Model - CPSTL...general notes for ICTAD conditions of contract 20-29 Section 6 : Specifications...
Transcript of Model - CPSTL...general notes for ICTAD conditions of contract 20-29 Section 6 : Specifications...
CEYLON PETROLEUM STORAGE
TERMINALS LIMITED
BIDDING DOCUMENT
FOR
MODIFICATIONS TO 10 NOS LIGHTING
TOWERS AND INSTALLATION OF METERED
POWER SUPPLY SYSTEM AT KOLONNAWA
INSTALLATION.
KPK/01/2021
Employer: Engineer:
Ceylon Petroleum Storage Terminals Limited, Engineering Manager Oil Installation, Kolonnawa, Engineering Function
Wellampitiya Ceylon Petroleum Storage Terminals Limited
Oil Installation, Kolonnawa
Wellampitiya .
Issued to:……………………………………………………………..
Issued by:…………………………………………………………….
Date:…………………………….
December 2020
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 1
Engineering Function - CPSTL Contents
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 2
CONTENTS
Volume 1 Page
Section 1 : Instructions to Bidders 4-5
Section 2 : Standard Forms (Contract) 6-11
Section 3 : Conditions of Contract 12-13
Volume 2
Invitation for Bids
15-16
Section 4 : Form of Bid and Qualification Information 17-19
Section 5 : Schedule & particular applications including
general notes for ICTAD conditions of contract
20-29
Section 6 : Specifications 30-40
Section 7 : Bill of Quantities and Day work schedules 41-51
Section 8 : Drawings 52-53
Section 9 : Standard Forms (Bid) 54-55 Check List for Bidders 56-57
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 3
Engineering Function - CPSTL Volume-01
CEYLON PETROLEUM STORAGE
TERMINALS LIMITED
MODIFICATIONS TO 10 NOS LIGHTING
TOWERS AND INSTALLATION OF METERED
POWER SUPPLY SYSTEM AT KOLONNAWA
INSTALLATION.
KPK/01/2021
BIDDING DOCUMENT
VOLUME - 01
SECTION 01 : INSTRUCTIONS TO BIDDERS
SECTION 02 : STANDARD FORMS
SECTION 03 : CONDITIONS OF CONTRACT
Employer: Engineer:
Ceylon Petroleum Storage Terminals Limited, Engineering Manager Oil Installation, Kolonnawa, Engineering Function
Wellampitiya Ceylon Petroleum Storage Terminals Limited
Oil Installation, Kolonnawa.
Wellampitiya
December 2020
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 4
Engineering Function - CPSTL Section 01 – Instructions to Bidders
SECTION 01
INSTRUCTIONS TO BIDDERS
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 5
Engineering Function - CPSTL Section 01 – Instructions to Bidders
INSTRUCTIONS TO BIDDERS
Instructions to Bidders applicable to this contract are that given in Section-I of the Standard Bidding
Document for Procurement of Works. CIDA Publication No.ICTAD/SBD/03, Second Edition
,January 2007, published by the Construction Industry Development Authority (CIDA),
“Savsiripaya”, 123, WijeramaMawatha, Colombo 07.
This publication will not be issued with the Bidding Document and the Bidder is advised to purchase it
from CIDA.
Instructions to Bidders shall be read in conjunction with the Bidding Data provided under section-5 of
the Bidding Document (Volume 2)
Instructions to Bidders will not be a part of the contract and will cease to have effect once the contract
is signed.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 6
Engineering Function - CPSTL Section 02 – Standard Forms (Contract)
SECTION 02
STANDARD FORMS (CONTRACT)
Letter of Acceptance
Agreement
Performance Security
Advance Payment Security
Retention Money Guarantee
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 7
Engineering Function - CPSTL Section 02 – Standard Forms (Contract)
FORM OF LETTER OF ACCEPTANCE
[Letterheadingpaperof theprocuringentity]
---------------------------------------- [date]
To:…….…………………………………………………………………………………………
……………………………………………………………………………………………….
[name and address of the Contractor]
This is to notify you that your bid dated ------------------- [insert date] for the construction
and remedying defects of the --------------------------------------------------------------------- [name
of the Contract and identification number] for the Contract price of ---------------------
[name of currency] -------------------------------------------------- [amount in figures and words]
as corrected in accordance with Instructions to Bidders and / or modified by a Memorandum
of Understanding, is hereby accepted.
You are hereby instructed to proceed with the execution of the said Works in accordance
with the Contract documents.
The Start Date shall be: --------------------------- (fill the date as per Conditions of Contract).
The amount of Performance Security is ---------------------- (fill as perConditions of Contract).
The Performance Security shall be submitted on or before ---------------------- (fill the date as
per Conditions of Contract).
Authorized Signature : -----------------------------------------
Name and title of Signatory: ---------------------------------------------------------------
Name of Agency: ----------------------------------------------------------------------------
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 8
Engineering Function - CPSTL Section 02 – Standard Forms (Contract)
FORM OF AGREEMENT
This AGREEMENT made the ……………...… (day) ……..……………………………
(month) ……………………... (year) between …………………………….………………….
……………………………………………………………………………….…………………
……………………………………………………….. (name and address of the employer)
(hereinafter called and referred to as the “Employer”) of the one part, and ………….……
……………………..…………………………………………………………………………
………………………………. (name and address of the contractor) (hereinafter called and
referred to as “the Contractor”), of the other part:
WHEREAS the Employer desires that the Contractor execute...................................................
.......……………………………………………………………………………………………
…….. (name & identification number of Contract) (hereinafter called and referred to as “the
Works”) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and remedying of any defects therein.
The Employer and the Contractor agree as follows:
1. In this agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract hereinafter referred to.
2. In consideration of the payments to be made by the Employer to the Contractor as
indicated in this agreement, the Contractor hereby covenants with the Employer to
execute and complete the Works and remedy any defects therein in conformity in all
respects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execute
and complete the Works and remedy any defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
In Witness whereof the parties hereto have caused this agreement to be executed the day
and year aforementioned, in accordance with laws of Sri Lanka.
………………………………… …………………………….
Authorized signature of Contractor Authorized signature of Employer
COMMON SEAL COMMON SEAL
In the presence of:
Witnesses:
1. Name and NIC No. : ……………………….………………………………
………………………………………………
Signature: ………………………………………………
Address: ………………………………………………
………………………………………………
2. Name and NIC No. : ……………………………….………………………
………………………………………………
Signature: ………………………………………………
Address: ………………………………………………
………………………………………………
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 9
Engineering Function - CPSTL Section 02 – Standard Forms (Contract)
FORM OF PERFORMANCE SECURITY
(Unconditional)
………………………………………………………………
(Issuing Agency’s Name and Address of Issuing Branch or Office)
Beneficiary: …………………………………………
[ Name and Address of employer]
Date: ………………………………….
PERFORMANCE GUARANTEE NO. : …………………………………………
We have been informed that ………………………...…………………………………………
………………………...……………………………………..………… (Name of Contractor)
(hereinafter called “the Contractor”) has entered into Contract No. ……………...……...……
………………………………………………...…..….. (Reference No. of the Contract) dated
……………………………………………………………………………. With you, for the
……………………………………………. [ name of the contract and brief description of
works](Hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Contractor, we …………………………………………………………
…………………………………………………………………….. (name of the agency)
hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount
of …………………………………………………………. (amount in figures) ……….……
…………………………………………………………………………………………………
…………………………………………………………….. (amount in words) upon receipt
by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation(s) under the Contract, without your needing to prove
or to show grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than the ……………. day of ………………….. 20…….
