A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

105
PROCUREMENT DOCUMENTS Bidding Document for Procurement of Works Procurement of Sumbe WSSIS Project Rehabilitation and Augmentation of Water Supply System Issued on: July 20 th , 2012 ICB No: 1W1/Sumbe/DNAAS/2012 Employer: Financial and Contract Management Unit (FCMU) of the National Directorate of Water Supply and Sanitation (DNAAS) of the Ministry of Energy and Water (MINEA) Country: Angola

Transcript of A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Page 1: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

P R O C U R E M E N T D O C U M E N T S

Bidding Document for Procurement of Works

Procurement of

Sumbe WSSIS Project Rehabilitation and Augmentation of Water

Supply System

Issued on: July 20th, 2012

ICB No: 1W1/Sumbe/DNAAS/2012

Employer: Financial and Contract Management Unit (FCMU) of the National Directorate of Water Supply and Sanitation (DNAAS) of the Ministry of Energy and Water (MINEA)

Country: Angola

Page 2: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Preface This Bidding Document for Procurement of Works has been prepared by National Directorate of Water and Sanitation (DNAAS) and is based on the Standard Bidding Document for Procurement of Works issued by the African Development Bank,1 dated June 2010. The Standard Bidding Document for Procurement of Works reflects the structure and the provisions of the Master Document for Procurement of Works issued by the Multilateral Development Banks, except where specific considerations within the African Development Bank have required a change.

1 "Bank" shall mean the African Development Bank, the African Development Fund, the Nigeria Trust Fund, as well

as any other funds administered by the African Development Bank, and any or all of these entities, as the context may require.

Page 3: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Standard Bidding Document

Table of Contents

PART 1 – Bidding Procedures

Section I. Instructions to Bidders ............................................................................................................ 1-1

Section II. Bid Data Sheet ..................................................................................................................... 1-18

Section III. Evaluation and Qualification Criteria .................................................................................. 1-22

Section IV. Bidding Forms.................................................................................................................... 1-29

Section V. Eligible Countries ................................................................................................................ 1-99

PART 2 – Employer’s Requirements

Section VI. Requirements ....................................................................................................................... 2-1

PART 3 – Conditions of Contract and Contract Forms

Section VII. General Conditions (GC) ..................................................................................................... 3-1

Section VIII. Particular Conditions (PC) ............................................................................................... 3-78

Section IX. Contract Forms ................................................................................................................... 3-84

Page 4: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

PART 1 – Bidding Procedures

Page 5: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-1

Section I. Instructions to Bidders

Table of Clauses A. General ...........................................................................................................................................1-3 1.Scope of Bid ......................................................................................................................................1-3 2. Source of Funds ................................................................................................................................1-3 3. Fraud and Corruption ........................................................................................................................1-3 4. Eligible Bidders ................................................................................................................................1-4 5. Eligible Goods and Related Services .................................................................................................1-5 B. Contents of Bidding Document………………………………………………………. .....................1-6 6. Sections of Bidding Document ..........................................................................................................1-6 7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ........................................................1-6 8. Amendment of Bidding Document ....................................................................................................1-7 C. Preparation of Bids…………………………………………………………………… .....................1-7 9. Cost of Bidding .................................................................................................................................1-7 10. Language of Bid .............................................................................................................................1-7 11. Documents Comprising the Bid .......................................................................................................1-7 12. Letter of Bid and Price Schedules ....................................................................................................1-8 13. Alternative Bids ..............................................................................................................................1-8 14. Bid Prices and Discounts ................................................................................................................1-8 15. Currencies of Bid and Payment .......................................................................................................1-9 16. Documents Establishing the Qualifications of the Bidder .................................................................1-9 17. Documents Establishing the Eligibility of the Goods and Related Services ......................................1-9 18. Period of Validity of Bids ...............................................................................................................1-9 19. Bid Security .................................................................................................................................. 1-10 20. Format and Signing of Bid ............................................................................................................ 1-11 D. Submission and Opening of Bids…………………………………………………… ..................... 1-11 21. Submission, Sealing and Marking of Bids ..................................................................................... 1-11 22. Deadline for Submission of Bids ................................................................................................... 1-12 23. Late Bids ...................................................................................................................................... 1-12 24. Withdrawal, Substitution, and Modification of Bids ...................................................................... 1-12 25. Bid Opening.................................................................................................................................. 1-12 E. Examination of Bids………………………………………………………………… ...................... 1-13 26. Confidentiality .............................................................................................................................. 1-13 27. Clarification of Bids ...................................................................................................................... 1-13 28. Determination of Responsiveness .................................................................................................. 1-13 F. Bid Evaluation and Comparison………………………………………………… ......................... 1-14 29. Correction of Arithmetical Errors .................................................................................................. 1-14 30. Conversion to Single Currency ...................................................................................................... 1-15 31. Bid Adjustments ........................................................................................................................... 1-15 32. Qualification of the Bidder ............................................................................................................ 1-15 33. Comparison of Bids ...................................................................................................................... 1-15 34. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ............................................. 1-16

Page 6: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-2

G. Award of Contract………………………………………………………………….. ...................... 1-16 35. Award Criteria .............................................................................................................................. 1-16 36. Notification of Award ................................................................................................................... 1-16 37. Signing of Contract ....................................................................................................................... 1-16 38. Performance Security .................................................................................................................... 1-17

Page 7: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-3

Section I. Instructions to Bidders

A. GENERAL

1. Scope of Bid 1.1 The Employer indicated in Section II, Bid Data Sheet (BDS) issues this Bidding Document for the procurement of Works, as specified in Section VI, Requirements. The name, identification, and number of lots are provided in the BDS.

1.2 Unless otherwise stated, throughout this Bidding Document definitions and interpretations shall be as prescribed in Section VII, General Conditions.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated in the BDS has applied for or received financing (hereinafter called “funds”) from the African Development Bank2 (hereinafter called “the Bank”) toward the cost of the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which this Bidding Document is issued.

2.2 Payments by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the financing agreement between the Borrower and the Bank (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Loan Agreement. No party other than the Borrower shall derive any rights from the Loan Agreement or have any claim to the funds.

3. Fraud and Corruption

3.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank Financing), as well as Bidders, Suppliers, and contractors, and their subcontractors, under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy3, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as

follows: (i) “Corrupt Practice” is the offering, giving, receiving, or soliciting,

directly or indirectly, of anything of value to influence improperly the actions of another party;

(ii) “Fraudulent practice” is any act or omission, including a misrepresentation that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;

(iii) “Collusive Practice” is an arrangement between two or more parties, designed to achieve an improper purpose, including to influence improperly the actions of another party; and

(iv) “Coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(b) will reject a proposal for award if it determines that the Bidder

2 The specific financing institution shall be as stipulated in the BDS. 3 See the Bank’s “Rules and Procedures for Whistleblowing and Complaints Handling in the Bank”; and the

“Guidelines for Preventing & Combating Corruption & Fraud in Bank Group Operations”

Page 8: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-4

recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract in question;

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

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

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

3.2 Furthermore, Bidders shall be aware of the provisions stated in Section VII, General Conditions.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, government-owned entity—subject to ITB 4.5—or any combination of such entities supported by a letter of intent to enter into an agreement or under an existing agreement in the form of a joint venture, consortium, or association (JVCA). In the case of a joint venture, consortium, or association:

a) unless otherwise specified in the BDS, all partners shall be jointly and severally liable, and

b) the JVCA shall nominate a Representative who shall have the authority to conduct all businesses for and on behalf of any and all the partners of the JVCA during the bidding process and, in the event the JVCA is awarded the Contract, during contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of an eligible country, in accordance with the Bank’s Rules and Procedures for Procurement of Goods and Works, and as listed in Section V, Eligible Countries.4 A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including Related Services.

4.3 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if:

(a) they have controlling partners in common; or (b) they receive or have received any direct or indirect subsidy from any of

them; or

4 Including eligibility criteria for participation in the supply of goods, works and related services.

Page 9: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-5

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or

(e) A Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which it is involved. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one bid; or

(f) a Bidder participated as a consultant in the preparation of Section VI, Requirements that are the subject of the bid; or

(g) A Bidder or any of its affiliates has been hired, or is proposed to be hired, by the Employer or the Borrower for the supervision of the contract.

4.4 A Bidder that is under a declaration of ineligibility by the Bank in accordance with ITB Clause 3, at the date of the deadline for bid submission or thereafter, shall be disqualified.

4.5 Government-owned entities in the Borrower’s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under the principles of commercial law, and (iii) are not dependent agencies of the Employer or the Borrower.

4.6 Bidders shall not be under execution of a Bid–Securing Declaration in the Employer’s Country.

4.7 Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request.

4.8 Firms from an eligible country shall be excluded if: (a) as a matter of law or official regulation, the Borrower’s country

prohibits commercial relations with that country; or (b) by an act of compliance with a decision of the United Nations Security

Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of Goods from that country or any payments to persons or entities in that country.

4.9 In case a prequalification process has been conducted prior to the bidding process, this bidding is open only to prequalified Bidders.

5. Eligible Goods and Related Services

5.1 All goods and Related services to be supplied under the Contract and financed by the Bank, shall have as their country of origin an eligible country of the Bank in accordance with the Bank’s Rules and Procedures for Procurement of Goods and Works, and as listed in Section V, Eligible Countries.

5.2 For purposes of this Clause, the term “Goods” includes commodities, raw material, machinery, equipment, and industrial plants; and “Related Services” includes services such as insurance, transportation, installation, commissioning, training, and initial maintenance.

5.3 The term “country of origin” means the country where the Goods have been mined, grown, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognised article results that differs substantially in its basic characteristics from its imported components.

Page 10: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-6

5.4 The nationality of the firm that produces, assembles, distributes, or sells the Goods shall not determine their origin.

B. CONTENTS OF BIDDING DOCUMENT

6. Sections of Bidding Document

6.1 The Bidding Document consists of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB 8.

PART 1 Bidding Procedures Section I. Instructions to Bidders (ITB) Section II. Bid Data Sheet (BDS) Section III. Evaluation and Qualification Criteria Section IV. Bidding Forms Section V. Eligible Countries PART 2 Employer’s Requirements Section VI. Requirements PART 3 Conditions of Contract and Contract Forms Section VII. General Conditions (GC) Section VIII. Particular Conditions (PC) Section IX. Contract Forms

6.2 The Invitation for Bids issued by the Employer is not part of the Bidding Document.

6.3 The Bidder shall obtain the Bidding Document from the source stated by the Employer in the Invitation for Bids; otherwise the Employer is not responsible for the completeness of the Bidding Document.

6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the bid.

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting

7.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Employer in writing at the Employer’s address indicated in the BDS or raise his enquiries during the pre-bid meeting if provided for in accordance with ITB 7.4. The Employer will respond to any request for clarification, provided that such request is received prior to the deadline for submission of bids, within the number of days specified in the BDS. The Employer’s response shall be in writing with copies to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under ITB 8 and ITB 22.2.

7.2 Where applicable, the Bidder is advised to visit and examine the project site and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for the provision of the Requirements. The costs of visiting the site shall be at the Bidder’s own expense.

Page 11: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-7

7.3 Pursuant to ITB 7.2, where the Bidder and any of its personnel or agents have been granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, the Bidder, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the visit.

7.4 The Bidder’s designated representative is invited to attend a pre-bid meeting, if provided for in the BDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. If so provided for in the BDS, the Employer will organise a site visit.

7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to reach the Employer not later than one week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the questions raised without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3. Any modification to the Bidding Document that may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to ITB 8 and not through the minutes of the pre-bid meeting.

7.7 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

8. Amendment of Bidding Document

8.1 At any time prior to the deadline for submission of bids, the Employer may amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB 22.2

C. PREPARATION OF BIDS

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Employer, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in that language, in which case, for purposes of interpretation of the Bid, such translation shall govern.

11. Documents Comprising the Bid

11.1 The Bid shall comprise the following: a) Letter of Bid b) Completed Schedules as provided in Section IV, Bidding Forms; c) Bid Security or Bid -Securing Declaration, in accordance with ITB 19;

Page 12: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-8

d) at the Bidder’s option, alternative proposals, if permissible, in accordance with ITB 13;

e) written confirmation authorising the signatory of the Bid to commit the Bidder, in accordance with ITB 20.2;

f) documentary evidence establishing the eligibility of the Goods and Related Services offered by the Bidder, in accordance with ITB 17.1;

g) documentary evidence establishing the Bidder’s qualifications in accordance with the requirements of Section III, Evaluation and Qualification Criteria, using the relevant forms furnished in Section IV, Bidding Forms;

h) documentary evidence as specified in the BDS, establishing the conformity of the Technical Proposal offered by the Bidder with the Bidding Document, using the relevant forms furnished in Section IV, Bidding Forms;

i) in the case of a bid submitted by a JVCA, JVCA agreement, or letter of intent to enter into a JVCA including a draft agreement, indicating at least the parts of the Requirements to be executed by the respective partners;

j) any other document required in the BDS.

12. Letter of Bid and Price Schedules

12.1 The Bidder shall submit the Letter of Bid using the form furnished in Section IV, Bidding Forms. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative proposals shall not be considered. If alternative proposals are permitted, their method of evaluation shall be as stipulated in Section III, Evaluation and Qualification Criteria.

13.2 When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different times for completion.

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer technical alternatives to the requirements of the bidding document must first price the Employer’s requirements as described in the bidding document and shall further provide all information necessary for a complete evaluation of the alternative by the Employer, including drawings, design calculations, technical specifications, breakdown of prices, and proposed construction methodology and other relevant details. Only the technical alternatives, if any, of the lowest evaluated Bidder conforming to the basic technical requirements shall be considered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit alternative technical solutions for specified parts of the requirements, and such parts shall be identified in the BDS, as will the method for their evaluation, and described in Section VI, Requirements.

14. Bid Prices and Discounts

14.1 The prices and discounts quoted by the Bidder in the Letter of Bid and in the Price Schedules shall conform to the requirements specified in ITB 14.2.

14.2 Unless otherwise provided in the BDS and the General Conditions (GC), the prices quoted by the Bidder shall be fixed.

14.3 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the rates for other items and prices in the Bill of

Page 13: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-9

Quantities.

14.4 The price to be quoted in the Letter of Bid, in accordance with ITB 12.1, shall be the total price of the Bid, excluding any discounts offered.

14.5 The Bidder shall quote any unconditional discounts and the methodology for their application in the Letter of Bid, in accordance with ITB 12.1.

14.6 If, pursuant to ITB 14.2, prices are adjustable, the Bidder shall furnish the indices and weightings for the price adjustment formulae in the Schedule of Adjustment Data provided in Section IV, Bidding Forms and the Employer may require the Bidder to justify its proposed indices and weightings.

14.7 If so indicated in ITB 1.1, bids are being invited for individual lots (contracts) or for any combination of lots (packages). Bidders wishing to offer any price reduction for the award of more than one Contract shall specify in their bid the price reductions applicable to each package, or alternatively, to individual Contracts within the package. Price reductions or discounts shall be submitted in accordance with ITB 14.5, provided the bids for all lots (contracts) are submitted and opened at the same time.

14.8 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total Bid Price submitted by the Bidder.

15. Currencies of Bid and Payment

15.1 The currency(ies) of the bid and the currency(ies) for payment shall be as specified in the BDS.

16. Documents Establishing the Qualifications of the Bidder

16.1 To establish its qualifications to perform the Contract in accordance with Section III, Evaluation and Qualification Criteria, the Bidder shall provide the information requested in Section IV, Bidding Forms.

17. Documents Establishing the Eligibility of the Goods and Related Services

17.1 To establish the eligibility of the Goods and Related Services in accordance with ITB Clause 5, Bidders shall complete the forms, included in Section IV, Bidding Forms.

18. Period of Validity of Bids

18.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Employer, pursuant to ITB 22. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Employer may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB 19, the Bidder granting the request shall also extend the bid security for twenty-eight (28) days beyond the deadline of the extended validity period. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request shall not be required or permitted to modify its bid, except as provided in ITB 18.3.

18.3 In the case of fixed price contracts, if the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial bid validity, the Contract price shall be adjusted as specified in the request for extension. Bid evaluation shall be based on the Bid Price without taking into consideration

Page 14: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-10

the above correction.

19. Bid Security 19.1 The Bidder shall furnish as part of its bid, at the option of the Employer, and as stipulated in the BDS, the original of either a Bid-Securing Declaration or a bid security using the relevant form included in Section IV, Bidding Forms. In the case of a bid security, the bid security amount and currency shall be as specified in the BDS.

19.2 A Bid-Securing Declaration shall use the form included in Section IV, Bidding Forms.

19.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall be a demand guarantee in any of the following forms at the Bidder’s option:

(a) an unconditional guarantee issued by a bank or surety; (b) an irrevocable letter of credit; or (c) a cashier’s or certified check;

From a reputable source from an eligible country. If the unconditional guarantee is issued by an insurance company or a bonding company located outside the Employer’s Country, the issuer shall have a correspondent financial institution located in the Employer’s Country to make it enforceable. In the case of a bank guarantee, the bid security shall be submitted either using the Bid Security Form included in Section IV, Bidding Forms or in another substantially similar format approved by the Employer prior to bid submission. In either case, the form must include the complete name of the Bidder. The bid security shall be valid for twenty-eight days (28) beyond the original validity period of the bid, or beyond any period of extension if requested under ITB 18.2.

19.4 Pursuant to the option stipulated at ITB 19.1, any bid not accompanied by a substantially responsive bid security or Bid-Securing Declaration shall be rejected by the Employer as non-responsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the performance security pursuant to ITB 38.

19.6 The bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security.

19.7 The bid security may be forfeited or the Bid-Securing Declaration executed:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Letter of Bid or

(b) if the successful Bidder fails to: (i) sign the Contract in accordance with ITB 37; or (ii) furnish a performance security in accordance with ITB 38.

19.8 The Bid Security or the Bid Securing Declaration of a JVCA shall be in the name of the JVCA that submits the bid. If the JVCA has not been legally constituted into a legally enforceable JVCA at the time of bidding, the Bid Security or the Bid Securing Declaration shall be in the names of all future partners as named in the letter of intent referred to in ITB 4.1.

19.9 If a Bid-Securing Declaration is executed in accordance with ITB 19.7, the Employer will declare the Bidder ineligible to be awarded a contract by the Employer for the period of time stated in the Form of Bid-Securing

Page 15: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-11

Declaration.

20. Format and Signing of Bid

20.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB 11 and clearly mark it “ORIGINAL.” In addition, the Bidder shall submit copies of the bid, in the number specified in the BDS and clearly mark them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

20.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorised to sign on behalf of the Bidder. This authorisation shall consist of a written confirmation as specified in the BDS and shall be attached to the bid. The name and position held by each person signing the authorisation must be typed or printed below the signature. All pages of the bid where entries have been made shall be signed or initialled by the person signing the bid.

20.3 A bid submitted by a JVCA shall comply with the following requirements:

(a) Unless not required in accordance with ITB 4.1 (a), be signed so as to be legally binding on all partners; and

(b) Include the Representative’s authorisation referred to in ITB 4.1 (b), consisting of a power of attorney signed by those legally authorised to sign on behalf of the JVCA.

20.4 Any amendments, interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person signing the bid.

D. SUBMISSION AND OPENING OF BIDS

21. Submission, Sealing and Marking of Bids

21.1 Bidders may always submit their bids by mail or by hand. If so specified in the BDS, bidders shall have the option of submitting their bids electronically. Procedures for submission, sealing and marking are as follows:

(a) Bidders submitting bids by mail or by hand shall enclose the original and copies of the Bid in separate sealed envelopes. If so permitted in accordance with ITB 13 alternative proposals, and copies thereof, shall also be placed in separate envelopes. The envelopes shall be duly marked as “ORIGINAL,” “ALTERNATIVE,” “ORIGINAL COPY,” and “ALTERNATIVE COPY”. These envelopes shall then be enclosed in one single package. The rest of the procedure shall be in accordance with ITB 21.2 and 21.3.

(b) Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.

21.2 The inner and outer envelopes shall: (a) bear the name and address of the Bidder; (b) be addressed to the Employer in accordance with ITB 22.1;

(c) bear the specific identification of this bidding process pursuant to ITB 1.1; and

(d) bear a warning not to open before the time and date for bid opening

21.3 If envelopes and packages are not sealed and marked as required, the Employer will assume no responsibility for the misplacement or premature

Page 16: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-12

opening of the bid.

22. Deadline for Submission of Bids

22.1 Bids must be received by the Employer at the address and no later than the date and time indicated in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Employer and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB 22. Any bid received by the Employer after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, Substitution, and Modification of Bids

24.1 A Bidder may withdraw, substitute, or modify its bid after it has been submitted by sending a written notice, duly signed by an authorised representative, and shall include a copy of the authorisation in accordance with ITB 20.2, (except that withdrawal notices do not require copies). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be: (a) Prepared and submitted in accordance with ITB 20 and ITB 21 (except

that withdrawals notices do not require copies), and in addition, the respective envelopes shall be clearly marked “Withdrawal,” “Substitution,” “Modification;” and

(b) Received by the Employer prior to the deadline prescribed for submission of bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned unopened to the Bidders.

24.3 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Letter of Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall conduct the bid opening in public, in the presence of Bidders` designated representatives and anyone who choose to attend, and at the address, date and time specified in the BDS. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB 21.1, shall be as specified in the BDS.

25.2 First, envelopes marked “Withdrawal” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorisation to request the withdrawal and is read out at bid opening. Next, envelopes marked “Substitution” shall be opened and read out and exchanged with the corresponding bid being substituted, and the substituted bid shall not be opened, but returned to the Bidder. No bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorisation to request the substitution and is read out at bid opening. Envelopes marked “Modification” shall be opened and read out with the corresponding bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorisation to request the modification and is read out at bid opening. Only bids that are opened and read out at bid opening shall be considered further.

25.3 The Employer shall open all other envelopes one at a time and read out: the name of the Bidder, the Bid Price(s), any discounts and their application methodology, alternative bids, the presence or absence of a bid security or

Page 17: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-13

Bid-Securing Declaration; and any other details as the Employer may consider appropriate. Only discounts and alternative bids read out at bid opening shall be considered for evaluation. No bid shall be rejected at bid opening except for late bids, in accordance with ITB 23.1.

25.4 The Employer shall prepare a record of the bid opening that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification; the Bid Price, per lot if applicable, including any discounts and alternative proposals; and the presence or absence of a bid security or a Bid-Securing Declaration. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders who submitted bids in time, and posted online when electronic bidding is permitted.

E. EXAMINATION OF BIDS

26. Confidentiality 26.1 Information relating to the evaluation of bids shall not be disclosed to

Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders.

26.2 Any attempt by a Bidder to influence improperly the Employer in the evaluation of the bids or Contract award decisions may result in the rejection of its bid.

26.3 Notwithstanding ITB 26.1, from the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Employer on any matter related to the bidding process, it should do so in writing.

27. Clarification of Bids

27.1 To assist in the examination, evaluation, and comparison of the bids, and qualification of the Bidders, the Employer may, at its discretion, ask any Bidder for a clarification of its bid, allowing a reasonable time for response. Any clarification submitted by a Bidder that is not in response to a request by the Employer shall not be considered. The Employer’s request for clarification and the response shall be in writing. No change in the prices or substance of the bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids, in accordance with ITB 29.

27.2 If a Bidder does not provide clarifications of its bid by the date and time set in the Employer’s request for clarification, its bid may be rejected.

28. Determination of Responsiveness

28.1 The Employer’s determination of a bid’s responsiveness is to be based on the contents of the bid itself, as defined in ITB 11.

28.2 A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission.

(a) “Deviation” is a departure from the requirements specified in the Bidding Document;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and

(c) “Omission” is the failure to submit part or all of the information or

Page 18: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-14

documentation required in the Bidding Document.

28.3 A material deviation, reservation, or omission is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, or performance of the Requirements as specified in Section VI; or

(ii) limit in any substantial way, inconsistent with the Bidding Document, the Employer’s rights or the Bidder’s obligations under the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids.

28.4 The Employer shall examine the technical aspects of the bid in particular, to confirm that all requirements of Section VI have been met without any material deviation, reservation, or omission.

28.5 If a bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission.

28.6 Provided that a bid is substantially responsive, the Employer may waive any quantifiable nonconformity in the bid that does not constitute a material deviation, reservation or omission.

28.7 Provided that a bid is substantially responsive, the Employer may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the price of the bid. Failure of the Bidder to comply with the request may result in the rejection of its bid.

