The minimum cover for insurance of the Works and of Plant and Material is 110% of the Initial Contract price.
The maximum deductible for insurance of Works and of Plant and Material is 5% of initial Contract price.
The minimum cover for loss or damage to Equipment is “Cost of equipment”
The maximum deductible for insurance of Equipment is 5% of the minimum cover for equipment
The minimum cover for insurance of other property (other than the site):
Rs. 10,000,000.00 The minimum cover for personal injury or death:
For third party and employees of the Employer and other persons engaged by the Employer in the Works is Rupees One million per event.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 26
(13.2)
(a) The minimum cover for personnel injury or death,
For the Contractor’s workmen is Rs. 1,000,000.00 per event. Number of events unlimited.
Contractor’s employee’s other than workmen is Rs. 1,000,000.00 per event. Number of events unlimited.
(17.1) (19.1)
The Intended Completion Date for the whole of Works shall be 365 days from the date of start of the contract as stated in the Letter of Acceptance. Add the following additional sub-clause after
1. Should maintain well behavior at site, should not make any inconvenience or any damages to personal and properties in surrounding area.
(21.1) The Site Possession Date shall be Fourteen (14) Days from Letter of Acceptance.
(27.1)
The Contractor shall submit a realistic Construction Programme for the works within Seven Days of delivery of the Letter of Acceptance.
(27.3)
The period between Programme update is 30 Days. But Contractor shall submit a revised Programme whenever the previous Programme is inconsistent with actual progress.
(27.4) (28)
The amount to be withheld for late submission of an updated Programme is 2% of the Initial Contract Price. Add following paragraph after Sub clause
i. In any single day rainfall measured at nearest Meteorology station, Exceeds average value of daily rainfall for that calendar month for that station, as calculated using the last 120 calendar months of that station’s rainfall records. Or
Any other unexpected exceptionally adverse climate conditions accepted by the Engineer and the Employer.
ii. And the work shall have been planned to progress at Site on that day.
Any delay caused by exceptionally adverse climate condition will be considered as ‘No fault delay’ and cost will be deemed to lie where they fault. That is, in the case of such delay the Employer agrees to forgo the right to claim liquidated damages for the period of delay and Contractor agrees to forgo any right to claim additional costs arising from such delay.
(34.2) Add new sub clause 34.2 after sub clause 34.1 and extend to read as follows: The Contractor shall submit the following samples / relevant information to the Engineer for pre-construction review and approval in accordance with the requirement of the bid. a). Manufacture’s standard samples of materials b). Samples specified (if any) in the Employer’s requirement: and c). Additional samples instructed by Engineer Each sample shall be labelled giving appropriate details of supplier, manufacturer and the country of manufacture and intended use in the Works. Sample shall be kept available on site during the construction period for inspection by the Engineer at any time when he requires.
(35.1) The Defects Liability Period is 365 Days.
(38.1) Deleted
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 27
(39.2) Engineer may order variations up to a total cumulative bill value including variation not exceeding 110% of initial contract sum
(40.2)
In fixing the appropriate new rates, mark up for overheads & profits shall be limited to maximum of 16% of the “Basic Cost” of such items. The Basic cost means cost of materials, labour and equipment. In fixing such “Basic cost” the Engineer shall use the rates for labour as given below and prices for materials and equipment shall be used the prevailing market prices.”
Category Rate (Rs)
Skill Labour 2500.00
Semi Skilled Labour 2000.00
Unskilled Labour 1800.00
(47.1)
The contract is subject to the price adjustment.
CIDA Bulletin No.
Name of Input Percentage
M4 CEMENT 4.99 %
M7 METAL 1.78 %
M8 SAND 3.08 %
M13 REINFORCEMENT STEEL 1.76 %
M20 PVC PIPES 22.23 %
M22 GENERAL TIMBER 0.51 %
M26 ELECTRICAL WIRING 2.91 %
M27 WALL PAINT 0.73 %
M38 ELECTRICAL FITTINGS 7.29 %
M45 EARTH 1.27 %
M47 DUCTILE IRON PIPE 5.37 %
L1 SKILLED LABOUR 19.01 %
L3 UNSKILLED LABOUR 18.29 %
P2 HEAVY EQUIPMENT 0.78 %
90.00 %
(48.1)
The retention from each payment shall be Ten percent of the certified work done. The limit of retention shall be Five percent of the Initial Contract Price.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 28
(49.1)
The liquidated damages for the whole of the Works shall be 0.05% of the Initial Contract Price per Day.
The maximum amount of liquidated damages for the whole of the Works shall be Ten percent of the Initial Contract Price.
(52.1) The Performance Security shall be Five percent of the Initial Contract Price.
(58.1)
As built drawings and Schedules and the Operating Maintenance Manual as required in the specifications, shall be submitted by the Contractor prior to 7 days of the issue of certificate of completion.
The Engineer shall withhold 5% of the initial Contract Price until the submission of above stated documents
(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 Twenty Five percent of Balance work according to the Initial Contract Price.
(63.7)
The attendance fee payable to the contractor on nominated/specialized sub contract work shall not exceed 7%
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 29
Section - 6
SPECIFICATIONS
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 30
6.0 SPECIFICATIONS
The Works under this Contract shall be executed in accordance with the Specifications given in
the following documents issued by the Construction Industry Development Authority (CIDA),
“Savsiripaya”, Wijerama Mawatha, Colombo 07.
Publication No.: Description:
SCA/4(Vol. I) Specifications for Building Works,
Vol. (I), Sri Lanka.
3rd Edition (revised) – July 2004.
SCA/4(Vol. II) Specifications for Building Works
Vol.(II), Sri Lanka.
2nd Edition (revised) – October 2001.
SCA/3/2 Specifications for Water Supply
Sewerage and Storm Water Drainage Works, SriLanka.
2nd Edition (revised) – April 2002.
SCA/5 Standard Specification for Construction and Maintenance
of Roads and Bridges
Second Edition, June 2009
SCA/7 Specification for Landscape works-(Vol.1)
SCA/8 Specifications for Electrical & Mechanical works
associated with Building and Civil Engineering, Sri Lanka.
2nd Revised Edition - August 2000.
It is implied that the eligible bidders are fully acquainted with the above documents and
therefore, those will not be issued to the bidders in this bidding document.
However, the bidders may purchase the same if necessary from CIDA. “Savsiripaya”, Wijerama
Mawatha, Colombo 07.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 31
6.1 SPECIFICATIONS FOR GENERAL REQUIREMENTS
6.1.0 GENERAL This specification shall be read in conjunction with the other documents, which form the
Contract Agreement for the Works. Notwithstanding the subdivision of the specification under different headings each and every part of it shall be deemed supplementary to and complementary every other part thereof.
All materials and workmanship shall be in accordance with the appropriate current Sri Lankan Standards or where such standards are not available the relevant British Standards shall be applicable. Where such standards are in conflict with this specification the interpretation in accordance to this specification shall prevail.
6.1.1 Equivalency of Standards and Codes Wherever reference is made in the Contract to specific standards and codes to be met by
the goods and materials to be furnished, and work performed or tested, the provisions of the latest current edition or revision of the relevant standards and codes in effect shall apply, unless otherwise expressly stated in the Contract. Where such standards and codes are national, or relate to a particular country or region, other authoritative standards that ensure a substantially equal or higher quality than the standards and codes specified will be accepted subject to the Engineer’s prior review and written consent. Differences between the standards specified and the proposed alternative standards shall be fully described in writing by the Contractor and submitted to the Engineer at least 14 days prior to the date when the Contractor desires the Engineer’s consent. In the event the Engineer determines that such proposed deviations do not ensure substantially equal or higher quality, the Contractor shall comply with the standards specified in the documents.
6.1.2 Definitions In this specification the terms ‘approved’, ‘approval’ and ‘required’ mean ‘approved by the
Engineer’, ‘approval of the Engineer’ and ‘required by the Engineer’ respectively.
6.1.3 Scope of Work The works to be executed under this Contract comprise the following.
(a) The provision at site of all necessary labour, materials plant & equipment, tools instruments etc. together with personnel of all types of skills for the mobilization execution with supervision demobilization and removal of plant tools etc. and other resources provided by the Contractor there from.
(b) The execution of all necessary surveys for the setting out of building and for required completion of works.
(c) The maintenance of proper site records, preparation and submission of calculations. Drawings progress reports etc. to the Engineer as required under this Contract Agreement.
(d) Complete the construction works including all temporary works in accordance to the requirements under this Contract Agreement and as required by the Engineer.
(e) The testing of required tests in accordance to the specifications therein and as directed by the Engineer.
(f) All other works associated with the above for the completion of the Works as specified in contract.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 32
6.1.4 Site Security The Contractor shall provide all necessary fencing, hoardings, watching and lighting for the
security of site and safeguarding the Works. The shelters, guard house and other facilities to be provided for the watchmen to do their duty in an efficient manner. Altering, shifting and adapting same from time to time shall also be the responsibilities of the Contractor. All costs in connection with this shall be borne by the Contractor.
6.1.5 Advertisement The Contractor shall allow no advertisement to be placed on any hoarding, scaffolding or
fencing erected in connection with the Works without the permission of the Engineer.
6.1.6 Temporary Works The Contractor shall submit to the Engineer details, particulars, drawings etc., of all
temporary works necessary for the Works for latter’s information. The Engineer reserves the right to call for technical justification of the Contractor’s proposals and to order any necessary modifications. But the Contractor shall be solely responsible for the stability and safety of all temporary works and for the quality of the permanent works resulting from the Temporary Works eventually adopted.
6.1.7 Temporary Services The Contractor shall provide and maintain temporary services necessary for the execution
of the Works under the Contract shall make applications and install such services in accordance with the regulations and requirements of the relevant authorities.
The Contractor shall be responsible for all costs and charges in connection with the
installation, alteration, shifting, adopting use and maintenance of such services. On completion of the Works, the Contractor shall disconnect such service, which are no longer required by him and or the Employer and clear away all traces.
(a) Power The Contractor shall apply and pay for the required power and install temporary
electrical installation for the Works, Site Office, Engineer’s and Client’s Offices, Stores, Labour Huts, Yards and Site lighting and testing for mechanical and electrical services done by others.
A stand-by generator, with adequate capacity should be made available by the
Contractor at the site for use in an emergency, if any intention to work during night time and or during power failures. The cost of supplying, installing, running and maintaining of the stand-by generator shall be borne by the Contractor.
(b) Water The Contractor shall apply and pay for the continuation of temporary water supply
connection to the site and construct storage tanks with adequate capacity, together with the necessary internal temporary PVC distribution system including an overhead tank at an adequate elevation, water pumps as may be required and providing taps, valves, etc. in order to provide water for the Works, for drinking purposes, and also for washing, bathing and sanitary facilities required by the Contractor’s workmen, the Employer, the Engineer’s staff.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 33
Water Bowsers with adequate capacity should be made available in order to bring
water to the site from outside and to pump into the storage tanks in an emergency and/or during water cuts and all costs in connection therewith shall be borne by the Contractor.
6.1.8 Equipment If Engineer needs to set the Telephone calls, Photocopies & Printing of Documents related
to contract. The contractor shall provide such services cost should be borne by the contractor.
6.1.9 Flammable stores All petroleum, explosives and flammable materials shall be stored in fireproof buildings and
such precautions taken with regard to sitting and fire risks as the Engineer may direct. The Contractor shall make all arrangements with the licensing authority for the necessary license.
6.1.10 Safety on Site Safety precautions throughout the construction operations shall comply with all relevant
state statute, ordinance, decree, or other law or decree or any regulation or byelaw of any local or duly constituted authority applicable within the country at that time.
The Contractor shall provide and maintain the following safety measures in accordance with
the regulations and requirements stipulated by the relevant Statutory Authorities. i. Safe working conditions
ii. Safe means of access and exit
iii. Safety systems for Plant, Machinery and Equipment
iv. Appropriate safety equipment required at the site and yards such as Helmets, Gum Boots, glove’s, eye protectors, Masks, Welding Masks, Safety Belts, etc. to the workmen and others engaged in the Works.
v. Safety nets, safety canopies, safety signs, handrails, guardrails, platforms and other measures ensuring safety of workmen and others engaged in the Works.
vi. Training, instructions, information and supervision as may be required to enable employees to avoid any potential dangers and hazards.
vii. All measures ensuring the health and workmen including satisfactory welfare facilities, working conditions and environment.
Safety signs should be in the Sinhala, Tamil and English languages. 6.1.11 Sources of supply The Contractor shall have obtained from the Engineer approval of sources of supply of his
materials and shall not change his sources without prior approval. All material that shall be rejected shall be promptly removed from site.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 34
6.1.12 Soil Conditions (a) Unexpected ground conditions
The Contractor shall report immediately to the Engineer any circumstance, which indicates that in the Contractor’s opinion the ground conditions differ from those expected by him from his interpretation of the site investigation reports.
(b) Setting out
All the dimensions given in the drawings should be checked at the site by the Contractor prior to commencing all work. In the event of any discrepancies the Contractor shall inform the Engineer and request well in advance and prior to commencing work. Setting out shall be carried out from the main grid lines of the proposed structure. The Contractor shall employ a suitable responsible officer for site setting out works in accordance with the drawings.
The Contractor shall set out and check all column centers and floor levels and carry out such
other surveys as may be necessary to establish accurately the placing of forms and all other basic structural works and setting out in both vertical and longitudinal directions. All survey marks and pegs shall be clearly identifiable with accurate records kept onsite by the Contractor that must be related to Bench Marks. In this regard Contractor must maintain accurate survey instruments at the sites at all times for any checking of level that the Engineer or his representative may desire.
6.1.13 Engineer’s Office
The Contractor shall provide Site office for engineer’s staff to accommodate for three officers. The Contractor shall provide janitorial services to maintain a good working environment and security service at the Engineer / employer’s office. Water and electricity supply including receptacles on all walls, necessary stationeries, toilet facilities with WC, Wash basin, potable water with water dispenser, All the Stationeries as requested, Electric kettle, shall be provided. The Engineer’s office shall be well lit, equipped with 2 no of tables (750x1500mm) with lockable drawers, 2 no of swivel chairs, 4 no of chairs, one no of computer with colour printer, lockable cupboard and temporary air conditioners with temperature control capable of maintaining a constant temperature of about 23 to 25°C. Telephone, Internet and facsimile facilities.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 35
6.2 SPECIFICATION FOR EXCAVATION AND EARTHWORK
6.2.1 Earth Filling
Stripping of Top Soil
Where the existing ground surface is covered with vegetation top soil or other unsuitable
material, it shall be removed together with roots, rubbish or objectionable materials etc.
Vegetation or other unsuitable material so removed shall be disposed at any distance of
the site.
Borrow Material
Borrow material shall comply with the following specifications:
a) It shall be tested for its suitability by a recognized testing organization acceptable to the Engineer. It shall be well graded soil mixture with gravel and sand – not less than 70% silt and clay – not more than 30%
b) The Contractor shall forward from each borrow pit at different levels, the test
results of particle size distribution and Proctor compaction tests by a recognized testing organization to the Engineer for approval.
c) It shall be free of vegetation, roots and such other deleterious material. d) Maximum dry density at optimum moisture content (Standard Proctor Density)
shall not be less than 1.7 gm/cm3. e) Maximum size of particles shall not exceed 80 mm.
Placing of Fill Material
The distribution and gradation of the material throughout the fill shall be carried out as
directed by the Engineer, so as to ensure that the fill will be free from lenses, pockets,
streaks, or layers of material differing substantially in texture or gradation from the
surrounding material. The borrow excavation and placing operation shall be such that
the materials when compacted will blend sufficiently to secure the best practicable
degree of compaction and stability. Successive loads of material shall be dumped and
spread so as to produce the best practicable distribution of material and for this purpose
the Engineer may designate the locations in the fill areas where individual loads shall be
deposited.
The fill material shall be placed in layers not exceeding 225-mm thickness in loose state.
The thickness of the 1st layer may be increased to facilitate compaction with the approval
of the Engineer.
The fill shall be compacted at each lift to not less than 80% of the Standard Proctor Density
for fertilizing soil in the Turfing area.
The method of compaction shall be approved by the Engineer.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 36
Moisture Control
The moisture content of the fill material prior to and during compaction shall be
maintained and distributed uniformly through each layer. The allowable placement
moisture content will be determined by the Contractor on Engineer’s approval so that
fill placement can be made under optimum moisture content of the fill material.
Density Control
To determine the dry density requirements of the compacted fill, field and laboratory
tests shall be made on samples of compacted material taken on a 10-m grid.
Method of Measurement
The quantity of fill material shall be determined by initial & final survey details after
filling. Interim payments shall be made on quantities estimated by the Engineer.
6.3 SPECIFICATION FOR CONCRETE WORKS
Note:
Contractor shall also refer to the notes given on the structural drawings.
In-Situ Concrete
Grade of concrete used in the construction and the suggested mixes shall be as per the
relevant sections of BS or otherwise specified by the Engineer.
Ready Mixed Concrete
Specification of Concrete Mix.
The concrete used shall be ready mixed concrete in accordance with the
requirements of BS 5328 and also conform to the following.
(a) It shall be a designed mix.
(b) Cement used shall be ordinary Portland cement conforming to BS 12:1989
(c) Coarse and fine aggregates used shall conform to BS 882:1983.
(d) Nominal maximum size of aggregate shall be 20mm.
(e) Concrete shall be of grade, grade 25 or grade 30 or as specified.
(f) Minimum cement content 275 kg/m3.
(h) Slump shall be not less than 100mm and not to exceed 160mm.
(j) Maximum free water / cement ratio 60.
(k) Maximum cement content 400 kg/m3.
(l) Any admixture used shall be with prior approval.
The Contractor shall submit the designed mix specification to the Engineer for prior
approval.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 37
Reinforcement In Insitu Concrete
Reinforcing steel shall conform to the following standards:
Grade fy = 460 N/mm² – Deformed high yield steel bar reinforcement conforming to
BS4449: 1997
Grade fy = 250 N/mm² – Plain round steel bar reinforcement conforming to BS4449:1997
Contractor shall produce a certificate of origin from the manufacture and a test
certificate of compliance with the relevant Sri Lankan and British Standard from an
approved Laboratory at the Contractor’s own cost.
6.4 WATER PROOFING
General
Floors and walls of all concrete walls shall be coated with cementations water proofing
coatings. The method of application and quality of material shall be to the approval of the
Engineer.
The surfaces to receive the water proofing shall be smooth, free from dust and dirt. Splayed or
rounded fillets shall be provided between horizontal and vertical surfaces and at all junctions
of vertical or horizontal surfaces.
The joints in each application shall overlap one another and shall not coincide with the joints
in previous coats.
The Contractor shall ensure that the coatings are not damaged in any way and will provide
protection at all times during the execution of the Works.
Insulation, water proofing and tanking shall be applied in accordance with the directions of the
manufacturer of the materials and components, and the complete systems shall be fitted in
the works by experienced specialist crew.
Notwithstanding maintenance requirements for the works, the Contractor shall warrant the
Owner with the assurance of a reputable local insurance company that roofs and tanks shall
remain waterproof, vapour proof and damp-proof in respect of workmanship and materials
for a minimum period of 10 years calculated from the time that the works are certified as
substantially completed.
The form of guarantee offered by the specialist, applicator shall be submitted for the
Consultant’s approval prior to commencement of waterproofing. This guarantee shall in no
way indemnify the Contractor against the improper performance of the waterproofing system.
All structural components that retained or exclude water or any other liquid should be applied
with approved water proofing material.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 38
Roof slab should be externally water proofed and insulated by an agent approved by the
Consultant.