(insert date, 28 days beyond the intended Completion Date) and any demand for payment
under it must be received by us at this office on or before that date.
……………………………
Signature(s)
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 10
FORM OF ADVANCE PAYMENT SECURITY
………………………………………………………………
(Issuing Agency’s Name and Address of Issuing Branch or Office)
Beneficiary .................................[ Name and Address of employer]
Date: ………………………………….
ADVANCE PAYMENT GUARANTEE NO. : …………………….……………………..
We have been informed that …………………………….………..……………………………
……………………………………………….……………..………… (Name of Contractor)
(hereinafter called “the Contractor”) has entered into Contract No. ………………………….
…………………………………………….….. (Reference No. of the Contract) dated
………………..………. With you, for the ……………………………………………………
[name of contract & brief description](hereinafter called “the Contract”).Furthermore, we
understand that, according to the conditions of the Contract, an advance payment in the
sum……………………………..……. (amount in figures)………………………………………
…………………………………………………………………………………………………
………………….. (amount in words) to be made against an advance payment guarantee.
At the request of the Contractor, we ……………………………………………
…………………………………………………………………….. (name of the agency)
hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount
of …………………………………………………. (amount in figures) …………..…….……
…………………………………………………………………………………………….……
(amount in words) upon receipt by us of your first demand in writing accompanied by a
written statement stating that the Contractor is in breach of its obligation in repayment of the
advance payment under the Contract.
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor.
This guarantee shall expire on ............................................................... (Insert date, 28 days
beyond the expected expiration Date of the contract)
Consequently, any demand for payment under this guarantee must be received by us at this
office on or before that date.
…………………………………….
Signature(s)
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 11
FORM OF RETENTION MONEY GUARANTEE
………………………………………………………………
(Issuing Agency’s Name and Address of Issuing Branch or Office)
Beneficiary .................................[ Name and Address of employer]
Date: ………………………………….
RETENTION MONEY GUARANTEE NO. : …………………….……………………..
We have been informed that …………………………….………..……………………………
……………………………………………….……………..………… (Name of Contractor)
(hereinafter called “the Contractor”) has entered into Contract No ........................ (Reference
No. of the Contract) dated ……………………………….. With you, for the execution of
………………………….…………………[name of contract & brief description of
works](hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, when the
works have being taken over and the first half of the Retention Money has taken certified for
payment, payment of the second half of the Retention Money may be made against a
Retention Money guarantee.
At the request of the Contractor, we ………………………………………………………….
………………………………………….. (name of the agency) hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of ………………..………
…………………………………..………………………………………. (amount in figures)
…………..…….………………………………………………………………………………
………………………………….…… (amount in words) upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Contractor is in
breach of its obligation under the Contract because the Contractor has not attended to the
defects in accordance with the Contract..
This guarantee shall expire, at the latest ................................... (Insert 28 days after the end of
the defects liability period). Consequently, any demand for payment under this guarantee
must be received by us at this office on or before that date.
…………………………………….
Signature(s)
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 12
Engineering Function - CPSTL Section 03 – Condition of Contract
SECTION 03
CONDITIONS OF CONTRACT
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 13
Engineering Function - CPSTL Section 03 – Condition of Contract
CONDITIONS OF CONTRACT
Conditions of Contract that will be applicable for this Contract is that given in section- 3 of
the Standard Bidding Document for Procurement of Works. ICTAD Publication No.
ICTAD/SBD/03, Second Edition, January 2007, published by the Construction Industry
Development Authority (CIDA)
This publication will not be issued with the Bidding Document and Bidder is advised to
purchase it from CIDA.
Conditions of Contract shall be read in conjunction with Schedule provided under Section-5
of the Bidding Document (Volume 2), which shall take precedence over the Conditions of
Contract.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 14
Engineering Function - CPSTL Volume 02
CEYLON PETROLEUM STORAGE
TERMINALS LIMITED
MODIFICATIONS TO 10 NOS LIGHTING
TOWERS AND INATALLATION OF METERED
POWER SUPPLY SYSTEM AT KOLONNAWA
INSTALLATION.
KPK/01/2021
BIDDING DOCUMENT
VOLUME - 02
INVITATION FOR BIDS
SECTION 04 : FORM OF BID AND QUALIFICATION INFORMATION
SECTION 05 : SCHEDULE
SECTION 06 : SPECIFICATIONS
SECTION 07 : BILL OF QUANTITIES AND DAY WORK SCHEDULES
SECTION 08 : DRAWINGS
SECTION 09 : STANDARD FORMS (BID)
CHECK LIST FOR BIDDERS
Employer: Engineer:
Ceylon Petroleum Storage Terminals Limited, Engineering Manager Oil Installation, Kolonnawa, Engineering Function
Wellampitiya Ceylon Petroleum Storage Terminals Limited
Oil Installation, Kolonnawa
Wellampitiya
December 2020
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 15
Engineering Function - CPSTL Invitation for Bids
INVITATION FOR BIDS (IFB)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
MODIFICATIONS TO 10NOS.LIGHTING TOWERS AND INSTALLATION OF METERED POWER
SUPPLY SYSTEM AT KOLONNAWA INSTALLATION
CONTRACT NO: KPK/01/2021
The Chairman, Department Procurement Committee (Minor), on behalf of the Chairman, Ceylon Petroleum
Storage Terminals Limited, Oil Installation, Kolonnawa, Wellampitiya now invites sealed bids from eligible
and qualified bidders for Modifications to 10nos. Lighting Towers and Installation of Metered Power
supply System at Kolonnawa Installation as described below.
Decommission of Existing Lighting System of Lighting Towers, Tracing Underground Cable Fault Location,
Supply and Install 150W, LED, IP65, Flood Lights, Supply and Install Lighting Control Panels, Supply and
Install Yard Power Distribution Boards, Replace the control circuit of lighting control panels, supply & install
junction boxes & underground cables and installing metering power supply boards, excavating trenches& laying
cables as specified in bill of quantities and as directed by Engineer. The Construction period is ninety (calendar
days.
1. Bidding will be conducted through National Competitive Bidding Procedure.
2. To be eligible for contract award, the successful bidder shall not have been blacklisted and shall meet the
following requirements
CIDA registration required
Specialty: Electrical Installation Low Voltage (EI-LV)
Grade: Grade EM4 and above
3. Public Contract Registration
any of the following party who wishes to submit a bid, shall register himself at the department of registrar of
companies www.eroc.drc.gov.lk (e-roc) as per the public contracts act, no. 03 of 1987 for every public contract value
exceeding Sri Lankan Rupees five million (LKR 5,000,000).
1. An agent, sub-agent, representative or nominee must be registered prior to the closing of the bid/tender.
2. If the tender applicant and the tenderer is the same party he must be registered prior to the award of the tender.
However, this registration will be verified by CPSTL at the preliminary evaluation of bids. in case of failure to meet
this legal requirement, the bid shall be rejected.
Contact details of the registrar: department of registrar of companies, "SamagamMedura", no. 400, D R Wijewardena
Mawatha, Colombo 10 / tel.: +94-11-2689208 / +94-11-2689209 / email: [email protected] (contact details may
vary from actuals &CPSTL does not take any responsibility in this regard)
4. Qualification requirements to qualify for contract award include:
a) Average annual volume of construction work performed in last five years shall be at least Rs. 50.42 million.
b) Audited financial report for last 3 years to be submitted.
c) Schedule of Key Personnel
i) 01 Technical officer - NDT (Electrical) or above with more than five years experience in similar
works.
5. Interested bidders may obtain Interested parties may refer the bidding document (only for viewing purpose) and
obtain necessary information through the website www.cpstl.lk .