28.8 Provided that a bid is substantially responsive, the Employer shall rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall be adjusted, for comparison purposes only, to reflect the price of the non-conforming item or component. The adjustment shall be made using the methodology indicated in Section III, Evaluation and Qualification Criteria.

F. BID EVALUATION AND COMPARISON

29. Correction of Arithmetical Errors

29.1 The Employer shall use the criteria and methodologies indicated in Section III, Evaluation and Qualification Criteria. No other evaluation criteria or methodologies shall be permitted.

29.2 Provided that the bid is substantially responsive, the Employer shall correct arithmetical errors as indicated in Section III, Evaluation and Qualification Criteria.

29.3 If a Bidder does not accept the correction of errors, its bid shall be declared non-responsive and its Bid Security shall be forfeited or the Bid -Securing Declaration executed.

Page 19: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-15

30. Conversion to Single Currency

30.1 For evaluation and comparison purposes, the currency (ies) of the bid shall be converted into a single currency as specified in Section III, Evaluation and Qualification Criteria.

31. Bid Adjustments 32.1 For the evaluation and comparison purposes the Employer shall adjust the bid prices using the criteria and methodology specified in Section III. Evaluation and Qualification Criteria.

32.2 Unless otherwise specified in the BDS, no margin of domestic or regional preference shall apply. If a margin of preference applies, the application methodology shall be as specified in Section III, Evaluation and Qualification Criteria, and in accordance with the provisions stipulated in the Bank’s Rules and Procedures for Procurement of Goods and Works.

32.3 If in the opinion of the Employer the bid which results in the lowest Evaluated Bid, is seriously unbalanced or front loaded or substantially below the Employer’s estimates, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the methods and schedule proposed. After evaluation of the price analyses, taking into consideration the schedule of estimated Contract payments, the Employer may require that the amount of the performance security be increased at the expense of the Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

32. Qualification of the Bidder

32.4 The Employer shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid meets the qualifying criteria specified in Section III, Evaluation and Qualification Criteria.

33.1 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 16.

33.2 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Employer shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s qualifications to perform satisfactorily.

33.3 The capabilities of the manufacturers and subcontractors proposed in its Bid to be used by the lowest evaluated Bidder for identified major items of the Requirements will also be evaluated for acceptability in accordance with the criteria and methodologies defined in Section III, Evaluation and Qualification Criteria. Their participation should be confirmed with a letter of intent between the parties, as needed. Should a manufacturer or subcontractor be determined to be unacceptable, the Bid will not be rejected, but the Bidder will be required to substitute an acceptable manufacturer or subcontractor without any change to the bid price.

33. Comparison of Bids

33.1 Subject to ITB 29, 30 and 31, the Employer shall compare all substantially responsive bids to determine the lowest evaluated bid.

Page 20: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-16

34. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids

34.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders. In case of annulment, all bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.

G. AWARD OF CONTRACT

35. Award Criteria 35.1 Subject to ITB 34.1, the Employer shall award the Contract to the Bidder

whose offer has been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

36. Notification of Award

36.1 Prior to the expiration of the period of bid validity, the Employer shall notify the successful Bidder, in writing, that its bid has been accepted. The notification letter (hereinafter and in the Conditions of Contract and Contract Forms called the “Letter of Acceptance”) shall specify the sum that the Employer will pay the Contractor in consideration of the execution and completion of the Works (hereinafter and in the Contract Forms called “the Contract Price”).

36.2 Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract.

36.3 At the same time, the Employer shall also notify all other Bidders of the results of the bidding, and shall publish in UNDB online and at the Bank’s website (www.afdb.org), the results identifying the bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful bidders may request in writing to the Employer for a debriefing seeking explanations on the grounds on which their bids were not selected. The Employer shall promptly respond in writing to any unsuccessful Bidder who, after Publication of contract award, requests a debriefing.

37. Signing of Contract

37.1 Promptly upon notification, the Employer shall send the successful Bidder the Contract Agreement.

37.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the Employer.

37.3 Upon the successful Bidder’s furnishing of the signed Contract Agreement and Performance Security pursuant to ITB 38, the Employer will discharge its Bid Security, pursuant to ITB 19.

37.4 Notwithstanding ITB 37.2 above, in case signing of the Contract Agreement is prevented by any export restrictions attributable to the Employer, to the country of the Employer, or to the use of the products/goods, systems or services to be supplied, where such export restrictions arise from trade regulations from a country supplying those products/goods, systems or services, the Bidder shall not be bound by its bid, always provided, however,

Page 21: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section I. Instruction to Bidders 1-17

that the Bidder can demonstrate to the satisfaction of the Employer and of the Bank that signing of the Contract Agreement has not been prevented by any lack of diligence on the part of the Bidder in completing any formalities, including applying for permits, authorisations and licenses necessary for the export of the products/goods, systems or services under the terms of the Contract Agreement.

38. Performance Security

38.1 Within twenty-eight (28) days of the receipt of notification of award from the Employer, the successful Bidder shall furnish the performance security in accordance with the conditions of contract, subject to ITB 31.3, using for that purpose the Performance Security Form included in Section IX, Contract Forms, or another form acceptable to the Employer. If the performance security furnished by the successful Bidder is in the form of a bond, it shall be issued by a bonding or insurance company that has been determined by the successful Bidder to be acceptable to the Employer. A foreign institution providing a bond shall have a correspondent financial institution located in the Employer’s Country.

38.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, or execution of the Bid-Securing Declaration. In that event the Employer may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Employer to be qualified to perform the Contract satisfactorily.

Page 22: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section II. Bid Data Sheet 1-18

Section II. Bid Data Sheet

A. General ITB 1.1 The number of the Invitation for Bids is : 1W1/Sumbe/DNAAS/12

ITB 1.1 The Employer is: Financial and Contract Management Unit (FCMU) of the National Directorate of Water Supply and Sanitation (DNAAS) of the Ministry of Energy and Water (MINEA).

ITB 1.1 The name of the bidding process is: SUMBE WSSIS PROJECT REHABILITATION AND AUGMENTATION WATER SUPPLY SYSTEM. The identification number of the bidding process is: 1W1/Sumbe/DNAAS/12 The number and identification of lots comprising this bidding process is:

Lot 1 - Raw water collection and supply, Treatment and treated water pumping and Feeding, reserve and pumping associated to treated water

Lot 2 - Distribution systems

ITB 2.1 The Borrower is: Government of the Republic of Angola

ITB 2.1 The specific Bank financing institution is: African Development Fund (ADF)

ITB 2.1 The name of the Project is: SUMBE WATER SUPPLY, SANITATION AND INSTITUTIONAL SUPPORT PROJECT

ITB 4.1 (a) The individuals or firms in a joint venture, consortium or association shall be jointly and severally liable.

B. Contents of Bidding Document ITB 7.1 For clarification purposes only, the Employer’s address is:

Attention: Mr. Lucrecio Costa National Director for Water Supply and Sanitation Financial and Contract Management Unit (FCMU) National Directorate for Water Supply and Sanitation (DNAAS) Ministry of Energy and Water (MINEA) Street Address: Rua Marien Ngouabi, 142 Maianga Floor number: Terrace City: Luanda Country: Angola Telephone: +244 222 354 097 Facsimile number: +244 222 354 097 Electronic mail address: [email protected] Requests for clarification should be received by the Employer no later than: 20 days before the deadline for bid submission indicated in ITB 22.1 below.

Page 23: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section II. Bid Data Sheet 1-19

ITB 7.4 A Pre-Bid meeting shall take place. If a Pre-Bid meeting will take place, it will be at the following date, time and place: Date: August 24th, 2012 Time: 11:00 hours Place: Direcção Provincial de Energia e Águas, in Sumbe

C. Preparation of Bids ITB 10.1 The language of the bid is: English.

ITB 11.1 (h) The Bidder must provide the following Documentary Evidence to establish the conformity of the Technical Proposal with the Bidding Document:

Schedules listed in ITB 11.1 and ITB 12; The priced Bill of Quantities.

ITB 11.1 (j) The Bidder shall submit with its bid the following additional documents: None

ITB 13.1 Alternative bids shall not be permited.

ITB 13.2 Alternatives to the Times for Completion shall not be permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the Works, as further detailed in the Specification: Raw water collection and supply, Treatment and treated water pumping and Feeding, reserve and pumping associated to treated water.

ITB 14.2 Prices shall be fixed.

ITB 14.6 The prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract.

ITB 15.1

The currency of the bid and the payment currency shall be as described below: (a) The unit rates and the prices shall be quoted by the Bidder in the Bill of

Quantities, entirely in Kwanzas, further referred to as “the local currency”. A Bidder expecting to incur expenditures in other currencies for inputs to the Requirements supplied from outside the Employer’s country (referred to as “the foreign currency (ies) requirements”) shall indicate, in the Summary of Payment Currencies, furnished in Section IV. Bidding Forms, the percentage(s) of the Bid Price (excluding Provisional Sums), needed by him for the payment of such foreign currency requirements, limited to no more than three foreign currencies of any eligible country.

(b) The rates of exchange to be used by the Bidder in arriving at the local currency equivalent and the percentage(s) mentioned in (a) above shall be specified by the Bidder in the Summary of Payment Currencies, furnished in Section IV. Bidding Forms, shall apply for all payments under the Contract so that no exchange risk will be borne by the successful Bidder.

(c) Bidders may be required by the Employer to justify, to the Employer’s satisfaction, their local and foreign currency requirements, and to substantiate that the amounts included in the unit rates and prices and shown in the Schedule of Adjustment Data, furnished in Section IV. Bidding Forms, are reasonable, in which case a detailed breakdown of the foreign currency requirements shall be provided by Bidders.

Page 24: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section II. Bid Data Sheet 1-20

ITB 18.1 The bid validity period shall be: 120 days.

ITB 19.1

The Bidder shall furnish a bid security, in the amount for Lot 1 of 190,000.US$ and for Lot 2 of 190,000.US$ or the equivalent amount in localy currency or another freely convertible currency.

ITB 20.1 In addition to the original of the bid, the number of copies is: three (3)

ITB 20.2 The written confirmation of authorisation to sign on behalf of the Bidder shall indicate:

(a) The name and description of the documentation required to demonstrate the authority of the signatory to sign the Bid such as a Power of Attorney; and

(b) In the case of Bids submitted by an existing or intended JVCA an undertaking signed by all parties (i) stating that all parties shall be jointly and severally liable, if so required in accordance with ITB 4.1(a), and (ii) nominating a Representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the JVCA during the bidding process and, in the event the JVCA is awarded the Contract, during contract execution.

D. Submission and Opening of Bids ITB 21.1 Bidders shall not have the option of submitting their bids electronically.

ITB 21.1 (b) Not applicable.

ITB 22.1 For bid submission purposes only, the Employer’s address is : Attention: Mr. Lucrecio Costa National Director for Water Supply and Sanitation Financial and Contract Management Unit (FCMU)

National Directorate for Water Supply and Sanitation (DNAAS) Ministry of Energy and Water (MINEA) Street Address: Rua Marien Ngouabi, 142 Maianga Floor number: Terrace City: Luanda Country: Angola

The deadline for bid submission is: Date: September 20th, 2012 Time: 03:30 p.m.

ITB 25.1 The bid opening shall take place at: Street Address: Rua Marien Ngouabi, 142 Maianga Floor number: Terrace City: Luanda Date: September 20th, 2012 Time: 03:45 p.m.

ITB 25.1

Not applicable.

Page 25: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section II. Bid Data Sheet 1-21

F. Bid Evaluation and Comparison ITB 31.2

A margin of domestic or regional preference shall apply. If a margin of domestic or regional preference applies, the application methodology is specified under Section III – Evaluation and Qualification Criteria

Page 26: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-22 Section III. Evaluation and Qualification Criteria

Section III. Evaluation and Qualification Criteria

This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In accordance with ITB 28 and ITB 32, no other factors, methods or criteria shall be used. The Bidder shall provide all the information requested in the forms included in Section IV, Bidding Forms. 1 Evaluation Criteria and Methodology

1.1 Alternative Proposal

Technical Alternative: Check 1.7 below..

Alternative Time for Completion: Not applicable.

1.2 Correction of Arithmetical Errors (In accordance with ITB 29.1)

(a) Where there are errors between the total of the amounts given under the column for the price breakdown and the amount given under the Total Price, the former shall prevail and the latter will be corrected accordingly

(b) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

(c) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

(d) If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

1.3 Conversion to a Single Currency (In accordance with ITB 30)

The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: Angola kwanza The source of exchange rate shall be: Central National Bank. The date for the exchange rate shall be: 15 days before the deadline for bid submission indicated in ITB 22.1 above.

1.4 Discounts (In accordance with ITB 14.5)

The Employer will adjust the Bid Price, using the methodology prescribed by the Bidder in its Letter of Bid, to take account of the Discounts offered by the Bidder in its Letter of Bid, as read out at the Bid Opening.

1.5 Quantifiable Nonmaterial Nonconformities (In accordance with ITB 28.8)

The adjustment shall be made using the following methodology: The highest price amongst other bidders.

1.6 Margin of Domestic or Regional Preference (If permitted in accordance with ITB 31.2)

(a) After bids have been converted to a single currency in accordance with the provisions

Page 27: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-23 Section III. Evaluation and Qualification Criteria

of ITB 30, responsive bids will be classified into the following groups: (i) Group A: bids offered by domestic bidders and joint ventures meeting the

criteria set out below; and (ii) Group B: all other bids.

(b) For the purpose of further evaluation and comparison of bids only, an amount equal to 7 ½ percent of the evaluated Bid Price determined in accordance with the provisions of ITB 34.2 (a), (b), (d), and, where applicable, (c), will be added to all bids classified in Group B.

A domestic bidder is one that meets the following criteria: (a) for an individual firm:

(i) is registered in the country of the Borrower; (ii) has more than 50 percent ownership by nationals of the country of the Borrower; (iii) does not subcontract more than 10 percent of the Contract Price, excluding

Provisional Sums, to foreign contractors. (b) for a joint venture (JV) of domestic firms:

(i) individual member firms shall satisfy the criteria under (a) (i) and (a) (ii) above; (ii) the JV shall be registered in the country of the Borrower; (iii) the JV shall not subcontract more than 10 percent of the Contract Price,

excluding Provisional Sums, to foreign firms.

1.7 Any other Criteria or Methodology

Bids shall be awarded per Lot. All the qualification criteria are specified per lot. Alternative proposals shall only be considered for the lowest evaluated bidder following the evaluation of the main proposal.

Page 28: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-24 Section III. Evaluation and Qualification Criteria

2. Qualification

Factor 2.1 Eligibility

Sub-Factor

Criteria

Documentation Required Requirement

Bidder

Single Entity Joint Venture, Consortium or Association

All partners combined Each partner At least one

partner

2.1.1 Nationality Nationality in accordance with ITB 4.2.

Must meet requirement

Existing or intended JV must meet

requirement

Must meet requirement N / A Form ELI –1.1 and 1.2,

with attachments

2.1.2 Conflict of Interest

No- conflicts of interests as described in ITB 4.3.

Must meet requirement

Existing or intended JV must meet

requirement

Must meet requirement N / A Letter of Bid

2.1.3 Bank Ineligibility

Not having been declared ineligible by the Bank as described in ITB 4.4.

Must meet requirement

Existing JV must meet

requirement

Must meet requirement N / A Letter of Bid

2.1.4 Government Owned Entity

Compliance with conditions of ITB 4.5

Must meet requirement

Must meet requirement

Must meet requirement N / A Form ELI –1.1 and 1.2,

with attachments

2.1.5 Ineligibility based on a United

Nations resolution or Borrower’s country

law

Not having been excluded as a result of the Borrower’s country laws or official regulations, or by an act of compliance with UN Security Council resolution, in accordance with ITB 4.8

Must meet requirement

Existing JV must meet

requirement

Must meet requirement N / A Letter of Bid

Page 29: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-25 Section III. Evaluation and Qualification Criteria

Factor 2.2 Historical Contract Non-Performance

Sub-Factor

Criteria

Documentation Required Requirement

Bidder

Single Entity Joint Venture, Consortium or Association

All partners combined Each partner At least one

partner

2.2.1 History of non-performing contracts

Non-performance of a contract did not occur within the last five (5) years prior to the deadline for application submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted.

Must meet requirement by

itself or as partner to past or

existing JV

N / A

Must meet requirement by

itself or as partner to past or

existing JV

N / A Form CON - 2

2.2.2 Pending Litigation

All pending litigation shall in total not represent more than five percent (5 %) of the Bidder’s net worth and shall be treated as resolved against the Bidder.

Must meet requirement by

itself or as partner to past or

existing JV

N / A

Must meet requirement by

itself or as partner to past or

existing JV

N / A Form CON – 2

Page 30: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section III. Evaluation and Qualification Criteria 1-26

Factor 2.3 Financial Situation

Sub-Factor

Criteria

Documentation Required Requirement

Bidder

Single Entity Joint Venture, Consortium or Association

All partners combined Each partner At least one

partner

Historical Financial Performance

Submission of audited balance sheets or if not required by the law of the bidder’s country, other financial statements acceptable to the Employer, for the last five ( 5) years to demonstrate the current soundness of the bidders financial position and its prospective long term profitability.

Must meet requirement N / A Must meet

requirement N / A Form FIN – 3.1 with attachments

2.3.2. Average Annual Turnover

Minimum average annual turnover of USD 9,500,000.00, calculated as total certified payments received for contracts in progress or completed, within the last five (5) years

Must meet requirement

Must meet requirement

Must meet thirty percent (30%) of the requirement

Must meet seventy percent

(70%) of the requirement

Form FIN –3.2

2.3.3. Financial Resources

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet: (i) the following cash-flow requirement: USD 1.6 million, and (ii) the overall cash flow requirements for this contract and its concurrent commitments.

Must meet requirement

Must meet requirement

Must meet thirty percent (30%) of the requirement

Must meet seventy percent

(70%) of the requirement

Form FIN –3.3

Page 31: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-27 Section III. Evaluation and Qualification Criteria

Factor 2.4 Experience

Sub-Factor

Criteria

Documentation Required Requirement

Bidder

Single Entity Joint Venture, Consortium or Association

All partners combined Each partner At least one

partner

2.4.1 General Experience

Experience under contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline, and with activity in at least nine (9) months in each year.

Must meet requirement N / A Must meet

requirement N / A Form EXP-4.1

2.4.2 Specific Experience

(a)Participation as contractor, management contractor, or sub-contractor, in at least two (2) contracts within the last five (5) years , each with a value of US$ 9.0 million that have been successfully or are substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as described in Section VI, Employer’s Requirements.

Must meet requirement

Must meet requirement N / A N / A Form EXP 2.4.2(a)

b) For the above or other contracts executed during the period stipulated in 2.4.2(a) above, a minimum experience in the following key activities: – Design and construction of water distribution networks with at least 40 km

Must meet all requirements

Must meet all requirements N / A N / A Form EXP-2.4.2(b)

Page 32: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-28 Section III. Evaluation and Qualification Criteria

2.5 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the following requirements: Lot 1:

No. Position

Total Work Similar

Experience (years)

In Similar Works

Experience (years)

1 Expert in water treatment 15 10

2 Civil Engineer 15 10

3 Electromechanical Engineer 10 5

3 Expert in Environment Management 10 5

4 Construction Manager 15 10

5 Quantity Surveyor (QS) 10 5 Lot 2:

No. Position

Total Work Similar

Experience (years)

In Similar Works

Experience (years)

1 Construction Manager (Expert in water distribution networks) 15 10

2 Civil Engineer 15 10

3 Expert in Environment Management 10 5

5 Quantity Surveyor (QS) 10 5

6 Land Surveyor 10 5 The Bidder shall provide details of the proposed personnel and their experience records using Forms PER-1 and PER-2 included in Section IV, Bidding Forms. 2.6 Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:

No. Equipment Type and Characteristics Minimum Number required

1 Pickup trucks 20 tons 2 2 Mobile excavators (digging depth 3-5 m) 2 3 Water tanker 2

4 Sets of other required equipments, such as pumps, generators and hoses for hydrostatic testing of mains. 1

5 Plate compactors 2

Page 33: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-29 Section III. Evaluation and Qualification Criteria

6 Welding machine for HDPE pipes 1 7 HD dewatering pump 2 8 500 liters concrete mixer 2 9 Concrete vibrators 2

The Bidder shall provide further details of proposed items of equipment using the Form EQU in Section IV.

Page 34: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-30

Section IV. Bidding Forms

Table of Forms

Letter of Bid ....................................................................................................................................... 1-32

Bill of Quantities/Schedules of Prices ................................................................................................. 1-34

Schedule of Adjustment Data .............................................................................................................. 1-72

Summary of Payment Currencies ........................................................................................................ 1-73

Form of Bid Security (Bank Guarantee) .............................................................................................. 1-74

Form of Bid Security (Bid Bond) ........................................................................................................ 1-75

Form of Bid-Securing Declaration ...................................................................................................... 1-76

Technical Proposal.............................................................................................................................. 1-77

Site Organisation ................................................................................................................................ 1-78

Method Statement ............................................................................................................................... 1-79

Mobilisation Schedule ........................................................................................................................ 1-80

Construction Schedule ........................................................................................................................ 1-81

Contractor’s Equipment ...................................................................................................................... 1-82

Proposed Personnel ............................................................................................................................. 1-83

Resume of Proposed Personnel ........................................................................................................... 1-84

Others ................................................................................................................................................. 1-85

Bidder’s Qualification ......................................................................................................................... 1-86

Bidder Information Sheet .................................................................................................................... 1-87

Partner to JVCA Information Sheet ..................................................................................................... 1-88

Historical Contract Non-Performance ................................................................................................. 1-89

Current Contract Commitments / Works in Progress ........................................................................... 1-90

Financial Situation .............................................................................................................................. 1-91

Average Annual Turnover................................................................................................................... 1-93

Page 35: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-31 Section IV. Bidding Forms

Financial Resources ............................................................................................................................ 1-94

General Experience ............................................................................................................................. 1-95

Specific Experience ............................................................................................................................ 1-96

Specific Experience in Key Activities ................................................................................................. 1-98

Page 36: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-32

Letter of Bid

The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing the Bidder’s complete name and address.

Date: _______________ Bidding No.: _______________ Invitation for Bid No.: _______________ To: We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in

accordance with Instructions to Bidders (ITB) Clause 8 _____; (b) We offer to execute in conformity with the Bidding Documents the following Works:

____________________________________________________________________; (c) The total price of our Bid, excluding any discounts offered in item (d) below is: [amount of foreign

currency in words], [amount in figures], and [amount of local currency in words], [amount in figures]; (d) The discounts offered and the methodology for their application are: _____________; (e) Our bid shall be valid for a period of ________ [insert validity period as specified in ITB 18.1.] days

from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If price adjustment provisions apply, the Table(s) of Adjustment Data shall be considered part of this Bid;5

(g) If our bid is accepted, we commit to obtain a performance security in accordance with ITB 38 and GC 4.2, for the due performance of the Contract;

(h) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries, in accordance with ITB 4.2;

(i) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with ITB 4.3;

(j) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB 13;

(k) Our firm, its affiliates or subsidiaries (including any Subcontractors or Suppliers for any part of the contract), has not been declared ineligible by the Bank, or under execution of a Bid-Securing Declaration in the Employer’s country, or under the Employer’s country laws or official regulations, or by an act of compliance with a decision of the United Nations Security Council, in accordance with ITB 4.4, 4.6 and 4.8, respectively;

5 Include if price adjustment provisions apply in the Contract in accordance with PC Clause 13.8: Adjustments for Changes in Cost.

Page 37: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-33 Section IV. Bidding Forms

(l) We are not a government owned entity / We are a government owned entity but meet the requirements of ITB 4.5;6

(m) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding process or execution of the Contract: 7

Name of Recipient Address Reason Amount

(n) We undertake that, in competing for (and, if the award is made to us, in executing) the above contract,

we will strictly observe the laws against fraud and corruption in force in the country of the Employer, as such laws have been listed by the Employer in the bidding documents for this contract.8

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

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

(q) If awarded the contract, the person named below shall act as Contractor’s Representative: ________________________________________________________

Name:

In the capacity of:

Signed:

Duly authorised to sign the Bid for and on behalf of:

Date:

6 Use one of the two options as appropriate. 7 If none has been paid or is to be paid, indicate “none”. 8 The Bank will accept the introduction of such undertaking at the request of the Borrowing country, provided the

arrangements governing such undertaking are satisfactory to the Bank.