Structure
It shall be the Contractor’s responsibility to ensure that the specialist applicator takes note of
the type of the structure, nature and the location of waterproofing to be applied, including any
movement joints provided, when designing his water proofing system.
The laying of a water proofing system on a concrete surface will be taken as signifying the
acceptance of the surface, both in terms of surface quality, spacing and arrangement of
movement joints and the construction joints by the Contractor and his specialist applicator.
Application
Where applicable, aprons and other sections for roof/tank penetrations, trims, side laps, bends
and corners shall be incorporated, corrected finished and uniformly lined.
The water proofing system shall be dressed up all pipes and other penetrations to a minimum
height of 250 above the top of the concrete slab.
Sharp corners are to be filled with screed or other fillets and water proofing should be laid with
generous over lap as per manufacturer’s instructions.
When water proofing is to be applied on exposed areas, colours have to be approved by the
Consultant.
Where finished such as concrete paving or tiles etc. are specified to be laid over water proofing
membranes laid on concrete floors, the floor shall be tested for water-tightness prior to laying
of these tiles/paving etc. Sumps, tanks, etc., shall also be tested after the application of water
proofing systems. The cost of carrying out these tests including that of blocking any outlets etc.
shall be borne by the contractor. Where it is seen that water tightness has not been achieved,
the contractor shall take whatever remedial measures as are ordered by the Consultant and
the cost of all such measures shall be borne by the Contractor.
Joints with abutting walls, columns, piping etc.
Joints with abutting structures shall be carried out with materials as specified in the relevant
Clause of, other trades, such as weather sealant etc. all as generally shown otherwise in typical
details on the drawings.
Special joints, not shown on drawings or particular sections there of requiring special attention,
are deemed to be included in the Contractor’s Bid and are to be executed in a workman like
manner and in consent with and to the satisfaction of the Consultant.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 39
6.5 PUMP SPECIFICATION
The pump shall be Centrifugal type for dry installation with a capacity of 7ltr/s at 30m
pressure head
The Centrifugal type pump shall be dry installation with a capacity of 5ltr/s at 40m pressure
head.
The booster pump shall be dry installation with a capacity of 2.5ltr/s at 40m pressure head.
Material of impeller should withstand with the water pressure generated by the pump in
maximum pressure of the system.
Pump Construction
The impeller shall be precision make for maximum hydraulic efficiency and dynamically
balance for minimum vibration.
The pump housing shall be capable of withstanding 1.5 times closed valve pressure.
Pump Efficiency
Minimum pump efficiency should be greater than 60%
Following controls shall be available at control panel at the Pump House
Duty selection of pump
Mode selection and Auto/Manual operation of pump
Auto stop of the pump when water level at the sump tank reaches the minimum level &
water level at the overhead water tank reaches the maximum
It must include pressure gauges, foot valve & main switch with the system
6.6 LOW VOLTAGE ELECTRICAL SYSTEM
6.6.1 Scope of Work
The Contractor shall carry out the supply, delivery, erection, connection, testing and
commissioning of all the equipment and material for the complete LV Electrical Distribution
System of the Development area. The installation shall include but not necessarily be limited
to the following:
a) Main distribution board
b) Sub Distribution Boards / Consumer Units
c) Power cables – indoor & outdoor
d) Pump control panels.
e) Lighting system – indoor & outdoor
f) Small power installation comprising power socket outlets
g) Earthing system
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 40
Low voltage Electrical Distribution contractor shall cooperate and coordinate with
Construction Party. Electrical work shall cooperate and coordinate with other MCPI
(Mechanical, Civil, plumbing and IT) works. Electrical distribution System shall comply with
BS 7671: 2008 - Requirements for Electrical Installations. (IEE Wiring Regulation, 17th
Edition)
6.6.2 Site Conditions
All equipment shall be tropicalized and suitable for prolonged operation in tropical site
environmental conditions.
Altitude of site above sea level : not exceeding 10m
Ambient temperature : 32 0 C
Average relative humidity : Between 70 % and 85%
6.6.3 Power Supply
Power distribution within the outdoor Lighting after the CEB meter up to the Consumer Units
from Main Distribution Board comes under this contract of Low Voltage Electrical
Distribution System.
6.6.4 Electrical System
Nominal system voltage
Between phases : 400 V/50Hz
Between phases & neutral : 230V/50Hz
Wiring system : Three phase, four wire
Earthing system : Solid Earthing, TT system
System short-circuit RMS current : 50kA (maximum)
6.6.5 General Requirements
Drawings
Positions shown in the Construction drawings for electrical equipment, lighting fixtures,
power socket outlets, Cable paths etc. are approximate and actual position shall be decided
at the site, and shall be marked on the Contractor’s shop drawings.
Samples
The contractor shall formally submit samples of materials and items of equipment for
approval of the Engineering Consultant/Architect before installation.
Experience of Contractor
Work shall be carried out by an experienced electrical contractor who has previous
experience in similar projects and shall have necessary tools, equipment and experienced
staff for electrical installation and testing.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 41
6.6.6 Main pump control panel-control pumps at tube wells
Pump control panel supplier should have minimum 10 years’ experience in control panel
fabrication industry. All accessories, equipment shall be European manufactures.
Contractor shall obtain prior approval for shop drawings/control logic diagrams of control
panel prior to fabrication.
Contractor shall supply and install wall mounting type Pump Control Panel made of
Stainless Steel. (Grade 316 of Stainless steel shall be selected considering the highly
corrosive environment in the coastal area). Color shall be RAL 7032 (gray color). Panel shall
be wired as described diagram (Drawing No-C-1534/P-03/EL/001).Panel thickness
shall be 1.2mm.
The panel shall be dust and vermin proof and the enclosure shall provide degree of
protection not less than IP 55.
The panel shall be with front access, suitable for indoor use. Access doors and covers shall
incorporate sealing gaskets. Busbars shall be of H D H C tinned copper. Phase and neutral
bars shall have the same cross-sectional area.
The Panel shall comprise the equipment indicated in the clause 1.2 below with
auxiliary fuses, panel lighting, small wiring and interconnections where they
necessary.
All metal work (other than current carrying parts) shall be bonded to an earthing bar
(complying with BS 1432 ) and provision shall be made for bonding the armouring and
metal sheath of incoming and outgoing cables.
All live terminals and components within the panel shall be shielded in such a manner as to
prevent inadvertent contact with them. All live terminals and components mounted on
panel doors shall be shrouded such that contact can only be made after removal of the
shroud.
All internal wiring shall be carried out neatly and shall wherever possible be housed in
wiring trunking forming an integral part of the panel,
Connection facilities for outgoing/incoming circuits shall be provided at the bottom of the
panel as appropriate for the feeder.
All cables shall have crimped temination and shall be identified by means of glossy plastic
ferrules at both ends, showing the wire number as indicated in the schematic diagrams. The
ferrules shall be indelibly marked.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 42
Before manufacture, the Contractor shall submit to the Engineer for approval, detail
drawings showing the layout, construction and connection of the Panel.
Components of Main Pump control Panel:
• PLC Unit
04 Nos. of Knob type - two position cam switch as Auto/Manual selector switch for
selecting the operation mode of of pumps located at 4nr of pump houses. Shall have
engraving on top as "Auto/ Manual Selector switch” and selector positions as "Auto/
Remote" & "Manual! Local".
• Level indication (LED) for ground sump.
Level indication (LED) for 6nr of wells.
Level indication (LED) for operating pump house.
Level control relays to obtain inputs from 6nr of wells.
For each of OH tank and Ground Sump Low level and high level indication shall
be available on the main panel.
• Panel internal lights
Buzzer for fault indication
• Any relevant control wiring.
Pumps shall be automated using PLC logic.
When ground sump is below some minimum low level the pumps located at 6 Nos. tube
wells/4nr of pump houses (capacity 7.5 hp each-Duty/stand by) shall start operating
simultaneously, only if the water levels of particular wells are not low. Pumps shall have
time delays among each other to avoid the inrush currents of four pumps occurring at the
same time. They shall stop when high level of ground sump is reached.
All the pumps shall have ability to operate both automatically and manually. Auto/Manual
selector switch for all pumps shall be provided.
To operate the pumps at wells, selector switch at main panel for the respective pump shall
be turned to Local/Manual position and shall be started from the push buttons available at
the local panel.
Pump dry running protection shall be included in all pumps. Pump trip in level Low
condition.
PLC Unit
PLC Unit with CPU modules, Power Supply modules, digital input cards output cards,
input relay card/optical isolation cards and accessories etc, shall be provided.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 43
Circuit Breakers (MCB and MCCB)
MCCB used for pumps shall he of Type C and MCB for consumer unit shall be of Type B as
specified in the Single line diagram.
Molded Case Circuit Breakers (MCCB's) shall comply with IEC 947-2 and Miniature Circuit
Breakers (MCB's) shall comply with IEC 898. The breakers shall be operated by a toggle.
Indicator Lights
Indicator lights for water levels shall comprise a chromium plated brass panel-
mounting lamp unit, lamp-holder, lamp and colored glass lens housed in a chromium
Plated brass bezel.
Labels shall be provided to describe the duty of or otherwise identify every
Instrument, or other item of equipment mounted internally and externally. Switch
positions shall be fully identified. Wording shall be clear, concise and unambiguous. In
addition to component labels, each cubicle door shall bear a large identification
Labels and the panel shall include large, prominent overall identification label.
Local panels
Local Panels are located (existing panels) at the pump houses constructed adjacent to the
Wells. Contractor shall inspect existing panel boards and identify any faulty or malfunction
of existing panel & propose rectification methods, etc.
Pump control panel-sump
Pump control panel supplier should have minimum 10 year’s experience in control panel
fabrication industry. All accessories, equipment shall be European manufactures.
Contractor shall obtain prior approval for shop drawings/control logic diagrams of control
panel prior to fabrication.
Contractor shall supply and install wall mounting type Pump Control Panel made of
Stainless Steel. (Grade 316 of Stainless steel shall be selected considering the highly
corrosive environment in the coastal area). Color shall be RAL 7032 (gray color).
When ground sump level is above some minimum level, the main pump shall start pumping
to OH tank. If some fault occurred with the priority pump, the standby pump shall start
automatically. Control panel should have all equipment’s specified in the BOQ.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 44
6.6.7 Low Voltage Switchgear
Main Distribution Board
The main distribution boards shall be of the made out of (1.2 mm thickness) Stainless Steel
Grade AISI 316, BS 5486 (IEC 60439) and this specification where applicable.
Finished panels shall be without sharp edges and all exposed screws, bolts and similar
fastenings shall be smooth surfaced and protectively plated to prevent rusting.
Enclosure protection class, including cable connection chamber, shall be IP 54 as a minimum.
The distribution board shall comprise the equipment indicated in the BOQ schedule together
with all current transformers, auxiliary fuses, protection relays, small wiring and
interconnections.
The distribution board shall be flush fronted with front and rear access. Access doors and
covers shall incorporate sealing gaskets.
Busbars shall be of HDHC tinned copper. Phase and neutral bars shall have the same cross-
sectional area, with a current carrying capacity as indicated in the schedule.
A tinned copper earthing bar complying with BS 1432 sized to withstand the short time
current of the distribution board shall be securing fired to and extend the full length of the
distribution board and be connected to an earthing terminal at each end. All metal work
(other than current carrying parts) shall be bonded to the Earthing bar and provision shall
be made for bonding the armoring and metal sheath of incoming and outgoing cables.
All internal wiring shall be carried out neatly and shall wherever possible be housed in wiring
trunking forming an integral part of the distribution board.
Connection facilities for outgoing circuits shall be provided at the top and bottom of the
distribution board as appropriate for the feeder. Incoming connections shall be from the
bottom.
All live terminals and components within any panel shall be shielded in such a manner as to
prevent inadvertent contact with them. All live terminals and components mounted on
panel doors shall be shrouded such that contact can only be made after removal of the
shroud.
Before manufacture, the Contractor shall submit to the Engineer for approval, detail
drawings showing the layout, construction and connection of the distribution board.
Consumer Units
Consumer Unit shall in general comply with the specification of sub distribution board except
that the enclosure of the consumer unit shall be made of non-breakable plastic and provided
with a transparent door.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 45
Consumer Unit shall comprise the equipment indicated in the drawings together with all
terminals, bus bars, small wiring, interconnections etc.
Moulded Case Circuit Breakers
Moulded Case Circuit Breakers (MCCB’s) shall comply with IEC 60947-2.
The operating mechanism shall be of the quick-made, quick- break, trip-free type with the
speed of operation independent of the operator. The mechanism shall be designed to
operate all poles simultaneously during opening, closing and tripping conditions.
The breakers shall be operated by a toggle unless otherwise specified in the schedules,
drawings or bill of quantities.
The breakers shall be provided with thermal bi-metallic elements for an inverse time-current
trip characteristic to protect against sustained overloads and instantaneous magnetic trip
elements for short circuits protection.
Thermal trips shall be adjustable. A single adjustment shall ensure the setting of all poles in
a multi-pole breaker simultaneously.
Tripping time of the breaker shall be adjustable.
Miniature Circuit Breakers
The miniature circuit breakers (MCBs) shall comply with BS 3871 Part I and shall have a Type
2 Classification. The current rating and short-circuit breaking capacity shall be as indicated
in the drawings and/or bill of quantities. If the short-circuit breaking capacity is not
specifically indicated in the drawings and/or bill of quantities a minimum short circuit rating
of 6kA shall apply.
The frame size of all MCBs shall be the same so that they can be easily interchanged.
Circuit breaker dollies shall be of the trip-free pattern to prevent closing the breaker on a
faulty circuit and they shall be engraved to indicate the ON/OFF position.
Residual Current Devices
Residual current devices (RCDs) shall provide accident protection by interrupting dangerous
contact voltages, which may be present in faulty electrical appliances as a result of frame
faults, insufficient insulation on misuse. They shall provide a high degree of protection
against earth faults, fires and electric shock.
RCD shall conform to BS 4293 and shall be sensitive to pulsating DC fault current.
Each RCD shall consist of a current transformer, a tripping coil with contact assembly, main
supply contacts, ON/OFF switch, a test button and a trip-free mechanism, all mounted on
robust body of all insulated material. RCD shall be suitable for operation on a 230V, 1-ph,
50 Hz supply and shall give trouble-free service in the locally prevailing climatic conditions.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 46
The tripping current shall be 30 mA unless otherwise specified.
Power Analyzers
The following measurements shall be possible with the Power Analyzers.
Instantaneous RMS values
Active power (kW) and reactive power (kVAR) - total and per phase
Current (A) – 3 phases and neutral
Voltage (V) – phase to phase and phase to neutral
Frequency (Hz)
Apparent power (kVA)
Power factor
Energy values
Active energy (kWh)
Reactive energy (kVAR)
Demand values
Maximum active power demand (kW)
Accuracy of multi function power meter shall be not less than the following.
Energy and power accuracy: 2%
Current and voltage accuracy : 0.5%
All Current Transformers, potential Transformers required for Power Analyzers shall be
provided.
Surge Protection Devices (SPD)
Surge Protection devices installed shall be according to the standard IEC 61643-1.
SPD installed in MDB shall be Class I type. Following minimum parameters shall be
applicable to these SPD .
Nominal Voltage : 480V
Impulse Discharge Current >= 50kA ( 10/350 µs )
Nominal Discharge Current > = 30kA (8/20 µs )
Maximum Discharge Current > = 100kA (8/20 µs )
Let Through Voltage <= 1.3kV
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 47
6.6.8 Cables, Cable Trays and Conduits
General
The cables shall be sized to comply with the regulations for Electrical Installations published
by the Institution of Electrical Engineers, London, except where specified sizes of cables are
shown on the drawings or detailed elsewhere in the Specifications or Schedules.
No cable conductor shall be less than 1.0 mm2 cross sectional area.
Preferred colour coding shall be as follows:
Function Colour
Phase L1 Brown
Phase L2 Black
Phase L3 Grey
Neutral N Blue
Earthing Yellow/green
Feeder Cables
Feeder cables from the Main Distribution Board and Distribution boards shall be of
Cu/PVC/PVC or Cu/XLPE/PVC multi-core cables and shall be of 600/1000 Volt grade
complying with BS 5467 or IEC 60502.
Cable sizes shall be as indicated in the drawings and /or bill of quantities.
Wiring Cables
Cables of final sub-circuits, from distribution boards to lighting points, socket outlets, fan
points etc., shall be of PVC insulated PVC sheathed copper conductor cables complying with
BS 6346 or BS 6004 as applicable.
Unarmored Cables
All XLPE insulated unarmoured cable shall be installed in cable tray and/or drawn through
securely fixed conduits as applicable.
Cables - Installation
Cable routes are indicated on the drawings for tender purposes but exact final routing shall
be agreed with the Engineering Consultant.
All work shall be carried out by the Contractor who is to include for the supply and
installation of all jointing materials, cable, supports, steel work racks and making all
necessary terminations. The cables shall be installed and tested in accordance with the
appropriate Clauses of the IEE Regulations (BS 7671).
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 48
Cables shall at all times be handled with care and every effort made to avoid damage.
Unloading, rolling to position and mounting of cable drums shall be carried out efficiently
and carefully in the recognised manner and cable shall be pulled from the top of the drum
and twisting shall at all times be avoided.
The Contractor shall take particular care to avoid damage to other services which may run
adjacent to or across the route of the cables being installed.
All cables shall be firmly and adequately supported from cable hangers for the whole of
their length except where they run through pipe ducts, cable trays or buried direct in the
ground.
Except for terminations at a factory-made switchboard, distribution board or item of
switchgear, no joints shall be made between lengths of cable.
Cable Glands
The cables shall be terminated at the equipment served by a mechanical type, brass cable
gland conforming to BS 6121. For armoured cables, the gland shall be complete with
armouring clamp suitable for bonding the armouring to the unit served, by means of 25 mm
x 2.5 mm copper tape and the bonds shall be carried out at the time of making the joints.
Metal Conduits
Metal conduit shall be heavy gauge, galvanized steel tube, and screwed jointed type
conforming to BS 4568.
Conduit fittings shall be finished to the same classification of production as the conduits.
The conduits throughout shall be of sufficiently large section and so arranged with draw-in
boxes to allow either an easy draw-in or out of any or all of the cables which must not
exceed the number set out in the appropriate table of the IEE Wiring Regulations. Conduit
of less than 20 mm diameter shall not be used.
PVC Conduits
Conduits which are concealed in building wall plaster and used for internal lighting and
power installation shall be rigid, round PVC tubing conforming to BS 4607 (Metric).
The conduit shall be of sufficiently large section and so arranged with draw-in boxes to allow
either an easy draw-in or out of any or all of the cables which must not exceed the number
set out in the appropriate table of the I.E.E. Wiring Regulations.
The conduit system shall be a continuous and effective means of protection for the wiring.
The conduit shall be laid as far as possible in straight lines.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 49
Outgoings & incoming cable openings of UPVC conduits should be properly sealed suitable
for vermin proof & weatherproof. Exposed, Flexible PVC conduits will not be allowed.
PVC Conduit Boxes
All boxes and fittings shall conform to BS 4607 and shall be made of rigid PVC. Underground
cable junction shall be comply with DIN VDE V 0606-22-100 or equivalent.
Boxes for switches, sockets, outlets, etc., shall be of rigid PVC and dimensions shall be
suitable for fixing switches, sockets and other accessories as applicable.
All boxes shall be provided with tapped brass inserts for fixing the screws and where
necessary to comply with the appropriate clauses of the IEE Wiring Regulations, with brass
earthing terminals.
All adaptable boxes and lids of the same size shall be interchangeable.
6.6.9 Submission for Approval
General
The Contractor shall make for approval by the Engineer of the following. But not be limited
to those.