The bidders who are eligible to quote the tender, could obtain the original bidding documents (full set) on
submission of a written request (the request letter shall be on the company letter head and signed by an
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 16
Engineering Function - CPSTL Invitation for Bids
authorized person) via an email to [email protected] during working days from 0900 hrs. to 1400 hrs, from
Tuesday 05th January 2021 till Monday 18th January 2021. Considering bidder’s request, Manager
Procurement, CPSTL may issue the consent via email for depositing the non-refundable bidding document
fee Rs.2,000.00.
On receipt of non- refundable bidding document fee to CPSTL account, bidding documents (full set) will be issued by
Procurement Function via email.
6. Bids shall be submitted on the bidding document obtainable from Procurement Function and duly filled bidding
documents may be sent by post/courier under registered cover or sealed cover to reach the Chairman, Department
Procurement Committee, C/o Manager Procurement, Ceylon Petroleum Storage Terminals Limited, Procurement
Function, 01st Floor, New Building, Oil Installation, Kolonnawa, Wellampitiya or could be deposited in the tender box
kept at the main entrance of CPSTL, on or before 1400 hrs. on Tuesday 19th January 2021.
In case the bidders are unable to submit the original bids as above, they could submit the scanned copy of the duly
filled bidding documents in pdf format via email to [email protected] to reach on or before 1400 hrs. on Tuesday
19th January 2021, subject to following conditions.
1. Submission of the bid via email is at own discretion of the bidder.
2. The title and the closing date of the tender shall be indicated as the subject of the email.
3. Size of an email (with attachment) shall be limited to the maximum of 20 MB. In case the size of an
attachment exceeds 20 MB, the bidder is requested to split the attachments and send as separate emails
(i.e. 01 of 03, 02 of 03 etc.,).
4. Do not CC/BCC to any other official/personal email IDs of CPSTL staff. Bids sent to any other email
IDs are strictly not entertained.
5. However, the original bid shall be sent to CPSTL prior to finalize the technical evaluation.
Bids will be closed at 1400 hrs. on Tuesday 08th December 2020 and will be opened immediately thereafter at the
office of Manager (Procurement). Due to the prevailing COVID-19 pandemic situation in the country, the authorized
representatives of the bidders may allow to participate / witness the tender opening procedure via video conferencing
method.
7. Bids shall be valid up to 06.04.2021.
8. All bids shall be accompanied by a Bid Security of Rs. 85,000.00 (Rs. Eighty Five Thousand) from a
reputed commercial bank and shall be valid up to 04.05.2021.
Chairman,
Department Procurement Committee (Minor),
Ceylon Petroleum Storage Terminals Limited,
Kolonnawa. Wellampitiya
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 17
Engineering Function - CPSTL Section 04 – Form of Bid and Qualification Information
SECTION 04
FORM OF BID AND QUALIFICATION
INFORMATION
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 18
Engineering Function - CPSTL Section 04 – Form of Bid and Qualification Information
FORM OF BID
Name of Contract: Modifications and to 10nos. Lighting Towers and Installation of
Metered Power Supply System at Oil Installation, Kolonnawa
To: Ceylon Petroleum Storage Terminals Limited,
Oil Installation, Kolonnawa, Wellampitiya
Gentlemen,
1. Having examined the Conditions of Contract given in the Standard Bidding Document-
Procurement of Works[(ICTAD/SBD/03-Second Edition January 2007]Schedule,
Specifications, Drawings and Bill of Quantities and Addenda for the execution of the
above named Works, we/I the undersigned, offer to execute and complete such Works
and remedy any defect therein in conformity with the said Conditions of Contract,
Specifications, Drawings and Bill of Quantities and Addenda for the sum of Sri Lanka
Rupees ………………………...……………… ………..…………………………………………...………………………….……………
………….. ………………...……………………………………………… (SL Rs.
………………..………….) or such other sums as may be ascertained in accordance with
the said Conditions.
\
2. We/I acknowledge that the Bidding Data form part of our Bid.
3. We/I undertake, if our Bid is accepted, to commence the work as stipulated in the
Contract data and complete the whole of the Works comprised in the contract within the
time stated in the Contract data.
4. We/I agree to abide by this Bid for the period stated in the Sub-Clause 15 of Instruction
to Bidders or any extended period and it shall remain binding upon us and may be
accepted at any time before the expiration of that period.
5. Unless and until a formal Agreement is prepared and executed this Bid, together with
your written acceptance thereof, shall constitute a binding contract between us.
6. We/I understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this…………day of………..20… in the capacity of ............................................... duly
authorized to sign tenders for and on behalf of…………………….…………………………..
…………………………………………………………………………………
(IN BLOCK CAPITALS)
Signature : ……………………….……………………………
Name : …………………………….………………………
Designation : ……………………….……………………………
Address :…………………………….……………………….
Witness : 1. …………………………… 2. ……………………..
(Name & Signature)
Address : ………………………… ………………………
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 19
Engineering Function - CPSTL Section 04 – Form of Bid and Qualification Information
Qualification Information (To be completed and submitted by the bidder, with the Bid)
Eligibility Requirement Bidder’s Qualification
CIDA Registration
Registration number (attach copies of relevant
pages from the registration book)
Grade EM4 above
Specialty Electrical Installation Low
Voltage (EI – LV)
Expiry Date
Blacklisted Contractors
Have you been declared as a defaulted contractor by NPA or any
other Agency? (Yes/No)
IF yes provide details
IF yes provide details
VAT Registration Number
Construction Program ( attach as annex)
Legal status (attach relevant status copies, as annex)
Audited financial statements
at least for the period of past 2 years
(attach relevant report copies, as annex)
Value of similar works
completed in last 5 years
(indicate only the three
largest projects)
1. Value Year ……………..
2. Value Year …………..
3. Value Year …………….
(attach copies of Certificate of Completion etc., as annex)
Eligibility requirement Bidders qualification
Qualification and experience
of Key staff
Category
Experience and
Qualifications
Required
Nos.
Proposed by bidder
(Name, experience and
Qualifications)
1
2
3
Major items of construction
equipment proposed
1. Type Capacity ………………
2. Type Capacity ………………
3. Type Capacity …………….....
Other information requested
under ITB Clause 4.1
Signature of the Bidder:……………………………….
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 20
SECTION 05
SCHEDULE
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 21
ITB
Clause
Conditions
of
Contract
Clause
Schedule
Item Data
1. 1.1.8 Employer is : Name : Ceylon Petroleum Storage Terminals
Address : Oil Installation,
Kolonnawa, Wellampitiya
1.1.10 Engineer is : Name : Engineering Manager
Address : Ceylon Petroleum Storage Terminals
Limited,
Oil Installation,
Kolonnawa, Wellampitiya
1&13 1.1.21 Summary of
Works
Removal of Existing Light fittings from Lighting
Towers, Tracing Underground Cable Fault Location,
Supply and Install 150W, LED, IP65, Flood Lights,
Supply and Install Lighting Control Panels, Supply and
Install Yard Power Distribution Boards, Replace the
control circuit of lighting control panels, supply &
install junction boxes & underground cables and
installing metering power supply boards, excavating
trenches & laying cables as specified in bill of quantities
and as directed by Engineer. The Construction period is
ninety (90) calendar days.
Location: Oil Installation, Kolonnawa.
Contract Name: Modifications to 10nos. lighting Towers
and Installation of Metered Power Supply System at oil
installation, Kolonnawa.
Contract No. KPR/01/2021
1. 1.1.14 Intended
Completion Date
Intended Completion Date is ninety (90) calendar
days from the start date.