Page 38: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-34

Bill of Quantities/Schedules of Prices

LOT 1

Article Description Quantities Units Rate (USD)

Cost (USD)

1. PREPARATION AND ACCESSORY WORKS 1. 1 Assembly and disassembly of the work site with adequate facilities for use by the control team

and every means deemed necessary to the support and follow-up of the works, including the setting up of boards containing the description of the contracting job along with the implementation and compliance with the Health and Safety Plan, Environment Management Plan and Waste Management Plan as approved by the contracting entity. 1 sum

1. 2 Accomplishment of all preparatory works not expressly quoted in the bill of quantities, including

removal of non-specified hindrances (walls, gutters, etc.) and its reposition, eventual ground clearing, tree-felling and/or brushes, as well as the identification, reposition and/or siding of affected infra-structures, Contractor’s mobilization to site, Contractor’s site camp/ site office, trial pits and material testing for conformity with prescribed standards, supply of any equipment to be purchased e.g. the photography equipment mentioned in the specifications, traffic management, etc. 1 sum

1. 3 Staking, including cuttings to locate air valve precasts, bottom discharge chambers, rigging

massifs, crossings under waterlines, passing over aqueducts, and horizontal directional drills. 11 475,00 m

1. 4 Supply of final drawings in print form and digital format, containing the updating of all

modifications issued from the work execution along with the representation of all infra-structures georeferenced in the UTM co-ordinate system, Zone 33S, Datum de Camacupa, Ellipsoid Clarke 1880, according to the Specifications. 1 sum

1. 5 Preparation and training of the exploitation personnel according to Complementary Aspects of

Specifications. 1 sum

2. WATER COLLECTION 2. 1 GENERAL EARTH MOVEMENTS 2. 1. 1

Excavation to open trenches and/or foundations to install piping, in any kind of ground, including eventual ground-clearing operations, tree-felling and/or brush cutting, racking, removal and transport to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures.

.connecting pipe 1 (Well 1 - Pumping Station) HDPE DN315 1 858,92 m3 .connecting pipe 2 (Well 2 - Pumping Station) HDPE DN315 936,23 m3 .connecting pipe 3 (Well 3 - Pumping Station) HDPE DN355 1 976,43 m3 4 771,59 m3 2. 1. 2

Manual fill, including the corresponding borrow areas and transportation from the borrow place to the works, in material with grain size between 5 and 30mm, wrapped in 200g/m2 grammage geotextile, to place in the piping setting bed in zones of high water table

.connecting pipe 1 (Well 1 - Pumping Station) HDPE DN315 34,52 m3 .connecting pipe 2 (Well 2 - Pumping Station) HDPE DN315 19,57 m3 .connecting pipe 3 (Well 3 - Pumping Station) HDPE DN355 35,69 m3 89,78 m3 2. 1. 3

Manual fill, including borrow area and transportation from the borrow place to the works, in pressed coarse sand, gravel or non-clayey material, to make up a protection layer to the piping, pressed by mechanical or manual processes in order to attain a compaction degree over 95% the normal Proctor test, according to Drawing 6.1

.connecting pipe 1 (Well 1 - Pumping Station) HDPE DN315 132,04 m3 .to deduct pipe -12,06 m3 .connecting pipe 2 (Well 2 - Pumping Station) HDPE DN315 74,84 m3 .to deduct pipe -6,84 m3 .connecting pipe 3 (Well 3 - Pumping Station) HDPE DN355 143,66 m3 .to deduct pipe -15,29 m3 316,35 m3 2. 1. 4

Filling in the remaining height of the trench, with soil from the same trench, screened or obtained from borrow area in 0.20 m thickness layers, well compacted between them and against the trench walls by means of mechanical or manual processes, till a compaction degree equal or over 95% the normal Proctor test. Compaction shall be carried out using an equipment that applies a force no greater than a 15 kg hammer.

.connecting pipe 1 (Well 1 - Pumping Station) HDPE DN315 1 692,36 m3 .connecting pipe 2 (Well 2 - Pumping Station) HDPE DN315 841,83 m3

Page 39: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-35 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

.connecting pipe 3 (Well 3 - Pumping Station) HDPE DN355 1 797,08 m3 4 331,27 m3 2. 1. 5 Opening of trench in the riverbed to set sub-alluvial filter drains, mainly made up of medium to

coarse sand, according to the trench details set up in the Drawing 2.3 of the Detailed Design

.drain 1.1 in Well 1 in perforated PPc DN315 1 479,60 m3 .drain 1.2 in Well 1 in perforated PPc DN315 600,00 m3 .drain 1.3 in Well 1 in perforated PPc DN315 550,40 m3 .drain 1.4 in Well 1 in perforated PPc DN315 1 109,85 m3 .drain 2.1 in Well 2 in perforated PPc DN315 872,00 m3 .drain 2.2 in Well 2 in perforated PPc DN315 626,60 m3 .drain 2.3 in Well 2 in perforated PPc DN315 853,46 m3 .drain 2.4 in Well 2 in perforated PPc DN315 1 484,97 m3 .drain 3.1 in Well 1 in perforated PPc DN315 1 452,00 m3 .drain 3.2 in Well 1 in perforated PPc DN315 878,26 m3 .drain 3.3 in Well 1 in perforated PPc DN315 1 120,98 m3 .drain 3.4 in Well 1 in perforated PPc DN315 1 759,28 m3 12 787,39 m3 2. 1. 6

Manual fill, including the corresponding borrow area and transportation from the borrow place to the works, in calibrated gravel, size 20 to 30 mm, wrapping the filter drains, according to the trench details set up ion Drawing 2.3 of the Detailed Design

2. 1. 6. 1 "Productive Zone" .drain 1.1 in Well 1 in perforated PPc DN315 1 000,00 m3 .to deduct pipe -3,90 m3 .drain 1.2 in Well 1 in perforated PPc DN315 367,50 m3 .to deduct pipe -1,64 m3 .drain 1.3 in Well 1 in perforated PPc DN315 332,50 m3 .to deduct pipe -1,48 m3 .drain 1.4 in Well 1 in perforated PPc DN315 740,00 m3 .to deduct pipe -3,12 m3 .drain 2.1 in Well 2 in perforated PPc DN315 525,00 m3 .to deduct pipe -2,34 m3 .drain 2.2 in Well 2 in perforated PPc DN315 385,00 m3 .to deduct pipe -1,71 m3 .drain 2.3 in Well 2 in perforated PPc DN315 546,00 m3 .to deduct pipe -2,34 m3 .drain 2.4 in Well 2 in perforated PPc DN315 869,00 m3 .to deduct pipe -3,43 m3 .drain3.1 in Well 1 in perforated PPc DN315 975,00 m3 .to deduct pipe -3,90 m3 .drain 3.2 in Well 1 in perforated PPc DN315 562,50 m3 .to deduct pipe -2,34 m3 .drain 3.3 in Well 1 in perforated PPc DN315 777,00 m3 .to deduct pipe -3,27 m3 .drain 3.4 in Well 1 in perforated PPc DN315 1 000,00 m3 .to deduct pipe -3,90 m3 8 046,15 m3 2. 1. 7

Manual fill, including the corresponding borrow area and transportation from the borrow place to the works, in screened medium pebble and gravel, according to the trench details set up in Drawing 2.3 of the Detailed Design

2. 1. 7. 1 "Productive Zone" .drain 1.1 in Well 1 in perforated PPc DN315 125,00 m3 .drain 1.2 in Well 1 in perforated PPc DN315 52,50 m3 .drain 1.3 in Well 1 in perforated PPc DN315 47,50 m3 .drain 1.4 in Well 1 in perforated PPc DN315 100,00 m3 .drain 2.1 in Well 2 in perforated PPc DN315 75,00 m3 .drain 2.2 in Well 2 in perforated PPc DN315 55,00 m3 .drain 2.3 in Well 2 in perforated PPc DN315 75,00 m3 .drain 2.4 in Well 2 in perforated PPc DN315 110,00 m3 .drain 3.1 in Well 1 in perforated PPc DN315 125,00 m3 .drain 3.2 in Well 1 in perforated PPc DN315 75,00 m3 .drain 3.3 in Well 1 in perforated PPc DN315 105,00 m3 .drain 3.4 in Well 1 in perforated PPc DN315 125,00 m3 1 070,00 m3 2. 1. 7. 2 "Non-Productive Zone" .drain 1.1 in Well 1 in perforated PPc DN315 262,40 m3 .drain 1.2 in Well 1 in perforated PPc DN315 127,35 m3

Page 40: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-36

Article Description Quantities Units Rate (USD)

Cost (USD)

.drain 1.3 in Well 1 in perforated PPc DN315 120,56 m3 .drain 1.4 in Well 1 in perforated PPc DN315 194,68 m3 .drain 2.1 in Well 2 in perforated PPc DN315 192,44 m3 .drain 2.2 in Well 2 in perforated PPc DN315 132,02 m3 .drain 2.3 in Well 2 in perforated PPc DN315 166,77 m3 .drain 2.4 in Well 2 in perforated PPc DN315 372,94 m3 .drain 3.1 in Well 1 in perforated PPc DN315 258,40 m3 .drain 3.2 in Well 1 in perforated PPc DN315 174,48 m3 .drain 3.3 in Well 1 in perforated PPc DN315 172,41 m3 .drain 3.4 in Well 1 in perforated PPc DN315 469,36 m3 2 643,80 m3 2. 1. 8

Filling in the remaining height of the trench, with soil from the same trench, screened or obtained from borrow area in 0.20 m thickness layers, well compacted between them and against the trench walls by means of mechanical or manual processes, till a compaction degree equal or over 95% the normal Proctor test. Compaction shall be carried out using an equipment that applies a force no greater than a 15 kg hammer.

"Non-Productive Zone" .drain 1.1 in Well 1 in perforated PPc DN315 78,95 m3 .to deduct pipe -1,23 m3 .drain 1.2 in Well 1 in perforated PPc DN315 45,09 m3 .to deduct pipe -0,70 m3 .drain 1.3 in Well 1 in perforated PPc DN315 42,68 m3 .to deduct pipe -0,66 m3 .drain 1.4 in Well 1 in perforated PPc DN315 64,37 m3 .to deduct pipe -1,00 m3 .drain 2.1 in Well 2 in perforated PPc DN315 68,13 m3 .to deduct pipe -1,06 m3 .drain 2.2 in Well 2 in perforated PPc DN315 46,74 m3 .to deduct pipe -0,73 m3 .drain 2.3 in Well 2 in perforated PPc DN315 56,26 m3 .to deduct pipe -0,88 m3 .drain 2.4 in Well 2 in perforated PPc DN315 113,92 m3 .to deduct pipe -1,77 m3 .drain 3.1 in Well 1 in perforated PPc DN315 80,15 m3 .to deduct pipe -1,25 m3 .drain 3.2 in Well 1 in perforated PPc DN315 56,76 m3 .to deduct pipe -0,88 m3 .drain 3.3 in Well 1 in perforated PPc DN315 57,01 m3 .to deduct pipe -0,89 m3 .drain 3.4 in Well 1 in perforated PPc DN315 141,22 m3 .to deduct pipe -2,20 m3 838,02 m3 2. 2 PIPING AND ACCESSORIES 2. 2. 1

Supply and installation of totally perforated pipes type "duralight drain" in corrugated polypropylene, SN4 circumferential stiffness class, DN 315 mm, with adequate characteristics to the installation type and setting to carry out, including all junctions between pipes and required tasks, along with the supply and application of 200 g/m2 geotextile wrapping the pipe according to the Drawing 2.3 of the Detailed Design. The drain shall assure (in the so-called productive zone) the collection of 0.5 l/s x ml.

428,00 m

2. 2. 2 Supply and installation of drain pipe terminal pieces, of "blind flange" or plug type, 315 mm diameter. 12,00 un. 2. 2. 3

Supply and installation of corrugated polypropylene (PPc) piping, with specific circumferential stiffness equal or above 8 kN/m2 (SN8), DN 315mm, with adequate characteristics to the type of installation and laying down to carry out, to be installed on the so-called "non-productive" zone (in the extension of the perforated drains to the collection wells), including all junctions between pipes, sealing and end stops in the connection to the well walls and all the required works.

170,00 m

2. 2. 4

Supply of high density polyethylene (HDPE) piping, PN10 MRS100, or equivalent, of adequate characteristics to the type of installation and laying down to carry out, including joint welding, junctions and end stops for pipes in the well walls and pumping station along with all accessory and associated tasks for the connection pipes between the collection wells and the pumping station.

.DN 315 mm piping 243,00 m .DN 355 mm piping 155,00 m 398,00 m 2. 3 CONSTRUCTION OF THE PROVISIONAL COFFER-DAM 2. 3. 1

Construction of provisional coffer-dam (on the riverbed) for protection/isolation to the establishment of perforated drains (sub-alluvial), including the supply of all required materials and all equipment and associated tasks as well as its later removal and transportation to adequate deposit and eventual deposit indemnity.

1 sum

Page 41: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-37 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 4 CONSTRUCTION OF RIVER BANK PROTECTION

Establishment of covering in the river right bank with D50 equal to 0.35 m rockfill, on a 0.75 m thickness layer applied over geotextile rug of 200 kg/m2 grammage, as set out in the Drawing 2.3, including all associated tasks.

1 sum

2. 5 COLLECTION WELLS 2. 5. 1 Establishment of a penetration wedge for the well and connection to the well overlay. 3 sum 2. 5. 2 Opening of wells with 3 m working diameter, with verticality assurance till around 10,1 m

depth, including excess flow draining and all accessories and required tasks.

.Collection Well 1 10,1 m .Collection Well 2 10,1 m .Collection Well 3 10,1 m 30,30 m 2. 5. 3

Supply and placing in site of concrete in structural elements, C30/37 strength class, XC4 exposition class, including vibration, laying down of steel (Malhasol CQ38, AR50 e A400 NR), with wall reinforcement in the connecting zones for drains and interconnection pipes to the pumping station, formwork, concrete joints and all accessories and associated tasks.

.Collection Well 1 .well overlay with reinforced concrete (0.30 m thickness) 37,26 m3 .half-moon intermediate plate 0,88 m3 .covering slab 3,05 m3 .to deduct opening (cover) -0,19 m3 .cover border 0,04 m3 .Collection Well 2 .well overlay with reinforced concrete (0.30 m thickness) 37,26 m3 .half-moon intermediate plate 0,88 m3 .covering slab 3,05 m3 .to deduct opening (cover) -0,19 m3 .cover border 0,04 m3 .Collection Well 3 .well overlay with reinforced concrete (0.30 m thickness) 37,26 m3 .half-moon intermediate plate 0,88 m3 .covering slab 3,05 m3 .to deduct opening (cover) -0,19 m3 .cover border 0,04 m3 123,13 m3 2. 5. 4 Supply and placing in site of concrete in sealing and filling up, C16/20 strength class, with

underwater concrete.

.Collection Well 1 .well bottom sealing (0.30 m thickness) 2,12 m3 .sealing/finishing of wall valves against the walls 0,10 m3 .Collection Well 2 .well bottom sealing (0.30 m thickness) 2,12 m3 .sealing/finishing of wall valves against the walls 0,10 m3 .Collection Well 3 .well bottom sealing (0.30 m thickness) 2,12 m3 .sealing/finishing of wall valves against the walls 0,10 m3 6,67 m3 2. 5. 5 Supply and assembly of INP260 profile on the top of the intermediate slab, including

attachments, finishing, antirust protection painting and all associated tasks for all wells. 3 un.

2. 5. 6

Supply and installation of air-tight cover in 316L inox steel, with 1,05×1,05 m, including all required accessories, according with the design details, seal, attachments to the slab and all the necessary tasks for each well.

3 un.

2. 5. 7 Supply and setting up of steps in f25 steel rod, polypropylene coated, including setting, sealing,

finishing and all associated tasks.

.Collection Well 1 30 un. .Collection Well 2 30 un. .Collection Well 3 30 un. 90 un. 2. 5. 8

Supply and installation of AISI 316L, DN150, inox steel pipe vent, in cane, with a 2 m average length, including curve, plug in inox mesh, anti-rust painting, setting and sealing to the concrete slab and all accessories and required tasks for each well according to the Drawing 2.2.

3 un.

Page 42: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-38

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 5. 9

Supply and installation of wall manual valve, DN300 mm, in ductile cast iron (DCI) with command shaft and wheel (removable), type PRA/TBS or equivalent, including anti-rust protection, settings to the well wall and sealing, vertical supports/settings of the guide to the well walls and all the accessories and necessary tasks according to Drawing 2.2.

.Collection Well 1 4 un. .Collection Well 2 4 un. .Collection Well 3 4 un. 12 un. 2. 6 PUMPING STATION ANNEXED TO THE COLLECTION WELLS 2. 6. 1 Establishment of a penetration wedge for the well and connection to the well overlay. 1 sum 2. 6. 2 Opening of well with 4.3 m working diameter, with verticality assurance till around 14 meters

depth, including excess flow draining and all accessories and required tasks. 14 m

2. 6. 3

Supply and placing in site of concrete in structural elements, C30/37 strength class, XC4 exposition class, including vibration, laying down of steel (Malhasol CQ38, AR50 e A400 NR), with wall reinforcement in the implantation zones for interconnection pipes to the collection wells, formwork, concrete joints and all accessories and associated tasks, according to the Drawing 2.4

.Pumping well .well overlay with reinforced concrete (0.30 m thickness) 62,63 m3 .half-moon intermediate plates - L2 1,53 m3 .to deduct opening (free passages of f0.60 m) -0,17 m3 .half-moon intermediate plate - L3 0,68 m3 .covering slab 5,66 m3 .to deduct openings (covers) -0,30 m3 -1,60 m3 .Valve chambers near the pumping well .sill 4,52 m3 .walls 5,36 m3 3,29 m3 .Air valve chamber near the pumping well .sill 1,43 m3 .walls 6,08 m3 .wedge between the well wall and the chamber sill 0,78 m3 .support massifs for valves, tee-pieces and elbow pipes 0,24 m3 .covering slab 20,00 m3 .to deduct opening (cover) -0,77 m3 -0,96 m3 108,39 m3 2. 6. 4 Supply and placing in site of concrete in sealing and filling up, C16/20 strength class, with

underwater concrete.

.Pumping well .well bottom sealing (0.30 m thickness) 4,32 m3 .filling up in bottom/group support conformation 0,80 m3 0,30 m3 .sealing/finishing of wall valves against the walls 0,30 m3 .Valve chambers near the pumping well .filling up in bottom conformation 0,96 m3 .Air valve chamber near the pumping well .filling up in bottom conformation 0,43 m3 7,11 m3 2. 6. 5

Supply and assembly of INP260 profile on the top of the intermediate slabs, including attachments, finishing, antirust protection painting and all associated tasks according to the Drawing 2.4.

1 sum

2. 6. 6

Supply and installation of trap with 8 rectangular air-tight covers, including fasteners and B125 class cast iron collar along with movable profiles, with 1220x3360 mm total free opening, anti-theft device with the wording to be designated by the Contracting Entity and all accessories and associated tasks, to be installed in the pumping well to operate the wall groups and valves.

1 sum

2. 6. 7

Supply and installation of air-tight circular cover with fasteners and B125 class cast iron collar, with 1600 mm diameter free opening, anti-theft device with the wording to be designated by the Contracting Entity and all accessories and associated tasks, to be installed in the pumping well for individual access to the intermediate platforms.

2 un.

Page 43: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-39 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 6. 8

Supply and installation of trap with 4 rectangular air-tight covers, including fasteners and B125 class cast iron collar along with movable profiles, with 1370x1370 mm total free opening, anti-theft device with the wording to be designated by the Contracting Entity and all accessories and associated tasks, to be installed in the valve chambers for individual access and equipment movement.

1 sum

2. 6. 9

Supply and installation of trap with 4 rectangular air-tight covers, including fasteners and B125 class cast iron collar along with movable profiles, with 1600x1900 mm total free opening, anti-theft device with the wording to be designated by the Contracting Entity and all accessories and associated tasks, to be installed in the valve chambers for individual access and equipment movement.

1 sum

2. 6. 10 Supply and setting up of steps in f25 steel rod, polypropylene coated, including setting, sealing,

finishing and all associated tasks.

.Pumping well 34 un. . Valve chamber 14 un. 48 un. 2. 6. 11

Supply and installation of AISI 316L, DN150, inox steel pipe vent, in cane, with a 2 m average length, including curve, plug in inox mesh, anti-rust painting, setting and sealing to the concrete slab and all accessories and required tasks for each well according to the Drawing 2.2.

1 un.

2. 6. 12

Supply and installation of suspension bar for the level float in the pumping well and cable guide rings, with the corresponding setting accessories, in AISI 316L inox steel, according to Drawing 2.4 to be adjust to the supplied floats.

1 un.

2. 6. 13

Corrugated pipes for passage of power cables, DN110, HDPE or equivalent, coloured, including accessories (elbows, etc.) if necessary, finishing of wall crossings, setting to the walls and all accessories and required tasks

40 m

2. 7 EQUIPMENT AND ACCESSORIES INSTALLED IN THE PUMPING STATION

ANNEXED TO THE COLLECTION WELLS

2. 7. 1

Supply and assembly of submersible electropump groups type S1.100.200.170.4.54L.H.285.S.N.D from "GRUNDFOS" or equivalent, complete with setting base, flanged discharge elbow, guides with at least two specific intermediate holders (for fixation to the intermediate slabs), guides upper support, rising chain, accessories and supply cables till the operating chamber and all associated tasks, for the elevation of 108 L/s at a manometric head of about 12 m.c.a.

3 un.

2. 7. 2

Supply and assembly of a set of float type level switches to install in the pumping well, including connection cables and transition boxes located in the chamber annexed to the equipment.

5 un.

2. 7. 3

Supply and installation of wall manual valve, DN350 mm, in FFD - PN > 15 m.c.a, with transversal reinforcement, guides and AISI 316 inox steel spindle, EPDM sealing, with command shaft and wheel (removable), type PRA/TBS or equivalent, including anti-rust protection, settings to the well wall and sealing, vertical supports/settings of the guide to the well walls and all the accessories and necessary tasks:

3 un.

2. 7. 4

Equipment and accessories in the compression circuit of each electropump group and annexed chambers, including all accessories in FFD PN10 (tee pieces, elbows, reduction cones, wall crossings and valves), connections, sealing, finishing in the wall crossings, sections of flanged piping along with accessories in the operating chamber and valves according to the details of Drawing 2.4 and remaining associated tasks.