Detail and/or Shop Drawings
Samples of Material, Component and Fixed and Equipment
Schematic & Interconnection Diagrams
Certificate of Compliance /Test Reports.
Shop Drawings
Shop drawings of all electrical circuit and wiring diagram and any other drawings
necessary for fabrication and installation of the system shall be supplied in triplicate
to the Engineer to determine the adequacy and suitability of the layouts of the proposed
low voltage electrical system.
Samples
Samples of all materials to be supplied under the contract such as light fitting. Lamp,
socket outlets, cables and insulating materials shall be supplied to the Engineer for
approval. Such samples shall be kept with the Engineer until completion of the Works
and same will be released to the Contractor on completion of work. The items of
supplies used for the project shall be equal to the approved sample.
As – Built Drawings
On completion of the installation, the Contractor shall prepare a set of As-built Drawings
incorporating all changes made to the original design and drawings, which shall represent
an accurate description of the installed system.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 50
Handing Over Documents
The final handing 0ver documents to be submitted by the Contractor on completion of the
installation shall comprise the following.
a) Commissioning Sheets (3 copies)
b) Test Report (3 copies)
c) As Built Drawings (3 copies)
These documents in required number of copies specified should be supplied to the Engineer
within 30 days on issue of taking over certificate. All documents submitted shall be of hard
bound cover.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 51
Section - 7
BILL OF QUANTITIES
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 52
7.0 PREAMBLE TO THE BILL OF QUANTITIES
7.1 SITE WORK
Site Location
The Site is Located at National Holiday Resort, Bentota.
Works covered by the Contractor
The Conditions of Contract, the Specifications are to be read in conjunction with the Bill of
Quantities.
The cost of complying with all conditions, obligations and liabilities described in the Conditions of
Contract and the Specifications and the Bill of Quantities including all overhead charges (excluding
VAT) and profit and carrying out the work as described shall be deemed to be spread over and
included in the prices or sums stated by the Bidder in the Bill of Quantities. VAT should be
separately added.
When trade names, brand and/or catalogue numbers are referred to, sole preference to any
material or equipment is not intended. Any other material or equipment may be used, provided
that the characteristics of type, quality, appearance, finish, method of construction and/or
performance is equal to or superior to specify.
Whenever the method of measurement is not clear from documents available, the principles as
given in the Sri Lanka Standard 573, 1982, Method of Measurement of Building Work shall be
applicable.
All items of work shall comply exactly with the Contract unless otherwise approved by the
Engineer and the rates and sums inserted in the Bill of Quantities shall be deemed to apply to the
work as specified. If, for his own convenience or reasons of availability, the Contractor proposes
and the Engineer approves the use or provision of alternative items, materials or method of
working, or equivalent or superior quality to those specified in the Contract, the rates and sums
inserted in the Bill of Quantities shall not in any case be increased as a result.
The quantities set out in the Bill of Quantities are provisional and cover the approximate scope of
the work which is anticipated to be performed by the Contractor. The actual quantities used for
final measurement purposes will be determined by the Engineer by measurement of the work
completed by the Contractor.
Where, for his own purposes or due to his own default, the Contractor carries out the Works in
such a manner that the quantity of any Item of work in particular component to be measured for
payment purposes differs from that directed by the Engineer, then payment shall be made
according to the lesser of the actual quantity and that directed. An excess quantity in one part of
the component shall not, however, be allowed to offset a deficit elsewhere in the same
component for measurement purposes.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 53
Where the determination for payment purposes of the quantity of any Item of work depends upon
the measurement of existing features or ground levels and the like, then prior to carrying out any
operations which might affect such measurement, the Contractor shall first take such levels and
measurements as the Engineer may direct and, after the Engineer has had the opportunity to
check the same, they shall be certified as agreed by both the Engineer and the Contractor. In the
event that the Contractor fails to observe the above procedure, the Engineer shall determine the
quantity to be assumed for payment purposes using the best information available to him, and his
decision in the matter shall be final.
Items in the Bill of Quantities where “Rate Only” is specified shall be priced as required for a unit
quantity of that item and shall not be carried to the total of Bill of Quantities.
Metric units are used throughout the Bill of Quantities for measurement purposes unless
otherwise indicated. Abbreviations used in the Contract are as follows:-
mm - Millimeter
m - Linear meter
kg - Kilogram
m2 - Square meter
m3 - Cubic meter
nr - Number
Rs. - Sri Lanka Rupees
Cts. - Cents
Prov. Sum - Provisional Sum
L.Sum - Lump Sum
Bidder should visit and acquaint themselves with all existing conditions, the nature and extent of
work to be done under this contract ascertaining the conditions governing access to the site, the
extent of work and accordingly include for, in their prices.
Rates shall also include for :
a. Equipment, tool etc. scaffolding, all labour and waste incidental material fixing media
cartage, hoisting, fitting and fixing complete to work in order and relevant overheads
expenses and profits and for comply with by laws and regulations lawfully imposed by the
Local Authorities etc. Any cost of recess of all switches, fan regulators, DP switches, power
socket outlets, and junction boxes to the wall properly.
b. All costs associated with provision of all holes, openings, chases, ducts and other builders'
work required for all installation works under this contract, and make them good.
Bidder shall submit a sample of items (electrical switch gears, power and telephone outlets,
panels, fittings & cables, sanitary fittings etc.) proposed by him, to the Engineer, two (2) months
prior to the installation of the same, and shall obtain his approval.
All electrical panel boards, consumer units and telephone distribution frames, junction boxes
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 54
should have lockable doors, wire numbering and a laminated line diagram should be pasted on
the inside surface of the door.
The wiring installation shall comply with the requirements of IEE Wiring Regulations, latest edition.
Testing and commissioning of all installations should be carried out by the contractor.
Any discount offered will not be considered for Provisional Sum Items.
GENERAL
It is the tenderer’s responsibility to see that the prices include for complying with all the requirements of the other documents whether specifically referred to in Bill of Quantities. The Tenderer is advised to visit the site of the proposed work and it is the responsibility of the Tenderer to ascertain the conditions governing access to the site, the extent of working space storage area etc. The rate for each item shall also include for all the following.
1. Labour and all connected cost.
2. Materials and goods including all connected cost.
3. Complying with regulations of the Municipal Council and/or any other relevant authority under which particular item of work is to be executed unless otherwise included in the preliminaries .
4. Plant and equipment unless and otherwise included in preliminaries.
5. Protecting and clearing.
6. In addition to above, the rate for item of work in substructure shall include for the works at depth extending below ground water table where applicable including excavation under water, removal and disposal of mud, stand and preparation of place to a condition suitable for proper execution of the work.
A) EXCAVATION AND EARTH WORK
Rates shall include for:- a) Leveling bottom of excavations.
b) Back filling with selected excavated material and consolidation.
c) Dewatering including pumping out water up to the nearest manhole
in the existing drainage system.
d) Disposal of surplus excavated material away from the premises.
e) Bulking after excavation.
f) Necessary Planking and strutting.
g) Working space if required.
The measurement for excavation shall be taken according to Sri Lanka standard 573: 1999.
HARD CORE FILLING
Rates for hardcore filling shall be strictly as per specifications and to be priced accordingly. Rates for hardcore filling shall include delivery, filling in layers as per specifications and consolidating ramming, compacting etc., using equipment approved by the Engineer
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 55
The contractor shall obtain prior approval from the Engineer for characteristics of the soil to be used for filling. The measurement for earthwork has to be the net volume of earth after compacting to the approval of the Engineer.
B) CONCRETE WORK
Unless otherwise stated all concrete shall be:- a) All concrete shall be so cast as to receive only that finishing on it's exposed faces as
specified in the respective items in the BOQ
b) All concrete shall be made dense with a vibrator and finished with monolithic to receive tiles, granite etc. The type and stability of which shall be agreed with the Engineer prior to commencement of concerning of each item.
Rates shall include plant for mixing, handling, hoisting, depositing compacting, vibrating, curing, making good after removal of form work and for any tests when necessary. Rate for concrete work shall include any filler boards and sealants and external wall finish and shall be to the Engineer's approval. Wherever the grade of concrete has been specified in the drawings, it shall supersede the clauses above and the drawings shall be final. Rate for concrete shall include forming joints between new concrete and old concrete as per drawings and specifications unless separately stated or provided for. Formed joints deemed to include form work. Sealants work deemed to include preparation, cleaners, primers and sealers. Rate of concrete shall include cube testing and concrete cube shall be taken as directed by the Engineer.
FORM WORK Form work centering and molds for concrete construction shall be of plywood shall be erected true in
line, levels and vertically and to the required shapes and sizes and shall be of suitable design and
substantial and rigid construction as to prevent deformation due to the placing and compacting of
concrete and any incidental loading. All form work and cantering shall be so constructed that no grout
shall leak out during concreting.
Form work and centering shall be provided with adequate walling, struts braces, ties and clamps so as
to maintain the dimensions lines and levels shown on the drawings during the entire operation of placing
and compacting the concrete and to prevent any sagging exceeding 3 mm under the weight of wet
concrete and any other super imposed loads which they would be subjected to during construction.
The contractor shall provide sufficient form work and molds to ensure the adequate progress of work
and the Engineer may direct the contractor to provide at contractor's expense such additional form work
and molds as they may deem necessary if in his opinion the proper progress of the work is retarded by
their absence.
Rates shall include all necessary boarding, supports, erecting, framing, cutting angles, cleaning, wetting
and treatment before placing concrete and striking or removal etc.
Formwork has been measured the net contact surface measurement between concrete and formwork.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 56
Formwork to beams, columns and casings deemed to include ends.
REINFORCEMENT The size of reinforcement rods described in the drawing or elsewhere shall be the minimum size and the
rolling margin and any other tolerance shall be wholly above this size. Hooks and laps have been
measured with the quantities.
All reinforcement shall be free from mill scale, dirt, oil, paint, grease or loose rust before fixing in position
and shall be brushed with a stiff wire brush if so directed by the Engineer.
Reinforcement shall be bent cold by applying a slow even pressure on an approved type of bending
apparatus.
Re-bending of incorrectly bent bars shall not be attempted.
Rates shall include cutting, bending, fabricating, placing in position, holding and supporting including
temporary fixing supports, hangers and binding wire, ties, spaces, chairs and stools.
Fabric reinforcement is deemed to include laps, tying wire, all cuttings and bending and spacers and
chairs and stools.
Reinforcements as per B.S. 4449 or 4461 having minimum characteristic strength of 460N/mm2 for
high yield steel & 250 N/mm2 for mild steel.
C) MASONRY WORK
Brick Work, Block Work and Rubble Work Rates shall include all rough and fair cutting, plumbing angles, forming rebated reveals, rough arches,
raking out joints for pointing, plastering etc., cutting and pinning, forming or cutting chases, making good and like expenses.
Rates shall include all goggles, cramps, dowels, ties, templates, plumbing, settings, jointing, pointing, and fixing in position including hoisting and cleaning down.
Rates shall include Builders work in connection with electrical installation, plumbing and drainage work.
Rates shall include provision of stiffeners for all 112 mm thick walls, which exceed 2400 mm length. Rates for brick work shall include preparation of surface to receive any external wall finish and shall be
to Engineer's approval. Rate shall include preparation of existing surface for proper bonding. Rate shall include scaffolding whether specified separately or not. Rates shall include extra material for curved work.
Rate for Brick Work shall include form joints between brickwork and existing surfaces of any material, approved filler between joint and approved sealant.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 57
D) FLOOR, WALL AND CEILING FINISHES Rates shall include all temporary rules, screeds, grounds etc., raking out joints of new brickwork or
hacking new concrete for key, internal and coved angles, joints between different surfaces and between new and old plastering, arises, quirks, intersections between curved or irregular surfaces etc., and all making good around pipes, sanitary fittings and similar fixtures.
Rates for plasterwork shall include expanded metal or the like in areas of different modes of construction.
(e.g. Block work and concrete work.) Rates shall include Builders work in connection with electrical installation and plumbing. Rates for plasterwork shall include forming door and window reveals unless separately stated or
provided for Rates shall include leaving soffit of slab of even finish to receive ceiling finishes. Rates shall include making adequate space for drawing of all conduits on walls and partitions. Rate shall include proper finishing at fair joints and outlets, working over and around obstructions,
dividing strips where applicable, and all extra work necessary for patterned work, Treads and risers are deemed to include fair edges, internal and external angles. Strings and aprons are deemed to include ends, angles, rammed and wreathed covers. Skirting kerbs and edges of floors are deemed to include fair edges, rounded edges, covered junctions,
angles, angles and the like. E) PAINTING
Rates shall include preparation of surfaces, cleaning down, smoothing knotting, stopping etc. protection of floors and fittings, removing and replacing door and window fittings if required and cleaning upon completion and the like.
Rates for painting shall include one coat of Acrylic filler and finished with perfectly levelled paint consisting of two coats of approved colour and quality and shall be to the approval of the Engineer.
Painting in metal work is deemed to include work to attached holder bats, fastenings and the like.
Work to services is deemed to include work to saddles, pipe hooks, holder bats, conduit box and the like.
Rates for painting work shall include painting door and window reveals unless separately stated or provided for.
F) PLUMBING AND DRAINAGE WORK Rates shall include screws, nails, pipe hooks, saddles, brackets, sockets, connections, lagging short
lengths, bowknots, nipple joints, concrete blocks and the like and all holes, chasing. Rates for pipes laid underground shall include necessary excavation to required gradient, backfilling,
embedding in concrete and disposal of surplus excavated material as directed, any special protection to pipes if necessary etc.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 58
Any special water service and drainage fittings, such as bends, tees, reducers etc., unless separately stated or provided for in the Bill of Quantities, shall be included with the pipes and rates for pipes shall include such fittings and any extra work involved for the satisfactory completion of such items.
All work shall conform to the general specifications and special specifications for drainage and water service and to the requirements of the local authorities.
Unless otherwise specified in the BOQ, the rates for the following shall include P.V.C. piping for water
service/waste water etc., such plastic piping and fittings shall comply with the latest B.S.S viz. B.S.S. 3505 for PVC Pipes and BSS 1972 for polythene pipes.
The diameter of piping shall be the nominal internal bore of the pipe.
Rates for piping shall include all elbows, bends, tees, stop ends, junctions, reducers inspection opening and all other similar fittings and testing.
Rates for piping for plumbing and drainage work shall be up to the fixing of the sanitary fitting. Quality of sanitary fittings shall be as provided in the special specification or equivalent quality. Rates
shall include all necessary accessories to working order. It is Contractor's responsibility to obtain approval of the fittings prior to fixing.
All pipes shall be of U.P.V.C. and the type as specified in drawings.
LIST OF RECOMMENDED MANUFACTURES – PLUMBING WORKS
Item Manufacturer/Brand Name
Country of Origin
1.
Cold water supply pipes and fittings
S-Lon
Anton
National
or approved equivalent
Sri Lanka
2.
Soil & waste water Disposal and Rain
water piping system
S-Lon
Anton
National
or approved equivalent
Sri Lanka
3.
Taps & Valves
Rocell
Kent
Grohe
Plumber
Peglar
or approved equivalent
Italy
Germany
Note:
The reference made here to certain manufacturers` products and items identified by registered
trademarks, this has been done for the sole purpose of defining and establishing standards of quality
and performance and not with the intention of restricting the procurement of materials or fittings
to a particular manufacturer.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 59
G) ELECTRICAL/ MECHANICAL
Bidders shall refer the Conditions of Contract and ICTAD Specifications SCA/8:2000,
ICTAD/DEV/14 and British Standard Code of Practice BS 5306 : Part 1 and BS 5839 : Part 1 in
addition to the descriptions in the BOQ and drawings prior to pricing of this BOQ. List of
tender drawings is given in Section 8. Aforesaid documents shall be considered
complementary and mutually explanatory. Notwithstanding sub-clause 2.3 of the Conditions
of Contract, where there is a conflict between documents, descriptions in the BOQ shall take
precedence. Bidder’s price for each item shall include for the completion of the entire
system to working order as described in these bidding documents, including testing and
commissioning and maintaining.
Rates shall include all conduits, conduit fittings, junction boxes, draw wire, cables, earth
conductors, screws, nails, hardware, fixing and insulation materials, cutting holes and chases
in brick work, concrete work etc., and making good.
The contractor shall include in his rates the cost for supplying, installing and laying of all
conducting, wiring, wooden plugs, wooden boxes, panel boards etc.
The contractor shall price for all switches, ceiling roses, holders, flexible codes etc., for all
light fittings and fans (wherever necessary) main switches, earth leakage, circuit breakers
etc., as shown in detail in the drawings, the quality and workmanship of which shall be to
the approval of the Engineer.
The height and the position of the lights shall be as per Engineer / Architect approval.
It is the contractor's responsibility to get the approval of the Consultant for electrical
accessories, wires etc., and prior to installation.
Rates for light fittings shall be up to the fixing point of the light fitting.
Rate for light fittings shall include supply and fixing of fittings. It is Contractor's responsibility
to obtain approval for such fittings by submitting samples prior to supply and fixing in
position.
Rates shall include
(a). Supplying, installing, testing and commissioning of the system for power and lighting. All complete to the working order and to the entire satisfaction of the engineer.
(b). All materials, equipment, wiring and workmanship shall confirm to local codes of specification, BS Standards, latest I.E. regulations and Ceylon Electricity Board specifications.
(c). Make and manufacture of equipment to be submitted with the tender for Engineer / Architect approval.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 60
GRAND SUMMARY
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 61
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR-BENTOTA
BILL OF QUANTITIES GRAND SUMMARY
Bill No. Description Amount
LKR
A Preliminaries
B Pump Well 01,02,03
C Renovation of Water Tank
D Renovation of Tube Well, Sump, Pump House & Store
E Water Sump
F Pipe Network & Pumps
SUB TOTAL (1)
Ddt - Discount (if any)
SUB TOTAL ()
G Add - Provisional Sums 7,250,000.00
GRAND TOTAL Carried to form of Bid (EXCLUDING VAT)
Add- VAT (8%)
GRAND TOTAL INCLUDING VAT
Tenderer's VAT registration No. …………..………..………………….………….………………………………………........................................................................…
Tender Amount (in words) Sri Lankan Rupees ……..…….....…...………..…….………………………….………………………………………………………………..…………………………………………………………………………………………………………………………………………………………………………………………………..
………....………..………..………………........................………………………………………..……………………………………………………
Name of Bidder: …................………………...…………………………………………………………………………………………………..
Address:
…………..……………………………………………………………………………………………………….…………………………………
……………………………………………………………………………………………………………………………………………………………………
Signature and Seal :
Rs. Cts. Rs. Cts.
A. PRELIMINARIESNote : Following items to be priced as
appropriate.
The tenderer is advised to visit the site of the
proposed work, as it is his responsibility to
ascertain the Conditions, governing access to the
site, the external working space, storage area,
status of the adjoining properties etc.
Note
The Contractor shall be responsible for any loss or
damage to the work, existing structures, adjoining
structures and unfixed materials.
Note
The contractor shall responsible for providing
adequate provision to reduce the amount of
vibration dust pollution and noise from the site
and shall be the contractor's responsibility for any
complaints, damages or claims in connection with
works.
Note
The contractor shall be responsible for providing
and maintaining access to the site. It would be his
responsibility to complete the access road to suite
the requirement of the project
Note
The contractor shall be responsible for carrying
out accurate survey to define the building site
works etc., and check the layout and all levels and
such other surveys as may be necessary to
establish accurately the placing of forms and
pouring of concrete and all other works and
setting out in both vertical and horizontal plane.