2. Source of Fund The source of funds is Ceylon Petroleum Storage
Terminals Limited
3. Eligibility The Requirement is
CIDA registration
Specialty: Electrical Installation – Low Voltage
Grade: EM4 and above
12. Documents of the
Bid
Any other information…………………….
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 22
13. 10.10 Price Adjustment The Contract is not subject to price adjustment.
16.
Bid Security The amount of Bid Security shall Rs. 85,000.00 from a
reputed commercial bank.
The Bid security Guarantee should be in one of the
following forms
a. A receipt for cash deposit paid to the
Accountant, Ceylon Petroleum Storage
Terminals Limited, 1st Floor, New
Administration Building, Oil Installation,
Kolonnawa in favor of the name of the
Chairman, Ceylon Petroleum Storage Terminals
Limited.
b. A guarantee from a commercial bank approved
by the Central Bank of Sri Lanka operating in
Sri Lanka or construction guarantee.
The format of the Bid Security (unconditional
guarantee) included in Section 9, Standard Forms.
The validity of Bid Security shall be till 04/05/2021
31. 4.4 Performance
Security
Amount of Performance Security required is 5 % of
the Initial Contract Price.
The form acceptable for the Performance Security
(unconditional) included in Section 2, Standard Forms
(contract). The Performance Security shall be valid and
kept alive for 28 days beyond the intended Completion
Date of the project, and shall be a guarantee from a
commercial bank approved by the Central Bank of Sri
Lanka operating in Sri Lanka.
6.4 Late Completion The amount to be paid is Rs. 1/600thof Initial Contract
Price per Day, subjected to maximum of 10 % of Initial
Contract Price.
8.1 Notification of
Defects
The period for Defect Notification is 365 Days from
Taking Over.
10.3 Retention The amount of retention is 10% of certified work done.
The maximum amount of retention is 5% of Initial
Contract Price.
Minimum amount
of Interim
Certificates
Rs 1,000,000/=
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 23
10.12 Advance Payment Amount of advance payment shall be 20% of initial
contract price (less provisional sums and
contingencies).
Upon the payment of the advance payment in full the
Employer shall return the original of the advance
payment guarantee to the Contractor.
No advance payment will be made in respect of
constructional plant.
13.1(c) Insurance, third
party
Minimum amount for third party insurance is Rs.
1,000,000.00
13.1 Insurance for
contractor’s
Personal
Minimum amount for Insurance for Contractor’s
Personnel is Rs. 1,000,000.00
33. 1.1.11
14.0
Adjudicator
Resolution of
Disputes
CPSTL does not propose any adjudicator in case of any
dispute an adjudicator shall be appointed by the
appointing authority, who shall be the Construction
Industry Development Authority (CIDA)
Fees and types of reimbursable expenses to be paid to
the Adjudicator shall be on a case to case basis and
shall be shared by the contractor and the Employer.
50% by the Employer and 50% by the Contractor
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 24
PARTICULAR APPLICATION INCLUDING GENERAL NOTESFOR ICTAD
CONDITIONS OF CONTRACT
Clause 2.3: ENGINEER’S INSTRUCTIONS
This shall be read in conjunction with Clause 2.3 of General Conditions of
Contract.
a) Any additional detail drawings issued to the contractor to assist him in
his work during the course of construction shall not constitute a variation
if it is given for purpose of clarity.
b) The entries made in the Log book maintained at the site is taken as
sufficient notice to the contractor in such matters necessary for the day
to day execution of work.
Clause 4.2: CONTRACTOR’S REPRESENTATIVE
This shall be read in conjunction with Clause 4.2 of General Conditions of
Contract.
The contractor or his representative must be on the work during all working
hours. The instructions given by the Engineer or the Engineer’s representative to
this representative in the absence of the contractor shall be considered as given
to the contractor himself.
Clause 6.1 EXECUTION OF THE WORKS
This shall be read in conjunction with Clause 6.1 of General Conditions of
Contract.
a) Working hours
i. Normal working hours of CPSTL from Monday to Friday is
from 0730 hrs. to 1645 hrs.
ii. .In the work program Saturday also can be considered as a
working day from Monday to Friday up to 1800 hrs also can
be considered as a working hour by the contractor. But to work
on Saturday and up to 1800 hrs the contractor is required to
obtain prior permission since the offices are normally closed
on Sundays after 1645 hrs.
iii. However, working on Statutory holidays, Sundays and after
1800 hrs. on working days will not be permitted.
iv. Provided always that provision of above iii shall not be
applicable in the cause of any work which it is customary to
carry out, outside normal working hours by rotary or double
shifts
Clause 6.2: PROGRAMME
With reference to Clause 6.2 of General Conditions of Contract and additional
to it, the programme of work shall be submitted within 14 days after receipt of
letter of award.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 25
Contractor should arrange his work in such a way that it will not interfere the
day to day operational work of the Oil Installation, Kolonnawa.
There shall be provisions made in the programme of work to cater for the acts
and risks beyond control as stated in the conditions of the contract.
Contractor shall change this sequence of work,
a) On the approval of the Engineer and if it is not affected to day to day
operational activities of the Oil installation, Kolonnawa.
b) If Engineer is instructed to change the sequence of work due to
unavoidable reasons.
SCHEDULE OF KEY PERSONAL
Minimum persons with qualifications and experience to be defined,
Designation Academic Qualification Experience
Technical Officer / NDT (Electrical) or above 5 years
Work Supervisor
Clause 10.0: CONTRACT PRICE AND PAYMENT
With reference to Clauses 10.1, 10.2, 10.3 of General Conditions of Contract,
the contractor shall follow the directions of the Engineer for submission of
monthly statements
Clause 12.1: CONTRACTOR’S CARE OF THE WORKS
This shall be read in conjunction with Clause 12.1 of General Conditions of
Contract.
The contractor should strictly adhere to the security and safety regulations
imposed by the security and fire & safety Functions of the Ceylon Petroleum
Storage Terminals Ltd, and all required precautions should be taken not to
endanger the personnel and property in the course of execution of contract. The
contractor also shall take all necessary precautions to avoid interference with the
operations of Ceylon Petroleum Storage Terminals Ltd, proximity to the work
site for the fire and safety operation, etc.
Contractor shall not sell or otherwise dispose or remove except for the purpose
of this contract, sand, stone, clay, ballast, earth, rock, or other substances or
materials which may be obtained from any excavation made for the purpose of
this contract or any buildings or produce upon the site at the time of the delivery
or the possession of the land , but such substances, materials, buildings, and
produce shall be the property of the Client provided that the contractor may,
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 26
with the permission in writing of the Engineer, use the same or any of them for
the purpose of the works.
The Contractor shall exercise due precautions to avoid any damages. Damages
if any shall be rectified at the contractor’s own cost.
ADDITIONAL CONDITIONS OF CONTRACT
Clause A1 : LATRINES
Contractor’s workmen shall be forbidden to spoil the site. Contractor therefore
shall provide at his own expense all necessary latrines and sheds for the use of
the workmen at a position approved and maintain same clean in sanitary
condition and clear away and leave the site perfectly clean on completion of the
works. The Contractor shall at all times comply with all by laws and
requirements of the local authorities regarding sanitation.
Clause A2 : BONUS FOR COMPLETION
There shall be no bonus applicable to this contract.