1 sum

2. 8 ELECTRICAL INFRA-STRUCTURES (every article includes the supply, installation, assembly, connection and commissioning) 2. 8. 1 Connection branch. 1 sum 2. 8. 2 Cut-off and measuring rack, including lid and regulatory accessories. 1 sum 2. 8. 3 Meter board. 1 un. 2. 8. 4 General Electrical Switchboard. 1 un. 2. 8. 5 Electrical Cable Network. 1 sum

2. 8. 6 Trenches and manholes for the cables between the power entry in the General Electrical Switchboard and the Outer Lightning. 1 sum

2. 8. 7 Protection earth, including connection of every metal masses. 1 un. 2. 8. 8 Lightning network, including pole, luminaries, electrical cables and accessories. 1 sum 2. 8. 9 Socket network, including electrical cables, devices and accessories. 1 sum

Page 44: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-40

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 8. 10 Diesel electric generator with 50 kVA of power including all accessory and complementary works. 1 sum

3. WATER TREATMENT PLANT (WTP) AND PUMPING STATIONS ASSOCIATED

TO SUPPLY

3. 1 REHABILITATION OF THE EXISTING FACILITIES AND BUILDINGS 3. 1. 1 Circulator and Pulsator Settling Tanks (Degremont) 3. 1. 1. 1 Civil works rehabilitation, including scarifying of inner and outer surfaces as well as

preparation for coating; application of coating as for the new settling tanks to be built 1 sum

3. 1. 1. 2 Rehabilitation of metallic pieces 1 sum 3. 1. 1. 3 Rehabilitation of pipes, valves, lamellar modules and vacuum system, including replacements

as necessary, so as to guarantee a total production of 100 m3/h per each 24-hour period 1 sum

3. 1. 2 Aquazur Filters (Degremont) 3. 1. 2. 1 Civil works rehabilitation, including scarifying of inner and outer surfaces as well as

preparation for coating; application of coating as for the new filters to be built 1 sum

3. 1. 2. 2

Rehabilitation of filter facilities civil works, top and bottom, including scarifying of inner and outer surfaces as well as preparation for coating and painting; application of coating and painting

1 sum

3. 1. 2. 3 Rehabilitation of bottom plates and respective strainers, including replacements when and

where necessary, in order to ensure the production of 100 m3/h, i.e. 25 m3/h per filter 1 sum

3. 1. 2. 4 Total replacement of filter media by sand 95% minimum of silica as Si O2 2,65 specific gravity

and with 0,45 to 0,55 effective size and 1,3 uniformity coefficient 1 sum

3. 1. 2. 5 Rehabilitation of inlet gates of water leaving sedimentation 1 sum 3. 1. 2. 6 Rehabilitation of valves, handles and levers in the water and air circuits, including

replacements as necessary 1 sum

3. 1. 2. 7 Rehabilitation of filtered water level gauges, including replacements when and where necessary 1 sum 3. 1. 2. 8 Rehabilitation of manometers for head losses readings, including replacements as necessary 1 sum 3. 1. 2. 9 Rehabilitation of control stations, including replacements when and where necessary 1 sum 3. 1. 2. 10

Supply and assembly of two pumps (one unit being reserve) of filters wash water, including pipes and suction valves from the existing treated water cistern and compression valves for filter pipes feeding, each pump ensuring 20 m3/h flow per m2 of filtering area

1 sum

3. 1. 2. 11 Supply and assembly of two compressors (one unit being reserve) of wash air, including pipes and

valves for filter pipes feeding, each compressor ensuring 50 m3/h flow per m2 of filtering area 1 sum

3. 1. 3 Demolition and wastes removal 3. 1. 3. 1 Demolition of the existing rapid mixing facility, including disposal of wastes in appropriate

disposals in the boundaries of the town 1 sum

3. 1. 3. 2 Disabling of the pumps associated to the existing raw water pumping station with disposal in

place to be indicated by the Consultant 1 sum

3. 1. 3. 3 Disabling of the existing treated water pumping stations with disposal in place to be indicated

by the Consultant 1 sum

3. 1. 3. 4 Disabling of the existing electric mixers and dosing pumps with disposal in place to be

indicated by the Consultant 1 sum

3. 2 INTEGRATION OF THE TWO COMPACT WTP 3. 2. 1 Establish contacts with the manufacturer for obtaining technical support during the unit’s

installation and start-up 1 sum

3. 2. 2 Supply and assembly of missing equipments or out of service, so as to guarantee a continuous

production of 50 m3/h per unit 1 sum

Page 45: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-41 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

3. 3 NEW FACILITIES AND CIRCUITS TO BE BUILT 3. 3. 1 Design and different services 3. 3. 1. 1 Development of construction drawings concerned to WTP and pumping stations associated to

supply 1 sum

3. 3. 1. 2 Operation manual 1 sum 3. 3. 1. 3 As-built drawings 1 sum 3. 3. 2 General Earthworks 3. 3. 2. 1

Excavation of foundations and installation of new infra-structures, in all sorts of soils, including removal of surplus material and transport until appropriate and licensed place; bottom smoothing ; accessory support works (normal or special); dewatering of trench bottom and/or lowering of groundwater level; drilling to locate existing infra-structures and repair or moving of affected infra-structures, including all complementary works

. Treated water tank 1 sum . Associated chamber 1 sum 3. 3. 2. 2

Fill embankment with material from excavation (free of rocks, compact clods or roots) and/or borrow fill, in 0,20 m layers compacted or manual or pneumatic hammer, between tank structures and the chamber and the excavation boundaries, including all the associated works.

. for tank installation 1 sum . for chamber installation 1 sum 3. 3. 3 Foundations and structures 3. 3. 3. 1 Supply and spreading of smoothing and cleaning concrete, 0,10 m thickness, including surface

preparation and all accessory and complementary woks

. Rapid mixing chamber 1 sum . Treated water tank 1 sum . Associated chamber 1 sum 3. 3. 3. 2

Supply and application of reinforced concrete C30/37 strength class and XC4 exposition class in structural elements, according to Drawing 3.2, including A400NR steel reinforcement duly cut out and assembled; formwork and corresponding removal with application of stripping products, hydrofuge; costs and quality control; setting on and treatment of concrete joints, setting operations, laying down of negatives for openings, removal of fasteners, closure and repair of the corresponding zones, shoring and all accessory works required to its perfect finishing.

. Rapid mixing chamber . applied in walls 1 sum . applied in bottom surface 1 sum . applied in foundation feet 1 sum . Treated water tank . applied in bottom slab 1 sum . applied in walls 1 sum . applied in covering slab 1 sum . applied in support columns 1 sum . Associated chamber . applied in walls 1 sum . applied in covering slab 1 sum . applied in support columns 1 sum . Settling tanks . applied in walls 1 sum . Filters . applied in bottom slab 1 sum . applied in walls 1 sum 3. 3. 3. 3 Supply and application of concrete C12/15 strength class in fillings to form hanging parts

applied in bottom slab, including all accessory works

. applied in bottom slab in tank 1 sum . applied in bottom slab in settling tanks 1 sum 3. 3. 4 Piping, fittings and manoeuvre equipments 3. 3. 4. 1

Supply of high density polyethylene (HDPE) piping, PN10 MRS100, or equivalent, with adequate characteristics to the installation type and laying down to carry out, in connections between infra-structures and treatment facilities (existing or to be built), according to Drawing 3.2, including joints, fittings and all associated works.

.Piping DN 125 1 sum .Piping DN 160 1 sum .Piping DN 180 1 sum

Page 46: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-42

Article Description Quantities Units Rate (USD)

Cost (USD)

.Piping DN 225 1 sum .Piping DN 280 1 sum .Piping DN 315 1 sum .Piping DN 500 1 sum .Piping DN 560 1 sum 3. 3. 5 Painting and inner coating 3. 3. 5. 1

Supply and application, on the inner concrete structures of tank, filters and settling tanks, of waterproofing cement mortar with hydrofuge addition, assuring the water potability, "Vandex BB-White" type, or equivalent, preceded by surface preparation with sandblasting

.Rapid mixing chamber to be built . applied in walls 1 sum . applied in bottom 1 sum .Treated water tank to be built . applied in bottom slab 1 sum . applied in walls 1 sum . applied in covering slab 1 sum . applied in support columns 1 sum .Settling tank to be built . applied in walls 1 sum . applied in bottom 1 sum .Filters to be built . applied in bottom slab 1 sum . applied in walls 1 sum 3. 3. 6 Painting and outer coating 3. 3. 6. 1 Outer walls painting with acrylic texture white paint, including all associated works .Rapid mixing chamber to be built 1 sum .Settling tank to be built 1 sum .Filters to be built 1 sum 3. 3. 6. 2 Outer buried surfaces painting with bituminous sealant, type "FLINTKOTE", or equivalent, on

two cross coats, including all associated works

.Treated water tank to be built 1 sum . Manmoeuvre chamber associated to the water tank 1 sum 3. 3. 7 Equipments 3. 3. 7. 1

Supply and assembly of electric mixer for the rapid mixing chamber and equipments associated to settling tanks and rapid filters, including distribution strainers, anthracite and sand filter medium, double layer 1,20 m height, filters backwashing system with air and water, including accessories and required works for its perfect operation.

1 sum

3. 3. 7. 2

Supply and assembly of 2 pumps (1+1) for filter backwashing with water, each one with a pump capacity up to 700 m3/h at a manometric head of 20 mWc, including all fittings and required works for its perfect operation.

1 sum

3. 3. 7. 3

Supply and assembly of 2 pumps (1+1) for filter backwashing with air, each one with a pump capacity up to 1 680 m3/h at a manometric head of 20 mWc, including all fittings and required works for its perfect operation.

1 sum

3. 3. 7. 4

Supply and assembly of dosing pumps from Milton Roy Europe, GTM M series, or equivalent, each one with an injection flow adjustable up to 150 L/h of solution, for injection of sodium hypochlorite, aluminium sulphate and lime suspension, according to Drawing 3.3, including all accessories and required works for its perfect operation.

1 sum

3. 3. 7. 5 Supply of laboratory equipment and reagents for determination of oxidability, turbidity and pH,

as well as to perform jar testing 1 sum

3. 3. 7. 6

Supply and assembly of ductile cast iron (DCI) inner piping in the treated water tank, including all fittings (tees, dismantling joints, bends, concentric tapers, wall inlet fitting, stub end fittings, air valves, shut-off valves, flanged strainers, etc.) and 2 electromagnetic water meters with coupled converter/transmitter in each outlet feeding pipe, setting and fixing devices, as well as all required works for its perfect operation

1 sum

3. 3. 7. 7

Supply and assembly of 2 dry installed split pumps (EERZ1), each one with 170 L/s pump capacity at a manometric head of 92 mWc, type "SCP 200/660DV-250/4-T4-R1-ROHS/E1" from WILO, or equivalent, to supply tank RZ1 according to Drawing 3.2, including all fittings and required works for its perfect operation

1 sum

Page 47: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-43 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

3. 3. 7. 8

Supply and assembly of 2 dry installed pumps (EERZ2), vertical axis, each one with 47 L/s pump capacity at a manometric head of 140 mWc, type "SCP 125/460DS-132/4-T4-R1-ROHS/E1" from WILO, or equivalent, to supply tank RZ2 according to Drawing 3.2, including all fittings and required works for its perfect operation.

1 sum

3. 3. 7. 9

Supply and assembly of a set of 3 floats for tank water levels control, including hanging bars, cable guide rings in AISI 316 inox steel, fixing accessories and all required works for its perfect operation

1 sum

3. 3. 7. 10

Continuous residual chlorine analyzer, flow rate 200-250 mL/min, with gold cathode and silver anode, flow controller and pressostat, supplied at 240 V a.c., 50 Hz and for the 0-5 e 0-20 ppm measuring range. The analyzer shall be wall mounted

1 sum

3. 3. 7. 11

Expansion vessel for water hammer protection, made of steel plate, 10 000 L capacity, PN10, including manometer, valves and protection devices, membrane-rupture sensor, inside and outside anticorrosion protection, flanged fittings, fixing devices and factory pre-set pressure, for installation downstream pumps EERZ1

1 sum

3. 3. 7. 12

Expansion vessel for water hammer protection, made of steel plate, 10 000 L capacity, PN10, including manometer, valves and protection devices, membrane-rupture sensor, inside and outside anticorrosion protection, flanged fittings, fixing devices and factory pre-set pressure

1 sum

3. 3. 7. 13

Supply of two short body gate valves, EURO 20 TIPO 23 from "Saint-Gobain", or equivalent, DN 150, and assembly on the filtered water and air wash circuits of the existing Aquazur T filters, respectively, according to Drawing 3.3, including all the required works for its perfect operation

1 sum

3. 3. 7. 14 Supply and assembly of ventilators DN 300, including pipe section embedded in the tank cover

slab, including finishing and all associated works 1 sum

3. 3. 7. 15 Supply and assembly of glass wool reinforced polyester (PRFV) fixed stairs, including fixing

devices and all associated works 1 sum

3. 3. 8 Reagent preparation and dosing 3. 3. 8. 1

Rehabilitation of the existing building in preparation area of solutions and suspensions reagents, including tanks for the maximum daily dosing flows associated to the maximum daily production of (200 m2/h + 2 x 50 m3/h + 575 m3/h) x 24 h/day

1 sum

3. 3. 8. 2 Supply and assembly of mixers, including all fittings and required works for its perfect

operation 1 sum

3. 3. 8. 3 Supply and assembly of dosing pumps, 2 (1+1) per each reagent, including piping, valves,

meters, connections and required works for its perfect operation 1 sum

3. 3. 8. 4 Supply and assembly of dosing pumps automatic control system according the raw flows to be

treated 1 sum

3. 3. 9 Wastewater treatment 3. 3. 9. 1

Construction of a thickener designed for 30 kg/m2.h of sedimentation tanks sludge discharge outlets, including general earthworks, foundations and structures, painting and coating and associated equipment.

1 sum

3. 3. 9. 2 Construction of drying beds associated to the thickener, including general earthworks,

foundations and structures, painting and coating and associated equipment. 1 sum

3. 3. 9. 3

Supply of high density polyethylene (HDPE) piping, PN10 MRS100, or equivalent, with adequate characteristics to the installation type and laying down to carry out, in connections between infra-structures and treatment facilities and thickener and drying beds, including general earthworks, foundations and structures, painting and coating and associated equipment.

1 sum

3. 3. 10 Electrical infrastructures (every article includes supply, installation, assembly, connection and commissioning) 3. 3. 10. 1 Connection branch 1 sum 3. 3. 10. 2 Shut-off and measuring switchboard, including electrical box and necessary accessories, as per

the applicable specifications 1 sum

3. 3. 10. 3 Metering switchboard 1 sum 3. 3. 10. 4 Main Electrical Switchboard 1 sum 3. 3. 10. 5 Electrical Cable Network 1 sum

Page 48: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-44

Article Description Quantities Units Rate (USD)

Cost (USD)

3. 3. 10. 6 Trenches and manholes for the cables between the power entry in the General Electrical

Switchboard and the Outer Lightning. 1 sum

3. 3. 10. 7 Protection earth, including connection of every metal masses 1 sum 3. 3. 10. 8 Lightning network, including pole, luminaries, electrical cables and accessories 1 sum 3. 3. 10. 9 Socket network, including electrical cables, devices and accessories 1 sum 3. 3. 10. 10 Fuel electrical generator, 460 kVA, including all necessary accessories for operation 1 sum 3. 3. 11 Spare parts and tools 3. 3. 11. 1 Supply of a spare parts set for 2 consecutive years operation) 1 sum 3. 3. 11. 2 Supply of a tools set for maintenance works 1 sum 4. FEEDER DUCTS 4. 1 PAVEMENTS 4. 1. 1

Tearing off and reposition in the same pre-existing filling up conditions of the asphaltic pavement smoothing and wearing layers with 6 and 4 cm thickness, respectively, in a strip with equal width to the trench to install piping added by 0.20 m in each side, including charge, transportation to appropriate deposit of the left-over products and eventual indemnity per deposit; including all complementary works.

.DN 280 mm piping 3 186,0 m2 .DN 500 mm piping 2 592,8 m2 5 778,80 m2 4. 1. 2

Tearing off and reposition in the same pre-existing filling up and compaction conditions of the base and sub-base layers, in pavement covered zones, in a strip with equal width to the trench to install piping, including charge, transportation to appropriate deposit of the left-over products and eventual indemnity per deposit; including all complementary works.

.DN 280 mm piping 2 106,0 m2 .DN 500 mm piping 1 852,0 m2 3 958,00 m2 4. 1. 3

Tearing off and reposition of surface layer in compacted soil or crusher run in trench opening in non-pavement covered zones, including reposition of the material in the pre-existing filling up and compaction conditions, as well as charge, transportation to deposit of the left-over products and eventual indemnity per deposit.

.DN 90 mm piping 660,8 m2 .DN 140 mm piping 24,3 m2 .DN 160 mm piping 1 136,5 m2 .DN 180 mm piping 1 004,4 m2 .DN 280 mm piping 1 252,7 m2 .DN 560 mm piping 1 209,6 m2 5 288,28 m2 4. 2 GENERAL EARTH MOVEMENTS 4. 2. 1

Excavation to open trenches and/or foundations to install piping, in any kind of ground, including eventual ground-clearing operations, tree-felling and/or brush cutting, racking, removal and transport to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures.

.connecting feeder pipe between the ETA and the RZ1 and RZ3 Tanks, DN 180 1 205,23 m3 .connecting feeder pipe between the RZ3 and RZ4 Tanks, DN 160 1 704,78 m3 .connecting feeder pipe between the RZ4 and RZ5 Tanks, DN 90 1 189,44 m3 .connecting feeder pipe between the RZ5 and Pedra2 Tanks, DN 140 43,78 m3 .connecting feeder pipe between the Pumping Station and ETA, DN 560 2 419,20 m3 .connecting feeder pipe between the ETA and the RZ2 Tank, DN 280 6 045,62 m3 .connecting feeder pipe between the ETA and the RZ1 Tank, DN 500 2 592,80 m3 15 200,85 m3 4. 2. 2

Manual fill, including borrow area and transportation from the borrow place to the works, in pressed coarse sand, gravel or non-clayey material, to make up a laying down layer to the piping, pressed by mechanical or manual processes in order to attain a compaction degree over 95% the normal Proctor test.

.to install the connecting feeder pipe between the Pumping Station and ETA, DN 560 985,00 m3 .to install the connecting feeder pipe between the ETA and the RZ2 Tank, DN 280 2 187,00 m3 .to install the connecting feeder pipe between the ETA and the RZ1 Tank, DN 500 1 396,00 m3 .to install the connecting feeder pipe between the RZ1 and RZ3 Tank, in HDPE DN 180 595,00 m3

Page 49: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-45 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

.to install the connecting feeder pipe between the RZ3 and RZ4 Tanks, DN 160 659,00 m3 .to install the connecting feeder pipe between the RZ4 and RZ5 Tanks, DN 90 350,00 m3 .to install the connecting feeder pipe between the RZ5 and Pedra2 Tanks, DN 140 14,00 m3 6 186,00 m3 4. 2. 3

Filling in the remaining height of the trench, with soil from the same trench, screened or obtained from borrow area in 0.20 m thickness layers, well compacted between them and against the trench walls by means of mechanical or manual processes, till a compaction degree equal or over 95% the normal Proctor test. Compaction shall be carried out using an equipment that applies a force no greater than a 15 kg hammer.

.to install the connecting feeder pipe between the Pumping Station and ETA, DN 560 1 197,5 m3 .to install the connecting feeder pipe between the ETA and the RZ2 Tank, DN 280 3 593,8 m3 .to install the connecting feeder pipe between the ETA and the RZ1 Tank, DN 500 833,4 m3 .to install the connecting feeder pipe between the RZ1 and RZ3 Tank, DN 180 572,5 m4 .to install the connecting feeder pipe between the RZ3 and RZ4 Tanks, DN 160 1 011,5 m5 .to install the connecting feeder pipe between the RZ4 and RZ5 Tanks, DN 90 832,6 m6 .to install the connecting feeder pipe between the RZ5 and Pedra2 Tanks, DN 140 29,4 m7 8 070,71 m3 4. 3 PIPING AND ACCESSORIES 4. 3. 1

Supply of high density polyethylene (HDPE), PN10 MRS100, or equivalent, of adequate characteristics to the type of installation to be done, including joints, connections and associated works.

.DN 90 mm piping 1 120,00 m .DN 140 mm piping 38,00 m .DN 160 mm piping 1 722,00 m .DN 180 mm piping 1 477,00 m .DN 560 mm piping 1 852,00 m 6 209,00 m 4. 3. 2

Supply of high density polyethylene (HDPE), PN16 MRS100, or equivalent, of adequate characteristics to the type of installation to be done, including joints, connections and associated works.

.DN 280 mm piping 4 306,00 m .DN 500 mm piping 960,00 m 5 266,00 m 4. 3. 3 Supply and placing along the trench of PVC warner strip for signalling of buried water pipes. 11 475 m 4. 4 GATE VALVE CHAMBERS WITH FREE BOTTOM DISCHARGE 4. 4. 1

Establishment of gate valve chambers with bottom discharge, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, joints and accessories according to Drawing 6.6, cover and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete covers where applicable. For:

.Main piping DN160 3 sum .Main piping DN180 5 sum .Main piping DN280 3 sum .Main piping DN500 2 sum 13 sum 4. 5 AUTOMATIC AIR VALVE CHAMBERS INSTALLED ON THE PIPELINE AXIS 4. 5. 1

Establishment of automatic air valve chambers installed in the piping axle, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, joints and accessories (tee-pieces, wall-crossings, stub-end connectors, wedge valve and triple effect sucker), cover and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete rectangular cover, DN150 steel vent, A235NL steel steps polypropylene coated, according to Drawing 6.6 with dimensions to be confirmed in the site. For:

.Main piping DN160 4 sum .Main piping DN180 5 sum .Main piping DN280 1 sum .Main piping DN500 1 sum 11 sum

Page 50: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-46

Article Description Quantities Units Rate (USD)

Cost (USD)

4. 6 RIGGING MASSIFS

Supply and establishment of rigging massifs for piping with slope higher than 25%, in reinforced concrete, according to Drawing 2.7, in location to be confirmed in the site, including earth movement, rigging accessories to the piping and all associated tasks.

17 un.

5. RESERVOIRS AND ASSOCIATED PUMPING STATIONS 5. 1. Reservoir RZ1 5. 1. 1 GENERAL EARTH MOVEMENTS 5. 1. 1. 1

Excavation to create a work platform, including ground cleaning, stripping, racking of the excavated products, planking tasks (either normal or special) or provisional containment (the contractor shall ponder the real constraints in the working phase and shall select the adequate means and other resources), draining and/or water table lowering, along with all complementary tasks in any kind of ground.

2 025,00 m3

5. 1. 1. 2

Excavation to establish foundations and to install half-buried infra-structures, in any kind of ground, including racking, removal and transport operations to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures, including all complementary works.

14 317,20 m3

5. 1. 1. 3

Fill embankment with materials proceeding from excavation (free of rocks, compact clods or roots) and/or borrow area, in 0.20 m layers compacted or manual or pneumatic hammer, between tank structures and the excavation boundaries, including all the associated tasks. [per estimate]

.for the installation of half-buried tank (cells and manoeuvre chambers) 2 235,20 m3 .to deduct structure 2 235,20 m3 5. 1. 2 FOUNDATIONS AND STRUCTURES 5. 1. 2. 1

Supply and spreading of smoothing and cleaning concrete, with 0.10 m thickness, under every foundation element of the tank cells and manoeuvre chambers, including surface preparation and all accessory and complementary woks.

345,20 m3

5. 1. 2. 2

Supply and application of reinforced concrete C30/37 strength class and XC4 exposition class in structural elements, including A500NR steel reinforcement duly cut out and assembled, formwork and corresponding removal with application of stripping products, water-repellent, costs and quality control, setting on and treatment of concrete joints, setting operations, laying down of negatives for openings, removal of fasteners, closure and repairing of the corresponding zones, shoring and all accessory works required to its perfect finishing. [per estimate]

. applied in bottom slab 3 452,0 m3 . applied in walls 1 548,4 m3 . applied in covering slab 1 035,6 m3 . . applied in support massifs 0,8 m3 6 036,73 m3 5. 1. 2. 3 Supply and application of C12/15 strength class concrete in fillings to form slopes, including

all the required works.

. Applied in bottom slab 376,99 m3 5. 1. 2. 4

Carrying out of simple masonry walls, with 0.25m, in standard air brick, 0,30×0,22×0,20cm, laid down with cement and sand mortar, including supply, laying down, mortar joints and all associated works.

51,44 m

5. 1. 3 ELECTROMECHANICAL EQUIPMENT, PIPING, ACCESSORIES AND

MANOEUVRE ORGANS

5. 1. 3. 1

Supply and assembly of ductile cast iron inner piping (FFd) inner piping, for the pressure classes pointed out in Drawing 4.2, including all accessories (tee-pieces, disassembly joints, elbows, reduction cones, cross-walls, stub-end connectors, suckers and gate valves, flanged strainers, etc.) specified in the Drawing, electromagnetic water meter with coupled converter/transmitter, mounting and setting accessories, as well as all required works for its perfect operation.

1 sum

5. 1. 3. 2

Supply and installation of 2 electropump groups in dry vertical axle, each one able to rise up to 17 L/s at a manometric head of 30 m.c.a., type "CO-2Helix V 5202/K/CC-300" from WILO or equivalent, according to Drawing 4.2, including all accessories and required tasks for its perfect operation.

1 sum

5. 1. 3. 3

Supply and assembly of set of 3 floats for tank level control, including suspension bars, cable guide rings, AISI 316 inox steel setting accessories and all required tasks to its perfect operation.

2 sum

Page 51: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-47 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 1. 3. 4

Residual chlorine continuous analyser, with a 200-250 ml/min flow, with gold cathode and silver anode with flow controller and pressostat, supplied at 240 V a.c., 50 Hz and for the 0-5 e 0-20 ppm measuring range. The analyser shall be wall mounted.

1 sum

5. 1. 3. 5

Protection membrane tank for water-hammer, in steel plate, with 1000 L volume and PN10 crest, including manometer, valves and safety accessories, ruptured membrane detection system, inner and outer anti-rust protection, flanged connections, setting supports and ex-works pressurization.

1 sum

5. 1. 4 PAINTING AND INNER COATING 5. 1. 4. 1 Coating of inner walls and ceilings of the manoeuvre chambers with fine sand screed with

smooth finishing, including all required works for its perfect operation.

. Masonry inner walls of the manoeuvre chambers 523,20 m2 . to deduct door . to deduct windows . Masonry inner ceilings 1 457,70 m2 1 980,90 m2 5. 1. 4. 2

Supply and application of waterproofing mortar in the inner concrete structures (tank cells), rich in cement with water-repellent addition, assuring the water potability, of the "Vandex BB-White" type or equivalent, preceded by the surfaces preparation by means of frosting with sand-blasting

2 156,00 m2

5. 1. 4. 3 Painting of inner walls and ceilings with epoxy resin in two crossed coats per dry coat,

including all required works for its perfect operation.