Note
All the temporary works shall be dismantled and
cleared away from the site on completion of the
work
Note
Any other preliminary items not listed
below/above but deemed to be included in the
tender rates, as no extras would be made
Note
Mode of payment for preliminary items shall be as
described below;
(A) - Reimbursement of actual cost on submission
of the relevant documents acceptable to the
Engineer plus 5% of the actual cost of obtaining
the Insurance Policies and Securities, subjected to
the maximum quoted for that item.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. A : PRELIMINARIES
BILL OF QUANTITY
ITEM
NO.DESCRIPTION
PAYMENT
MODEQTY. UNIT
RATE AMOUNT (RS)
Page | 62
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. A : PRELIMINARIES
BILL OF QUANTITY
ITEM
NO.DESCRIPTION
PAYMENT
MODEQTY. UNIT
RATE AMOUNT (RS)
(B) To be paid on signing of the formal Contract
Agreement.
(C) 60% on completion of temporary buildings or
structures. 30% in equal installments over the
contract period and balance 10% on dismantling
and removal on completion.
(D) Paid on satisfactorily completion of the item.
(E) In equal installments over the contract period.
(F) Mode of payment to be mutually agreed
between Contractor and the Employer at the
commencement of contract in relation to the
Programme of work.
(G) On the completion of Works.
Insurance and Securities
A.1 Allow Lump sum for providing a Performance
Security as specified.
A Item
A.2 Allow Lump sum for providing an Advance
Payment Security as specified.
A Item
A.3 Allow Lump sum for insurance of Works,
Machinery & Equipment, Plant, Materials, third
party persons & property and Employer's
personnel & property at site as per the Contract.
A Item
A.4 Allow Lump sum for insurance against accidents
and injury to Contractor's personnel as per the
Contract.
A Item
Engineer's Facilities
A.5 Constructing, maintaining, dismantling and
removal on completion of the Works, a temporary
building for Engineer's office in conformity with
the plans provided for Engineer's requirements,
including necessary furniture and fittings,
furnishing, sanitary facilities and other facilities.
C Item
Contractor's Facilities
A.6 Allow lump sum for constructing, maintaining,
dismantling and removal on completion of the
works, a temporary site office of adequate size
including staff rest room and toilets and other
facilities for the Contractor's site management
staff in accordance with the plans prepared by the
Contractor and concurred by the Engineer.
C Item
Page | 63
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. A : PRELIMINARIES
BILL OF QUANTITY
ITEM
NO.DESCRIPTION
PAYMENT
MODEQTY. UNIT
RATE AMOUNT (RS)
A.7 Allow lump sum for constructing, maintaining,
dismantling and removal on completion of the
works, buildings to be used as workshops and
stores for materials.
C Item
A.8 Allow lump sum for constructing, maintaining,
dismantling and removal on completion of the
Works, temporary buildings in accordance with
the plans prepared by the Contractor and
concurred by the Engineer to accommodate the
following:
C Item
1. Workers' rest room, kitchen
2. Toilet and wash areas
3. Sick / First - Aid room, first aid box and regular
supply of medicine, linen etc.
Facilities to workmen shall conform to the latest
public health and industrial regulations.
Construction Management and Supervision
A.09 Allow lump sum for employing suitably qualified
and experienced technical personnel on full time
basis for Construction Management Services at
the site.
(a) for 1 nr. Civil Engineer as specified over
contract period. (Full time basis)
E 12 month
(c) for 1 nr. Technical Assistant as specified over
contract period. (Full Time Basis)
E 12 month
Setting Out
A.10 Allow lump sum for setting out of Works in
accordance with drawings and other written
information given by the Engineer.
E Item
Quality, Standards and Progress
A.11 Allow lump sum for provision of progress reports
including photographic records and other
schedules included in the ICTAD publication -
Guidelines for Effective Construction
Management. (ICTAD/CM/01), relevant to
contract administration as directed by the
Engineer.
E 12 month
A.12 Allow lump sum for all cost in connection with
preparing samples for testing, making
arrangements for testing of Materials, Goods etc.,
as stipulated in the specification, obtaining test
reports and submitting the same to the Engineer.
E Item
Page | 64
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. A : PRELIMINARIES
BILL OF QUANTITY
ITEM
NO.DESCRIPTION
PAYMENT
MODEQTY. UNIT
RATE AMOUNT (RS)
A.13 Allow lump sum for provision of 2 sets of (hard
copies and soft copies) as-built drawings of all
services, for Engineer's approval.
G Item
Health, Safety and Environment
A.14 Allow lump sum for providing all necessary safety
measures to workmen at site conforming to the
latest industrial safety regulations and as directed
by the Engineer.
E Item
A.15 Allow lump sum for maintaining the site in a clean
and orderly manner at all times and during the
entire contract period.
E Item
A.16 Allow lump sum for demobilization, removal of all
rubbish & debris and clearing up site on
completion, leaving all in good order and handing
over.
G Item
A.17 Allow lump sum for maintaining the site in a clean
and orderly manner, "Dengue Prevention in
Construction Site" using approved domestic type
"Larvicide application" as directed by the National
Dengue Control Unit (Health Ministry) minimum
Monthly at all times and during the entire contract
period.
E Item
Security and Protection
A.18 Allow lump sum for employing an adequate
number of security personnel and security
systems on full time basis throughout the period
of construction, and provide for necessary security
lighting and a warning system.
E Item
A.19 Allow lump sum for providing and maintaining
necessary fencing, hoarding and gates for
safeguarding the Works, Materials and Plant, as
directed by the Engineer.
C Item
Services and Facilities
A.20 Allow lump sum for supply of water for the Works
and paying all charges and other expenses in
connection with the supply from water mains or
any other alternative method of water supply,
storage and reticulation.
E Item
A.21 Allow lump sum for supplying temporary
electricity for the Works including connection,
distribution system for the Works, internal
arrangements and all payments to the authorities
for consumption.
E Item
Page | 65
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. A : PRELIMINARIES
BILL OF QUANTITY
ITEM
NO.DESCRIPTION
PAYMENT
MODEQTY. UNIT
RATE AMOUNT (RS)
Miscellaneous
A.22 Allow lump sum for providing and maintaining a
name board to the specifications and / or as
directed by the Engineer.
C Item
RsPRILIMINARY WORKS CARRIED TO GRAND SUMMARY
Page | 66
AMOUNT
Rs. Cts.
B.1 DEMOLISHION
B.2 EXCAVATION AND EARTH WORKS
B.3 CONCRETE WORKS
B.4 MASONRY WORK
B.5 WATER PROOFING
B.6 ROOF WORK
B.7 FLOOR, WALL FINISHES
B.8 PAINTING AND DECORATING
B.9 DOORS AND WINDOWS
B.10 MISCELLANEOUS WORK
B.11 ELECTRICAL WORK
SUB TOTAL OF (BILL NO B) CARRIED TO GRAND SUMMARY
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
SUMMARY OF BILL NO. B- RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
ITEM DESCRIPTION
Page | 67
Rs. Cts. Rs. Cts.
B- PUMP WELL 01, 02 & 03
Tenderers are requested to refer Conditions of
Contract, Specifications, Drawings, General Notes,
Pricing Preambles, and all other relevant documents
prior to pricing of the following items.
Note
B.1 DEMOLISHION
Contractor must get safety precautions to protect
existing building and all other machines and
equipment to minimize getting damage during the
construction work & bad weather.
Note
B.1.1All Demolition works at Pump Well 1, 2, & 3 including
following work and clearing debrises away from site.
Item
Covering for polythene for mortar and working areas
Removing of windows & doors include all frames &
sashes (size up to 4m2) from existing walls and stacked,
away until reusing/handing over to client.
Removing of unserviceable corrugated asbestos sheets
and decayed timber and stacking serviceable
material at ground handing over to client in formal
way and clearing debris. Rate to include for
scaffoldings and safety precautions. (approx. 120 m2)
Chipping and removing of cement rendering on floors
and clearing away debris, and making good of all
surfaces. (approx. 60m2 )
Demolition of wall plastering Rate include removing
cement sand bedding and making good of all surfaces
(approx. 300m2)
Removing of all existing electrical fitting & electrical
wiring as per instruction by site Engineer.
Removing of existing water supply system as per
instruction by site Engineer.
Clearing away debris 10km away from site.
B.1 DEMOLISHION CARRIED TO SUMMARY
B.2 EXCAVATION AND EARTH WORKS
Rate is included for:
Back filling with selected excavated material &
consolidating. Surface treatment; compaction before
filling / foundation.
Note
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
Page | 68
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
Disposal of surplus soil as directed & keeping all
excavations free from water unless other wise
measured separately.
Note
Any additional excavation for working space. Note
Earth work supports & dewatering if necessary Note
All excavations are measured net. No allowance made
for working space.
Note
Excavation for foundation commencing from formed
ground level.
Note
B.2.1 Site Clearing
Clearing site from all debris and removal of all bushes
and other vegetation away from the site. Rate shall be
included for cutting down trees, uprooting and
grubbing girth not exceeding 500mm girth in earth
logging and stacking, filling voids.
725.00 m2
B.2.2 EXCAVATIONB.2.2.1 Excavation for foundation in any material except rock
requiring blasting, up to a depth of 1.5m from existing
level in followings. Rate is included for working space
24.00 m3
B.2.3 Filling
B.2.3.1 Filling with approved imported earth to make up levels
in 150mm thick layers well rammed and consolidate at
given gradient for ground preparation works. (Well
compacted to achieve 98% or more compaction.)
75.00 m3
B.2.3.2 Filling with Aggregate Base Course (ABC). Work
comprising supplying, placing, leveling, watering and
compacting ABC using machineries in 150 mm thk.
Layers as instructed by engineer. (Well compacted to
achieve 98% or more compaction.)
10.00 m3
B.2
B.3 CONCRETE WORKS
The contractor is requested to refer Conditions of
Contract, Specifications, Drawings, General Notes,
Pricing Preambles, and all other relevant documents
prior to pricing of the following items.
Note
Rate shall include for depositing, handling, curing,
transporting, hoisting into position, vibrating etc. and
making good after removal of formwork etc.
Note
SITE PREPERATION & EXCAVATION CARRIED TO SUMMARY
Page | 69
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
The method of transporting concrete shall be
submitted for approval. Concrete shall be transported
in uncontaminated watertight containers in such a
manner that loss of material and segregation are
prevented
Note
Rates for lean concrete shall include for preparation of
bottom of excavation prior to pouring of lean concrete.
Note
Contractor shall ensure that the top of the lean
concrete layer shall be finished to receive
waterproofing layer where ever applicable.
Note
Prior approval to be obtained for mix design and all
concrete shall be with river sand.
Note
B.3.1 50mm thick Grade 15 mass concrete under
foundation.
91.00 m2
B.3.2 Grade 20 Concrete in followings
B.3.2.1 Fill around the building perimeter 2.00 m3
B.3.2.2 In Fence Post 6.50 m3
B.3.2.3 In Ground floor , pavement ,steps etc. 6.00 m3
B.3.3 Grade 25 Concrete in followings
B.3.3.1 Tie Beam, Lintel, Sill, Roof Beam 8.00 m3
B.3.4 FORM WORK
Formwork has been measured as the net contact
surface measurement between concrete and
formwork.
Note
Rates shall include for working in difficult conditions
such as structures for perimeter walling. The
contractor shall provide details of his formwork system
before commence the work.
Note
Rate for form work to be included for all necessary
boarding, supports, erecting, framing, cutting angles,
cleaning, wetting and any surface treatment before
and after placing of concrete.
Note
Easing, striking, removing and cleaning and preparing
for re-use and removal when no longer required.
Note
B.3.4.1 12mm thk plywood form work 66.00 m2
B.3.5 REINFORCEMENT
Rate to include for supplying, cleaning, cutting,
bending, fabricating, placing and the provision of all
necessary temporary fixings and supports etc.
including binding wires, bends, hooks, chairs tying
wires, distance blocks, steel separators/spacers
(designed laps and m.s. chairs if any included in
quantities).
Note
Page | 70
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
High yield steel (to BS 4449 & characteristic strength fy
= 460 N/mm2) and Mild Steel (to BS 4449 &
characteristic strength fy = 250 N/mm2)
reinforcement for followings
Note
B.3.5.1 In Ground floor , pavement ,steps etc. 360.00 kg
B.3 CONCRETE WORKS CARRIED TO SUMMARY
B.4 MASONRY WORK
Rate is included for lifting, handling, weighting all
rough and fair cutting, plumbing angles, normal
straight cutting, forming rebated reveals and raking
out joints for plastering.
Note
B.4.1 Brick Work
B.4.1.1 225mm thick brick walls in common bricks with 1:5
cement & sand mortar for walls & damage wall area.
45.00 m2
B.4.2 Rubble Masonry
B.4.2.1 150x225 random rubble masonry cement sand 1:5
mortar
32.00 m3
B.4 MASONRY WORKS CARRIED TO SUMMARY
B.5 WATER PROOFING
The contractor is requested to refer Conditions of
Contract, Specifications, Drawings, General Notes,
Pricing Preambles, and all other relevant documents
prior to pricing of the following items.
Note
Rate shall include for surface preparation, cleaning
surfaces to be free from dust, cement laitance, grout
deposits and repair honey combs, P-cone holes,
construction joints with non shrink, high strength
repair grout
Note
B.5.1 Horizontal damp proof membrane DPM girth >
300mm; consisting of gauge 1000 polythene
membrane laid on compacted earth filling. (measured
net no allowances made for laps)
45.00 m2
B.5 WATER PROOFING WORKS CARRIED TO SUMMARY
B.6 ROOF WORK
Rate shall be included for supply & install complete on
site with all accessories, fixings, ridging, & flashing for
water tightness, all complete as Engineer's instruction.
Note
Rate shall be included for screws/nuts & j-bolts etc.
suitable for fixing sheets where applicable.
Note
Page | 71
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
B.6.1 Roof covering
B.6.1.1 Roof covering with Approved corrugated asbestos
sheet with all necessary accessories on Timber frame
work.
90.00 m2
B.6.1.2 Supplying & fixing of Calicut ridge tile with cement,
lime, sane mortar binding
15.00 m
B.6.2 Timber Roof Framework
Supplying & fixing of approved type well treated with
wood preservative thulan/Redbalw or equivalent
timber in followings. Rate shall include for all
necessary nuts & bolts etc.
Note
6 mm Tolerance shall be allowed (except reepers and
valance boars) after finished unless otherwise
specified.
Note
Brass nails, screws, nuts and bolts must be used.
Rate is included for:
Planning and sanding all necessary timber frame work
finishing with two coats of stain sealer & two coats of
water base finish or approved as instructed by
engineer
Note
B.6.2.1 50 x 175 mm timber Section. 15.00 m
B.6.2.2 75x100 mm timber section 30.00 m
B.6.2.3 50x100 mm timber section 120.00 m
B.6.2.4 50x50 mm timber section 120.00 m
B.6.3 Valance board, barge board
B.6.3.1 Timber Valance board, 25x225 mm ginisapu or
equivalent , fixing with brass screws including wood
preservative, primer & finishing with black mat enamel
paint. Rate shall include for fixing arrangement of
valance board the roof frame work.
70.00 m
B.6 ROOF WORK CARRIED TO SUMMARY
B.7 FLOOR, WALL FINISHES
The contractor is requested to refer Conditions of
Contract, Specifications, Drawings, General Notes,
Pricing Preambles, and all other relevant documents
prior to pricing of the following items.
Note
B.7.1 FLOOR FINISHES
B.7.1.1 20mm thick 1:3 cement sand rendering smooth
floating for floor in floor, steps as directed by the
Engineer.
52.00 m2
Page | 72
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
B.7.1.1 - ditto- skirting 48.00 m
B.7.1.2 20mm thick 1:5 cement sand rendering smooth
floating for plinth beam (approx. 700mm high) as
directed by the Engineer.
50.00 m
B.7.2 WALL FINISHES
All masonry mortar to be in river sand. Note
The rate is included for all temporary rules, screeds,
grounds etc. for raking out joints of new brick work or
hacking new concrete for key, internal & curved
angles, joints between different surfaces arises quirks,
inter sections between curved or irregular shapes.
Note
B.7.2.2 16mm thick cement & sand (1:5) plaster finished semi
rough with wood float on external & Internal faces, on
brick / concrete surfaces/ plinth for damage area.
300.00 m2
B.7 FLOOR, WALL FINISHES CARRIED TO SUMMARY
B.8 PAINTING AND DECORATING
The contractor is requested to refer Conditions of
Contract, Specifications, Drawings, General Notes,
Pricing Preambles, and all other relevant documents
prior to pricing of the following items.
Note
Rate shall include for supply, preparation of surface
cleaning down, smoothing, knotting, stepping etc.
protection of floors and fitting, removing & replacing
door and window, furniture, and cleaning windows
etc. upon completion.
Note
Paint shall be from CIC or same quality approved by
Engineer
Note
External
B.8.1 Prepare and apply two coats of elastomeric primer
and two coats of weather shield as per manufacture
and to the design to Engineer's satisfaction.
156.00 m2
Internal
B.8.2 Prepare and apply one coat of primer and two coats of
emulsion paint of approved Colour and quality to
internal faces of walls. Rate is included for preparing
the surface with approved skim coat.
156.00 m2
B.8 PAINTING AND DECORATING TOTAL CARRIED TO SUMMARY
Page | 73
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
B.9 DOORS AND WINDOWS
The Specified timber for doors and windows as follow
or otherwise as specified as per Engineers instruction.
All timber members to be well seasoned & treated
with wood preservative.
Note
Door/window Frame- All the timber frame should be
Thualang or equivalent approved by engineer, size
75x100.
Note
Timber Door sash/ Window sash should be Teak
thickness 25mm after finish .
Note
The Specified timber for doors and windows as follow
or otherwise as specified as per Engineers instruction.
All timber members to be well seasoned & treated
with wood preservative.
Note
All timber door/window Surfaces to be well planed and
applied two coats of water base stain sealer and two
coats of water base top coats approved by Engineer.
Note
All ironmongery to be heavy duty high quality fittings
with minimum 5 years warranty
Note
B.9.1 DOORS
Door type -D1 size 1000mm x 2100mm mm size single
Sash timber panel door, Locking arrangements and SS
pad lock as approved by the engineer should be
provided as per detail drawing.
3.0 nr
B.9.2 WINDOWS
Window Type- W1, 1200mmx1200mm high overall
and louver on top, as per detail drawing.
6.0 nr
B.9.3 METAL WORKS
B.9.3.1 GRILL WORKS
Supplying all material, fabricate and fixing of 16mm
SS316 (hair line finish) Solid rods 100mm spacing grill
works fix to window framework.
9.0 m
Page | 74
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
B.9.3.2 GATES
Supplying all material, fabricate and fixing of double
sash grill door (Overall size 1350x1800mm) with 40mm
dia GI pipe frame work and in the middle 16mm GI
pipes 100mm spacing , Locking arrangements and SS
pad lock as approved by the engineer should be
provided. All samples should be produced to the
Engineer for approval before deliver to the site. Rate
include for zinc phosphate epoxy primer paint and two
coats of matt colour (approved) enamel paint.
3.0 nr
B.9
B.10 MISCELLANEOUS WORK
B.10.1 FENCE POST
Supply and fixing of precast R/F concrete fence
post.(Rate shall be include for R/F as per the Detail
Drawing )
B.10.1.1 For Intermediate Posts. (7' Hight) (size: bottom
125mmx125mm, top 100mmx100mm)
85.00 nr
B.10.1.2 For Corner Posts. (8' Hight) (size: bottom
150mmx150mm top 100mmx100mm)
12.00 nr
B.10.1.3 For Support Posts. (7' Hight) (size: bottom
125mmx125mm, top 100mmx100mm). Rate shall be
included for hot dipped galvanized fixing bracket
44.00 nr
B.10.2 BARBED WIRE
Supply and fixing Double twist 12 Gauge (2mm Dia), 2
strand, 4 points, 100mm Spacing Galvanized (zinc
coating 40gm2) Barbed Wire according to Detail
Drawing. Rate shall be included for fix to the concrete
post with approved fixing arrangement. All the steel
component must be hot dipped galvanized.