Clause A3 : EQUIPMENT AND PLANT AND MATERIAL
a) EQUIPMENT AND PLANT - Unless otherwise specified the contractor shall
furnish all necessary and suitable equipment, plant (Such as welding machines,
air compressors, cranes, compactors, breakers, excavators, transporting
vehicles, concrete cutter & other rigging equipment, jacks, scaffolding
material & planks, fire blankets & fire barrier materials and tools where
necessary.), testing & installation equipment (such as Insulation testers, Earth
Testers, Cable Tracers, Power Quality Analysers., Multi meters, Clamp
Meters, lux level meters, Data cable testers and other instruments to perform
necessary inspection and testing.) and labour of all description for the safe,
speedy and workmanlike execution of all works entrusted to him and the
Engineer shall have power to order amendment to all or any of such equipment
etc. If he feels that it is inadequate or unsuitable.
b) REMOVAL OF MATERIALS - Any materials removed from existing
Building or works during additions, improvements, demolitions, alterations, etc.
Are to be carefully stacked at the site and are to be handed over to the Engineer.
The contractor will be held responsible for, in the event of any such material
being lost, or misplaced, and the contractor must refund to the Employer the
value of such missing materials valued at current rates or prices.
C) FIRE & SAFETY - Contractor shall obtain Ceylon Petroleum Storage
Terminals ltd, Fire & Safety Department’s approval for excavation and hot
work, and adequate precautions are taken not to pollute the environment
during sand blasting and painting or any other environmentally hazardous
work.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 27
Clause A4: FIRE & SAFETY
The Construction works shall be carried out subject to appropriate Fire and
Safety regulations provided by the Fire and safety Department of CPSTL and
in the absence any recognized codes and practices which shall be approved by
the Engineer.
Clause A5 : WATER
Water supply connection from source has to be obtained by the contractor
during the period of construction. Water for the construction, curing and other
purposes has to be supplied by the Contractor at his own expense.
It would be the contractor’s responsibility to ensure a continuous supply of
water for the work during the construction period at his own cost and
obtaining necessary connections including internal plumbing necessary
equipment etc. In the case of a shortage of water for the work the contractor
shall ensure that adequate water supply is maintained for the work through
other means, and at own expense
Clause A6 : ELECTRICAL POWER
Electricity supply has to be obtained by the contractor during the period of
construction and electricity for the construction has to be supplied by the
Contractor at his own expense.
It would be the Contractor’s responsibility to ensure a continuous supply of
electricity for the work during the course of construction at his own expense
and obtaining the necessary connections. In the case of breakdown of power
supply during working hours the Contractor shall ensure that electricity is
provided for the work through other means, and at his own expense
Clause A7 : SECURITY
Selected contractor shall get the entry permission and shall follow the security
regulations of the Ceylon Petroleum Storage Terminals Limited (CPSTL). It is
very important to produce police clearance certificate to obtain security
gate pass.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 28
GENERAL NOTES
A.02 : INSPECTION OF SITE AND NATURE OF THE WORK
Bidders are advised to visit the site to acquaint themselves with all existing
conditions, and the type of work to be done under this contract as no claims will be
entertained on the plea of want of information due to negligence of their part in this
regard.
Particular attention shall be paid to the following:
(01) Extent and nature of the work to be done
(02) Site Conditions
(03) Storage facilities
(04) Transport Facilities including site access.
(05) Working conditions
(06) Limitation of working time
(07) Strength and stability of the existing structures
(08) Access to the location
(09) Ground water table
(10) Weather during construction period
(11) Details of soil strata and nature of ground
(12) Availability of existing services at the vicinity of the proposed work.
(13) Effect to the existing structures due to the proposed work.
(14) Transporting handling and re-handling of materials etc.
(15) Capacities and type of equipment to be used
(16) Security requirements to be adhered.
The Rates for all items shall be inclusive of the following:
1. Unless otherwise specified providing all materials, labour, services,
machinery, tools and other means of construction including contractor’s
overheads and profits.
2. Unless otherwise specified providing, all holes, chasings etc. as directed by
the Engineer for electrical and all other services and making good the same as
and when such installations are provided.
3. Providing sample, tests, specimens etc., for such items of work as required by
the Engineer.
4. All necessary scaffolding handling of materials whether specifically
mentioned or not in the respective items (and other temporary works etc.
shoring and formwork).
5. All builder’s work in connection with Mechanical and Civil constructions
unless otherwise specified.
6. All cost for mobilization and de-mobilization.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 29
A.03 : TAXES AND LEVIES
Rate for all items in Bill of Quantities and Day work schedules should not be
included the VAT and any other Tax or Levy. VAT Registered Number shall be
mentioned at the grand summary of Bill of Quantities.
A.04 : ANALYSIS OF RATES
Contactor shall submit an analysis of rates for any item or items if called upon to do
so by the Engineer in an event of a dispute. The Engineer’s assessment will be the
final.
A.05 : SAMPLES
Rates of all items shall be inclusive of providing samples, when requested by the
Engineer for the approval. No extra payments will be allowed for submission of
samples and for samples rejected by the Engineer.
A.6 : DIMENSIONS
All dimensions for the items stated in this Bill of Quantities, Drawings and
Specifications should be checked at the site by the Contractor prior to commencing
all such work. In the event of any discrepancies, the Contractor is advised to inform
the Engineer for necessary instructions, well in advance prior to commencing
ordering, fabrications etc. of such items.
A7: DAYWORK SCHEDULE
Bidders are requested to quote for items listed in this section. In the event of a
variation to the contract sum the rate for such variations shall be based on these
schedules of rates.
A8. : DISTURBING OPERATION
Prior to foreseeable and planned possible disturbing operations, the contractor shall
discuss the same with the Owner and/or Engineer. Claims will not be considered if
this has not been done.CPSTL shall release all the related electrical systems for
installation work in a manner such that minimum disturbance to the operational
activities of CPSTL.
A.9 : DEVIATION FROM STANDARD METHOD OF MEASUREMENT
The items in the Bill of Quantities have been measured generally according to the
STANDARD METHOD OF MEASUREMENTS - SLS 573 (1999)
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 30
SECTION 06
SPECIFICATIONS
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 31
SPECIFICATIONS
The works under this contract shall be executed in accordance with the Specifications given
in the following documents issued by the Institute for Construction Industry Development
Authority (CIDA), “Savsiripaya”, 123, Wijerama Mawatha, Colombo 7.
Publication No. Description
SCA/4/I Specifications for Building Works (Vol. I)
Third Revision, July 2004
SCA/4/II Specifications for Building Works (Vol. II)
Second Revision, Oct 2001
SCA/8 Specification for Electrical and Mechanical Works
associated with Building and Civil Engineering,
Sri Lanka, Second Edition, August 2000
It is implied that the eligible Bidders are fully acquainted with the above Documents and
therefore, those will not be issued to the Bidders under This Tender.
However Bidders may purchase the same if necessary, from CIDA, “Savsiripaya”, 123,
Wijerama Mawatha, Colombo 7.
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 32
6.1. Contractor’s Scope of Supply and Scope of Works
6.1.1. General
6.1.1.1. The scope of supply and scope of work of the contractor is defined in
general and shall include the following, but not limited to the same. The
Bidder shall also carry out all the related work that are not listed in this
document, but required for completion of the entire work as specified in
this Bidding Document.
6.1.1.2. The Contractor shall procure of all material, equipment, machinery, tools,
consumables etc. necessary for completion of above works. Loading,
handling and transportation from supply point / store at work site /
Contractor’s store as per the requirement of the job.
6.1.1.3. The Contractor shall carryout site cleaning, temporary site office and other
facilities for the contractor’s personal, during the contract period,
mobilization and demobilization work.
6.1.1.4. CPSTL shall assist the contractor in identifying all the existing electrical
related system configurations, appropriate locations to install Power
Distribution Boards, switchgears, control gear, Lamp posts, light fittings
and cable installation paths.