. Masonry inner walls 388,00 m2 . to deduct door . to deduct windows . Cell inner ceilings 2 513,27 m2 . Reinforced concrete inner walls 474,38 m2 1 746,73 m2 . Bottom slab 3 106,80 m2 8 229,18 m2 5. 1. 5 PAINTING AND OUTER COATING 5. 1. 5. 1 Coating of outer masonry ceiling and walls with fine sand screed with smooth finishing,

including all required works for its perfect operation.

. Masonry outer walls 523,20 m2 . Masonry outer ceiling 1 457,70 m2 1 980,90 m2 5. 1. 5. 2 Outer walls and ceiling painting with white acrylic textured paint including all associated

works.

. Outer walls 414,00 m2 . to deduct door m2 . to deduct windows m2 1 432,57 m2 . Outer ceiling 1 457,70 m2 2 261,95 m2 5 566,21 m2 5. 1. 5. 3 Outer buried surfaces painting with bituminous sealant, type "FLINTKOTE" or equivalent, on

two crossed coats, including all associated works.

. Cell walls 584,3 m2 . Manoeuvre chamber walls 161,2 m2 745,54 m2 5. 1. 6 MISCELLANEOUS 5. 1. 6. 1 Supply and assembly of ventilators DN 300 mm, including pipe section embedded in the cover

slab, including finishing and all associated works. 1,00 un.

5. 1. 6. 2

Supply and assembly of grids/gutter pavements in moulded grid, in glass wool reinforced polyester (GWRP), movable, 38×38×41(H) mm mesh for loads up to 1450 kg/m2 (including IPN100 profiles in PRFV, movable), including all associated works.

1 sum

5. 1. 6. 3 Supply and assembly of glass wool reinforced polyester (GWRP) fixed stairs, including setting

and all associated works. 6,00 m

5. 1. 6. 5 Supply and application of sliding thermo-lacquered aluminium window, with reinforced glass,

including frames and all accessories and required works to its perfect operation. 2,00 un.

Page 52: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-48

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 1. 6. 6

Supply and assembly of outside opening door with two leaves in ventilation grid, with 1.60×2.20m, in plate and thermo-lacquered aluminium, with safety lock type "Fichet" or equivalent, including all accessories and required works.

1,00 un.

5. 1. 7 OUTER ARRANGEMENTS 5. 1. 7. 1

Supply and establishment of asphaltic concrete pavement made up of sub-base-layer (0.15 m), base layer (0.20 m), bitumen impregnation rime coat and asphaltic concrete surface wearing layer (0.06 m), in extension to be checked in working phase. [30% the total area per estimate]

4 050,00 m2

5. 1. 7. 2 Supply and application of fence made up of mesh panels type "BEKAFOR CLASSIC" or

equivalent, in the tank circumference, including feet and all required works. 270,00 m

5. 1. 7. 3 Supply and application of outer gate, type BEKAERT, or equivalent, with welded and

polyester plasticized finishing, including locks and all required accessories. 1,00 un.

5. 1. 7. 4 Foundation Draining 5. 1. 7. 4. 1 Supply and assembly of HDPE or perforated PVC pipe drains, DN 500 mm, wrapped in

geotextile (geodrains), including all associated tasks. 20,00 m

5. 1. 7. 4. 2 Fine gravel with grain size between 5 and 25 mm, in the filling up of the foundation bed. 2 578,64 m3 5. 1. 7. 4. 3 Supply and application of geotextile filter (200 g/m2). 3 452,00 m2 5. 1. 7. 4. 4

Complete civil works for circular junction manholes, with inner diameter to be confirmed in the site, made up of concrete sill, cylindrical-conical and concrete prefabricated collars, cover and collar in FFD DN600 of the D400 class and steps in A235L diameter 25 steel rod polypropylene coated, for ground depths at the sill to confirm in site, including earth movement, painting, sealing of all prefabricated elements, sealing sleeves for connection to collectors and all accessory works.

1,00 un.

5. 1. 7. 4. 5

Supply and laying down of HDPE DN 500 piping in trenches, including connection joints and course accessories, opening and closing of trench, as well as charge, transportation and discharge to authorize deposit of the left over products.

5,00 m

5. 1. 8 ELECTRICAL INFRA-STRUCTURES (every article includes the supply, installation, assembly, connection and commissioning) 5. 1. 8. 1 Connection branch. 1 sum 5. 1. 8. 2 Cut-off and measuring rack, including lid and regulatory accessories. 1 sum 5. 1. 8. 3 Meter board. 1,00 un. 5. 1. 8. 4 General Electrical Switchboard. 1,00 un. 5. 1. 8. 5 Electrical Cable Network. 1 sum 5. 1. 8. 6 Trenches and manholes for the cables between the power entry in the General Electrical

Switchboard and the Outer Lightning. 1 sum

5. 1. 8. 7 Protection earth, including connection of every metal masses. 1,00 un. 5. 1. 8. 8 Lightning network, including pole, luminaries, electrical cables and accessories. 1 sum 5. 1. 8. 9 Socket network, including electrical cables, devices and accessories. 1 sum 5. 1. 8. 10 Diesel electric generator with 10 kVA power including all required acessory and

complementary works. 1 sum

5. 2. Reservoir RZ2 5. 2. 1 GENERAL EARTH MOVEMENTS 5. 2. 1. 1

Excavation to create a work platform, including ground cleaning, stripping, racking of the excavated products, planking tasks (either normal or special) or provisional containment (the contractor shall ponder the real constraints in the working phase and shall select the adequate means and other resources), draining and/or water table lowering, along with all complementary tasks in any kind of ground.

919,50 m3

Page 53: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-49 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 2. 1. 2

Excavation to establish foundations and to install half-buried infra-structures, in any kind of ground, including racking, removal and transport operations to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures, including all complementary works.

5 065,32 m3

5. 2. 1. 3

Fill embankment with materials proceeding from excavation (free of rocks, compact clods or roots) and/or borrow area, in 0.20 m layers compacted or manual or pneumatic hammer, between tank structures and the excavation boundaries, including all the associated tasks. [per estimate]

.for the installation of half-buried tank (cells and manoeuvre chambers) 5 065,32 m3 .to deduct structure -3 378,00 1 687,32 m3 5. 2. 2 FOUNDATIONS AND STRUCTURES 5. 2. 2. 1

Supply and spreading of smoothing and cleaning concrete, with 0.10 m thickness, under every foundation element of the tank cells and manoeuvre chambers, including surface preparation and all accessory and complementary woks.

140,75 m3

5. 2. 2. 2

Supply and application of reinforced concrete C30/37 strength class and XC4 exposition class in structural elements, including A500NR steel reinforcement duly cut out and assembled, formwork and corresponding removal with application of stripping products, water-repellent, costs and quality control, setting on and treatment of concrete joints, setting operations, laying down of negatives for openings, removal of fasteners, closure and repairing of the corresponding zones, shoring and all accessory works required to its perfect finishing. [per estimate]

. applied in bottom slab 1 126,0 m3 . applied in walls 564,8 m3 . applied in covering slab 422,3 m3 . . applied in support massifs 0,8 m3 2 113,78 m3 5. 2. 2. 3 Supply and application of C12/15 strength class concrete in fillings to form slopes, including

all the required works.

. applied in bottom slab 147,26 m3 5. 2. 2. 4

Carrying out of simple masonry walls, with 0.25m, in standard air brick, 0,30×0,22×0,20cm, laid down with cement and sand mortar, including supply, laying down, mortar joints and all associated works.

34,78 m

5. 2. 3. ELECTROMECHANICAL EQUIPMENT, PIPING, ACCESSORIES AND

MANOEUVRE ORGANS

5. 2. 3. 1

Supply and assembly of ductile cast iron inner piping (FFd) inner piping, for the pressure classes pointed out in Drawing 4.2, including all accessories (tee-pieces, disassembly joints, elbows, reduction cones, cross-walls, stub-end connectors, suckers and gate valves, flanged strainers, etc.) specified in the Drawing, electromagnetic water meter with coupled converter/transmitter, mounting and setting accessories, as well as all required works for its perfect operation.

1 sum

5. 2. 3. 2

Supply and assembly of set of 3 floats for tank level control, including suspension bars, cable guide rings, AISI 316 inox steel setting accessories and all required tasks to its perfect operation.

2 sum

5. 2. 3. 3

Residual chlorine continuous analyser, with a 200-250 ml/min flow, with gold cathode and silver anode with flow controller and pressostat, supplied at 240 V a.c., 50 Hz and for the 0-5 e 0-20 ppm measuring range. The analyser shall be wall mounted.

1 sum

5. 2. 4 PAINTING AND INNER COATING 5. 2. 4. 1 Coating of inner walls and ceilings of the manoeuvre chambers with fine sand screed with

smooth finishing, including all required works for its perfect operation.

. Masonry inner walls of the manoeuvre chambers 327,53 m2 . to deduct door . to deduct windows . Masonry inner ceilings 569,41 m2 896,94 m2 5. 2. 4. 2

Supply and application of waterproofing mortar in the inner concrete structures (tank cells), rich in cement with water-repellent addition, assuring the water potability, of the "Vandex BB-White" type or equivalent, preceded by the surfaces preparation by means of frosting with sand-blasting

947,50 m2

5. 2. 4. 3 Painting of inner walls and ceilings with epoxy resin in two crossed coats per dry coat,

including all required works for its perfect operation.

. Masonry inner walls 240,58 m2

Page 54: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-50

Article Description Quantities Units Rate (USD)

Cost (USD)

. Cell inner ceilings 981,75 m2 . Reinforced concrete inner walls 276,85 m2 1 013,16 m2 . Bottom slab 1 266,75 m2 3 779,10 m2 5. 2. 5 PAINTING AND OUTER COATING 5. 2. 5. 1 Coating of outer masonry ceiling and walls with fine sand screed with smooth finishing,

including all required works for its perfect operation.

. Masonry outer walls 327,53 m2 . Masonry outer ceiling 569,41 m2 896,94 m2 5. 2. 5. 2 Outer walls and ceiling painting with white acrylic textured paint including all associated

works.

. Outer walls 257,97 m2 816,81 m2 . Outer ceiling 569,41 m2 883,57 m2 2 527,77 m2 5. 2. 5. 3 Outer buried surfaces painting with bituminous sealant, type "FLINTKOTE" or equivalent, on

two crossed coats, including all associated works.

366,21 m2 5. 2. 6. MISCELLANEOUS 5. 2. 6. 1 Supply and assembly of ventilators DN 300 mm, including pipe section embedded in the cover

slab, including finishing and all associated works. 1,00 un.

5. 2. 6. 2

Supply and assembly of grids/gutter pavements in moulded grid, in glass wool reinforced polyester (GWRP), movable, 38×38×41(H) mm mesh for loads up to 1450 kg/m2 (including IPN100 profiles in PRFV, movable), including all associated works.

1 sum

5. 2. 6. 3 Supply and assembly of glass wool reinforced polyester (GWRP) fixed stairs, including setting

and all associated works. 6,00 m

5. 2. 6. 4 Supply and application of sliding thermo-lacquered aluminium window, with reinforced glass,

including frames and all accessories and required works to its perfect operation. 2,00 un.

5. 2. 6. 5

Supply and assembly of outside opening door with two leaves in ventilation grid, with 1.60×2.20m, in plate and thermo-lacquered aluminium, with safety lock type "Fichet" or equivalent, including all accessories and required works.

1,00 un.

5. 2. 7 OUTER ARRANGEMENTS 5. 2. 7. 1

Supply and establishment of asphaltic concrete pavement made up of sub-base-layer (0.15 m), base layer (0.20 m), bitumen impregnation rime coat and asphaltic concrete surface wearing layer (0.06 m), in extension to be checked in working phase. [30% the total area per estimate]

1 839,00 m2

5. 2. 7. 2 Supply and application of fence made up of mesh panels type "BEKAFOR CLASSIC" or

equivalent, in the tank circumference, including feet and all required works. 182,60 m

5. 2. 7. 3 Supply and application of outer gate, type BEKAERT, or equivalent, with welded and

polyester plasticized finishing, including locks and all required accessories. 1,00 un.

5. 2. 7. 4 Foundation Draining 5. 2. 7. 4. 1 Supply and assembly of HDPE or perforated PVC pipe drains, DN 250 mm, wrapped in

geotextile (geodrains), including all associated tasks. 15,00 m

5. 2. 7. 4. 2 Fine gravel with grain size between 5 and 25 mm, in the filling up of the foundation bed. 1 051,40 m3 5. 2. 7. 4. 3 Supply and application of geotextile filter (200 g/m2). 1 266,75 m2 5. 2. 7. 4. 4

Complete civil works for circular junction manholes, with inner diameter to be confirmed in the site, made up of concrete sill, cylindrical-conical and concrete prefabricated collars, cover and collar in FFD DN600 of the D400 class and steps in A235L diameter 25 steel rod polypropylene coated, for ground depths at the sill to confirm in site, including earth movement, painting, sealing of all prefabricated elements, sealing sleeves for connection to collectors and all accessory works.

1,00 un.

Page 55: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-51 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 2. 7. 4. 5

Supply and laying down of HDPE DN 250 piping in trenches, including connection joints and course accessories, opening and closing of trench, as well as charge, transportation and discharge to authorize deposit of the left over products.

5,00 m

5. 2. 8 ELECTRICAL INFRA-STRUCTURES (every article includes the supply, installation, assembly, connection and commissioning) 5. 2. 8. 1 Connection branch. 1 sum 5. 2. 8. 2 Cut-off and measuring rack, including lid and regulatory accessories. 1 sum 5. 2. 8. 3 Meter board. 1,00 un. 5. 2. 8. 4 General Electrical Switchboard. 1,00 un. 5. 2. 8. 5 Electrical Cable Network. 1 sum 5. 2. 8. 6 Trenches and manholes for the cables between the power entry in the General Electrical

Switchboard and the Outer Lightning. 1 sum

5. 2. 8. 7 Protection earth, including connection of every metal masses. 1,00 un. 5. 2. 8. 8 Lightning network, including pole, luminaries, electrical cables and accessories. 1 sum 5. 2. 8. 9 Socket network, including electrical cables, devices and accessories. 1 sum 5. 3. Reservoir RZ3 5. 3. 1 GENERAL EARTH MOVEMENTS 5. 3. 1. 1

Excavation to create a work platform, including ground cleaning, stripping, racking of the excavated products, planking tasks (either normal or special) or provisional containment (the contractor shall ponder the real constraints in the working phase and shall select the adequate means and other resources), draining and/or water table lowering, along with all complementary tasks in any kind of ground.

219,68 m3

5. 3. 1. 2

Excavation to establish foundations and to install half-buried infra-structures, in any kind of ground, including racking, removal and transport operations to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures, including all complementary works.

1 435,98 m3

5. 3. 1. 3

Fill embankment with materials proceeding from excavation (free of rocks, compact clods or roots) and/or borrow area, in 0.20 m layers compacted or manual or pneumatic hammer, between tank structures and the excavation boundaries, including all the associated tasks. [per estimate]

.for the installation of half-buried tank (cells and manoeuvre chambers) 1 435,98 m3 .to deduct structure -1 105,61 330,37 m3 5. 3. 2 FOUNDATIONS AND STRUCTURES 5. 3. 2. 1

Supply and spreading of smoothing and cleaning concrete, with 0.10 m thickness, under every foundation element of the tank cells and manoeuvre chambers, including surface preparation and all accessory and complementary woks.

24,04 m3

5. 3. 2. 2

Supply and application of reinforced concrete C30/37 strength class and XC4 exposition class in structural elements, including A500NR steel reinforcement duly cut out and assembled, formwork and corresponding removal with application of stripping products, water-repellent, costs and quality control, setting on and treatment of concrete joints, setting operations, laying down of negatives for openings, removal of fasteners, closure and repairing of the corresponding zones, shoring and all accessory works required to its perfect finishing. [per estimate]

. applied in bottom slab 120,2 m3 . applied in walls 85,0 m3 . applied in covering slab 72,1 m3 . applied in support massifs 0,5 m3 277,70 m3 5. 3. 2. 3 Supply and application of C12/15 strength class concrete in fillings to form slopes, including

all the required works.

. Applied in bottom slab 21,26 m3

Page 56: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-52

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 3. 2. 4

Carrying out of simple masonry walls, with 0.25m, in standard air brick, 0,30×0,22×0,20cm, laid down with cement and sand mortar, including supply, laying down, mortar joints and all associated works.

17,56 m

5. 3. 3 ELECTROMECHANICAL EQUIPMENT, PIPING, ACCESSORIES AND

MANOEUVRE ORGANS

5. 3. 3. 1

Supply and assembly of ductile cast iron inner piping (FFd) inner piping, for the pressure classes pointed out in Drawing 4.2, including all accessories (tee-pieces, disassembly joints, elbows, reduction cones, cross-walls, stub-end connectors, suckers and cut-out valves, flanged strainers, etc.) specified in the Drawing, electromagnetic water meter with coupled converter/transmitter, mounting and setting accessories, as well as all required works for its perfect operation.

1 sum

5. 3. 3. 2

Supply and installation of 2 electropump groups in dry vertical axle, each one able to rise up to 13 L/s at a manometric head of 23 m.c.a., type "CO-2Helix V 5202/2/K/CC-300" from WILO or equivalent, according to Drawing 4.2, including all accessories and required tasks for its perfect operation.

1 sum

5. 3. 3. 3

Supply and assembly of set of 3 floats for tank level control, including suspension bars, cable guide rings, AISI 316 inox steel setting accessories and all required tasks to its perfect operation.

2 sum

5. 3. 3. 4

Residual chlorine continuous analyser, with a 200-250 ml/min flow, with gold cathode and silver anode with flow controller and pressostat, supplied at 240 V a.c., 50 Hz and for the 0-5 e 0-20 ppm measuring range. The analyser shall be wall mounted.

1 sum

5. 3. 3. 5

Protection membrane tank for water-hammer, in steel plate, with 1000 L volume and PN10 crest, including manometer, valves and safety accessories, ruptured membrane detection system, inner and outer anti-rust protection, flanged connections, setting supports and ex-works pressurization.

1 sum

5. 3. 4 PAINTING AND INNER COATING 5. 3. 4. 1 Coating of inner walls and ceilings of the manoeuvre chambers with fine sand screed with

smooth finishing, including all required works for its perfect operation.

. Masonry inner walls of the manoeuvre chambers 124,80 m2 . to deduct door . Masonry inner ceilings 82,22 m2 207,02 m2 5. 3. 4. 2

Supply and application of waterproofing mortar in the inner concrete structures (tank cells), rich in cement with water-repellent addition, assuring the water potability, of the "Vandex BB-White" type or equivalent, preceded by the surfaces preparation by means of frosting with sand-blasting

166,25 m2

5. 3. 4. 3 Painting of inner walls and ceilings with epoxy resin in two crossed coats per dry coat,

including all required works for its perfect operation.

. Masonry inner walls 79,16 m2 . to deduct door . Cell inner ceilings 141,76 m2 . Reinforced concrete inner walls 68,64 m2 238,76 m2 . Bottom slab 216,32 m2 744,64 m2 5. 3. 5 PAINTING AND OUTER COATING 5. 3. 5. 1 Coating of outer masonry ceiling and walls with fine sand screed with smooth finishing,

including all required works for its perfect operation.

. Masonry outer walls 124,80 m2 . Masonry outer ceiling 82,22 m2 207,02 m2 5. 3. 5. 2 Outer walls and ceiling painting with white acrylic textured paint including all associated

works.

. Outer walls 52,82 m2 44,77 m2 . Outer ceiling 82,22 m2 127,59 m2 307,40 m2

Page 57: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-53 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 3. 5. 3 Outer buried surfaces painting with bituminous sealant, type "FLINTKOTE" or equivalent, on

two crossed coats, including all associated works.

. Cell walls 205,9 m2 . Manoeuvre chamber walls 80,8 m2 286,69 m2 5. 3. 6 MISCELLANEOUS 5. 3. 6. 1 Supply and assembly of ventilators DN 300 mm, including pipe section embedded in the cover

slab, including finishing and all associated works. 1,00 un.

5. 3. 6. 2

Supply and assembly of grids/gutter pavements in moulded grid, in glass wool reinforced polyester (GWRP), movable, 38×38×41(H) mm mesh for loads up to 1450 kg/m2 (including IPN100 profiles in PRFV, movable), including all associated works.

1 sum

5. 3. 6. 3 Supply and assembly of glass wool reinforced polyester (GWRP) fixed stairs, including setting

and all associated works. 20,00 m

5. 3. 6. 4 Supply and assembly of parapet in PRFV, including setting and all associated tasks. 1 sum 5. 3. 6. 5

Supply and assembly of outside opening door with one leaf in ventilation grid, with 0.80×2.00m, in plate and thermo-lacquered aluminium, with safety lock type "Fichet" or equivalent, including all accessories and required works.

1,00 un.

5. 3. 7 OUTER ARRANGEMENTS 5. 3. 7. 1

Supply and establishment of asphaltic concrete pavement made up of sub-base-layer (0.15 m), base layer (0.20 m), bitumen impregnation rime coat and asphaltic concrete surface wearing layer (0.06 m), in extension to be checked in working phase. [30% the total area per estimate]

439,35 m2

5. 3. 7. 2 Supply and application of fence made up of mesh panels type "BEKAFOR CLASSIC" or

equivalent, in the tank circumference, including feet and all required works. 89,60 m

5. 3. 7. 3 Supply and application of outer gate, type BEKAERT, or equivalent, with welded and

polyester plasticized finishing, including locks and all required accessories. 1,00 un.

5. 3. 7. 4 Foundation Draining 5. 3. 7. 4. 1 Supply and assembly of HDPE or perforated PVC pipe drains, DN 150 mm, wrapped in

geotextile (geodrains), including all associated tasks. 5,00 m

5. 3. 7. 4. 2 Fine gravel with grain size between 5 and 25 mm, in the filling up of the foundation bed. 179,54 m3 5. 3. 7. 4. 3 Supply and application of geotextile filter (200 g/m2). 216,32 m2 5. 3. 7. 4. 4

Complete civil works for circular junction manholes, with inner diameter to be confirmed in the site, made up of concrete sill, cylindrical-conical and concrete prefabricated collars, cover and collar in FFD DN600 of the D400 class and steps in A235L diameter 25 steel rod polypropylene coated, for ground depths at the sill to confirm in site, including earth movement, painting, sealing of all prefabricated elements, sealing sleeves for connection to collectors and all accessory works.

1,00 un.

5. 3. 7. 4. 5

Supply and laying down of HDPE DN 150 piping in trenches, including connection joints and course accessories, opening and closing of trench, as well as charge, transportation and discharge to authorize deposit of the left over products.

5,00 m

5. 3. 8 ELECTRICAL INFRA-STRUCTURES (every article includes the supply, installation, assembly, connection and commissioning) 5. 3. 8. 1 Connection branch. 1 sum 5. 3. 8. 2 Cut-off and measuring rack, including lid and regulatory accessories. 1 sum 5. 3. 8. 3 Meter board. 1,00 un. 5. 3. 8. 4 General Electrical Switchboard. 1,00 un. 5. 3. 8. 5 Electrical Cable Network. 1 sum 5. 3. 8. 6 Trenches and manholes for the cables between the power entry in the General Electrical

Switchboard and the Outer Lightning. 1 sum

5. 3. 8. 7 Protection earth, including connection of every metal masses. 1,00 un.

Page 58: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-54

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 3. 8. 8 Lightning network, including pole, luminaries, electrical cables and accessories. 1 sum 5. 3. 8. 9 Socket network, including electrical cables, devices and accessories. 1 sum 5. 3. 8. 10 Diesel electric generator with 7 kVA power including all required acessory and complementary

works. 1 sum

5. 4 Reservoir RZ4 5. 4. 1 GENERAL EARTH MOVEMENTS 5. 4. 1. 1

Excavation to create a work platform, including ground cleaning, stripping, racking of the excavated products, planking tasks (either normal or special) or provisional containment (the contractor shall ponder the real constraints in the working phase and shall select the adequate means and other resources), draining and/or water table lowering, along with all complementary tasks in any kind of ground.