2,230.00 m
B.10.3 CLEANING
Dewatering , cleaning and mixing to chlorine powder
to cleaning all the wells. Rate shall include for all the
machinery & equipment
3.00 Item
B.10.4 CAST IRON COVER
Supplying & fixing of medium duty double seal Cast
Iron Cover with frame (opening size approx.
750mmx750mm) to covered with well. rate shall
including locking arrangement system.
3.00 nr
B.10
DOORS AND WINDOWS WORK CARRIED TO SUMMARY
TOTAL MISCELLANEOUS WORK CARRIED TO SUMMARY
Page | 75
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
B.11 ELECTRICAL WORK
(a) Work shall be done in accordance with the
specifications for electrical and mechanical works.(ICTAD Publication No.SCA/8 of Nov. 2000)
B.11.1 Consumer Units/DB
Make of MCCB,MCBs RCD shall be European make
approved by Engineer.
B.11.1.1 Main Distribution Board (MDB) 3.0 Item
Supply and installation of three phase and neutral,
free standing Main Distribution Board (MDB) made out
of (1.2 mm thickness) Stainless Steel Grade AISI 316 to
the approval of the engineer with following
equipment.
Note
Main Incoming Breaker
01 No. of 32A, 15kA 4P Moulded Case Circuit
Breaker(MCCB)
Note
Outgoing Breakers
01 Nos. of 32 A, 4P 10kA Miniature Circuit Breaker
(MCB)
01 Nos. of 16 A, 4P 10kA Miniature Circuit Breaker
(MCB)
03 Nos. of 16 A, 2P 10kA Miniature Circuit Breaker
(MCB)
Other Accessories
All required CTs, 3 phase indicator lights for incoming
and outgoing circuit, protection relays, contactors,
fuses, push buttons, other required accessories and
internal connections shall be provided
Note
B.11.1.2 Consumer unit 3.0 nr
1 No.,2 Pole, 20A ,MCB
1 Nos., 2 Pole, 40A, 30mA, RCDs
04 Nos., 1 Pole, 6A/16A/20A , MCBs
All internal connections.
Plastic Enclosure.
B.11.1.3 Pump Control Panel
Supply and installation of three phase and neutral,
Wall mounted Enclosure made out of (1.2 mm
thickness) Stainless Steel Grade AISI 316 to the
approval of the engineer with following equipment.
Note
Page | 76
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
Supply and installation of pump control panel for
existing pumps(auto/manual operation
facility)including DOL starter, electronic timer, surge
diverter, phase failure relay, thermal
overload,RCD,MCB,Connection cable & hardware
required for fully working order together with
automatic float control accessories.
3.0 Item
B.11.2 Cables
Rate to include for supply and installation of all
required PVC conduits/pipes of required size and
supply and installation of cable terminals at both ends
of the cable.
Note
B.11.2.1 4-core 6 sq.mm Cu Cable(from CEB to MDB/From MDB
to Pump Control Panel)
24.0 m
B.11.2.2 2-core 4 sq.mm Cu Cable(From MDB to CU) 15.0 m
B.11.2.3 1-core 4 sq.mm Cu Earth Cable(From MDB to CU) 15.0 m
B.11.2.4 1-core 6 sq.mm Cu Earth Cable(From MDB to Earth pit) 24.0 m
B.11.2.5 4-core 4 sq.mm Cu Cable + 1-core 4 sq.mm Cu Earth
through GI conduit (From Pump control panel to
pumps)
30.0 m
B.11.3 Earthing
Supply and installation of copper clad steel earth
electrodes and copper earth conductors and provide
building earth with earth resistance complying with
the regulations.
Note
B.11.3.1 16mm dia 1.2m long copper bonded steel earth
electrode driven in to the earth with clamp connection
to earth conductor and accessories.
3.0 Item
B.11.3.2 In-site concrete Earthing pit of 300mm(L) x 300mm(W)
x 200mm(D) and with a 50mm thick removable
concrete lid.
3.0 Item
B.11.4 Power Outlets
Make of socket outlets shall be SLS certified approved
by Engineer.
Note
Rate to include for all cables, conduits, conduit boxes
and all accessories.
Note
B.11.4.1 Supply & Installation of 13A power socket outlet with
2.5sq.mm Cu PVC/PVC cable in Radial circuits and
2.5sq.mm Cu PVC earth wire, drawn through the
concealed PVC conduits/casings, from the respective
Consumer Unit.
6.0 nr
Page | 77
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
ITEM
NO.ITEM DESCRIPTION
QTY. UNIT Rate Amount
BILL NO. B : RENOVATION OF PUMP WELL WITH PUMP HOUSE ( 01, 02 & 03)
B.11.5 Wiring of Light Points
Wiring includes supply of required cables and
accessories, flush switch and all other required
materials.
Note
Make of the flush switch shall be SLS certified
approved by Engineer.
Note
B.11.5.1 Wiring (including supply of all material & switch) of the
light point using approved type 1.0 mm2, Cu/PVC/PVC
+ 1.5 mm2, Cu/PVC Earth cables drawn through
securely fixed concealed PVC conduits.
9.0 nr
B.11.6 Light Fittings
Lights fittings shall be of the highest quality and each
type of lights fitting shall be subject to the approval of
the Engineer.
Note
LED Shall be Philips, Orange or equivalent make
approved by Engineer.
Note
LED should have minimum 2 year Warranty for
defects.
Note
B.11.6.1 Supply and installation of soffit mounted 12W LED
with holder.
9.0 nr
B.11 TOTAL WELL REPAIR CARRIED TO SUMMARY
Page | 78
AMOUNT
Rs. Cts.
C.1 DEMOLISHION
C.2 CONCRETE WORKS
C.3 MASONRY WORK
C.4 WATER PROOFING
C.5 FLOOR, WALL FINISHES
C.6 PAINTING AND DECORATING
C.7 METAL WORK AND GLASS WORK
C.8 PLUMBING WORKS
C.9 ELECTRICAL WORK
C.10 MISCELLENEOUS WORKS
SUB TOTAL OF (BILL NO C) CARRIED TO GRAND SUMMARY
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
SUMMARY OF BILL NO. C- RENOVATION OF OVER HEAD TANK
ITEM DESCRIPTION
Page | 79
Rs. Cts. Rs. Cts.
C- RENOVATION OF WATER TANK
Tenderers are requested to refer Conditions of
Contract, Specifications, Drawings, General Notes,
Pricing Preambles, and all other relevant documents
prior to pricing of the following items.
Note
C.1 DEMOLISHION
Contractor must get safety precasions to protect
existing building and all other machines and
equipment to minimize getting damage during the
construction work & bad weather.
Note
C.1.1
All Demolition works excluding external plaster
(measured seperately) but including following work
and clearing debrises away from site.
Item
Polythene Covering for for mortar and working areas
Demolition and removing of concrete ledge and debris
cleared away (ground floor level)(3m2)
Removing of windows & doors include all frames &
sashes(size up to 4m2) from existing walls and stacked,
away until reusing/handing over to client.
Removing of existing paint layers on walls without any
harm to existing plaster.
Chipping and removing of cement rendering on floors
and clearing away debris, and making good of all
surfaces. Ground floor & 1st floor (150m2 )
Demolition of wall plastering in damage area Rate
include removing cement sand bedding and making
good of surfaces (50m2)
Removing of all existing electrical fitting & electrical
wiring as per instruction by site Engineer.
Removing of existing water supply system as per
instruction by site Engineer.
Clearing away debris 10km away from site.
C.1.2 Demolition of external plaster without damage to the
structure and remove all the debris 5km away from
site as directed by Engineer. Rate shall be included for
necessary scafalding, polythene coreving if necessary
and all the relavant activity.
Prior approval should be obtained for the method
statement and work consequenses from Engineer
490.00 m2
C.1 DEMOLISHION CARRIED TO SUMMARY
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
Page | 80
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
C.2 CONCRETE WORKS
The Tenderers are requested to refer the notes given
under Conrete Works BOQ B.3
Note
C.2.2 Grade 20 Concrete in followingsC.2.2.1 In Ground floor,pavement ,steps etc. 6.00 m3
C.2.2.2 In 1st floor, steps etc. 6.00 m3
C.2.2.3 Power Trowel finish in the ground floor & 1st floor area
satisfaction of Engineer. Approved surface hardner
must be used.
145.00 m2
C.2.3 Grade 25 Concrete in followings
C.2.3.1 Column, Tie Beam, Lintol, Sill, Roof Beam at any level 4.00 m3
C.2.4 FORM WORK
The Tenderers are requested to refer the notes given
under Formworks BOQ B.3
Note
C.2.4.1 12mm thk plywood form work 60.00 m2
C.2.5 REINFORCEMENT
The Tenderers are requested to refer the notes given
under Reinforcement BOQ B.3
Note
C.2.5.1 In Ground floor , pavement ,steps etc. 400.00 kg
C.2 CONCRETE WORKS CARRIED TO SUMMARY
C.3 MASONRY WORK
The Tenderers are requested to refer the notes given
under Mesonry Work BOQ B.4
Note
C.3.1 Brick Work
C.3.1.1 225mm thick brick walls in common bricks with 1:5
cement & sand mortar for walls.
5.00 m2
C.3.1.2 112mm thick brick work in common bricks with 1:5
cement & sand mortar for harf wall.
55.00 m2
C.3 MASONRY WORKS CARRIED TO SUMMARY
C.4 WATER PROOFING
For the full description of materials and workmanship
refer to the relevant sections of Specification of works,
Pricing Preambles and the drawings.
Note
Contractor is supposed to furnish all technical details,
samples and any other related literature available
along with the quotation, to the Engineer for approval.
Note
Waterproofing treatments to be followed manufacture
specification and shall provide a 10 year Guarantee
acceptable to the Engineer, and the manufacture to be
approved by the Engineer before the procurement.
Note
Page | 81
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
Rate shall include for the following, unless specified
otherwise by the specifications or measured
separately:
Note
(a) Applying of water proofing to walls up to a
minimum, height of 1500 mm from the floor.
Note
(b) Applying 1:3 cement sand rendering protective
screed thickness not less than 1.2cm, angle fillets,
surface finished with smooth neat cement finish and
maintaining of necessary slopes for the floors.
Note
(c) Extra over for apply water proofing around pipe
and pipe fittings.
Note
The contractor shall submit the following technical
details along with the tender.Note
(i) Type of waterproofing.
(ii) Brand name.
(iii) Country of origin.
(iv) Method of application.
(v) Detail of guarantee (format)
(vi) Suitability to the nature of the surfaces of
particular location.
(vii) Technical literature
C.4.1 Water proofing in bathrooms/ floors /walls flexible
cementation water proofing membrane . All as per the
manufacture's specification & technical literature
(Screed for tiling will act as a protective screed for
water proofing.)
25.00 m2
C.4 WATER PROOFING WORKS CARRIED TO SUMMARY
C.5 FLOOR, WALL FINISHES
The Tenderers are requested to refer the notes given
under Floor Wall Finishes BOQ B.7
Note
C.5.1 FLOOR FINISHES
C.5.1.1 20mm thick 1:3 cement sand rendering smooth
floating for steps, sides in pavement,etc.. as directed
by the Engineer.
25.00 m2
Floor Tiling
C.5.1.2 Supply and laying of 300 mm x 300 mm porcelain semi
mat homogeneous ceramic tiles including 20mm thk
cement and sand (1:3) screed bedding on toilet floors
as per the instruction. Approved manufacture, colour
and design by the Architect. (Prime cost per 01 tile -
Rs.210/=)
15.00 m2
Page | 82
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
C.5.2 WALL FINISHES
All masonry mortar to be in river sand. Note
The rate is included for all temporary rules, screeds,
grounds etc. for raking out joints of new brick work or
hacking new concrete for key, internal & curved
angles, joints between different surfaces arises quirks,
inter sections between curved or irregular shapes
Note
C.5.2.1 16mm thick cement & sand (1:5) plaster finished semi
rough with wood float on Internal faces, on brick /
concrete surfaces for damage area.
150.00 m2
C.5.2.2 16mm thick cement & sand (1:5) plaster finished semi
rough with wood float on external faces, on brick /
concrete surfaces.
490.00 m2
Wall Tiling
C.5.2.3 Supply and laying of 300 mm x 600 mm porcelain gloss
tiles including 20mm thk cement and sand (1:3)screed
bedding on toilet floors as per the instruction.
Approved manufacture, colour and design by the
Architect (Prime Cost - Rs.600.00 per unit)
50.00 m2
C.5 FLOOR, WALL FINISHES CARRIED TO SUMMARY
C.6 PAINTING AND DECORATING
The Tenderers are requested to refer the notes given
under Painting Works BOQ B.8
Note
C.6.1 External
C.6.1.1 Prepare and apply two coats of elastomeric primer
and two coats of weather shield as per manufacture
and to the design to Engineer's satisfaction. Rate shall
be ncluded for scratch and remove old paint surface
where necessary as directed by Engineer
490.00 m2
C.6.2 Internal
Rate shall be included for scracth old paint and old
surface preperation using two coats of skim coat
where applicable as directed by Engineer Note
Ground floor
C.6.2.1 Prepare and apply one coat of primer and two coats of
emulsion paint of approved Colour and quality to
internal faces of walls. Rate is included for preparing
the surface with approved skim coat.
250.00 m2
1st floor
C.6.2.2 Prepare and apply one coat of primer and two coats of
emulsion paint of approved Colour and quality to
internal faces of walls. Rate is included for preparing
the surface with approved skim coat.
145.00 m2
Page | 83
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
2nd floor
C.6.2.2 Prepare and apply one coat of primer and two coats of
emulsion paint of approved Colour and quality to
internal faces of walls. Rate is included for preparing
the surface with approved skim coat.
65.00 m2
C.6.3 Soffit Painting
Rate shall be included for scracth old paint and old
surface preperation using two coats of skim coat
where applicable as directed by Engineer Note
Ground floor
C.6.3.1 Painting the soffit/side of the roof slab, beams,
Columns, with one coat of primer and two coats of
Emulsion .Rate is included for preparing the surface
with skim coat.
70.00 m2
1st floor
C.6.3.2 Painting the soffit/side of the roof slab, beams,
Columns, with one coat of primer and two coats of
Emulsion .Rate is included for preparing the surface
with skim coat.
75.00 m2
Water Tank Soffit
C.6.3.3 Painting the soffit/side of the roof slab, beams,
Columns, with one coat of primer and two coats of
Emulsion .Rate is included for preparing the surface
with skim coat.
75.00 m2
C.6
C.7 DOORS AND WINDOWS
The Tenderers are requested to refer the notes given
under Doors and Windows BOQ B.9
Note
DOORS
C.7.1 Door type -D1 approx. size 1000mm x 2100mm size
single Sash timber pannel door & locking arrangements
and SS pad lock as approved by the engineer should
be provided as per detail drawing.
2.00 nr
C.7.2 Door type -D2 approx. size 900mm x 2100mm size
single Sash timber pannel door & locking
arrangements and SS pad lock as approved by the
engineer should be provided as per detail drawing and
Specification in ground floor.
1.00 nr
WINDOWS
C.7.4 Window Type- W1, 1200mmx1200mm high overall
and louver on top, as per detail drawing.
1.00 nr
C.7.5 Window Type- W2, 900x900mm high overall and
louver in side, as per detail drawing.
6.00 nr
PAINTING AND DECORATING TOTAL CARRIED TO SUMMARY
Page | 84
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
C.7.6 METAL WORKS
ALLUMINUM GRILL WORKS
C.7.3 Door type -D3 size 750mm x 2100mm size single Sash
composit pannel aluminum door locking
arrangements as per detail drawing and Specification
in ground floor.
1.00 nr
C.7.6.1 Supplying all material, fabricate and fixing of 16mm
galvanized Solid rods 100mm spacing grill works fix to
window framework. Rate shall be included for zinc
pospate primer and two coats of mat finish enamel
spray paint as directed by Engineer.
7.00 m2
C.7
C.8 PLUMBING WORKS
Refer , General Notes, Pricing Preambles, Drawings,
Specifications, Conditions of contract and other
relevant documents prior to pricing of this section of
work.
Note
Rates for all pipes shall include for pipe fittings such as
bends, tees, reducers, sockets, cleaning eye etc. and all
fittings shall be molded fittings
Note
Rates shall include for screws ,nails, pipe hooks,
saddles, brackets, sockets, connections, lagging short
lengths, back nuts, nipple joints, concrete blocks and
the like and all holes chasings etc. and making good in
other trades such as plaster and painting
Note
Rates for under ground pipes shall include for
excavation of trenches to required gradient, disposal of
surplus soil, sand filling, back filling with selected
earth, and concrete encasing and jointing
Note
All P.V.C pipes shall be National, S-Lon, Anton or
equivalent manufacture in suitable type appropriate
for the purpose
Note
All pipes to be fixed to wall, soffit of slabs or ceiling
etc. shall be in suitable gauge aluminum clips
Note
C.8.1 WATER SUPPLY & DISTRIBUTION SYSTEM
Supplying and laying of Type 1000 . PVC pipes including
all specials.
C.8.1.1 -do- 20mm dia. 10.00 m
C.8.1.2 -do- 25mm dia. 5.00 m
C.8.1.3 -do- 32mm dia. 5.00 m
C.8.1.4 -do- 40mm dia. 5.00 m
DOORS & WINDOWS WORK CARRIED TO SUMMARY
Page | 85
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
Supplying and fixing of Brass gate valves
C.8.1.5 -do- 32mm dia. 1.00 nr
C.8.2 SOIL & WASTE WATER DISPOSAL SYSTEM
Supplying and laying of T600. UPVC pipes including all
specials for toilet areas..
C.8.2.1 -do- 110mm dia. 15.00 m
C.8.2.2 -do- 75mm dia. 10.00 m
C.8.2.3 -do- 50mm dia. 10.00 m
C.8.2.4 -do- 40mm dia. 5.00 m
C.8.3 Construction of water seal catch pit internal size:
450x450x500 mm depth and 100 mm thk. Gr. 25 R.C.C.
base & walls with T10@150 c/c both ways r/f and
medium duty double seal cast iron cover slab,
rendering exposed area as per the drawing.
2.00 nr
C.8.4 Construction of Man Hole internal size: 600x600x750
mm depth and 125 mm thk. Gr. 25 R.C.C. base & walls
with T10@150 c/c both ways r/f and medium duty
double seal cast iron cover slab, rendering exposed
area as per the drawing.
2.00 nr
C.8.5 SANITORY FITTINGS AND ACCESSORIES .
Refer , General Notes, Pricing Preambles, Drawings,
Specifications, Conditions of contract and other
relevant documents prior to pricing of this section of
work.
Note
Sanitary fittings, taps & accessories should be
"ROCELL" .
Supply and install sanitary fittings and accessories
complete with Taps, flexible connections, angle valves,
WC connectors, anchor bolts, brass screws and sealant,
...etc.
Note
Unless other wise stated all sanitary accessories shall
be chromium plated brass / Stainless Steel or ceramic
approved by the Architect.