6.1.1.5. Bidders are specifically cautioned to the following minimum
considerations, which will be reviewed by the Engineer prior to
approving any equipment, materials, item of equipment or assembly of
construction.
1) Full conformity with engineering design criteria, design concepts and
performance requirements.
2) Physical dimension requirements to satisfy the space limitations.
3) Static and dynamic weight limitations.
4) Interchangeability of parts and components.
5) Accessibility for preventive maintenance, possible removal and
replacement.
6) Compatibility for preventive maintenance, possible removal and
replacement.
7) Compatibility with other materials, assemblies and components.
8) Full compliance with all applicable test requirements.
9) Full compliance with guarantee requirements.
6.1.1.6. Quality of Material and Equipment
The Contractor shall supply all equipment, material and accessories to be
used under the scope of this contract with a proven quality.
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 33
6.1.1.7. Safeguarding the Materials and Equipment
CPSTL shall not be responsible for theft, damage or loss of any of the
materials and equipment during the installation. Equipment shall be
covered and protected against dirt, water, moisture, sand and chemical or
mechanical injury. Upon completion of all works the materials and
equipment shall be thoroughly cleaned, adjusted and tested to demonstrate
its proper operation to the Engineer. All materials and equipment shall be
properly and adequately protected by the contractor before, during, and
after installation. Material or Equipment damaged due to inadequate
attention of the Contractor shall not be accepted and Engineer reserves the
right to request replacements for such equipment at the handing over. It is
the responsibility of the Contractor to clean the installation at close of
work every day and also to hand over a clean and neat installation at
completion.
6.1.1.8. As-Built Drawings and Single Line Diagrams
The Contractor shall maintain a complete set of Single line diagrams of all
type of the electrical systems and as built drawings at the site on which
details shall be marked exact locations of all installations complete with
dimensions. The termination and equipment layout shall be marked during
the installation and the Contractor shall obtain the approval of such
sketches and hand over to the Engineer.
6.1.1.9. Submission of soft copies and hard copies of design reports/calculations, as
built drawings, reports and required documents in English language as
directed by the Engineer. Drawings to be submitted in ACAD (dwg)
format.
6.2. MODOFICATIONS TO 10 Nos. LIGHTING TOWERS
6.1.2. Decommissioning and Demolition Work
6.1.2.1. Contractor shall identify details of existing outdoor lighting tower system, including all
the lamp poles, Lamp Fittings, Cables, Switchgears, Junction Boxes, control gears,
switchgears and associated systems to be decommissioned and remove including the
following
Contractor shall dismantle and remove:
• Existing 400W HID Lights and switchgears mounted on Top of the 10Nos
Lighting towers. Caged ladders and platforms are fixed on towers for access.
• All the associate existing mounting brackets, terminal bars, glands and lugs.
• Existing Yard Power Distribution Panel
• Removed faulted underground feeder cables.
The removed items shall be separately placed in corrugated carton boxes, labelled
and transported to the Main stores at Oil Installation, Kolonnawa.
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 34
6.1.2.2. Contractor shall repair any damages to the existing civil structures, such as pavements,
brick walls, electrical and/or plumbing systems in operation, which may occur during
execution of the contract.
6.1.3. Light Fittings
Contractor shall supply and install IP65, 150W LED Flood Lights as per
clause, and 07 “System Details” to ensure minimum illumination level of 05
lux is maintained at 60 meters distance from the lighting tower. Minimum 08
Nos of Lights shall be installed on top of each tower (08 x 10 = 80Nos). A
suitable mounting bracket to fix the lights shall be designed, fabricated,
supplied and installed by the supplier.
6.1.4. Pole Bottom Power Panel
Pole Bottom Power Panels shall be supplied and fixed at the bottom of the
each of the 10Nos Lighting Towers to switch ON and OFF each of the lights
manually. The general arrangement of the panel shall be as per the attached
“Drawing: 1610”. Contractor shall fabricate and install suitable mounting
frame using hot dip galvanize iron, for each of the Operating Panel.
6.1.5. Yard Power Distribution Panel
Yard Power Distribution Panels”DB-LT-Z1 (as per Drawing: 1610-1) and
DB-LT-Z2 (as per Drawing: 1610-2); shall be supplied and fixed at the Tank
Farm Yard to distribute power to Pole Bottom Power Panels. A suitable
freestanding mounting frame, with a concrete pedestal, fabricated from hot
dip galvanized iron, shall be supplied and installed to mount the power
distribution panel.
6.1.6. Lighting Control Panel
Contractor shall repair existing Lighting Control Panels (02 Nos) at the
MCC-1 and MCC-2 Rooms. Contractor shall remove the existing faulted,
switchgears, contactors, timers, indicators, push buttons and selector
switches, including internal wiring. Contractor shall supply and install
control and power system as per the single line diagram “Drawing: 1610-3”
in the attachment.
6.1.7. Earth Bonding System.
The frames of Pole Bottom Mounting Panel, and each of the lights shall be
bonded to lighting tower using 16Sq.mm Earth bonding cables.
The existing Earthing system of the lighting towers shall be improved by
driving an additional copper rod. The New copper rod and the existing earth
shall be connected by 25mmx3mm Copper tape using A Clamps. And the
Earth electrodes shall be bonded to the lighting tower through a test link box
mounted at the bottom of the tower. The Earth electrode shall be bonded to
the tower using 25mmx3mm Copper tapes. All the connection shall be made
from brass nut and bolts.
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 35
6.2. Rectification of Faulted Feeder Cables.
Multiple sections of the underground feeder cable, feeding to 10 nos lighting towers from
MCC panels is faulted. Contractor shall trace the faults of the feeder cables (Using Ceylon
Electricity Board Cable Fault Pin Pointing Machine or equivalent) and provide a report to the
Engineer on the number of faulted sections and the length. Contractor shall excavate the
faulted cable sections and remove the cables, replace with new cables and connect to the
system using out door type free standing junction boxes. Contractor shall re-fill the trench with
100mm thick sand bedding, re – install the removed cable tiles, lay the yellow colour warning
tape, back fill the trench with soil and compact to the ground level using plate compactor.
6.3. Installation
(a) General
The Contractor shall carefully investigate the present power distribution system configuration
including the site condition. Contractor shall supply and install all the necessary cables, cable
trays, brackets, frames. If the site condition requires the cables to be laid underground, steel
wire armoured cable shall be installed. The total installation shall conform to 17th Edition of
IET wiring regulations (BS 7671:2008)
(b) Power shutdowns
Contractor shall provide power shut down durations required for termination and
commissioning of the equipment to the engineer. CPSTL will arrange power shut downs for the
requested durations with minimum interruption to the operational activities. Contractor shall
deploy his installation and commissioning team accordingly (the schedule may include non –
operational hours in working days and non – operational days).
(c) Verification of Dimensions
Contractor shall visit each site for inspection prior to commencement of installation to identify
the requirements. The Contractor shall check all drawings and the site conditions to familiarize
himself thoroughly with all details of the work and working conditions and verify all
dimensions in the field; and shall advise the Engineer/Consultant on any discrepancy or
deviation. It is contractor responsibility to incorporate any discrepancies or deviations in their
bids separately. The Contractor shall wait for judgment and explanation in writing from the
Engineer/Consultant before performing any variation work.
6.4. Codes and Standards
All equipment, materials and workmanship shall be in conformity with relevant and
applicable British Standards and codes of practice where available and currently valid.
The total installation shall conform to 17th Edition of IET wiring regulations (BS 7671:2008)
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 36
6.5. Inspection and Testing
The Contractor shall perform all tests as directed by the Engineer/Consultant at their own cost.