321,20 m3

5. 4. 1. 2

Fill embankment with materials proceeding from excavation (free of rocks, compact clods or roots) and/or borrow area, in 0.20 m layers compacted with manual or pneumatic hammer, including all the associated tasks. [per estimate]

442,00 m3

5. 4. 2 FOUNDATIONS AND STRUCTURES 5. 4. 2. 1

Supply and spreading of smoothing and cleaning concrete, with 0.10 m thickness, under every foundation element of the tank cells and manoeuvre chambers, including surface preparation and all accessory and complementary woks.

39,69 m3

5. 4. 2. 2

Supply and application of reinforced concrete C30/37 strength class and XC4 exposition class in structural elements, including A500NR steel reinforcement duly cut out and assembled, formwork and corresponding removal with application of stripping products, water-repellent, costs and quality control, setting on and treatment of concrete joints, setting operations, laying down of negatives for openings, removal of fasteners, closure and repairing of the corresponding zones, shoring and all accessory works required to its perfect finishing. [per estimate]

. applied in bottom slab 198,5 m3 . applied in walls 169,0 m3 . applied in covering slab 119,1 m3 . . applied in support massifs 0,5 m3 487,1 m3 5. 4. 2. 3 Supply and application of C12/15 strength class concrete in fillings to form slopes, including

all the required works.

. Applied in bottom slab 37,41 m3 5. 4. 2. 4

Carrying out of simple masonry walls, with 0.25m, in standard air brick, 0,30×0,22×0,20cm, laid down with cement and sand mortar, including supply, laying down, mortar joints and all associated works.

21,00 m

5. 4. 3 ELECTROMECHANICAL EQUIPMENT, PIPING, ACCESSORIES AND

MANOEUVRE ORGANS

5. 4. 3. 1

Supply and assembly of ductile cast iron inner piping (FFd) inner piping, for the pressure classes pointed out in Drawing 4.2, including all accessories (tee-pieces, disassembly joints, elbows, reduction cones, cross-walls, stub-end connectors, suckers and cut-out valves, flanged strainers, etc.) specified in the Drawing, electromagnetic water meter with coupled converter/transmitter, mounting and setting accessories, as well as all required works for its perfect operation.

1 sum

5. 4. 3. 2

Supply and installation of 2 electropump groups in dry vertical axle, each one able to rise up to 4 L/s at a manometric head of 40 m.c.a., type "CO-2Helix V 1604/K/CC-200" from WILO or equivalent, according to Drawing 4.2, including all accessories and required tasks for its perfect operation.

1 sum

5. 4. 3. 3

Supply and assembly of set of 3 floats for tank level control, including suspension bars, cable guide rings, AISI 316 inox steel setting accessories and all required tasks to its perfect operation.

2 sum

5. 4. 3. 4

Residual chlorine continuous analyser, with a 200-250 ml/min flow, with gold cathode and silver anode with flow controller and pressostat, supplied at 240 V a.c., 50 Hz and for the 0-5 e 0-20 ppm measuring range. The analyser shall be wall mounted.

1 sum

5. 4. 3. 5

Protection membrane tank for water-hammer, in steel plate, with 1000 L volume and PN10 crest, including manometer, valves and safety accessories, ruptured membrane detection system, inner and outer anti-rust protection, flanged connections, setting supports and ex-works pressurization.

1 sum

Page 59: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-55 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 4. 4 PAINTING AND INNER COATING 5. 4. 4. 1 Coating of inner walls and ceilings of the manoeuvre chambers with fine sand screed with

smooth finishing, including all required works for its perfect operation.

. Masonry inner walls of the manoeuvre chambers 167,60 m2 . Masonry inner ceilings 144,64 m2 312,24 m2 5. 4. 4. 2

Supply and application of waterproofing mortar in the inner concrete structures (tank cells), rich in cement with water-repellent addition, assuring the water potability, of the "Vandex BB-White" type or equivalent, preceded by the surfaces preparation by means of frosting with sand-blasting

297,36 m2

5. 4. 4. 3 Painting of inner walls and ceilings with epoxy resin in two crossed coats per dry coat,

including all required works for its perfect operation.

. Masonry inner walls 123,50 m2 . Cell inner ceilings 249,38 m2 . Reinforced concrete inner walls 120,73 m2 435,42 m2 . Bottom slab 357,21 m2 1 286,25 m2 5. 4. 5 PAINTING AND OUTER COATING 5. 4. 5. 1 Coating of outer masonry ceiling and walls with fine sand screed with smooth finishing,

including all required works for its perfect operation.

. Masonry outer walls 167,60 m2 . Masonry outer ceiling 144,64 m2 312,24 m2 5. 4. 5. 2 Outer walls and ceiling painting with white acrylic textured paint including all associated

works.

. Outer walls 155,00 m2 411,67 m2 . Outer ceiling 144,64 m2 224,44 m2 935,76 m2 5. 4. 5. 3 Outer buried surfaces painting with bituminous sealant, type "FLINTKOTE" or equivalent, on

two crossed coats, including all associated works.

23,10 m2 5. 4. 6 MISCELLANEOUS 5. 4. 6. 1 Supply and assembly of ventilators DN 300 mm, including pipe section embedded in the cover

slab, including finishing and all associated works. 1,00 un.

5. 4. 6. 2

Supply and assembly of grids/gutter pavements in moulded grid, in glass wool reinforced polyester (GWRP), movable, 38×38×41(H) mm mesh for loads up to 1450 kg/m2 (including IPN100 profiles in PRFV, movable), including all associated works.

1 sum

5. 4. 6. 3 Supply and assembly of glass wool reinforced polyester (GWRP) fixed stairs, including setting

and all associated works. 6,00 m

5. 4. 6. 4 Supply and application of sliding thermo-lacquered aluminium window, with reinforced glass,

including frames and all accessories and required works to its perfect operation. 2,00 un.

5. 4. 6. 5

Supply and assembly of outside opening door with two leaves in ventilation grid, with 1.60×2.20m, in plate and thermo-lacquered aluminium, with safety lock type "Fichet" or equivalent, including all accessories and required works.

1,00 un.

5. 4. 7 OUTER ARRANGEMENTS 5. 4. 7. 1

Supply and establishment of asphaltic concrete pavement made up of sub-base-layer (0.15 m), base layer (0.20 m), bitumen impregnation rime coat and asphaltic concrete surface wearing layer (0.06 m), in extension to be checked in working phase. [30% the total area per estimate]

642,40 m2

5. 4. 7. 2 Supply and application of fence made up of mesh panels type "BEKAFOR CLASSIC" or

equivalent, in the tank circumference, including feet and all required works. 108,20 m

5. 4. 7. 3 Supply and application of outer gate, type BEKAERT, or equivalent, with welded and

polyester plasticized finishing, including locks and all required accessories. 1,00 un.

Page 60: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-56

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 4. 7. 4 Foundation Draining 5. 4. 7. 4. 1 Supply and assembly of HDPE or perforated PVC pipe drains, DN 150 mm, wrapped in

geotextile (geodrains), including all associated tasks. 10,00 m

5. 4. 7. 4. 2 Fine gravel with grain size between 5 and 25 mm, in the filling up of the foundation bed. 296,48 m3 5. 4. 7. 4. 3 Supply and application of geotextile filter (200 g/m2). 357,21 m2 5. 4. 7. 4. 4

Complete civil works for circular junction manholes, with inner diameter to be confirmed in the site, made up of concrete sill, cylindrical-conical and concrete prefabricated collars, cover and collar in FFD DN600 of the D400 class and steps in A235L diameter 25 steel rod polypropylene coated, for ground depths at the sill to confirm in site, including earth movement, painting, sealing of all prefabricated elements, sealing sleeves for connection to collectors and all accessory works.

1,00 un.

5. 4. 7. 4. 5

Supply and laying down of HDPE DN 150 piping in trenches, including connection joints and course accessories, opening and closing of trench, as well as charge, transportation and discharge to authorize deposit of the left over products.

5,00 m

5. 4. 8 ELECTRICAL INFRA-STRUCTURES (every article includes the supply, installation, assembly, connection and commissioning) 5. 4. 8. 1 Connection branch. 1 sum 5. 4. 8. 2 Cut-off and measuring rack, including lid and regulatory accessories. 1 sum 5. 4. 8. 3 Meter board. 1,00 un. 5. 4. 8. 4 General Electrical Switchboard. 1,00 un. 5. 4. 8. 5 Electrical Cable Network. 1 sum 5. 4. 8. 6 Trenches and manholes for the cables between the power entry in the General Electrical

Switchboard and the Outer Lightning. 1 sum

5. 4. 8. 7 Protection earth, including connection of every metal masses. 1,00 un. 5. 4. 8. 8 Lightning network, including pole, luminaries, electrical cables and accessories. 1 sum 5. 4. 8. 9 Socket network, including electrical cables, devices and accessories. 1 sum 5. 4. 8. 10 Diesel electric generator with 4 kVA power including all required acessory and complementary

works. 1 sum

5. 5 Reservoir RZ5 5. 5. 1 GENERAL EARTH MOVEMENTS 5. 5. 1. 1

Excavation to create a work platform, including ground cleaning, stripping, racking of the excavated products, planking tasks (either normal or special) or provisional containment (the contractor shall ponder the real constraints in the working phase and shall select the adequate means and other resources), draining and/or water table lowering, along with all complementary tasks in any kind of ground.

219,68 m3

5. 5. 1. 2

Excavation to establish foundations and to install half-buried infra-structures, in any kind of ground, including racking, removal and transport operations to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures, including all complementary works.

1 408,37 m3

5. 5. 1. 3

Fill embankment with materials proceeding from excavation (free of rocks, compact clods or roots) and/or borrow area, in 0.20 m layers compacted or manual or pneumatic hammer, between tank structures and the excavation boundaries, including all the associated tasks. [per estimate]

.for the installation tank (cells and manoeuvre chambers) 302,76 m3 .to deduct structure 302,76 m3 5. 5. 2 FOUNDATIONS AND STRUCTURES 5. 5. 2. 1

Supply and spreading of smoothing and cleaning concrete, with 0.10 m thickness, under every foundation element of the tank cells and manoeuvre chambers, including surface preparation and all accessory and complementary woks.

24,04 m3

Page 61: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-57 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 5. 2. 2

Supply and application of reinforced concrete C30/37 strength class and XC4 exposition class in structural elements, including A500NR steel reinforcement duly cut out and assembled, formwork and corresponding removal with application of stripping products, water-repellent, costs and quality control, setting on and treatment of concrete joints, setting operations, laying down of negatives for openings, removal of fasteners, closure and repairing of the corresponding zones, shoring and all accessory works required to its perfect finishing. [per estimate]

. applied in bottom slab 120,2 m3 . applied in walls 104,4 m3 . applied in covering slab 72,1 m3 . . applied in support massifs 0,5 m3 297,10 m3 5. 5. 2. 3 Supply and application of C12/15 strength class concrete in fillings to form slopes, including

all the required works.

. Applied in bottom slab 21,26 m3 5. 5. 2. 4

Carrying out of simple masonry walls, with 0.25m, in standard air brick, 0,30×0,22×0,20cm, laid down with cement and sand mortar, including supply, laying down, mortar joints and all associated works.

17,56 m

5. 5. 3 ELECTROMECHANICAL EQUIPMENT, PIPING, ACCESSORIES AND

MANOEUVRE ORGANS

5. 5. 3. 1

Supply and assembly of ductile cast iron inner piping (FFd) inner piping, for the pressure classes pointed out in Drawing 4.2, including all accessories (tee-pieces, disassembly joints, elbows, reduction cones, cross-walls, stub-end connectors, suckers and cut-out valves, flanged strainers, etc.) specified in the Drawing, electromagnetic water meter with coupled converter/transmitter, mounting and setting accessories, as well as all required works for its perfect operation.

1 sum

5. 5. 3. 2

Supply and installation of 2 electropump groups in dry vertical axle, each one able to rise up to 10 L/s at a manometric head of 24 m.c.a., type "CO-2Helix V 3602/2/K/CC-300" from WILO or equivalent, according to Drawing 4.2, including all accessories and required tasks for its perfect operation.

1 sum

5. 5. 3. 3

Supply and assembly of set of 3 floats for tank level control, including suspension bars, cable guide rings, AISI 316 inox steel setting accessories and all required tasks to its perfect operation.

2 sum

5. 5. 3. 4

Residual chlorine continuous analyser, with a 200-250 ml/min flow, with gold cathode and silver anode with flow controller and pressostat, supplied at 240 V a.c., 50 Hz and for the 0-5 e 0-20 ppm measuring range. The analyser shall be wall mounted.

1 sum

5. 5. 3. 5

Protection membrane tank for water-hammer, in steel plate, with 500 L volume and PN10 crest, including manometer, valves and safety accessories, ruptured membrane detection system, inner and outer anti-rust protection, flanged connections, setting supports and ex-works pressurization.

1 sum

5. 5. 4 PAINTING AND INNER COATING 5. 5. 4. 1 Coating of inner walls and ceilings of the manoeuvre chambers with fine sand screed with

smooth finishing, including all required works for its perfect operation.

. Masonry inner walls of the manoeuvre chambers 143,23 m2 . to deduct door . Masonry inner ceilings 82,22 m2 225,46 m2 5. 5. 4. 2

Supply and application of waterproofing mortar in the inner concrete structures (tank cells), rich in cement with water-repellent addition, assuring the water potability, of the "Vandex BB-White" type or equivalent, preceded by the surfaces preparation by means of frosting with sand-blasting

186,20 m2

5. 5. 4. 3 Painting of inner walls and ceilings with epoxy resin in two crossed coats per dry coat,

including all required works for its perfect operation.

. Masonry inner walls 97,59 m2 . Cell inner ceilings 141,76 m2 . Reinforced concrete inner walls 84,31 m2 301,44 m2 . Bottom slab 216,32 m2 841,42 m2 5. 5. 5 PAINTING AND OUTER COATING 5. 5. 5. 1 Coating of outer masonry ceiling and walls with fine sand screed with smooth finishing,

including all required works for its perfect operation.

. Masonry outer walls 143,23 m2

Page 62: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-58

Article Description Quantities Units Rate (USD)

Cost (USD)

. Masonry outer ceiling 82,22 m2 225,46 m2 5. 5. 5. 2 Outer walls and ceiling painting with white acrylic textured paint including all associated

works.

. Outer walls 71,26 m2 107,44 m2 . Outer ceiling 82,22 m2 127,59 m2 388,51 m2 5. 5. 5. 3 Outer buried surfaces painting with bituminous sealant, type "FLINTKOTE" or equivalent, on

two crossed coats, including all associated works.

. Cell walls 179,1 m2 . Manoeuvre chamber walls 80,8 m2 259,9 m2 5. 5. 6 MISCELLANEOUS 5. 5. 6. 1 Supply and assembly of ventilators DN 300 mm, including pipe section embedded in the cover

slab, including finishing and all associated works. 1,00 un.

5. 5. 6. 2

Supply and assembly of grids/gutter pavements in moulded grid, in glass wool reinforced polyester (GWRP), movable, 38×38×41(H) mm mesh for loads up to 1450 kg/m2 (including IPN100 profiles in PRFV, movable), including all associated works.

1 sum

5. 5. 6. 3 Supply and assembly of glass wool reinforced polyester (GWRP) fixed stairs, including setting

and all associated works. 20,00 m

5. 5. 6. 4 Supply and assembly of parapet in PRFV, including setting and all associated tasks. 1 sum 5. 5. 6. 5

Supply and assembly of outside opening door with one leaf in ventilation grid, with 0.80×2.00m, in plate and thermo-lacquered aluminium, with safety lock type "Fichet" or equivalent, including all accessories and required works.

1,00 un.

5. 5. 7 OUTER ARRANGEMENTS 5. 5. 7. 1

Supply and establishment of asphaltic concrete pavement made up of sub-base-layer (0.15 m), base layer (0.20 m), bitumen impregnation rime coat and asphaltic concrete surface wearing layer (0.06 m), in extension to be checked in working phase. [30% the total area per estimate]

439,35 m2

5. 5. 7. 2 Supply and application of fence made up of mesh panels type "BEKAFOR CLASSIC" or

equivalent, in the tank circumference, including feet and all required works. 89,60 m

5. 5. 7. 3 Supply and application of outer gate, type BEKAERT, or equivalent, with welded and

polyester plasticized finishing, including locks and all required accessories. 1,00 un.

5. 5. 7. 4 Foundation Draining 5. 5. 7. 4. 1 Supply and assembly of HDPE or perforated PVC pipe drains, DN 80 mm, wrapped in

geotextile (geodrains), including all associated tasks. 5,00 m

5. 5. 7. 4. 2 Fine gravel with grain size between 5 and 25 mm, in the filling up of the foundation bed. 179,54 m3 5. 5. 7. 4. 3 Supply and application of geotextile filter (200 g/m2). 216,32 m2 5. 5. 7. 4. 4

Complete civil works for circular junction manholes, with inner diameter to be confirmed in the site, made up of concrete sill, cylindrical-conical and concrete prefabricated collars, cover and collar in FFD DN600 of the D400 class and steps in A235L diameter 25 steel rod polypropylene coated, for ground depths at the sill to confirm in site, including earth movement, painting, sealing of all prefabricated elements, sealing sleeves for connection to collectors and all accessory works.

1,00 un.

5. 5. 7. 4. 5

Supply and laying down of HDPE DN 80 piping in trenches, including connection joints and course accessories, opening and closing of trench, as well as charge, transportation and discharge to authorize deposit of the left over products.

5,00 m

5. 5. 8 ELECTRICAL INFRA-STRUCTURES (every article includes the supply, installation, assembly, connection and commissioning) 5. 5. 8. 1 Connection branch. 1 sum 5. 5. 8. 2 Cut-off and measuring rack, including lid and regulatory accessories. 1 sum

Page 63: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-59 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

5. 5. 8. 3 Meter board. 1,00 un. 5. 5. 8. 4 General Electrical Switchboard. 1,00 un. 5. 5. 8. 5 Electrical Cable Network. 1 sum 5. 5. 8. 6 Trenches and manholes for the cables between the power entry in the General Electrical

Switchboard and the Outer Lightning. 1 sum

5. 5. 8. 7 Protection earth, including connection of every metal masses. 1,00 un. 5. 5. 8. 8 Lightning network, including pole, luminaries, electrical cables and accessories. 1 sum 5. 5. 8. 9 Socket network, including electrical cables, devices and accessories. 1 sum 5. 5. 8. 10 Diesel electric generator with 5 kVA power including all required accessory and

complementary works. 1 sum

Page 64: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-60

LOT 2

Article Description Quantities Units Rate (USD)

Cost (USD)

1. PREPARATION AND ACCESSORY WORKS 1. 1 Assembly and disassembly of the work site with adequate facilities for use by the control

team and every means deemed necessary to the support and follow-up of the works, including the setting up of boards containing the description of the contracting job along with the implementation and compliance with the Health and Safety Plan, Environment Management Plan and Waste Management Plan as approved by the contracting entity. 1 sum

1. 2 Accomplishment of all preparatory works not expressly quoted in the bill of quantities,

including removal of non-specified hindrances (walls, gutters, etc.) and its reposition, eventual ground clearing, tree-felling and/or brushes, as well as the identification, reposition and/or siding of affected infra-structures, etc. 1 sum

1. 3 Staking, including cuttings to locate air valve precasts, bottom discharge chambers, rigging

massifs, crossings under waterlines, passing over aqueducts, and horizontal directional drills. 48 040,62 m

1. 4 Supply of as-built drawings in print form and digital format, containing the updating of all

modifications issued from the work execution along with the representation of all infra-structures georeferenced in the UTM co-ordinate system, Zone 33S, Datum de Camacupa, Ellipsoid Clarke 1880, according to Specifications 1 sum

2. DISTRIBUTION NETWORKS 2. 1 System in the Distribution Zone 1 (ZD1) 2. 1. 1 PAVEMENTS 2. 1. 1. 1

Tearing off and reposition in the same pre-existing filling up conditions of the asphaltic pavement smoothing and wearing layers with 6 and 4 cm thickness, respectively, in a strip with equal width to the trench to install water distribution piping added by 0.20 m in each side, including charge, transportation to appropriate deposit of the left-over products and eventual indemnity per deposit; including all complementary works.

.for the installation of DN 50 mm piping 251,8 m2 .for the installation of DN 63 mm piping 422,3 m2 .for the installation of DN 90 mm piping 1 069,8 m2 .for the installation of DN 110 mm piping 541,4 m2 .for the installation of DN 125 mm piping 88,6 m2 .for the installation of DN 140 mm piping 139,4 m2 .for the installation of DN 160 mm piping 607,4 m2 .for the installation of DN 200 mm piping 142,2 m2 .for the installation of DN 225 mm piping 482,6 m2 3 745,40 m2 2. 1. 1. 2

Tearing off and reposition in the same pre-existing filling up and compaction conditions of the base and sub-base layers, in pavement covered zones, in a strip with equal width to the trench to install piping, including charge, transportation to appropriate deposit of the left-over products and eventual indemnity per deposit; including all complementary works.

.for the installation of DN 50 mm piping 4 749,8 m2 .for the installation of DN 63 mm piping 4 384,6 m2 .for the installation of DN 90 mm piping 4 094,6 m2 .for the installation of DN 110 mm piping 3 716,1 m2 .for the installation of DN 125 mm piping 3 277,5 m2 .for the installation of DN 140 mm piping 2 813,4 m2 .for the installation of DN 160 mm piping 2 341,7 m2 .for the installation of DN 200 mm piping 1 890,0 m2 .for the installation of DN 225 mm piping 1 342,7 m2 28 610,48 m2 2. 1. 1. 3

Tearing off and reposition of surface layer in compacted soil or crusher run in trench opening in non-pavement covered zones, including reposition of the material in the pre-existing filling up and compaction conditions, as well as charge, transportation to deposit of the left-over products and eventual indemnity per deposit.

.for the installation of DN 50 mm piping 19,4 m2 .for the installation of DN 63 mm piping 499,9 m2 .for the installation of DN 75 mm piping 884,4 m2 .for the installation of DN 90 mm piping 1 241,4 m2 .for the installation of DN 110 mm piping 1 167,2 m2 .for the installation of DN 125 mm piping 1 281,7 m2 .for the installation of DN 140 mm piping 1 109,1 m2 .for the installation of DN 160 mm piping 1 057,7 m2 .for the installation of DN 180 mm piping 734,8 m2 .for the installation of DN 200 mm piping 420,0 m2

Page 65: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-61 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

.for the installation of DN 225 mm piping 366,4 m2 .for the installation of DN 250 mm piping 547,7 m2 .for the installation of DN 280 mm piping 434,7 m2 .for the installation of DN 315 mm piping 183,7 m2 .for the installation of DN 355 mm piping 470,4 m2 .for the installation of DN 400 mm piping 876,6 m2 .for the installation of DN 450 mm piping 159,6 m2 .for the installation of DN 560 mm piping 630,0 m2 12 084,72 m2 2. 1. 2 GENERAL EARTH MOVEMENTS 2. 1. 2. 1

Excavation to open trenches and/or foundations to install piping, in any kind of ground, including eventual ground-clearing operations, tree-felling and/or brush cutting, racking, removal and transport to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures.

.for the installation of DN 50 mm piping 330,4 m3 .for the installation of DN 63 mm piping 1 493,6 m3 .for the installation of DN 75 mm piping 1 768,6 m3 .for the installation of DN 90 mm piping 3 757,8 m3 .for the installation of DN 110 mm piping 2 987,6 m3 .for the installation of DN 125 mm piping 2 671,4 m3 .for the installation of DN 140 mm piping 2 389,5 m3 .for the installation of DN 160 mm piping 2 871,5 m3 .for the installation of DN 180 mm piping 1 469,7 m3 .for the installation of DN 200 mm piping 1 019,8 m3 .for the installation of DN 225 mm piping 1 354,4 m3 .for the installation of DN 250 mm piping 1 095,5 m3 .for the installation of DN 280 mm piping 869,5 m3 .for the installation of DN 315 mm piping 367,4 m3 .for the installation of DN 355 mm piping 940,8 m3 .for the installation of DN 400 mm piping 1 753,1 m3 .for the installation of DN 450 mm piping 318,7 m3 .for the installation of DN 560 mm piping 1 256,0 m3 28 715,19 m3 2. 1. 2. 2

Manual fill, including borrow area and transportation from the borrow place to the works, in pressed coarse sand, gravel or non-clayey material, to make up a laying down layer to the piping, pressed by mechanical or manual processes in order to attain a compaction degree over 95% the normal Proctor test.