Note
C.8.5.1 Supply and installation of Water closet suit consisting
of pedestal pan with 'P' trap, close coupled flushing
cistern including all accessories complete to working
order to (Rocell Dune) Engineers approval. (Prime Cost
A )
1.00 nr
C.8.5.2 Supplying and fixing of vanity type wash basin with
angle valve, flexible connection, chromium plated pillar
tap, rubber plug and chromium plated chain waste,
bottle trap fixed as including water supply and waste
water connection all complete to working order.(Rocell
zen or approved by Engineer) (Prime Cost B)
1.00 nr
Page | 86
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
C.8.5.3 Supply and fixing of approved quality pvc hand bidet
shower with wall mounted brackets . Rate to include
for all accessories required for pipe connections and
fixtures. (Prime Cost C)
1.00 nr
C.8.5.4 Supply & fixing of 600 x 900 mm frame less mirror over
vanity basin with necessary accessories as per the
detail drawing (Prime Cost D)
1.00 nr
C.8.5.5 Supply & fixing of 20 mm Chromium plated brass bib
taps . (Prime Cost E)
1.00 nr
C.8.5.6 Supply & fixing of S/S 150 x 150 x 125 mm deep
injunctions molded PVC floor trap (catch pit ) with
stainless steel grating cover on top (Prime Cost F)
1.00 nr
C.8.5.7 Supply & fixing of Chromium plated soap dishes fixed
to wall with fiber plugs and chromium plated brass
screws.(Prime Cost G)
1.00 nr
C.8.5.8 Supplying & Fixing of Chromium plated towel rail fixed
to wall with fiber plugs and chromium plated brass
screws.(Prime Cost H)
1.00 nr
C.8 TOTAL CARRIED TO SUMMARY
C.9 ELECTRICAL WORK
(a) Work shall be done in accordance with the
specifications for electrical and mechanical works.(ICTAD Publication No.SCA/8 of Nov. 2000)
C.9.1 Consumer Units/DB
Make of MCCB,MCBs RCD shall be European make
approved by Engineer.
C.9.1.1 Main Distribution Board (MDB) 1.00 Item
Supply and installation of three phase and neutral,
free standing Main Distribution Board (MDB) made out
of (1.2 mm thickness) Stainless Steel Grade AISI 316 to
the approval of the engineer with following
equipment.
Note
Main Incoming Breaker
01 No. of 32A, 15kA 4P Moulded Case Circuit
Breaker(MCCB)
Note
Outgoing Breakers
01 Nos. of 32 A, 4P 10kA Miniature Circuit Breaker
(MCB)
01 Nos. of 16 A, 4P 10kA Miniature Circuit Breaker
(MCB)
03 Nos. of 16 A, 2P 10kA Miniature Circuit Breaker
(MCB)
Page | 87
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
Other Accessories
All required CTs, 3 phase indicator lights for incoming
and outgoing circuit, protection relays, contactors,
fuses, push buttons, other required accessories and
internal connections shall be provided
Note
C.9.1.2 Consumer unit-GF/1F 2.00 nr
1 No.,2 Pole, 20A ,MCB
1 Nos., 2 Pole, 40A, 30mA, RCDs
06 Nos., 1 Pole, 6A/16A/20A , MCBs
All internal connections.
Plastic Enclosure.
C.9.2 Cables
Rate to include for supply and installation of all
required PVC conduits/pipes of required size and
supply and installation of cable terminals at both ends
of the cable.
Note
C.9.2.1 4-core 6 sq.mm Cu Cable(from CEB to MDB/From MDB
to Pump Control Panel)
24.00 m
C.9.2.2 2-core 4 sq.mm Cu Cable(From MDB to CU-GF/1F) 25.00 m
C.9.2.3 1-core 4 sq.mm Cu Earth Cable(From MDB to CU-
GF/1F)
25.00 m
C.9.2.4 1-core 6 sq.mm Cu Earth Cable(From MDB to Earth pit) 24.00 m
C.9.2.5 4-core 4 sq.mm Cu Cable + 1-core 4 sq.mm Cu Earth
through GI conduit (From Pump control panel to
pumps)
20.00 m
C.9.3 Earthing
Supply and installation of copper clad steel earth
electrodes and copper earth conductors and provide
building earth with earth resistance complying with the
regulations.
Note
Page | 88
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
C.9.3.1 16mm dia 1.2m long copper bonded steel earth
electrode driven in to the earth with clamp connection
to earth conductor and accessories.
1.00 Item
C.9.3.2 In-site concrete Earthing pit of 300mm(L) x 300mm(W)
x 200mm(D) and with a 50mm thick removable
concrete lid.
1.00 Item
C.9.4 Power Outlets
Make of socket outlets shall be SLS certified approved
by Engineer.
Note
Rate to include for all cables, conduits, conduit boxes
and all accessories.
Note
C.9.4.1 Supply & Installation of 13A power socket outlet with
2.5sq.mm Cu PVC/PVC cable in Radial circuits and
2.5sq.mm Cu PVC earth wire, drawn through the
concealed PVC conduits/casings, from the respective
Consumer Unit.
7.00 nr
C.9.5 Wiring of Light Points
Wiring includes supply of required cables and
accessories, flush switch and all other required
materials.
Note
Make of the flush switch shall be SLS certified
approved by Engineer.
Note
C.9.5.1 Wiring (including supply of all material & switch) of the
light point using approved type 1.0 mm2, Cu/PVC/PVC
+ 1.5 mm2, Cu/PVC Earth cables drawn through
securely fixed concealed PVC conduits.
20.00 nr
C.9.6 Light Fittings
Lights fittings shall be of the highest quality and each
type of lights fitting shall be subject to the approval of
the Engineer.
Note
LED Shall be Philips, Orange or equivalent make
approved by Engineer.
Note
LED should have minimum 2 year Warranty for
defects.
Note
C.9.6.1 Supply and installation of soffit mounted/wall bracket
12W LED with holder.
20.00 nr
C.9 TOTAL CARRIED TO SUMMARY
C.10 MISCELLENEOUS WORKS
C.10.1 HANDRAILS
C.10.1.1 Supply, fabricating and fixing of 50mm medium duty
vertical supportive for Handrail as per the detail
drawings. Rate shall be included for approved fixing
arrangement, All the steel component shall be SS316
steel (Hair line finish). ( Balcony area & grond floor to
1st floor Stair case Handrail )
20.00 m
Page | 89
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. C : RENOVATION OF OVER HEAD TANK
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
C.10.2 LADDER
C.10.2.1 Supply, fabricating and fixing of 40x40x6mm L angle
vertical supportive for ladder with 16mm solid rod as
runs and safety ring as per the detail drawings. Rate
shall be included for approved fixing arrangement, All
the steel component shall be ss316.
10.00 m
C.10.3 Cannopy Roof
The Tenderers are requested to refer the notes given
under Roof Work BOQ B.6& B.6.2
C.10.3.1 Roof covering with Approved corrugated asbestos
sheet with all necessary accessories on Timber frame
work.
10.00 m2
C.10.3.2 450m girth 0.47mm Lysaght or equivalent flashing
fixed to the wall are per the detail drawings. Colour to
be selected by Engineer.
6.00 m
C.10.3.3 50 x 175 mm timber Section. 6.00 m
C.10.3.4 50x100 mm timber section 18.00 m
C.10.3.5 50x50 mm timber section 18.00 m
C.10.3.6 Valance board, barge board
Timber Valance board, 25x225 mm ginisapu or
equivalent , fixing with brass screws including wood
preservative, primer & finishing with black mat enamel
paint. Rate shall include for fixing arrangement of
valance board the roof frame work.
12.00 m
C.10 TOTAL CARRIED TO SUMMARY
Page | 90
AMOUNT
Rs. Cts.
D.1 DEMOLISHION
D.2 SITE PREPERATION
D.3 EXCAVATION
D.4 CONCRETE WORKS
D.5 MASONRY WORK
D.6 WATER PROOFING
D.7 ROOF WORK
D.8 FLOOR, WALL FINISHES
D.9 PAINTING AND DECORATING
D.10 DOORS AND WINDOWS
D.11 ELECTRICAL WORK
D.12 MISCELLENEOUS WORKS
SUB TOTAL OF (BILL NO D) CARRIED TO GRAND SUMMARY
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
SUMMARY OF BILL NO. D- RENOVATION OF TUBE WELL
ITEM DESCRIPTION
Page | 91
Rs. Cts. Rs. Cts.
DRENOVATION OF TUBE WELL, SUMP, PUMP HOUSE &
STORE
Tenderers are requested to refer Conditions of
Contract, Specifications, Drawings, General Notes,
Pricing Preambles, and all other relevant documents
prior to pricing of the following items.
Note
D.1 DEMOLISHION
Contractor must get safety precautions to protect
existing building and all other machines and equipment
to minimize getting damage during the construction
work & bad weather.
Note
D.1.1 All Demolition works at Tube Well 1, 2,3,4,5,6 &
Pump House 01 , Pump House 02, Pump House 03 &
Pump House 04 including following work and clearing
debrises away from site.
Item
Covering for polythene for mortar and working areas
Removing of doors include all frames & sashes(size
up to 4m2) from existing walls and stacked, away until
reusing/handing over to client.
Removing of unserviceable corrugated asbestos sheets
and decayed timber and stacking serviceable material
at ground handing over to client in formal way and
clearing debris. Rate to include for scaffoldings and
safety precautions. (80 m2)
Chipping and removing of cement rendering on floors
and clearing away debris, and making good of all
surfaces.(65m2 )
Demolition of existing brick/block walls & clearing
debris from site. (3m3)
Demolition of wall plastering Rate include removing
cement sand bedding and making good of all surfaces
(400m2)
Removing of all existing electrical fitting & electrical
wiring as per instruction by site Engineer.
Removing of existing water supply system as per
instruction by site Engineer.
Clearing away debris 10km away from site.
D.1.2 All Demolition works at Main Pump House including
following work and clearing debrises away from site.
Item
Covering for polythene for mortar and working areas
Pump House - Single storey (Approximate Area 4.8m x
3.2m)
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
Page | 92
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
Removing of windows & doors include all frames &
sashes(size up to 4m2) from existing walls and stacked,
away until reusing/handing over to client.
Removing of all existing electrical fitting & electrical
wiring as per instruction by site Engineer.
Removing of existing water supply sytem as per
instruction by site Engineer.
Clearing away debries 10km away from site.
D.1.3 All Demolition works at Stores including following
work and clearing debrises away from site.
Item
Covering for polythene for mortar and working areas
Removing of doors include all frames & sashes(size
up to 4m2) from existing walls and stacked, away until
reusing/handing over to client.
Removing of unserviceable corrugated asbestos sheets
and decayed timber and stacking serviceable material
at ground handing over to client in formal way and
clearing debris. Rate to include for scaffoldings and
safety precautions. (18 m2)
Chipping and removing of cement rendering on floors
and clearing away debris, and making good of all
surfaces.(20m2 )
Demolition of wall plastering Rate include removing
cement sand bedding and making good of all surfaces
(100m2)
Removing of all existing electrical fitting & electrical
wiring as per instruction by site Engineer.
Removing of existing water supply system as per
instruction by site Engineer.
Clearing away debris 10km away from site.
D.1.4 All Demolition works at Sump including following
work and clearing debrises away from site.
Item
Chipping and removing of cement rendering on floors
and clearing away debris, and making good of all
surfaces.(50m2 )
Removing of existing water supply system as per
instruction by site Engineer.
Clearing away debris 10km away from site.
D.1.5 All Demolition works at Sump (close to store building)
including following work and clearing debrises away
from site.
Item
D.1 DEMOLISHION CARRIED TO SUMMARY Rs
Page | 93
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.2 SITE PREPERATION
D.2.1 Site Clearing
Clearing site from all debris and removal of all bushes
and other vegetation away from the site. Rate shall be
included for cutting down trees, uprooting and
grubbing girth not exceeding 500mm girth in earth
logging and stacking, filling voids.
4,000.00 m2
D.2 SITE PREPERATION CARRIED TO SUMMARY Rs
D.3 EXCAVATION
D.3.1 Excavation
The Tenderers are requested to refer the notes given
under Conrete Works BOQ B.2
Note
D.3.1.1 For column Pits 6.00 m3
D.3.1.2 For Foundation 8.00 m3
D.3.2 Filling
D.3.2.1 Filling with approved excavated earth to make up
levels in 150mm thick layers well rammed and
consolidate.(Well compacted to achieve 98% or more
compaction.)
7.50 m3
D.3.2.2 Filling with approved imported earth to make up levels
in 150mm thick layers well rammed and consolidate at
given gradient for ground preparation works. (Well
compacted to achieve 98% or more compaction.)
15.00 m3
D.3.2.3 Filling with Aggregate Base Course (ABC). Work
comprising supplying, placing, leveling, watering and
compacting ABC using machineries in 150 mm thk.
Layers as instructed by engineer. (Well compacted to
achieve 98% or more compaction.)
5.00 m3
D.3.3 Anti-Termite Treatment
D.3.3.1 Anti-termite treatment to building area as per
manufacture specification and technical literature
(Rate to include for 10 years warranty).Contractor
should take necessary actions to do the work using a
chemical "BIFLEX" or equivalent approved by Engineer
(manufacturing specification to be approved) before
construction of the ground slab
20.00 m2
D.3 EXCAVATION CARRIED TO SUMMARY Rs
D.4 CONCRETE WORKS
The Tenderers are requested to refer the notes given
under Conrete Works BOQ B.3
Note
D.4.1 Grade 15 concrete poured into ground
Page | 94
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
For Column/ Rubble foundation
D.4.1.1 50mm thick Screed 6.00 m2
D.4.2 Grade 20 Concrete in followings
D.4.2.1 In Ground floor ,steps etc. 14.00 m3
D.4.3 Grade 25 Concrete in followings
D.4.3.1 Footings 1.00 m3
D.4.3.2 Columns 1.00 m3
D.4.3.3 Tie Beam, Lintol, Sill, Roof Beam 4.50 m3
D.4.4 FORM WORK
The Tenderers are requested to refer the notes given
under Formworks BOQ B.3
Note
D.4.4.1 Footings 3.00 m2
D.4.4.2 Columns,steps etc… 20.00 m2
D.4.4.3 Tie Beam /Roof Beam/ Sill/ Lintel 25.00 m2
D.4.5 REINFORCEMENT
The Tenderers are requested to refer the notes given
under Reinforcement BOQ B.3
Note
D.4.5.1 Footings 80.00 kg
D.4.5.2 Columns 100.00 kg
D.4.5.3 In Ground floor , pavement ,steps 620.00 kg
D.4.5.4 Tie Beam, Sill Beam, Lintel, Roof Beams 700.00 kg
D.4 CONCRETE WORKS CARRIED TO SUMMARY Rs
D.5 MASONRY WORK
The Tenderers are requested to refer the notes given
under Mesonry Work BOQ B.4
Note
D.5.1 Brick Work
D.5.1.1 225mm thick brick walls in common bricks with 1:5
cement & sand mortar for walls & damage wall area.
102.00 m2
D.5.2 Rubble Masonry
D.5.2.1 150x225 random rubble masonry cement sand 1:5
mortar
13.00 m3
D.5 MASONRY WORKS CARRIED TO SUMMARY Rs
D.6 WATER PROOFING
The Tenderers are requested to refer the notes given
under Water Proofing Work under BOQ Item C.4
Note
D.6.1 Horizontal damp proof membrane DPM girth >
300mm; consisting of gauge 1000 polythene
membrane laid on compacted earth filling. (measured
net no allowances made for laps)
100.00 m2
D.6 WATER PROOFING WORKS CARRIED TO SUMMARY Rs
Page | 95
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.7 ROOF WORK
The Tenderers are requested to refer the notes given
under Roof Work under BOQ Item B.6
Note
D.7.1 Roof covering
D.7.1.1 Roof covering with approved corrugated asbestos
sheet with all necessary accessories on Timber frame
work.
67.00 m2
D.7.1.2 Roof covering with approved available corrugated
asbestos sheet with all necessory accessories on
Timber frame work. (Asbestos sheets availabale at
site).
60.00 m2
D.7.1.3 Supplying & fixing of Calicut ridge tile with cement
mortar
39.00 m
D.7.2 Timber Roof Framework
The Tenderers are requested to refer the notes given
under Rtimber Frame Work under BOQ Item B.6
Note
D.7.2.1 50 x 175 mm timber Section. 95.00 m
D.7.2.2 75x100 mm timber section 180.00 m
D.7.2.3 50x100 mm timber section 620.00 m
D.7.2.4 50x50 mm timber section 620.00 m
D.7.4 Valance board, barge board
D.7.4.1 Timber Valance board, 25x225 mm ginisapu or
equivalent , fixing with brass screws including wood
preservative, primer & finishing with black mat enamel
paint. Rate shall include for fixing arrangement of
valance board the roof frame work.
125.00 m
D.7 ROOF WORKS CARRIED TO SUMMARY Rs
D.8 FLOOR, WALL FINISHES
The contractor is requested to refer Conditions of
Contract, Specifications, Drawings, General Notes,
Pricing Preambles, and all other relevant documents
prior to pricing of the following items.
Note
D.8.1 FLOOR FINISHES
D.8.1 20mm thick 1:3 cement sand rendering smooth
floating for floor in floor , steps, plinth as directed by
the Engineer.
175.00 m2
D.8.2 WALL FINISHES
The Tenderers are requested to refer the notes given
under Painting Works BOQ B.7
Note
D.8.2.1 Plinth plastering with 20mm thick 1:3 cement sand
plaster finished smooth with cement floating
12.00 m2
Page | 96
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.8.2.2 16mm thick cement & sand (1:5) plaster finished semi
rough with wood float on external & Internal faces, on
brick / concrete surfaces/ plinth for damage area.
635.00 m2
D.8 FINISHING WORKS CARRIED TO SUMMARY Rs
D.9 PAINTING AND DECORATING
The Tenderers are requested to refer the notes given
under Painting Works BOQ B.8
Note
External
D.9.1 Prepare and apply two coats of elastomeric primer
and two coats of weather shield as per manufacture
and to the design to Engineer's satisfaction.
316.00 m2
Internal
D.9.2 Prepare and apply one coat of primer and two coats of
emulsion paint of approved Colour and quality to
internal faces of walls. Rate is included for preparing
the surface with approved skim coat.
316.00 m2
D.9 PAINTING WORKS CARRIED TO SUMMARY Rs
D.10 DOORS AND WINDOWS
The Tenderers are requested to refer the notes given
under Doors and Windows BOQ B.9
Note
DOORS
D.10.1 Door type -D1 size 1000mm x 2100mm mm size single
Sash timber pannel door locking arrangements and SS
pad lock as approved by the engineer should be
provided as per detail drawing.
6.00 nr
WINDOWS
D.10.2 Window Type- W1, 600x1200mm high overall and
louver on top, as per detail drawing.
7.00 nr
METAL WORKS
D.10.3 GRILL WORKS
D.10.3.1 Supplying all material, fabricate and fixing of 16mm
galvanized Solid rods 100mm spacing grill works fix to
window framework. Rate shall be included for zinc
pospate primer and two coats of mat finish enamel
spray paint as directed by Engineer.
6.00 m2
D.10 DOOR WINDOOR WORKS CARRIED TO SUMMARY Rs
D.11 ELECTRICAL WORK
(a) Work shall be done in accordance with the
specifications for electrical and mechanical works.(ICTAD Publication No.SCA/8 of Nov. 2000)
Page | 97
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.11.1 Consumer Units/DB
Make of MCCB,MCBs RCD shall be European make
approved by Engineer.
D.11.1.1 Consumer unit 4.00 nr
1 No.,2 Pole, 20A ,MCB
1 Nos., 2 Pole, 40A, 30mA, RCDs
04 Nos., 1 Pole, 6A/16A/20A , MCBs
All internal connections.