All labour materials and equipment required for tests shall be provided by the Contractor at no
extra cost. Defective equipment, materials and workmanship shall be replaced, repaired or
corrected by the Contractor and re-tested and re- demonstrated for proper operation.
6.6. Warranty
Bidder shall provide a minimum 01 year System Warranty Certificate against manufacturing
defects, workmanship and performance of the lighting towers. Any defects, system
breakdowns and performance failures shall be rectified and restored by the contractor through
the principal/local agent, under at his cost under the warranty period.
6.7. Annual Maintenance Contract
Contractor shall provide a draft of the proposed Annual Maintenance Contract (AMC) to
attend repairs and emergency breakdown of the lighting towers. The contract shall cover
general break downs such as replacement of lights, control gears, switchgears, fuses, cables and
repairs to mounting brackets and earthing system. The cost of the AMC shall be provided.
6.8. Site Safety
Contractor shall pay a special attention to working with electricity and at elevated heights.
Only qualified electricians who are fit to work at elevated heights shall be assigned to work at
the site. Personnel at the site shall ware all the required safety gears and Personnel protective
equipment including Hard Hats, Safety belt and harness, insulated gloves etc.
7. SYSTEM DETAILS
7.1. Light Fittings
Product Type : LED Flood Light
Voltage : 230V +/- 10%
Frequency : 50Hz +/-2%
Wattage : 150W (Minimum)
Lumens : 15,000 Lumens (Minimum)
LED Chip Set : Minimum 03 Nos of 50W Chipsets shall be available
Driver Circuit : Separate Driver Circuit Shall be available to each of
the Chip Set
Beam Angle : 120 degree
CCT : 6000K
Life Span : 50,000 Hours (Minimum)
Degree of Protection : IP65
Housing : Die cast Aluminium Alloy
Finish : Powder coated.
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 37
7.2. Power Panels
7.2.1. Enclosure
Type : Powder Coated Metal Enclosure
Dimensions : Power & Control Panels
300mm x 400mm x 150mm (Height x Width x Depth)
: Junction Boxes
200mm x 200mm x 150mm (Height x Width x Depth)
Material : Electro Zinc Coated Sheet Steel (1.4 mm Panel, 2.0
mm Frame)
Surface Finish : Powder Coated
Construction : Hinged Door, Roof Cover, Rubber Gasket, Metal Key
Lock, Gland Plate, Mounting Plate and Cover Plate.
Model : Form 2a
Standard : Conforming to edition 4.1 or latest EN/IEC Standard
EN/IEC 60439-1 low voltage switchgear & control gear
assemblies
Mounting Brackets & Stands : Hot dip Galvanized Iron brackets made of
25mmx2mm 90 angle iron. A suitable mounting bracket shall be
fabricated for the pole top power panels. The free
standing bracket for Yard Power distribution boards
and Junction Boxes shall have a height of 900mm and
the frame shall be fixed to the ground using suitable
concrete pedestal.
Configuration : Pole Bottom Power Panels -As per Drawing: 1610
: Yard Power Distribution Panels – As per Drawing: 1610-1 and
1610-2 with front mounted Operation Handle
: Junction Boxes – As per Drawing: 1610-4
Legend Plates : Pole Bottom Power Panels –
“DB-LT-Z1-01”, “DB-LT-Z1-02”, “DB-LT-Z1-03”,
“DB-LT-Z1-04”,“DB-LT-Z1-05”,“DB-LT-Z1-6”,
“DB-LT-Z2-01”,“DB-LT-Z2-02”,“DB-LT-Z2-03”,
“DB-LT-Z2-04”
: Yard Power Distribution Panel –
“DB-LT-Z1”, “DB-LT-Z2”
: Junction Boxes –
“JB-LT-01” , “JB-LT-02”, “JB-LT-03” ,“JB-LT-04”
,“JB-LT-05” ,“JB-LT-06”
7.2.2. Timers
Type : Electronic
Voltage : 230V +/- 10%
Frequency : 50Hz +/-2%
Program : 24Hour Daily Program
Shortest Switching Time : 30 Minutes
Mounting : DIN Rail
AC Switching Capacity : 10A, 250V
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 38
7.2.3. Switchgears
MCBs, RCCBs and Isolators shall comply with relevant IEC/EN standards..
7.2.4. Cables
Type : 25 Sq.mm Cu/XLPE/SWA/PVC or 35 Sq.mm
Cu/XLPE/SWA/PVC
Cores : 04 Core
Nominal Voltage : 600V/1000V
Standard : BS 5467
Insulation : 90⁰ C rated XLPE Compound
Sheathing : PVC Compound
Conductor : Soft Annealed Stranded Copper Wires
Packing : On Wooden Drums
7.3. Earth Termination System
The earth termination consists of earth rods and interconnecting tapes. The earth rods
shall be 20 mm dia, 3 m length Cu cladded steel rods. The resistance value of each earth
termination system shall be 10 ohms or less. The new earth electrode shall be installed
at a distance of 6 meters away from the existing earth electrode
Each earth conductor and rod connection shall be housed in a proprietary concrete pit in
order to facilitate inspection. The pit shall be complete with a lid and the assembly shall
be installed flush with ground level. The Earth Electrodes shall be interconnected
through a 25mmx3mm high conductivity copper conductor to the existing earth system
of the tower in order to achieve an equipotential earth network.
The copper tape from the electrodes shall be terminated at an oblong test clamp
mounted inside a PVC inspection box on the tower. The tower shall be connected to the
test clamp using a 25Sq.mm Cu Earth cable or tape.
Bronze nut and bolts shall be used
7.4. Operational and maintenance staff training
Contractor shall provide a training of operational and maintenance for the Operational and
Maintenance staff of CPSTL at the site.
Engineering Function – CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 39
9.0. INSTALLATION OF METERING POWER SUPPLY SYSTEM
9.1. INSTALLATION OF PANEL BOARDS
I). Identification of appropriate locations to install the Metering Power Supply
Boards as per the drawing: 1610-5 and obtaining the approval of the Engineer.
II). Installation of Metering Power Supply Boards at the identified location with a
suitable concrete pedestal.
III). Identification of the appropriate switch room locations to install Enclosures with
63A, 4P, MCCB as the “Isolation Breaker” and obtain approval of the Engineer.
IV). Installation of the “Isolation Breaker” at the approved locations, wall mounted
with appropriate Galvanized iron brackets.
V). Supply and installation of 4 core 35sq.mm. Cu/XLPE/SWA/PVC feeder cables
from the switch room bus bar to “Isolation Breaker” in GI conduits with all the
necessary glands, lugs and accessories and termination.
9.2. INSTALLATION OF FEEDER CABLES
I). Identification of possible cable routes and required cable lengths to lay the feeder
cables form the “ Isolation Breakers” to the Metering power supply Boards and
obtaining the approval of the Engineer.
II). Supply of 4 core 35 sq.mm CU/XLPE/SWA/PVC cables as per the approval of
the engineer.
III). Contractor shall arrange through holes and cut concrete pads if situated along
The cable route and made them good after completion of the installation.
IV). Transportation of the feeder cable to be the site.
V). Installation of the 04 core 35Sq.mm CU/XLPE/SWA/PVC cables using GI
conduits
VI). Termination at all the panel board ends with proper glands and lugs.
VII). Testing for insulation resistant and continuity.
VIII). Energizing and phase sequence test.
9.3. After the power cable installation is complete, the entire installation shall be tested
with 500V insulation resistance testers and following reading established.