.for the installation of DN 50 mm piping 82,00 m3 .for the installation of DN 63 mm piping 379,00 m3 .for the installation of DN 75 mm piping 457,00 m3 .for the installation of DN 90 mm piping 994,00 m3 .for the installation of DN 110 mm piping 813,00 m3 .for the installation of DN 125 mm piping 742,00 m3 .for the installation of DN 140 mm piping 676,00 m3 .for the installation of DN 160 mm piping 832,00 m3 .for the installation of DN 180 mm piping 435,00 m3 .for the installation of DN 200 mm piping 309,00 m3 .for the installation of DN 225 mm piping 420,00 m3 .for the installation of DN 250 mm piping 348,00 m3 .for the installation of DN 280 mm piping 283,00 m3 .for the installation of DN 315 mm piping 123,00 m3 .for the installation of DN 355 mm piping 324,00 m3 .for the installation of DN 400 mm piping 623,00 m3 .for the installation of DN 450 mm piping 117,00 m3 .for the installation of DN 560 mm piping 512,00 m3 8 469,00 m3 2. 1. 2. 3

Filling in the remaining height of the trench, with soil from the same trench, screened or obtained from borrow area in 0.20 m thickness layers, well compacted between them and against the trench walls by means of mechanical or manual processes, till a compaction degree equal or over 95% the normal Proctor test. Compaction shall be carried out using an equipment that applies a force no greater than a 15 kg hammer.

.for the installation of DN 50 mm piping 297,4 m3 .for the installation of DN 63 mm piping 1 341,3 m3 .for the installation of DN 75 mm piping 1 587,9 m3 .for the installation of DN 90 mm piping 3 370,9 m4 .for the installation of DN 110 mm piping 2 644,8 m3 .for the installation of DN 125 mm piping 2 375,4 m3

Page 66: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-62

Article Description Quantities Units Rate (USD)

Cost (USD)

.for the installation of DN 140 mm piping 2 145,2 m3 .for the installation of DN 160 mm piping 2 585,3 m4 .for the installation of DN 180 mm piping 1 332,4 m3 .for the installation of DN 200 mm piping 934,2 m3 .for the installation of DN 225 mm piping 1 559,4 m3 .for the installation of DN 250 mm piping 0,0 m4 .for the installation of DN 280 mm piping 0,0 m3 .for the installation of DN 315 mm piping 0,0 m3 .for the installation of DN 355 mm piping 361,6 m3 .for the installation of DN 400 mm piping 56,0 m4 .for the installation of DN 450 mm piping 103,9 m3 .for the installation of DN 560 mm piping 31,1 m3 20 726,81 m3 2. 1. 3 PIPING AND ACCESSORIES 2. 1. 3. 1

Supply of high density polyethylene (HDPE), PN10 MRS100, or equivalent, of adequate characteristics to the type of installation to be done, including joints, connections and associated works.

.DN 50 mm piping 300,39 m .DN 63 mm piping 1 326,47 m .DN 75 mm piping 1 537,89 m .DN 90 mm piping 3 184,60 m .DN 110 mm piping 2 448,88 m .DN 125 mm piping 2 137,15 m .DN 140 mm piping 1 866,79 m .DN 160 mm piping 2 175,37 m .DN 180 mm piping 1 080,63 m .DN 200 mm piping 728,41 m .DN 225 mm piping 934,08 m .DN 250 mm piping 730,30 m .DN 280 mm piping 557,34 m .DN 315 mm piping 225,42 m .DN 355 mm piping 550,17 m .DN 400 mm piping 973,93 m .DN 450 mm piping 167,73 m .DN 560 mm piping 498,40 m 21 423,95 m 2. 1. 3. 2 Supply and placing along the trench of PVC warner strip for signalling of buried water pipes. 21 424 m 2. 1. 4 DOMESTIC LINES 2. 1. 4. 1

Establishment of DN 50 connection domestic lines, according to Drawing 6.2, including tearing off and reposition of asphaltic concrete pavements, paving, kerbs, concrete gutters, surface layer in compacted soil or crusher run, earth movement, supply and installation of HDPE PN10, DN 50 piping, with 10m average extension, including all accessories (ring fastener in FFd, branch valve in polyecetal DN50 and gate valve, water meter type "Woltman" DN50, cones, elbows and junctions in FFd, etc.) along with the required works.

.in connections to dwellings with home network 7 640 sum .in connections to dwellings with backyard tap 2 320 sum .in connections to Water Centres 4 sum .in connections to Public Fountains 127 sum 10 091 sum 2. 1. 5 WATER METER CHAMBERS 2. 1. 5. 1

Establishment of water meter chambers with ventilation, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, including supply and assembly of electromagnetic water meter with converter/transmitter, joints and mounting accessories according to Drawing 6.9, DN150 steel pipe for ventilation, circular cover in FFd D400 class and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete rectangular cover for equipment output and all the remaining accessories and works for its perfect operation.

.Main piping DN280 1 sum .Main piping DN355 1 sum .Main piping DN400 1 sum 3 sum

Page 67: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-63 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 1. 6 GATE VALVE CHAMBERS WITH FREE BOTTOM DISCHARGE 2. 1. 6. 1

Establishment of gate valve chambers with bottom discharge, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, joints and accessories according to Drawing 6.6, cover and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete covers where applicable. For:

.Main piping DN125 1 sum .Main piping DN140 2 sum .Main piping DN160 1 sum .Main piping DN180 1 sum .Main piping DN200 2 sum .Main piping DN225 1 sum .Main piping DN250 3 sum 11 sum 2. 1. 7 MISCELLANEOUS 2. 1. 7. 1

Establishment of Water Centres, included in the quantities article Nr. 5 and according to Drawings 6.3 and 6.4, respectively, including all accessories, equipment and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

. Type 1 A Water Centres 1 sum . Type 1 B Water Centres 1 sum . Type 2 A Water Centres 1 sum . Type 2 B Water Centres 1 sum 4 sum 2. 1. 7. 2

Execution of public fountains with 3 and 4 taps and masonry wall, including all equipments and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

127 sum

2. 1. 7. 3 Execution of compaction tests in places to be defined by the Control Team, including

previous soil characterization. (Test every 120 m). 1 sum

2. 1. 7. 4

Establishment of piping protection in situations of covering lower than 1m or above 5.00 m, with C20/25 reinforced concrete slabs, with a 1.00 m extension, placed at around 0.20 m over piping back-face, including all associated works.

500 m

2. 1. 7. 5

Establishment of pipe crossing under waterlines according to Drawing 6.10, including waterline bed covering with Reno mattress, filling up with D50=0.20 m crushed material, with 0.30 m thickness, paid down over geotextile rug of 200 g/m2, piping wrapping in slightly reinforced concrete class C15/20 with CQ30 welded mesh, 5 mm thickness smoothing concrete layer and all associated works.

1 sum

2. 2 System in the Distribution Zone 2 (ZD2) 2. 2. 1 PAVEMENTS 2. 2. 1. 1

Tearing off and reposition in the same pre-existing filling up conditions of the asphaltic pavement smoothing and wearing layers with 6 and 4 cm thickness, respectively, in a strip with equal width to the trench to install water distribution piping added by 0.20 m in each side, including charge, transportation to appropriate deposit of the left-over products and eventual indemnity per deposit; including all complementary works.

.for the installation of DN 50 mm piping 91,2 m2 .for the installation of DN 75 mm piping 429,9 m2 .for the installation of DN 90 mm piping 635,4 m2 .for the installation of DN 110 mm piping 404,3 m2 .for the installation of DN 140 mm piping 1 769,4 m2 .for the installation of DN 160 mm piping 318,3 m2 3 648,49 m2 2. 2. 1. 2

Tearing off and reposition in the same pre-existing filling up and compaction conditions of the base and sub-base layers, in pavement covered zones, in a strip with equal width to the trench to install piping, including charge, transportation to appropriate deposit of the left-over products and eventual indemnity per deposit; including all complementary works.

.for the installation of DN 50 mm piping 52,8 m2 .for the installation of DN 63 mm piping 253,5 m2 .for the installation of DN 90 mm piping 378,7 m2 .for the installation of DN 110 mm piping 244,2 m2 .for the installation of DN 140 mm piping 1 088,9 m2 .for the installation of DN 160 mm piping 198,2 m2 2 216,23 m2

Page 68: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-64

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 2. 1. 3

Tearing off and reposition of surface layer in compacted soil or crusher run in trench opening in non-pavement covered zones, including reposition of the material in the pre-existing filling up and compaction conditions, as well as charge, transportation to deposit of the left-over products and eventual indemnity per deposit.

.for the installation of DN 50 mm piping 119,1 m2 .for the installation of DN 63 mm piping 335,6 m2 .for the installation of DN 75 mm piping 1 816,8 m2 .for the installation of DN 90 mm piping 985,9 m2 .for the installation of DN 110 mm piping 538,7 m2 .for the installation of DN 125 mm piping 294,0 m2 .for the installation of DN 140 mm piping 505,8 m2 .for the installation of DN 160 mm piping 433,3 m2 .for the installation of DN 180 mm piping 398,5 m2 .for the installation of DN 200 mm piping 321,5 m2 .for the installation of DN 250 mm piping 423,4 m2 .for the installation of DN 280 mm piping 1 064,5 m2 .for the installation of DN 315 mm piping 381,0 m2 .for the installation of DN 400 mm piping 127,0 m2 7 745,30 m2 2. 2. 2 GENERAL EARTH MOVEMENTS 2. 2. 2. 1

Excavation to open trenches and/or foundations to install piping, in any kind of ground, including eventual ground-clearing operations, tree-felling and/or brush cutting, racking, removal and transport to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures.

.for the installation of DN 50 mm piping 343,9 m3 .for the installation of DN 63 mm piping 671,3 m3 .for the installation of DN 75 mm piping 4 140,7 m3 .for the installation of DN 90 mm piping 2 729,3 m3 .for the installation of DN 110 mm piping 1 565,8 m3 .for the installation of DN 125 mm piping 587,9 m3 .for the installation of DN 140 mm piping 3 189,3 m3 .for the installation of DN 160 mm piping 1 263,0 m3 .for the installation of DN 180 mm piping 797,1 m3 .for the installation of DN 200 mm piping 642,9 m3 .for the installation of DN 250 mm piping 846,9 m3 .for the installation of DN 280 mm piping 2 129,0 m3 .for the installation of DN 315 mm piping 762,0 m3 .for the installation of DN 400 mm piping 254,0 m3 19 923,06 m3 2. 2. 2. 2

Manual fill, including borrow area and transportation from the borrow place to the works, in pressed coarse sand, gravel or non-clayey material, to make up a laying down layer to the piping, pressed by mechanical or manual processes in order to attain a compaction degree over 95% the normal Proctor test.

.for the installation of DN 50 mm piping 85,0 m3 .for the installation of DN 63 mm piping 170,0 m3 .for the installation of DN 75 mm piping 1 071,0 m3 .for the installation of DN 90 mm piping 722,0 m3 .for the installation of DN 110 mm piping 426,0 m3 .for the installation of DN 125 mm piping 163,0 m3 .for the installation of DN 140 mm piping 902,0 m3 .for the installation of DN 160 mm piping 366,0 m3 .for the installation of DN 180 mm piping 236,0 m3 .for the installation of DN 200 mm piping 195,0 m3 .for the installation of DN 250 mm piping 269,0 m3 .for the installation of DN 280 mm piping 693,0 m3 .for the installation of DN 315 mm piping 255,0 m3 .for the installation of DN 400 mm piping 90,0 m3 5 643,00 m3 2. 2. 2. 3

Filling in the remaining height of the trench, with soil from the same trench, screened or obtained from borrow area in 0.20 m thickness layers, well compacted between them and against the trench walls by means of mechanical or manual processes, till a compaction degree equal or over 95% the normal Proctor test. Compaction shall be carried out using an equipment that applies a force no greater than a 15 kg hammer.

.for the installation of DN 50 mm piping 257,9 m3 .for the installation of DN 63 mm piping 499,1 m3 .for the installation of DN 75 mm piping 3 053,8 m3 .for the installation of DN 90 mm piping 1 992,4 m4

Page 69: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-65 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

.for the installation of DN 110 mm piping 1 127,4 m3 .for the installation of DN 125 mm piping 418,9 m3 .for the installation of DN 140 mm piping 2 248,4 m3 .for the installation of DN 160 mm piping 877,8 m4 .for the installation of DN 180 mm piping 546,0 m3 .for the installation of DN 200 mm piping 434,0 m3 .for the installation of DN 250 mm piping 550,5 m3 .for the installation of DN 280 mm piping 1 351,9 m4 .for the installation of DN 315 mm piping 470,5 m3 .for the installation of DN 400 mm piping 146,1 m3 13 974,61 m3 2. 2. 3 PIPING AND ACCESSORIES 2. 2. 3. 1

Supply of high density polyethylene (HDPE), PN10 MRS100, or equivalent, of adequate characteristics to the type of installation to be done, including joints, connections and associated works.

.DN 50 mm piping 312,63 m .DN 63 mm piping 596,16 m .DN 75 mm piping 3 600,60 m .DN 90 mm piping 2 312,93 m .DN 110 mm piping 1 283,44 m .DN 125 mm piping 470,34 m .DN 140 mm piping 2 491,63 m .DN 160 mm piping 956,83 m .DN 180 mm piping 586,10 m .DN 200 mm piping 459,22 m .DN 250 mm piping 564,59 m .DN 280 mm piping 1 364,77 m .DN 315 mm piping 467,47 m .DN 400 mm piping 141,12 m 15 607,83 m 2. 2. 3. 2 Supply and placing along the trench of PVC warner strip for signalling of buried water pipes. 15 608 m 2. 2. 4 DOMESTIC LINES 2. 2. 4. 1

Establishment of DN 50 connection domestic lines, according to Drawing 6.2, including tearing off and reposition of asphaltic concrete pavements, paving, kerbs, concrete gutters, surface layer in compacted soil or crusher run, earth movement, supply and installation of HDPE PN10, DN 50 piping, with 10m average extension, including all accessories (ring fastener in FFd, branch valve in polyecetal DN50 and gate valve, water meter type "Woltman" DN50, cones, elbows and junctions in FFd, etc.) along with the required works.

.in connections to dwellings with home network 800 sum .in connections to dwellings with backyard tap 3 300 sum .in connections to Water Centres 4 sum .in connections to Public Fountains 29 sum 4 133 sum 2. 2. 5 WATER METER CHAMBERS 2. 2. 5. 1

Establishment of water meter chambers with ventilation, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, including supply and assembly of electromagnetic water meter with converter/transmitter, joints and mounting accessories according to Drawing 6.9, DN150 steel pipe for ventilation, circular cover in FFd D400 class and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete rectangular cover for equipment output and all the remaining accessories and works for its perfect operation.

.Main piping DN500 1 sum .Main piping DN180 1 sum .Main piping DN140 1 sum 3 sum 2. 2. 6 GATE VALVE CHAMBERS WITH FREE BOTTOM DISCHARGE 2. 2. 6. 1

Establishment of gate valve chambers with bottom discharge, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, joints and accessories according to Drawing 6.6, cover and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete covers where applicable. For:

Page 70: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-66

Article Description Quantities Units Rate (USD)

Cost (USD)

.Main piping DN140 1 sum .Main piping DN180 1 sum .Main piping DN250 1 sum .Main piping DN280 1 sum .Main piping DN355 1 sum .Main piping DN400 1 sum 6 sum 2. 2. 7 MISCELLANEOUS 2. 2. 7. 1

Establishment of Water Centres, included in the quantities article Nr. 5 and according to Drawings 6.3 and 6.4, respectively, including all accessories, equipment and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

. Type 1 A Water Centres 1 sum . Type 1 B Water Centres 1 sum . Type 2 A Water Centres 1 sum . Type 2 B Water Centres 1 sum 4 sum 2. 2. 7. 2

Execution of public fountains with 3 and 4 taps and masonry wall, including all equipments and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

29 sum

2. 2. 7. 3 Execution of compaction tests in places to be defined by the Control Team, including

previous soil characterization. (Test every 120 m). 1 sum

2. 2. 7. 4

Establishment of piping protection in situations of covering lower than 1m or above 5.00 m, with C20/25 reinforced concrete slabs, with a 1.00 m extension, placed at around 0.20 m over piping back-face, including all associated works.

300 m

2. 3. System in the Distribution Zone 3 (ZD3) 2. 3. 1 PAVEMENTS 2. 3. 1. 1

Tearing off and reposition of surface layer in compacted soil or crusher run in trench opening in non-pavement covered zones, including reposition of the material in the pre-existing filling up and compaction conditions, as well as charge, transportation to deposit of the left-over products and eventual indemnity per deposit.

.for the installation of DN 63 mm piping 842,8 m2 .for the installation of DN 75 mm piping 221,5 m2 .for the installation of DN 90 mm piping 521,9 m2 .for the installation of DN 110 mm piping 206,2 m2 .for the installation of DN 125 mm piping 26,5 m2 .for the installation of DN 180 mm piping 17,7 m2 1 836,50 m2 2. 3. 2 GENERAL EARTH MOVEMENTS 2. 3. 2. 1

Excavation to open trenches and/or foundations to install piping, in any kind of ground, including eventual ground-clearing operations, tree-felling and/or brush cutting, racking, removal and transport to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures.

.for the installation of DN 63 mm piping 1 685,5 m3 .for the installation of DN 75 mm piping 442,9 m3 .for the installation of DN 90 mm piping 1 043,8 m3 .for the installation of DN 110 mm piping 412,3 m3 .for the installation of DN 125 mm piping 53,0 m3 .for the installation of DN 180 mm piping 35,4 m3 3 672,99 m3 2. 3. 2. 2

Manual fill, including borrow area and transportation from the borrow place to the works, in pressed coarse sand, gravel or non-clayey material, to make up a laying down layer to the piping, pressed by mechanical or manual processes in order to attain a compaction degree over 95% the normal Proctor test.

.for the installation of DN 63 mm piping 428,00 m3 .for the installation of DN 75 mm piping 115,00 m3 .for the installation of DN 90 mm piping 276,00 m3 .for the installation of DN 110 mm piping 112,00 m3 .for the installation of DN 125 mm piping 15,00 m3 .for the installation of DN 180 mm piping 10,00 m3 956,00 m3

Page 71: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-67 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 3. 2. 3

Filling in the remaining height of the trench, with soil from the same trench, screened or obtained from borrow area in 0.20 m thickness layers, well compacted between them and against the trench walls by means of mechanical or manual processes, till a compaction degree equal or over 95% the normal Proctor test. Compaction shall be carried out using an equipment that applies a force no greater than a 15 kg hammer.

.for the installation of DN 63 mm piping 1 253,2 m3 .for the installation of DN 75 mm piping 326,7 m3 .for the installation of DN 90 mm piping 762,0 m3 .for the installation of DN 110 mm piping 296,9 m4 .for the installation of DN 125 mm piping 37,8 m3 .for the installation of DN 180 mm piping 24,2 m3 2 700,72 m3 2. 3. 3 PIPING AND ACCESSORIES 2. 3. 3. 1

Supply of high density polyethylene (HDPE), PN10 MRS100, or equivalent, of adequate characteristics to the type of installation to be done, including joints, connections and associated works.

.DN 63 mm piping 1 496,91 m .DN 75 mm piping 385,15 m .DN 90 mm piping 884,61 m .DN 110 mm piping 337,96 m .DN 125 mm piping 42,43 m .DN 180 mm piping 26,00 m 3 173,06 m 2. 3. 3. 2 Supply and placing along the trench of PVC warner strip for signalling of buried water pipes. 3 173 m 2. 3. 4 DOMESTIC LINES 2. 3. 4. 1

Establishment of DN 50 connection domestic lines, according to Drawing 6.2, including tearing off and reposition of asphaltic concrete pavements, paving, kerbs, concrete gutters, surface layer in compacted soil or crusher run, earth movement, supply and installation of HDPE PN10, DN 50 piping, with 10m average extension, including all accessories (ring fastener in FFd, branch valve in polyecetal DN50 and gate valve, water meter type "Woltman" DN50, cones, elbows and junctions in FFd, etc.) along with the required works.

.in connections to Water Centres 4,0 sum .in connections to Public Fountains 6,0 sum 10 sum 2. 3. 5 GATE VALVE CHAMBERS WITH FREE BOTTOM DISCHARGE 2. 3. 5. 1

Establishment of gate valve chambers with bottom discharge, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, joints and accessories according to Drawing 6.6, cover and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete covers where applicable. For:

.Main piping DN400 1 sum .Main piping DN180 1 sum .Main piping DN125 1 sum 3 sum 2. 3. 6 MISCELLANEOUS 2. 3. 6. 1

Establishment of Water Centres, included in the quantities article Nr. 5 and according to Drawings 6.3 and 6.4, respectively, including all accessories, equipment and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

. Type 1 A Water Centres 1 sum . Type 1 B Water Centres 1 sum . Type 2 A Water Centres 1 sum . Type 2 B Water Centres 1 sum 4 sum 2. 3. 6. 2

Execution of public fountains with 3 and 4 taps and masonry wall, including all equipments and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

6 sum

2. 3. 6. 3 Execution of compaction tests in places to be defined by the Control Team, including

previous soil characterization. (Test every 120 m). 1 sum

Page 72: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-68

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 4. System in the Distribution Zone 4 (ZD4) 2. 4. 1 PAVEMENTS 2. 4. 1. 1

Tearing off and reposition of surface layer in compacted soil or crusher run in trench opening in non-pavement covered zones, including reposition of the material in the pre-existing filling up and compaction conditions, as well as charge, transportation to deposit of the left-over products and eventual indemnity per deposit.

.for the installation of DN 50 mm piping 343,1 m2 .for the installation of DN 63 mm piping 1 325,7 m2 .for the installation of DN 75 mm piping 242,5 m2 .for the installation of DN 90 mm piping 433,9 m2 .for the installation of DN 110 mm piping 218,2 m2 .for the installation of DN 125 mm piping 31,2 m2 .for the installation of DN 160 mm piping 900,1 m2 3 494,63 m2 2. 4. 2 GENERAL EARTH MOVEMENTS 2. 4. 2. 1

Excavation to open trenches and/or foundations to install piping, in any kind of ground, including eventual ground-clearing operations, tree-felling and/or brush cutting, racking, removal and transport to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures.

.for the installation of DN 50 mm piping 686,1 m3 .for the installation of DN 63 mm piping 2 651,3 m3 .for the installation of DN 75 mm piping 484,9 m3 .for the installation of DN 90 mm piping 867,8 m3 .for the installation of DN 110 mm piping 436,5 m3 .for the installation of DN 125 mm piping 62,4 m3 .for the installation of DN 160 mm piping 1 800,2 m3 6 989,26 m3 2. 4. 2. 2

Manual fill, including borrow area and transportation from the borrow place to the works, in pressed coarse sand, gravel or non-clayey material, to make up a laying down layer to the piping, pressed by mechanical or manual processes in order to attain a compaction degree over 95% the normal Proctor test.

.for the installation of DN 50 mm piping 170,00 m3 .for the installation of DN 63 mm piping 673,00 m3 .for the installation of DN 75 mm piping 125,00 m3 .for the installation of DN 90 mm piping 230,00 m3 .for the installation of DN 110 mm piping 119,00 m3 .for the installation of DN 125 mm piping 17,00 m3 .for the installation of DN 160 mm piping 522,00 m3 1 856,00 m3 2. 4. 2. 3

Filling in the remaining height of the trench, with soil from the same trench, screened or obtained from borrow area in 0.20 m thickness layers, well compacted between them and against the trench walls by means of mechanical or manual processes, till a compaction degree equal or over 95% the normal Proctor test. Compaction shall be carried out using an equipment that applies a force no greater than a 15 kg hammer.

.for the installation of DN 50 mm piping 514,6 m3 .for the installation of DN 63 mm piping 1 971,2 m3 .for the installation of DN 75 mm piping 357,6 m3 .for the installation of DN 90 mm piping 633,5 m4 .for the installation of DN 110 mm piping 314,3 m3 .for the installation of DN 125 mm piping 44,5 m3 .for the installation of DN 160 mm piping 1 251,1 m3 5 086,85 m3 2. 4. 3 PIPING AND ACCESSORIES 2. 4. 3. 1

Supply of high density polyethylene (HDPE), PN10 MRS100, or equivalent, of adequate characteristics to the type of installation to be done, including joints, connections and associated works.