Plastic Enclosure.
D.11.1.2 Supply and installation of 32A,4P MCB with Enclosure. 8.00 nr
D.11.1.3 Supply and installation of 32A,2P MCB with Enclosure. 4.00 nr
D.11.2 Cables
Rate to include for supply and installation of all
required PVC conduits/pipes of required size and
supply and installation of cable terminals at both ends
of the cable.
Note
D.11.2.1 2-core 4 sq.mm Cu Cable(From MDB to CU) 20.00 m
D.11.2.2 1-core 4 sq.mm Cu Earth Cable( CU to Earth pit) 35.00 m
D.11.2.3 4-core 4 sq.mm Cu Cable + 1-core 4 sq.mm Cu Earth
through GI conduit (From Pump control panel to
pumps)
40.00 m
D.11.3 Earthing
Supply and installation of copper clad steel earth
electrodes and copper earth conductors and provide
building earth with earth resistance complying with the
regulations.
Note
D.11.3.1 16mm dia 1.2m long copper bonded steel earth
electrode driven in to the earth with clamp connection
to earth conductor and accessories.
4.00 Item
D.11.3.2 In-site concrete Earthing pit of 300mm(L) x 300mm(W)
x 200mm(D) and with a 50mm thick removable
concrete lid.
4.00 Item
D.11.4 Power Outlets
Make of socket outlets shall be SLS cerified approved
by Engineer.
Note
Rate to include for all cables, conduits, conduit boxes
and all accessories.
Note
D.11.4.1 Supply & Installation of 13A power socket outlet with
2.5sq.mm Cu PVC/PVC cable in Radial circuits and
2.5sq.mm Cu PVC earth wire, drawn through the
concealed PVC conduits/casings, from the respective
Consumer Unit.
4.00 nr
Page | 98
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.11.5 Wiring of Light Points
Wiring includes supply of required cables and
accessories, flush switch and all other required
materials.
Note
Make of the flush switch shall be SLS certified
approved by Engineer.
Note
D.11.5.1 Wiring (including supply of all material & switch) of the
light point using approved type 1.0 mm2, Cu/PVC/PVC
+ 1.5 mm2, Cu/PVC Earth cables drawn through
securely fixed concealed PVC conduits.
10.00 nr
D.11.6 Light Fittings
Lights fittings shall be of the highest quality and each
type of lights fitting shall be subject to the approval of
the Engineer.
Note
LED Shall be Philips,Orange or equivalent make
approved by Engineer.
Note
LED should have minimum 2 year Warranty for
defects.
Note
D.11.6.1 Supply and installation of soffit mounted 9W LED with
holder.
10.00 nr
D.11.7 ELECTRICAL WORK PUMP HOUSE AND STORE
(a) Work shall be done in accordance with the
specifications for electrical and mechanical works.(ICTAD Publication No.SCA/8 of Nov. 2000)
D.11.7.1 Consumer Units/MDB
Make of MCCB,MCBs RCD shall be European make
approved by Engineer.
Page | 99
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.11.7.2 Main Distribution Board (MDB) 1.00 Item
Supply and installation of three phase and neutral,
free standing Main Distribution Board (MDB) made out
of (1.2 mm thickness) Stainless Steel Grade AISI 316 to
the approval of the engineer with following equipment.
Note
Main Incoming Breaker
01 No. of 63A, 15kA 4P Moulded Case Circuit
Breaker(MCCB)
Note
Outgoing Breakers
01 Nos. of 40 A, 4P 10kA Miniature Circuit Breaker
(MCB)
01 Nos. of 32 A, 4P 10kA Miniature Circuit Breaker
(MCB)
03 Nos. of 16 A, 2P 10kA Miniature Circuit Breaker
(MCB)
Other Accessories
01 No. of Surge Protective device (MOV type, 4 pole,
Nominal Voltage shall be 480V, Impulse discharge
current (Iimp) >=50kA, Total Discharge Current (I TOTAL
shall be greater than 100kA and Let through voltage
shall be less than 1.3kV)
Note
1 No. of ELR with core balance and all protection, 10A-
0.1A adjustable leakage current
Note
01 No. of three phase digital power analyzers (A, V,
kW, kWh, maxkVA, max A,Total Kwh……etc.)
Note
All required CTs, 3 phase indicator lights for incoming
and outgoing circuit, protection relays, contactors,
fuses, push buttons, other required accessories and
internal connections shall be provided
Note
D.11.7.3 Consumer unit 1.00 nr
1 No.,2 Pole, 20A ,MCB
1 Nos., 2 Pole, 40A, 30mA, RCDs
06 Nos., 1 Pole, 6A/16A/20A , MCBs
All internal connections.
Plastic Enclosure.
Page | 100
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.11.7.5 Main Pump Control Panel-Wells
Supply and installation of three phase and neutral,
Wall mounted Enclosure made out of (1.2 mm
thickness) Stainless Steel Grade AISI 316 to the
approval of the engineer with following equipment.
Note
Refer specification and Tender drawing before pricing
the Bid
Note
Supply and installation & commisionning of PLC control
panel for control pumps located at 4nr of pump
houses.(including starters, phase failure
relay,RCD,MCB,Connection cable & hardware required
for fully working order together with automatic float
control accessories.
1.00 Item
D.11.7.6 Cables
Rate to include for supply and installation of all
required PVC conduits/pipes of required size and
supply and installation of cable terminals at both ends
of the cable.
Note
Cables, Brackets, Clamps,nuts terminals, and all
accessories should be water resistant, corrosion free
and able to withstand the salty condition at the
premises.
Note
Overhead Cable should be mounted to exsisting poles
using Anchor clamps & properly tensioned.
Note
Overhead string for ABC cables with ABC accessories
and neccesary cable terminals.
Note
D.11.7.6.1 supply and string of aerial bundle conductor (4x16 sq
mm) with all related ABC accessories.(Cable should be
ACL , Kelani or equivalent brand approved by the
Engineer)
750.00 m
Main Pump Control Panel-Wells to Pump House 01 ,
Pump House 02, Pump House 03 & Pump House 04
D.11.7.6.2 supply and string of 3Cx2.5mm2 Cu/PVC/PVC control
cable with all related ABC accessories.(Cable should be
ACL , Kelani or equivalent brand approved by the
Engineer)
600.00 m
Main Pump Control Panel-Wells to Pump House 01 ,
Pump House 02, Pump House 03 & Pump House 04
D.11.7.6.3 4-core 16 sq.mm Cu Cable(from CEB to MDB/From
MDB to Pump Control Panel)
20.00 m
Page | 101
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.11.7.6.4 2-core 4 sq.mm Cu Cable(From MDB to CU) 10.00 m
D.11.7.6.5 1-core 4 sq.mm Cu Earth Cable(From MDB to CU) 10.00 m
D.11.7.6.6 1-core 6 sq.mm Cu Earth Cable(From MDB to Earth pit) 15.00 m
D.11.7.6.7 4-core 4 sq.mm Cu Cable + 1-core 4 sq.mm Cu Earth
through GI conduit (From Pump control panel to
pumps)
20.00 m
D.11.7.7 Earthing
Supply and installation of copper clad steel earth
electrodes and copper earth conductors and provide
building earth with earth resistance complying with the
regulations.
Note
D.11.7.7.1 16mm dia 1.2m long copper bonded steel earth
electrode driven in to the earth with clamp connection
to earth conductor and accessories.
1.00 Item
D.11.7.7.2 In-site concrete Earthing pit of 300mm(L) x 300mm(W)
x 200mm(D) and with a 50mm thick removable
concrete lid.
1.00 Item
D.11.7.7.3 Supply and installation of Galavanzed brackets to
mount 12nos of ABC cable on existing concrete poles.
8.00 nr
D.11.7.8 Power Outlets
Make of socket outlets shall be SLS cerified approved
by Engineer.
Note
Rate to include for all cables, conduits, conduit boxes
and all accessories.
Note
D.11.7.8.1 Supply & Installation of 13A power socket outlet with
2.5sq.mm Cu PVC/PVC cable in Radial circuits and
2.5sq.mm Cu PVC earth wire, drawn through the
concealed PVC conduits/casings, from the respective
Consumer Unit.
3.00 nr
D.11.7.9 Wiring of Light Points
Wiring includes supply of required cables and
accessories, flush switch and all other required
materials.
Note
Make of the flush switch shall be SLS certified
approved by Engineer.
Note
D.11.7.9.1 Wiring (including supply of all material & switch) of the
light point using approved type 1.0 mm2, Cu/PVC/PVC
+ 1.5 mm2, Cu/PVC Earth cables drawn through
securely fixed concealed PVC conduits.
4.00 nr
Page | 102
Rs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. D : RENOVATION OF TUBE WELL, PUMP HOUSE & STORE
BILL OF QUANTITY
ITEM NO. ITEM DESCRIPTIONQTY. UNIT Rate Amount
D.11.7.10 Light Fittings
Lights fittings shall be of the highest quality and each
type of lights fitting shall be subject to the approval of
the Engineer.
Note
LED Shall be Philips,Orange or equivalent make
approved by Engineer.
Note
LED should have minimum 2 year Warranty for
defects.
Note
Supply and installation of soffit mounted 9W LED with
holder.
4.00 nr
D.11 ELECTRICAL WORK CARRIED TO SUMMARY
D.12 MISCELLENEOUS WORKS
D.12.1 Supply all material and construct manholes in Grade
25(20) reinforced concrete. Rate shall include for
excavation, backfilling, remove surplus earth away
from site, 150 mm thick base slab, benching, 125mm
thick wall, opening size 600mmx600 square type
medium duty cast iron double seal cover slab with
lifting handles, iron rungs, reinforcement at 150 c/c,
formwork and screed concreting, as per detail drawing.
D.12.1.1 For size of 950x 1450 (Internally) (Depth 0.45m to 0.75
m)
1.00 nr
D.12.1.2 For size of 750x 750 (Internally) (Depth 0.45m to 0.75
m)
6.00 nr
D.12.3 Backflush for tube well to clean up the line as directed
by Engineer
6.00 Item
D.12TOTAL MISCELLANEOUS WORK CARRIED TO
SUMMARY
Page | 103
AMOUNT
Rs. Cts.
E.1
E.2
E.3
E.4
E.5
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
SUB TOTAL OF (BILL NO E) CARRIED TO GRAND SUMMARY
BILL OF QUANTITY
SUMMARY OF BILL NO. E- WATER SUMP
ITEM DESCRIPTION
EXCAVATION AND EARTH WORK
CONCRETE WORK
WATERPROOFING WORK
WOOD & METAL WORK
MISCELLANEOUS
Page | 104
ITEM DESCRIPTION QTY UNIT RATE
Rs. Cts.
AMOUNT
Rs. Cts.
E 50 M3 CAPACITY SUMP
Tenders are requested to refer Conditions of
Contract, Specifications, Drawings, General
Notes, Pricing Preambles, and all other relevant
documents prior to pricing of the following
items. Note
E.1 EXCAVATION AND EARTH WORK
The Tenderers are requested to refer the notes
given under Conrete Works BOQ B.2 Note
E.1.1 For base; depth not exceeding 1.00m 43.00 m3
E.1.2 Ditto; depth exceeding 1.00m but not exceeding
2.0 m
43.00 m3
E.1.3 Ditto; depth exceeding 2.00m but not exceeding
3.0 m
34.00 m3
E.1.4 Disposal of excavated unsuitable/excess material
as directed.
75.00 m3
E.1.5 Rock excavation requiring chemical blasting,
depth not exceeding 3.5m from the reduce level
and disposed of within site as directed.
1.00 m3
E.1.6 Filling
E.1.7 Filling under floors , with approved imported
earth in layers not exceeding 150mm including
watering and ramming. (Well compacted to
achieve 95% or more compaction.)
5.00 m3
E.1 TOTAL CARRIED TO E2-SUMMARY
E.2 CONCRETE WORK
The Tenderers are requested to refer the notes
given under Conrete Works BOQ B.3
Note
E.2.1 Grade 15 (20) screed concrete, 75mm thick under
the base of sump
43.00 m2
E.2.2 Grade 35A (20) concrete for sump base. 13.50 m3
E.2.3 Grade 35A (20) concrete for walls of sump. 18.00 m3
E.2.4 Grade 35A (20) concrete for top slab & beam of
sump.
5.00 m3
E.2.5 Grade 20 (6) chip concrete filling as directed 1.50 m3
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. E - WATER SUMP
BILL OF QUANTITY
Page | 105
ITEM DESCRIPTION QTY UNIT RATE
Rs. Cts.
AMOUNT
Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. E - WATER SUMP
BILL OF QUANTITY
FORM WORK
Formwork using 12mm thick plywood sheets
including all necessary supports, erecting,
framing, cutting angles etc.
E.2.6 For sides of walls. 110.00 m2
E.2.7 For top slab of sump. 30.00 m2
REINFORCEMENT
Supplying and installation of Grade
460(460N/mm2) bars cut to length, bent to
shape, rust cleared and fixed in position. Rate
shall include for binding wires, cover blocks. All
complete as per reinforcement schedule and
drawing in approximate quantities for different
diameters.
E.2.8 For sump base slab. 1,260.00 kg.
E.2.9 For sump walls. 1,480.00 kg.
E.2.10 For sump top slab. 560.00 kg.
E.2 TOTAL CARRIED TO E2-SUMMARY
E.3 WATERPROOFING WORK
E.3.1 Supply and laying of gauge 1000 plythene over
bottom of sump pit.
43.00 m2
Water Proofing Floor & Walls
Method and material should comply with the
following standards ASTM-1622, ASTM C-518,
ASTM C-272 AND ASTM D-696. Contractor shall
satisfy the consultant that the waterproof coating
is not of a toxic nature, giving no element to
microbes. If the latter should occur, the
contractor shall provide and apply extra coat(s) of
non toxic sealant to microbes for walls and floors,
all in accordance with the manufactures
instructions.
Note
Page | 106
ITEM DESCRIPTION QTY UNIT RATE
Rs. Cts.
AMOUNT
Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. E - WATER SUMP
BILL OF QUANTITY
E.3.2.2 Supply and Laying of 4mm thick Torch-on
membrane externally according to the
manufacturer's specification. Rate shall be
included the formation of edges, torch welding
and fixing metal strip on vertical walls at
termination edges as per the detail drawing.
Protective screed measured separately.
152.00 m2
E.3.2.3 Applying XYPEX or approved waterproofing
material in two coats on sump floor, wall & soffit
surfaces internally as per manufacturer's
specification. (Minimum coverage per each layer
at 0.8 Kg/m2). Rate shall include for cleaning
existing internal wall surfaces to be free from
dust, cement laitance, grout deposits and repair
honey combs, P-cone holes, construction joints
with non shrink, high strength repair grout and
curing the application for 3 days.
110.00 m2
E.3.2.4 Supply and Fixing of 200mm wide 3mm thick mild
steel plate as a water stop at construction joint.
22.00 m
E.3.2.5 112mm thick brick walls in common bricks with
1:5 cement & sand mortar for sides of bottom of
water sump.
27.00 m2
E.3.2.6 15mm thick 1:3 cement sand plaster and
rendering smooth neat cement finished
,protective plaster for sump base and walls
internally.
160.00 m2
E.3.2.7 15mm thick 1:3 cement sand bed on water
proofing member before placing reinformcent
43.00 m2
E.3.2.7 15mm thick 1:3 cement sand plaster for sump
external wall
80.00 m2
E.3.2.7 Supply and Placing of chiken mesh on specified
area.
80.00 m2
E.3.2.8 Supply & placing of 4.5mm plywood board as
protective board for the torch membrane.
45.00 m2
E.3 Total Carried to summary
Page | 107
ITEM DESCRIPTION QTY UNIT RATE
Rs. Cts.
AMOUNT
Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. E - WATER SUMP
BILL OF QUANTITY
E.4 WOOD & METAL WORK
E.4.1 Supply and fixing of 16mm dia stainless steel solid
rungs at 300mm spacing.
8.00 nr.
E.4.2 Supply all material and construct access hole of
750 x750 mm opening sized clear opening, double
sealed cast iron medium duty cover slab with
frame as per detail drawing.
2.00 nr.
E.4.5 Installation of 110 mm diameter GI vent pipe for
sump with puddle collar and stainless steel mesh
at provisions as per detail drawing
2.00 nr.
E.4 TOTAL CARRIED TO E2-SUMMARY
E.5 MISCELLANEOUS
E.5.1 water tightness test before and after water
proofing work and disinfection of all water
retaining structures as per specification
1.00 Item
E.5 TOTAL CARRIED TO E2-SUMMARY
Page | 108
AMOUNT
Rs. Cts.
F.1 EXCAVATION AND EARTHWORK
F.2 PIPES AND FITTINGS
F.3 MISCELLANEOUS WORK
F.4 CONCRETE WORKS
F.5 PUMPS
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL OF QUANTITY
SUMMARY OF BILL NO. F - WATER SUPPLY PIPE LAYING
SUB TOTAL OF(BILL NO F) CARRIED TO GRAND SUMMARY
ITEM DESCRIPTION
Page | 109
Rate AmountRs. Cts. Rs. Cts.
F.1 EXCAVATION AND EARTHWORK
The Tenderers are requested to refer the notes given
under Concrete Works BOQ B.2
Note
F.1.1 Clearing site from all debris and removal of all bushes
and other vegetation away from the site. Rate shall be
included for cutting down trees, uprooting and
grubbing girth not exceeding 500mm girth in earth
logging and stacking, filling voids.
2,000.00 m2
F.1.2 Excavation for trenches & pits in any material except
rock requiring blasting, up to a depth of 1.5m from
existing level in followings. Rate is included for
working space (Pipe laying)
760.00 m3
F.1.3 Trimming, levelling and compaction of excavated
bottom of trench density
800.00 m2
F.1.4 Filling to query dust & consolidating filling laid layer
as per the detail drawing.
225.00 m3
F.1.5 Back filling to Approved Selected imported soil filling
laid layers not exceeding 150mm thick.
160.00 m3
F.1.6 Back filling to Approved Selected available soil filling
laid layers not exceeding 150mm thick.
390.00 m3
F.1.7 Filling with Aggregate Base Course (ABC). Work
comprising supplying, placing, leveling, watering and
compacting ABC using machineries in 150 mm thk.
Layers as instructed by engineer. (Well compacted to
achieve 98% or more compaction.)
10.00 m3
F.1 EXCAVATION WORKS CARRIED TO SUMMARY
F.2 PIPES AND FITTINGS
Water Supply network
Supply and laying of water supply line. Rate shall
include pipe connection, as per detail drawings and
specification.
Unless otherwise measured separately, rates shall
include for:
(a) Complying with the relevant Sri Lanka, British or
any other relevant Standard.
Note
(b) Supply, transport to site and laying as specified. Note
(c) Cutting and joining of pipes and wastage of pipes. Note
(e) Necessary jointing materials i.e. rubber rings,
solvent cement etc., warning tape, specified fillings
for pipe beddings etc.
Note
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
item Description Qty Unit
BILL OF QUANTITY
BILL NO. F - WATER SUPPLY PIPE LAYING
Page | 110
Rate AmountRs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
item Description Qty Unit
BILL OF QUANTITY
BILL NO. F - WATER SUPPLY PIPE LAYING
(f) All costs associated with provision of all holes
(cutting or forming), mortises, openings, Chasing of
brick, cement block or concrete walls, columns, beams
etc. and necessary hangers and clips, for fixing to
soffits, wall surfaces etc. and making good all works
disturbed.
Note
(g) Necessary screws, nails, sockets, connection back
nuts standard pipe fixing or supporting clips, saddles,
brackets, holder bats, s-traps.
Note
(h) Connecting different types of pipes. Note
(l) Obtaining approval from relevant government or
public authorities inclusive of all coordination
activities.
Note
Rates for all pipes shall include for pipe fittings such
as bends, tees, reducers, sockets etc. and all fittings
shall be moulded fittings other than specified
Note
Rates shall include for screws ,nails, pipe hooks,
saddles, brackets, sockets, connections, lagging short
lengths, back nuts, nipple joints, concrete blocks and
the like and all holes chasings etc. and making good in
other trades such as plaster and painting
Note
Rates for under ground pipes shall include for
maintain of trenches to required gradient, and
concrete encasing and jointing
Note
F.2.1 HDPE PIPE LAYING
Supply and installation of PN16, SDR 11 with
High Density Polyethylene fusion fittings including
bends, isolation valves with valve boxes, elbows, tees,
reducers, etc. and fused mechanical joint adapters for
connecting underground valves, all the accessories
required, excavation, embedment, backfilling,
compaction of trenches and pressure testing of
pipework as per the drawing and specification.
All HDPE fittings and specials should be SDR11, PN 16
unless otherwise specified, with joints of approved
quality and conforming to Sri Lankan Standards used
in the plumbing installation. Note
All HDPE pipes shall be National, S-Lon or equivalent
manufacture in suitable type appropriate for the
purposeNote
F.2.1.1 Supply and laying of 160mm (6") dia. HDPE pipes 200.00 m
F.2.1.2 Supply and laying of 110mm (4") dia. HDPE pipes 1,800.00 m
F.2.1.3 Supply and laying of 90mm (3") dia. HDPE pipes 80.00 m
Page | 111
Rate AmountRs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
item Description Qty Unit
BILL OF QUANTITY
BILL NO. F - WATER SUPPLY PIPE LAYING
F.2.2 DI PIPE LAYINGSupply and laying of Double flange DI pipe with nuts,
bolts, gaskets and all other accessories
F.2.2.1 160mm dia (6") . 15.00 m
F.2.2.2 110mm dia (4"). 25.00 m
F.2.2.3 83mm dia (3") 40.00 m
F.2.3 FITTINGSupply and fixing of double flange DI fittings with bolt
and nuts and all accessories
F.2.3.1 110mm (4") dia 90º bend 3.00 nr
F.2.3.2 110mm (4") dia 45º bend 5.00 nr
F.2.3.3 110mm (4") dia Tee 2.00 nr
F.2.3.3 160mm (6") dia Tee 2.00 nr
F.2.4 PVC PIPE LAYING
Supplying and laying of Type 1000 . PVC pipes
including all specials. Rate shall be included for
excavation, backfilling and all specified in notes
F.2.4.1 90mm (3") dia. 40.00 m
F.2.4.2 63mm (2") dia. 30.00 m
F.2.4.3 50mm (1 1/2") dia. 300.00 m
F.2.4.4 40mm (1 1/4") dia. 35.00 m
F.2.5 MAN HOLES
Supply all material and construct manholes in Grade
25(20) reinforced concrete. Rate shall include for
excavation, backfilling, remove surplus earth away
from site, 150 mm thick base slab, benching, 125mm
thick wall, medium duty double seal cast iron cover
slab with lifting handles, iron rungs, reinforcement at
150 c/c, formwork and screed concreting. F.2.5.1 Size 450mm x 450mm (Depth 0.3m to 0.6m) 2.00 nr
F.2.5.2 Size 600mm x 600mm (Depth 0.6m to 0.9m) 18.00 nr
F.2.5.3 Size 750mm x 750mm (Depth 0.9m to 1.2m) 4.00 nr
F.2.6 VALVES
Unless otherwise specified, supply and installation of
approved quality Bronze, Cast iron, Brass valves as
specified. Rate shall be included necessary connecting
flanges to the pipe network, gascuts and all other
accessories. European productGATE VALVES
F.2.6.1 110mm (4") dia. Bronze gate valve 5.00 nr
F.2.6.2 75mm (3") dia. Bronze Gate valve 2.00 nr
F.2.6.3 50mm (1 1/2") dia. Brass Gate valve 28.00 nr
F.2.6.4 40mm (1 1/4") dia. Brass Gate valve 5.00 nr
Page | 112
Rate AmountRs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
item Description Qty Unit
BILL OF QUANTITY
BILL NO. F - WATER SUPPLY PIPE LAYING
Non return Valve
F.2.6.5 100mm (4") dia.bronze non return valve 1.00 nr
F.2.6.6 50mm (1 1/2") dia. Brass non return valve 14.00 nr
F.2.6.7 40mm (1 1/4") dia. Brass non return valve 4.00 nr
Air Release Valve
F.2.6.8 110mm (4") dia. Cast Iron air release valve 2.00 nr
Scour Valve
F.2.6.9 110mm (4") dia. Cast iron scour valve 1.00 nr
Bowl Valve
F.2.6.10 75mm dia. Brass bowl valve 1.00 nr
Foot valve
F.2.6.11 50mm dia.(1 1/2") foot valve 6.00 nr
F.2.7 WATER METER
Supply and installation of cast iron European made
water meter at water distribution network as per the
detail drawings. Rate shall be included for necessary
fittings. Specifications to be sumbmitted befroe
proceed the procurements
F.2.7.1 160mm (6") 2.00 nr
F.2.7.1 110mm (4") 4.00 nr
F.2.7.2 90mm (3") 6.00 nr
F.2.7.3 63mm (2") 2.00 nr
F.2.8 Commissioning & Testing the Line as per the standard
and Instruction given by Engineer
Item
F.2 WATER SUPPLY NETWORK CARRIED TO SUMMARY
F.3 MISCELLANEOUS WORK
F.3.1 Cutting and breaking existing Asphalt/tar laying
surface work with Approx. 200mm thk. Rate shall be
included for clearing and removing debris as directed
by Engineer
50.00 m2
F.3.2 Supplying, laying and compacting of 50mm thick
asphalt layer using required machinery as directed by
Engineer.
2.00 ton
F.3 MISCELLANEOUS WORKS CARRIED TO SUMMARY
Page | 113
Rate AmountRs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
item Description Qty Unit
BILL OF QUANTITY
BILL NO. F - WATER SUPPLY PIPE LAYING
F.4 CONCRETE WORKS
The Tenderers are requested to refer the notes given
under Concrete Works BOQ B.3
Note
F.4.1 Supply and placing of Grade 20 Concrete 4.00 m3
F.4.2 FORM WORK
The Tenderers are requested to refer the notes given
under Formworks BOQ B.3
Note
F.4.2.1 12mm thk plywood form work 10.00 m2
F.4.3 REINFORCEMENT
The Tenderers are requested to refer the notes given
under Reinforcement BOQ B.3
Note
F.4.3.1 In Ground floor , pavement ,steps etc. 120.00 kg
F.4 CONCRETE WORKS CARRIED TO SUMMARY
F.5 PUMPS
All the Specification, Brands, Country of Origin,
warranty certificate should be approved before the
procurement of pumps
All the pumps should be complied for heavy duty
usage, minimum maintenance
F.5.1 Booster Pumps
Supply and Installation of Single phase Booster Pumps
(2 Sets) (duty and stand by) of the approved make to
work in alternative duty / stand by configurations and
to suit followings conditions with both auto/ manual
operational facility in accordance with manufacture's
specifications
Total Capacity - 2.5ltr/s at 40m head
Suction pipe diameter - 110mm (4")
Delivery Pipe diameter - 110mm (4")
Rate shall be included for fixing of
a. Strainers (4") - 2 Nos.
b. Bronze Gate Valve (4") - 2 Nos.
c. Bronze Non Return Valve (4") - 1 Nos.
d. Supply and installation of three phase and
neutral, Wall mounted Enclosure made out of (1.2
mm thickness) Stainless Steel Grade AISI 316 to the
approval of the engineer with following equipment.
(auto/manual operation facility)including DOL starter,
electronic timer, surge diverter, phase failure relay,
thermal overload,RCD,MCB,Connection cable &
hardware required for fully working order together
with automatic float control accessories.
and necessary fittings and fixtures 1.0 Item
Page | 114
Rate AmountRs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
item Description Qty Unit
BILL OF QUANTITY
BILL NO. F - WATER SUPPLY PIPE LAYING
F.5.2 Centrifugal Pumps
Supply and Installation of 3 phase Centrifugal Pumps
(2 Sets) (duty and stand by) of the approved make to
work in alternative duty / stand by configurations and
to suit followings conditions with both auto/ manual
operational facility in accordance with manufacture's
specifications
Total Capacity - 7 ltr/s at 30m head
Suction pipe diameter - (3")
Delivery Pipe diameter - (3")
Rate shall be included for fixing of
a. Foot Valve (3") - 2 Nos.
b. Strainers (3") - 2 Nos.
c. Bronze Gate Valve (3") - 4 Nos.
d. Bronze Non Return Valve (3") - 2 Nos.
e. Ball valve and/ or switch at sump
f. Digital Level regulator at overhead tank
g. Supply and installation of three phase and
neutral, Wall mounted Enclosure made out of (1.2
mm thickness) Stainless Steel Grade AISI 316 to the
approval of the engineer with following equipment.
(auto/manual operation facility)including DOL starter,
electronic timer, surge diverter, phase failure relay,
thermal overload,RCD,MCB,Connection cable &
hardware required for fully working order together
with automatic float control accessories.and necessary fittings and fixtures 1.0 Item
Page | 115
Rate AmountRs. Cts. Rs. Cts.
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
item Description Qty Unit
BILL OF QUANTITY
BILL NO. F - WATER SUPPLY PIPE LAYING
F.5.3 Centrifugal Pumps
Supply and Installation of 3 phase Centrifugal Pumps
(2 Sets) (duty and stand by) of the approved make to
work in alternative duty / stand by configurations and
to suit followings conditions with both auto/ manual
operational facility in accordance with manufacture's
specifications
Total Capacity - 5 ltr/s at 40m head
Suction pipe diameter - (4")
Delivery Pipe diameter - (4")
Rate shall be included for fixing of
a. Foot Valve (3") - 2 Nos.
b. Strainers (3") - 2 Nos.
c. Bronze Gate Valve (3") - 4 Nos.
d. Bronze Non Return Valve (3") - 2 Nos.
e. Ball valve and/ or switch at sump
f. Digital Level regulator at overhead tank
g. Supply and installation of three phase and
neutral, Wall mounted Enclosure made out of (1.2
mm thickness) Stainless Steel Grade AISI 316 to the
approval of the engineer with following equipment.
(auto/manual operation facility)including DOL starter,
electronic timer, surge diverter, phase failure relay,
thermal overload,RCD,MCB,Connection cable &
hardware required for fully working order together
with automatic float control accessories.and necessary fittings and fixtures 1.0 Item
F.5 PUMP WORKS CARRIED TO SUMMARY
Page | 116
ITEM DESCRIPTION QTY UNIT RATE
Rs. Cts.
AMOUNT
Rs. Cts.
G PROVISIONAL SUM
G.1 Allow Sum for electrical wiring , modification of
panel board and other related works
PS 750,000.00
G.2 Allow Provisional sum for modification of
purification system
PS 1,500,000.00
G.3 Allow sum for construction of new tube well & any
other unforeseen work
Ps 3,000,000.00
G.4 Allow sum for cleaning and repairing existing over
head water tank
Ps 2,000,000.00
Rs 7,250,000.00
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
BILL NO. G : PROVISIONAL SUM
BILL OF QUANTITY
SUB TOTAL OF PROVISIONAL SUM CARRIED TO SUMMARY
Page | 117
ITEM NO. DESCRIPTIONCONSISTED TO THE PRIME
COST
RATE
Rs. Cts. REMARKS
PRIME
COSTA
Supply and installation of Water closet
suit consisting of pedestal pan with 'P'
trap, close coupled flushing cistern
including all accessories complete to
working order to Engineers approval.
WC, Water Tank with
Mechanism, Seat Cover
26,000.00
P TRAP 1,700.00
Flexible horse 1,500.00
Angle valve 1,200.00
30,400.00
PRIME
COSTA B
Supplying and installation of under
counter type wash basin (Rocell zen or
approved by Engineer)with angle valve,
flexible connection, chromium plated
pillar tap, rubber plug and chromium
plated chainwast, bottle trap fixed as
including water supply and waste water
connection all complete to working
order. (Prime Cost B )
Vanity basin 13,500.00
Waste and plug 1,300.00
pillar tap 3,500.00
Flexible horse 1,500.00
Angle valve 1,200.00
Bottle trap 4,700.00
25,700.00
PRIME
COST C
Supply and fixing of approved quality
pvc hand bidet shower with wall
mounted brackets in all toilets. Rate to
include for all accessories required for
pipe connections and fixtures.
Bidet spray with flexible hose 1,100.00
Angle value 1,200.00
2,300.00
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
PRIME COST
Page | 118
ITEM NO. DESCRIPTIONCONSISTED TO THE PRIME
COST
RATE
Rs. Cts. REMARKS
REPAIR & RENOVATION OF WATER SUPPLY NETWORK AT REFURBISHMENT OF NHR - BENTOTA
PRIME COST
PRIME
COST D
Supply & fixing of 600 x 900 mm frame
less mirror over vanity basin with
necessary accessories as per the detail
drawing (Prime Cost D)Mirror (1 ft
2) 700.00
nob- 1nr 150.00
850.00
PRIME
COST E
Supply and fixing of chromium plated
brass bib taps in toilets.
Bib Tap 1,850.00
1,850.00
PRIME
COST F
Supply and fixing of 150x150mm
moulded approved quality uPVC four
way outlet trapped floor gully in all
toilets. Rate to include approved
quality Stainless steel gully cover and
for fixtures.
floor trap (catch pit ) with
stainless steel grating cover 1,800.00 1,800.00
PRIME
COST G
Supply and installation of chromium
plated brass soap dish with brackets in
toilets.
Chromium plated brass soap
dish 1,500.00
1,500.00
PRIME
COST H
Supply and installation of chromium
plated brass towel rail mounted on
wall in all toilets. Rate to include for
fixtures.
chromium plated brass towel
rail 2,200.00
2,200.00
Page | 119
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 120
Technical Schedule for Booster Pump
General As Specified As Offered
1. Make
2. Model
3. Country of manufactured
4. Country of origin
Japanese, European or USA
5. Capacity of the pump Min 2.5 Ltr/Sec at 40 m head
6. Rated power (kW) Specify
7. Rated current (A) Specify
8. Rated voltage (V) Specify
9. Suction Diameter (mm)
10. Discharge Diameter (mm)
11. Motor Insulation Class F
12. Type of Starter
13. Type of motor protection
14. Efficiency at duty point 60% or higher
15. Warranty One year
16. Availability of spare parts Stocks should be available
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 121
Technical Schedule for Centrifugal Pump
General As Specified As Offered
1. Make
2. Model
3. Country of manufactured
4. Country of origin
Japanese, European or USA
5. Capacity of the pump Min 7.0 Ltr/Sec at 30 m head
6. Rated power (kW) Specify
7. Rated current (A) Specify
8. Rated voltage (V) Specify
9. Suction Diameter (mm)
10. Discharge Diameter (mm)
11. Motor Insulation Class F
12. Type of Starter
13. Type of motor protection
14. Efficiency at duty point 60% or higher
15. Warranty One year
16. Availability of spare parts Stocks should be available
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 122
Technical Schedule for Centrifugal Pump
General As Specified As Offered
1. Make
2. Model
3. Country of manufactured
4. Country of origin
Japanese, European or USA
5. Capacity of the pump Min 5.0 Ltr/Sec at 40 m head
6. Rated power (kW) Specify
7. Rated current (A) Specify
8. Rated voltage (V) Specify
9. Suction Diameter (mm)
10. Discharge Diameter (mm)
11. Motor Insulation Class F
12. Type of Starter
13. Type of motor protection
14. Efficiency at duty point 60% or higher
15. Warranty One year
16. Availability of spare parts Stocks should be available
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 123
Section - 8
DRAWINGS
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 124
ARCHITECTURAL DRAWINGS
ELECTRICAL DRAWINGS
DESCRIPTION NO OF SHEET
DRAWING REFERENCE NO.
ELECTRICAL LAYOUT
01
C-1534/P-03/EL/001
DESCRIPTION NO OF SHEET
DRAWING REFERENCE NO.
TYPICAL DETAIL FOR PUMP ROOM 01 C-1534/01/PHASE – III/GA/001
LAYOUT PLAN (WELL - 01) 01 C-1534/01/PHASE – III/GA/002
LAYOUT PLAN (WELL - 02) 01 C-1534/01/PHASE – III/GA/003
LAYOUT PLAN (WELL - 03) 01 C-1534/01/PHASE – III/GA/004
BARB WIRE FENCE AROUND THE SITE (WELL 1,2,3) 01 C-1534/01/PHASE – III/GA/005
TYPICAL PIPE LAYING DETAIL 01 C-1534/TEN/PL/001
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 125
Section - 9
STANDARD FORMS (BID)
Bidders shall submit the completed Form of Bid Security/Bid Securing Declaration as appropriate in
compliance with the requirements of the bidding documents.
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 126
FORM OF BID SECURITY
……………. …………………………………………………………………………………………..……
[Insert issuing agency’s name and address of issuing branch or office]
Beneficiary: Director General, Sri Lanka Tourism Development Authority, 80, Galle Road, Colombo 03. Date: …………………………… [Insert (by issuing agency) date]
BID GUARANTEE NO.: ……………………………….. [Insert (by issuing agency) number]
We have been informed that ……………………………………………………………… [Insert (by issuing agency) name of the
bidder] (Hereinafter called “the Bidder”) has submitted to you its bid dated ………………… [Insert (by issuing
agency) date](Hereinafter called “the Bid”) for execution of Repair & Renovation of Water Supply Network
at Refurbishment of NHR-Bentota
(Contract No: SLTDA/RM/W/NCB/WSN - Bentota/2020/04R) under Invitation for Bids No. ………………. (“The
IFB”).
Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid Guarantee.
At the request of the Bidder, we ……………………………….. [Insert name of issuing agency] hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of ……………………………. [Insert amount
on figures] ……………………………………………… [insert amount in words] upon receipt by us of your first demand in
writing accompanied by a written statement stating that the bidder is in breach of its obligation(s) under the
bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter
“the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity,
(i) fails to refuses to execute the Contract Form, if required, or (ii) fails to refuses to furnish a
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 the Performance Security issued to you by the Bidder; or
(b) If the Bidder is not the successful bidder, upon the earlier of
(c) Our receipt of a copy of your notification to the Bidder that the bidder was unsuccessful, otherwise
it will remain in force up to 28 days beyond the validity of the bid. (…………..)
Consequently, any demand for payment under this guarantee must be received by us at the office on or before
that date.
…………………………………………………………………….
[Signature of authorized representative(s)]
Repair & Renovation of Water Supply Network at Refurbishment of NHR-Bentota
Page | 127
Check List for Bidders
Bidders are advised to fill the following table:
ITEM ITB
Clause Yes
(tick) REFERENCE
Form of Bid
Addressed to the Employer? 18
Completed? 18
Signed? 18
Bid securing Declaration form (if required)
Properly filled and singed 16
Bid Security (if required)
Addressed to the Employer? 16
Format as required? 16
Issuing Agency as specified? 16
Amount and currency as requested? 16
Validity 28 days beyond the validity of Bid ?
16
Qualification Information
All relevant information completed? 4
Signed? 4
Addendum
Contents of the addendum (if any) taken in to account?
10
BID package
All the documents given in ITB Clause 12 enclosed in the original and copy?
12
ITB Clause 19 followed before Sealing the Bid Package?
19