.DN 50 mm piping 623,77 m .DN 63 mm piping 2 354,62 m .DN 75 mm piping 421,69 m .DN 90 mm piping 735,42 m .DN 110 mm piping 357,78 m .DN 125 mm piping 49,91 m .DN 160 mm piping 1 363,78 m 5 906,97 m

Page 73: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-69 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 4. 3. 2 Supply and placing along the trench of PVC warner strip for signalling of buried water pipes. 5 907 m 2. 4. 4 DOMESTIC LINES 2. 4. 4. 1

Establishment of DN 50 connection domestic lines, according to Drawing 6.2, including tearing off and reposition of asphaltic concrete pavements, paving, kerbs, concrete gutters, surface layer in compacted soil or crusher run, earth movement, supply and installation of HDPE PN10, DN 50 piping, with 10m average extension, including all accessories (ring fastener in FFd, branch valve in polyecetal DN50 and gate valve, water meter type "Woltman" DN50, cones, elbows and junctions in FFd, etc.) along with the required works.

.in connections to Water Centres 4 sum .in connections to Public Fountains 13 sum 17 sum 2. 4. 5 WATER METER CHAMBERS 2. 4. 5. 1

Establishment of water meter chambers with ventilation, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, including supply and assembly of electromagnetic water meter with converter/transmitter, joints and mounting accessories according to Drawing 6.9, DN150 steel pipe for ventilation, circular cover in FFd D400 class and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete rectangular cover for equipment output and all the remaining accessories and works for its perfect operation.

.Main piping DN160 2 sum 2 sum 2. 4. 6 GATE VALVE CHAMBERS WITH FREE BOTTOM DISCHARGE 2. 4. 6. 1

Establishment of gate valve chambers with bottom discharge, including tear off and reposition of pavement, earth movement, application of smoothing and cleaning concrete in 0.1 m layer and establishment of C20/25 concrete box, including formwork and corresponding removal and concrete joints, A400 class steel rods applied in reinforcement, outer surfaces painting type "INTERTOL F", filling up to form slopes in C12/15 concrete, piping, joints and accessories according to Drawing 6.6, cover and collars with articulation and air-tight latch device, embedded in the concrete structure in FFd and reinforced concrete covers where applicable. For:

.Main piping DN180 1 sum 1 sum 2. 4. 7 MISCELLANEOUS 2. 4. 7. 1

Establishment of Water Centres, included in the quantities article Nr. 5 and according to Drawings 6.9 and 6.10, respectively, including all accessories, equipment and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

. Type 1 A Water Centres 1 sum . Type 1 B Water Centres 1 sum . Type 2 A Water Centres 1 sum . Type 2 B Water Centres 1 sum 4 sum 2. 4. 7. 2

Execution of public fountains with 3 and 4 taps and masonry wall, including all equipments and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

13 sum

2. 4. 7. 3 Execution of compaction tests in places to be defined by the Control Team, including

previous soil characterization. (Test every 120 m). 1 sum

2. 5 System in the Distribution Zone 5 (ZD5) 2. 5. 1 PAVEMENTS 2. 5. 1. 1

Tearing off and reposition of surface layer in compacted soil or crusher run in trench opening in non-pavement covered zones, including reposition of the material in the pre-existing filling up and compaction conditions, as well as charge, transportation to deposit of the left-over products and eventual indemnity per deposit.

.for the installation of DN 63 mm piping 308,3 m2 .for the installation of DN 75 mm piping 120,5 m2 .for the installation of DN 90 mm piping 261,2 m2 .for the installation of DN 110 mm piping 133,3 m2 .for the installation of DN 125 mm piping 318,9 m2 1 142,30 m2

Page 74: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-70

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 5. 2 GENERAL EARTH MOVEMENTS 2. 5. 2. 1

Excavation to open trenches and/or foundations to install piping, in any kind of ground, including eventual ground-clearing operations, tree-felling and/or brush cutting, racking, removal and transport to deposit of leftover products, smoothing of bottom-ground, accessory works for normal or special planking, draining of trench bottoms and/or water level lowering, drilling to locate existing infra-structures and repairing or siding of affected infra-structures.

.for the installation of DN 63 mm piping 616,7 m3 .for the installation of DN 75 mm piping 241,0 m3 .for the installation of DN 90 mm piping 522,5 m3 .for the installation of DN 110 mm piping 266,5 m3 .for the installation of DN 125 mm piping 637,9 m3 2 284,59 m3 2. 5. 2. 2

Manual fill, including borrow area and transportation from the borrow place to the works, in pressed coarse sand, gravel or non-clayey material, to make up a laying down layer to the piping, pressed by mechanical or manual processes in order to attain a compaction degree over 95% the normal Proctor test.

.for the installation of DN 63 mm piping 156,00 m3 .for the installation of DN 75 mm piping 62,00 m3 .for the installation of DN 90 mm piping 138,00 m3 .for the installation of DN 110 mm piping 73,00 m3 .for the installation of DN 125 mm piping 177,00 m3 606,00 m3 2. 5. 2. 3

Filling in the remaining height of the trench, with soil from the same trench, screened or obtained from borrow area in 0.20 m thickness layers, well compacted between them and against the trench walls by means of mechanical or manual processes, till a compaction degree equal or over 95% the normal Proctor test. Compaction shall be carried out using an equipment that applies a force no greater than a 15 kg hammer.

.for the installation of DN 63 mm piping 458,5 m3 .for the installation of DN 75 mm piping 177,8 m3 .for the installation of DN 90 mm piping 381,4 m4 .for the installation of DN 110 mm piping 191,9 m3 .for the installation of DN 125 mm piping 454,5 m3 1 664,06 m3 2. 5. 3 PIPING AND ACCESSORIES 2. 5. 3. 1

Supply of high density polyethylene (HDPE), PN10 MRS100, or equivalent, of adequate characteristics to the type of installation to be done, including joints, connections and associated works.

.DN 63 mm piping 547,67 m .DN 75 mm piping 209,60 m .DN 90 mm piping 442,78 m .DN 110 mm piping 218,46 m .DN 125 mm piping 510,30 m 1 928,81 m 2. 5. 3. 2 Supply and placing along the trench of PVC warner strip for signalling of buried water pipes. 1 929 m 2. 5. 4 DOMESTIC LINES 2. 5. 4. 1

Establishment of DN 50 connection domestic lines, according to Drawing 6.2, including tearing off and reposition of asphaltic concrete pavements, paving, kerbs, concrete gutters, surface layer in compacted soil or crusher run, earth movement, supply and installation of HDPE PN10, DN 50 piping, with 10m average extension, including all accessories (ring fastener in FFd, branch valve in polyecetal DN50 and gate valve, water meter type "Woltman" DN50, cones, elbows and junctions in FFd, etc.) along with the required works.

.in connections to Water Centres 4 sum .in connections to Public Fountains 3 sum 7 sum 2. 5. 5 MISCELLANEOUS 2. 5. 5. 1

Establishment of Water Centres, included in the quantities article Nr. 5 and according to Drawings 6.3 and 6.4, respectively, including all accessories, equipment and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

. Type 1 A Water Centres 1 sum . Type 1 B Water Centres 1 sum . Type 2 A Water Centres 1 sum . Type 2 B Water Centres 1 sum 4 sum

Page 75: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-71 Section IV. Bidding Forms

Article Description Quantities Units Rate (USD)

Cost (USD)

2. 5. 5. 2

Execution of public fountains with 3 and 4 taps and masonry wall, including all equipments and required works till ready for stat-up and in conditions for the celebration of provisional reception deed.

7 sum

2. 5. 5. 3 Execution of compaction tests in places to be defined by the Control Team, including

previous soil characterization. (Test every 120 m). 1 sum

Page 76: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-72

Schedule of Adjustment Data

Table A - Local Currency

Index Code

Index Description

Source of Index

Base Value and Date

Bidder’s Local Currency Amount

Bidder’s Proposed Weighting

Nonadjustable — — — A: B: C: D: E:

Total 1.00 Table B - Foreign Currency Name of Currency: _______________ If the Bidder wishes to quote in more than one foreign currency, this table should be repeated for each foreign currency.

Index Code

Index Description

Source of Index

Base Value and Date

Bidder’s Currency in Type/Amount

Equivalent in FC1

Bidder’s Proposed Weighting

Nonadjustable — — — A: B: C: D: E:

Total 1.00

Page 77: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-73 Section IV. Bidding Forms

Summary of Payment Currencies For ...........................insert name of Section of the Works . Separate tables may be required if the various sections of the Works (or of the Bill of Quantities) will have substantially different foreign and local currency requirements. The Employer should insert the names of each Section of the Works.

A B C D

Name of Payment Currency

Amount of Currency

Rate of Exchange to Local Currency

Local Currency Equivalent C = A x B

Percentage of Net Bid Price (NBP) 100xC NBP

Local currency

1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #3

Net Bid Price 100.00

Provisional Sums Expressed in Local Currency

1.00

BID PRICE

Page 78: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-74

Form of Bid Security (Bank Guarantee)

__________________________ [Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: __________________________ [Name and Address of Employer]

Date: __________________________

BID GUARANTEE No.: __________________________

We have been informed that __________________________ [name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated ___________ (hereinafter called "the Bid") for the execution of ________________ [name of contract] 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 Employer, we ____________________ [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ___________ [amount in figures] (____________) [amount in words] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the performance security, in accordance with ITB 38.

This guarantee will 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 upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid.

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

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

_____________________________

[Signature]

Page 79: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-75 Section IV. Bidding Forms

Form of Bid Security (Bid Bond)

BOND NO. ______________________ BY THIS BOND [name of Bidder] as Principal (hereinafter called “the Principal”), and [name, legal title, and address of surety], authorised to transact business in [name of country of Employer], as Surety (hereinafter called “the Surety”), are held and firmly bound unto [name of Employer] as Oblige (hereinafter called “the Employer”) in the sum of [amount of Bond]9 [amount in words], for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has submitted a written Bid to the Employer dated the ___ day of ______, 20__, for the construction of [name of Contract] (hereinafter called the “Bid”). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:

(a) withdraws its Bid during the period of bid validity specified in the Form of Bid; or (b) having been notified of the acceptance of its Bid by the Employer during the period of Bid validity;

(i) fails or refuses to execute the Contract Form, if required; or (ii) fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders;

then the Surety undertakes to immediately pay to the Employer up to the above amount upon receipt of the Employer’s first written demand, without the Employer having to substantiate its demand, provided that in its demand the Employer shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred. The Surety hereby agrees that its obligation will remain in full force and effect up to and including the date 28 days after the date of expiration of the Bid validity as stated in the Invitation to Bid or extended by the Employer at any time prior to this date, notice of which extension(s) to the Surety being hereby waived. IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be executed in their respective names this ____ day of ____________ 20__. Principal: _______________________ Surety: _____________________________ Corporate Seal (where appropriate) _______________________________ ____________________________________ (Signature) (Signature) (Printed name and title) (Printed name and title)

9 The amount of the Bond shall be denominated in the currency of the Employer’s country or the equivalent amount in a

freely convertible currency.

Page 80: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-76

Form of Bid-Securing Declaration

Date: [insert date (as day, month and year)]

Bid No.: [insert number of bidding process]

Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Employer] We, the undersigned, declare that: We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration. We accept that we will automatically be suspended from being eligible for bidding in any contract with the Borrower for the period of time of [Employer to insert number of months or years] starting on [insert date], if we are in breach of our obligation(s) under the bid conditions, because we:

(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid; or (b) having been notified of the acceptance of our Bid by the Employer during the period of bid

validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with ITB 38.

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of our Bid. Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration] Name: [insert complete name of person signing the Bid-Securing Declaration] Duly authorised to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on ____________ day of __________________, _______ [insert date of signing] Corporate Seal (where appropriate) [Note: In case of a Joint Venture, Consortium or Association, the Bid-Securing Declaration must be in the name of all partners to the JVCA that submits the bid.]

Page 81: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-77 Section IV. Bidding Forms

Technical Proposal

Technical Proposal Forms Site Organisation Method Statement Mobilisation Schedule Construction Schedule Contractor’s Equipment Personnel Others

Page 82: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-78

Site Organisation

Page 83: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-79 Section IV. Bidding Forms

Method Statement

Page 84: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-80

Mobilisation Schedule

Page 85: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-81 Section IV. Bidding Forms

Construction Schedule

Page 86: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-82

Contractor’s Equipment

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

Type of Equipment*

Equipment Information

Name of manufacturer

Model and power rating

Capacity*

Year of manufacture*

Current Status

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner

Telephone

Contact name and title

Fax

Telex

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

Page 87: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-83 Section IV. Bidding Forms

Proposed Personnel

Form PER – 1

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

1. Title of position

Name

2. Title of position

Name

3. Title of position

Name

4. Title of position

Name

5. Title of position

Name

6. Title of position

Name

etc. Title of position

Name

Page 88: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-84

Resume of Proposed Personnel

Form PER – 2 The Bidder shall provide all the information requested below. Fields with asterix (*) shall be used for evaluation.

Position* Personnel information

Name *

Date of birth

Professional qualifications

Present employment

Name of Employer

Address of Employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present Employer

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

From* To* Company, Project, Position, and Relevant Technical and Management Experience*

Page 89: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-85 Section IV. Bidding Forms

Others

Page 90: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-86

Bidder’s Qualification

To establish its qualifications to perform the contract in accordance with Section III, Evaluation and Qualification Criteria, the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder

Page 91: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-87 Section IV. Bidding Forms

Bidder Information Sheet

Form ELI - 1.1

Date: ______________________ Bidding No.: ________________ Invitation for Bid No.: ________ Page ________ of _______ pages

1. Bidder’s Legal Name 2. In case of Joint Venture, Consortium or Association (JVCA), legal name of each party:

3. Bidder’s actual or intended Country of Registration:

4. Bidder’s Year of Registration:

5. Bidder’s Legal Address in Country of Registration:

6. Bidder’s Authorised Representative Information

Name:

Address:

Telephone/Fax numbers:

Email Address:

7. Attached are copies of original documents of:

Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Clauses 4.1 and 4.2.

In case of JVCA, letter of intent to form JVCA including a draft agreement, or JVCA agreement, in accordance with ITB Clauses 4.1

In case of government owned entity from the Employer’s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law, in accordance with ITB Clause 4.5.

Page 92: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-88

Partner to JVCA Information Sheet

Form ELI - 1.2

Date: ______________________ Bidding No.: ___________________ Invitation for Bid No.:_________ Page ________ of_ ______ pages

1. Bidder’s Legal Name:

2. JVCA’s Party legal name:

3. JVCA’s Party Country of Registration:

4. JVCA’s Party Year of Registration:

5. JVCA’s Party Legal Address in Country of Registration:

6. JVCA’s Party Authorised Representative Information

Name:

Address:

Telephone/Fax numbers:

Email Address:

7. Attached are copies of original documents of:

Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Clauses 4.1 and 4.2.

In case of government owned entity from the Purchaser’s country, documents establishing legal and financial autonomy and compliance with the principles of commercial law, in accordance with ITB Clause 4.5.

Page 93: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-89 Section IV. Bidding Forms

Historical Contract Non-Performance

Form CON – 2

Bidder’s Legal Name: _______________________ Date: _____________________ JVCA Partner Legal Name: _______________________ ___________________ Bidding No.: __________________ Page _______ of _______ pages

Non-Performing Contracts in accordance with Section III, Evaluation and Qualification Criteria)=

Contract non-performance did not occur during the stipulated period, in accordance with Sub-Factor 2.2.1 of Section III, Evaluation and Qualification Criteria. Contract non-performance during the stipulated period, in accordance with Sub-Factor 2.2.1 of Section III, Evaluation and Qualification Criteria. Year Outcome as

Percent of Total Assets

Contract Identification

Total Contract Amount (current value, US$ equivalent)

______

______

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

___________

Pending Litigation, in accordance with Section III, Evaluation and Qualification Criteria

No pending litigation in accordance with Sub-Factor 2.2.3 of Section III, Evaluation and Qualification Criteria.

Pending litigation in accordance with Sub-Factor 2.2.3 of Section III, Evaluation and Qualification Criteria, as indicated below Year Outcome as

Percent of Total Assets

Contract Identification

Total Contract Amount (current value, US$ equivalent)

______

______

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

___________

______

______

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

___________

Page 94: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-90

Current Contract Commitments / Works in Progress

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

Name of contract Employer, contact address/tel/fax

Value of outstanding work (current US$ equivalent)

Estimated completion date

Average monthly invoicing over last six months (US$/month)

1.

2.

3.

4.

5.

etc.

Page 95: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-91 Section IV. Bidding Forms

Financial Situation

Form FIN – 3.1 Bidder’s Legal Name: _______________________ Date: _____________________ JVCA Partner Legal Name: _______________________ Bidding No.: __________________ Page _______ of _______ pages To be completed by the Bidder and, if JVCA, by each partner

Financial information in US$ equivalent

Historic information for previous ______ (__) years (US$ equivalent in 000s)

Year 1 Year 2 Year 3 Year … Year n Avg. Avg. Ratio

Information from Balance Sheet Total Assets (TA)

Total Liabilities (TL)

Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Information from Income Statement Total Revenue (TR)

Profits Before

Taxes (PBT)

Page 96: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-92

Attached are copies of financial statements (balance sheets, including all related notes, and income statements) for the years required above complying with the following conditions:

Must reflect the financial situation of the Bidder or partner to a JVCA, and not sister or parent companies

Historic financial statements must be audited by a certified accountant

Historic financial statements must be complete, including all notes to the financial statements

Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted)

Page 97: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-93 Section IV. Bidding Forms

Average Annual Turnover

Form FIN – 3.2 Bidder’s Legal Name: ___________________________ Date: _____________________ JVCA Partner Legal Name: ____________________________ Bidding No.: ______________ Page _______ of _______ pages

Annual turnover data (construction only) Year Amount and Currency US$ equivalent _________________________________________ ____________________ _________________________________________ ____________________ _________________________________________ ____________________ _________________________________________ ____________________ _________________________________________ ____________________

*Average Annual Construction Turnover

_________________________________________ ____________________

*Average annual turnover calculated as total certified payments received for work in progress or completed over the number of years specified in Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2, divided by that same number of years.

Page 98: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-94

Financial Resources

Form FIN – 3.3 Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section III, Evaluation and Qualification Criteria.

Source of financing Amount (US$ equivalent) 1.

2.

3.

4.

Page 99: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-95 Section IV. Bidding Forms

General Experience

Form EXP – 2.4.1 Bidder’s Legal Name: ____________________________ Date: _____________________ JVCA Partner Legal Name: ____________________________ Bidding No.: ________________ Page _______ of _______ pages

Starting Month / Year

Ending Month / Year

Years* Contract Identification

Role of Bidder

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

______

______

Contract name: Brief Description of the Works performed by the Bidder: Name of Employer: Address:

_________

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

Page 100: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-96

Specific Experience

Form EXP – 2.4.2(a)

Bidder’s Legal Name: ___________________________ Date: _____________________ JVCA Partner Legal Name: _________________________ Bidding No.: __________________

Page _______ of _______ pages

Similar Contract Number: ___ [insert specific number] of ___[insert total number of contracts required.

Information

Contract Identification _______________________________________

Award date Completion date

_______________________________________ _______________________________________

Role in Contract Contractor

Management Contractor

Subcontractor

Total contract amount ____________________________ US$ _________

If partner in a JVCA or subcontractor, specify participation of total contract amount

__________%

_____________

US$ _______

Employer’s Name: _______________________________________

Address: Telephone/fax number: E-mail:

_______________________________________ _______________________________________ _______________________________________ _______________________________________

Page 101: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-97 Section IV. Bidding Forms

Specific Experience (cont.)

Form EXP – 2.4.2(a) (cont.) Bidder’s Legal Name: ___________________________ Page _______ of _______ pages JVCA Partner Legal Name: ___________________________

Similar Contract No. __[insert specific number] of ___[insert total number of contracts] required

Information

Description of the similarity in accordance with Sub-Factor 2.4.2(a) of Section III, Evaluation and Qualification Criteria:

Amount _________________________________

Physical size _________________________________

Complexity _________________________________

Methods/Technology _________________________________

Other features

_________________________________

Page 102: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section IV. Bidding Forms 1-98

Specific Experience in Key Activities

Form EXP – 2.4.2(b)

Bidder’s Legal Name: ___________________________ Date: _____________________ JVCA Partner Legal Name: _________________________ Bidding No.: __________________ Subcontractor’s Legal Name: ______________ Page _______ of _______ pages

Information

Contract Identification _______________________________________

Award date Completion date

_______________________________________ _______________________________________

Role in Contract Contractor

Management Contractor

Subcontractor

Total contract amount _________________________ US$________

If partner in a JVCA or subcontractor, specify participation of total contract amount

__________%

_____________

US$________

Employer’s Name: _______________________________________

Address: Telephone/fax number: E-mail:

_______________________________________ _______________________________________ _______________________________________ _______________________________________

Page 103: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

1-99 Section IV. Bidding Forms

Specific Experience in Key Activities (cont.)

Form EXP – 2.4.2(b) (cont.)

Bidder’s Legal Name: ___________________________ Page _______ of _______ pages JVCA Partner Legal Name: ___________________________ Subcontractor’s Legal Name: __________________________

Information Description of the key activities in accordance with Sub-Factor 2.4.2(b) of Section III, Evaluation and Qualification Criteria:

Amount

Physical size

Complexity

Methods/Technology

Physical Production Rate

Page 104: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section V. Eligible Countries 1-100

Section V. Eligible Countries

Eligibility for the Provision of Goods, Works and Related Services in Bank-financed Procurement A. Provision at Paragraph 1.6 of the Bank’s Rules and Procedures for Procurement of Goods and

Works 1.6 The African Development Fund permits firms and individuals from all countries to offer goods, works and services for ADF funded projects. However, the proceeds of any Financing undertaken in the operations of the African Development Bank and the Nigeria Trust Fund shall be used for procurement of goods and works, including the related services, provided by bidders from Eligible10 Countries.11 Any conditions for participation shall be limited to those that are essential to ensure the firm’s capability to fulfil the contract in question. In the case of ADB and NTF, bidders from non-Member Countries offering goods, works and related services (including transportation and insurance) are not eligible even if they offer these from Eligible Member Countries. Any waiver to this rule will be in accordance with the Articles 17(1) (d) of the Agreement Establishing the African Development Bank and 4.1 of the Agreement Establishing the Nigeria Trust Fund. B. Provision at Appendix 4 of the Bank’s Rules and Procedures for Procurement of Goods and Works Overview 1. The eligibility criteria for participation in the supply of goods, works and related services, to be procured

through the ADB and NTF Financing, derive from the requirements of the Agreement Establishing the African Development Bank, Article 17.1.d, and the Agreement Establishing the Nigeria Trust Fund, Article 4.1. The foregoing requirements basically prescribe two types of eligibility criteria:

The eligibility of the bidder;

The eligibility of the goods, works and related services.

Eligibility of the Bidder 2. The eligibility of the bidder shall be based on nationality, in accordance with the following rules:

(a) Natural Persons: A natural person is eligible if he or she is a national of a Member Country of the Bank, or a State Participant of the Fund. Where a person has more than one nationality, such a person shall be eligible if the nationality indicated in his or her bid is that of a Member Country of the Bank, or a State Participant of the Fund.

(b) Corporations: A corporation is eligible if it satisfies the following criteria:

it is incorporated in a country that is a Member of the Bank, or State Participant of the Fund;

it is a national of a country that is a Member of the Bank, or State Participant of the Fund, as determined by the law of its place of incorporation;

it has its principal place of business in a country that is a Member of the Bank, or State Participant of the Fund.

10 Refer to Appendix 4 for additional information on Eligibility. 11 “Eligible Countries" shall mean: (a) in the case of the African Development Bank and the Nigeria trust Fund, the

Member Countries of the African Development Bank.

Page 105: A402 Sumbe Bidding Documents PART 1 Rev 18-07-2012

Section V. Eligible Countries 1-101

(c) Joint Ventures and Associations: An unincorporated joint venture, partnership, or association, shall be eligible if at least 60% of its individual, or corporate members, satisfy the eligibility requirement for individuals or corporations.

Eligibility of the Goods, Works and Related Services

3. In order to be eligible, the goods to be procured must have been mined, grown, or produced, in the form in which they are purchased, in an Eligible Member Country.

4. For works contracts, which may include civil works, plant construction, or turnkey contracts, the contractor must satisfy the nationality criteria of eligibility, either as a natural person, or corporation, or joint venture and association. Labour, equipment, and materials needed for carrying out the works contract, shall be supplied from Eligible Member Countries.

5. For contracts, which have been awarded on the basis of Cost, Insurance and Freight (CIF), or Carriage and Insurance Paid (CIP), bidders shall be free to arrange for ocean and other transportation, and the related insurance, from any Eligible Member Country. On the other hand, where goods are shipped on FOB basis, and the Bank has agreed to finance transportation and insurance separately, which are arranged by the purchaser, under a separate contract, the Bank shall be satisfied that the services are supplied from Eligible Member Countries.

C. Eligible Countries