9.3.1 Continuity on all phases
9.3.2 Insulation resistances between conductors, conductors and ground.
9.3.3 All the test reports, commissioning reports, warranty certificates, Annual
Maintenance Contract proposals. Datasheets, catalogues and As Built Drawings shall
be handed over to the Engineer at the end of the project.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 40
PARTICULAR APPLICATION
1.0 EXCAVATION
The excavation for the work shall be only started after issuing of excavation permit
by CPSTL. Adequate precautions shall be taken to avoid any structural deformation
to the adjoining structures during excavation during back filling and compaction for
the new construction. Necessary precautions to be taken not to damage underground
product lines, power, signal cables, water lines etc.
2.0 CUTTING
The cutting for the new construction shall be only started after issuing of hot work
permit by CPSTL. Adequate precautions shall be taken to avoid any accident.
3.0 ERECTION OF SCAFOLDING
a). Scaffolding should be erected as approved by the Fire and Safety department of
CPSTL.
b). Wiring and workmanship shall confirm to 17th edition of IET wiring regulations
(BS 7671:2008) Amendment 3:2015 and Ceylon Electricity Board
Specifications.
c). The Cables must be of reputed brand with confirming to BS certification (ACL,
Kelani or LAPP cable)
4.0 WATER SUPPLY FOR THE CONSTRUCTION WORK
Water supply connection from source has to be obtained by the contractor during the
period of construction. Water for the construction, curing and other purposes has to be
supplied by the Contractor at his own expense. CPSTL provide with meter contractor
to pay.
5.0 ELECTRICAL POWER SUPPLY FOR THE CONSTRUCTION WORK
Electricity supply has to be obtained by the contractor during the period of
construction and electricity for the construction has to be supplied by the Contractor at
his own expense. CPSTL provide with meter/Estimate contractor to pay.
6.0 CLEARING \
The contractor is expected to take special care to avoid any damages to the
surrounding properties. If such damages occur, the contractor is liable to pay the
losses to CPSTL. Further, the operations of the CPSTL are to be continued while
construction is executed and necessary planning is to be done by the contractor to
prevent disturbance to the operations.
7.0 WORKING HOURS
Normal working hours of CPSTL from Monday to Friday is from 7.30 hrs. to 16.45 hrs. To
work on Saturday the contractor is required to obtain prior permission since the offices are
normally closed on Saturday. However, working on Sundays, Saturdays, Statutory holidays
and after 16.45 hrs. on working days will be on special approval.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 41
Engineering Function – CPSTL Section 07- Bill of Quantities & Day Work Schedule
SECTION 07
BILL OF QUANTITIES& DAY WORK SCHEDULE
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 42
Engineering Function – CPSTL Section 07- Bill of Quantities & Day Work Schedule
PREAMBLE TO THE BILL OF QUANTITIES
GENERAL
1. This Bill of Quantities contains pages numbered from 42 to 51. Bidders are requested
to see that no page is missing, no duplicated and that all TRADES are carried to
SUMMARY at the end of the Bill of Quantities.
2. The Conditions of Contract, the Specifications and the Drawings are to be read in
conjunction with the Bill of Quantities.
3. The cost of complying with all conditions, obligations and liabilities described in the
Conditions of Contract, Specifications and the Bill of Quantities including all overhead
charges and profit in carrying out the work as
4. shown on the Drawings shall be deemed to be spread over and included in the prices of
sums stated by the Bidder in the Bill of Quantities unless separately measured.
5. If the Bidder fails to price any items in the Bill of Quantities then the cost of the work
under such items shall be held to be spread over and included in the prices given against
other items of work.
6. The quantities set out in the Bill of Quantities are provisional and cover the approximate
scope of the work anticipated to be performed by the Contractor. The actual quantities
used for final measurement purposes will be determined by the Engineer by measurement
of the work completed by the Contractor.
7. Where trade names, brands and or Catalogue Numbers are referred to, sole preference to
any material or equipment is not intended. Any other material or equipment may be
used, provided that the characteristics of type, quality, appearance, finish, method of
construction and / or performance is superior to the specified.
8. Whenever the method of measurement is not clear from the documents available, the
principles as given in the Sri Lanka Standard 573, 1999 [Revision] Method of
Measurement of Building Works shall be applicable.
9. Selected bidder shall comply with the arrangement of work in the buildings and be
ready to work part by part as required by the Authorities of the Employer.
10. The unit and lump sum prices of the Bill of Quantities (referred to as the Contract Rates)
shall, except in so far as is otherwise provided for under the Contract, be deemed to cover
all obligations set out in the Contract, and all matters or things necessary for the proper
completion and maintenance of the Works, and shall be fixed and binding upon the
Contractor.
11. Unit prices when applied to the quantity of work performed under the Contract shall, and
other sums specifically determined under the provisions of the Contract, constitute full
remuneration to the Contractor under the Contract.
12. Each item shall be priced by the bidder in Sri Lanka Rupees.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 43
Engineering Function – CPSTL Section 07- Bill of Quantities & Day Work Schedule
13. Rates for items in this Bill of Quantities shall be inclusive for hauling, transporting,
loading, unloading, spreading, heaping, supporting, scaffolding, welding, fixing including
all the relevant accessories, brackets, cabling and termination together with testing and
correction as per test results unless otherwise specifically stated.
14. Unless otherwise specifically stated in Bill of Quantities or herein, the following shall be
deemed to be included with all items:-
i. Labour and all costs in connection therewith.
ii. Materials, goods and all costs in connection therewith.
iii. Tools, plants, hoisting plants and all costs in connection therewith.
iv. Waste of materials.
v. Square cutting.
vi. Establishment charges, overhead charges and profit.
vii. All setting out works.
viii. For providing of method statements, calculations, proposals by Contractor, shop
drawings
ix. Complying with regulations of the Ceylon Electricity Board/Lanka Electricity
Company and/or any other relevant authority under which particular item of
work is to be executed unless otherwise included in the preliminaries
x. Protecting and clearing.
xi. In addition to above, the rate for item to test for performance as per standards
and carry out corrections if required shall be included.
15. If bidders are anticipating to give any discount, it shall be marked separately in the space
allocated in the summary of Bill of Quantities. Provisional Sums shall not be considered
when calculating discount.
16. All materials, equipment supplied shall be new, unused without any defects.
17. All materials used in the Works shall be of the best quality of their respective kinds as
specified and shall be obtained from sources and suppliers approved by the Engineer and
shall comply strictly with the tests prescribed or, Where tests are not laid down in this
Specification, with the requirements of the latest issue of the relevant British Standards or
other Standards approved by the Engineer.
18. Metric units are used throughout the Bill of Quantities for measurement purposes unless
otherwise indicated. Abbreviations used in the Contract are as follows:-
L.S. - Lump Sum
P.S. - Provisional Sum
m - Metre
m2 - Square metre
kg - kilograms
No - Numbers
Rs. Cts. - Sri Lankan Rupees and Cents
m3 - Cubic metre
Engineering Function - CPSTL Section 07- Bill of Quantities Day work Schedule
BILL OF QUANTITIES
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
ENGINEERING FUNCTION
JOB : MODIFICATIONS TO 10 NOS LIGHTING TOWERS AND INSTALLATION OF METERING POWER SUPPLY SYSTEM AT
KOLONNAWA INSTALLATION.
BOQ No : E/33/2019
Modifications to 10nos. lighting Towers and Installation of Metered Power supply system at Kolonnawa 44
Item Description Qty Unit Rate (Rs.) Amount (Rs.)
Contractors are strictly advised to visit the site & follow the given
details, sketch drawings, specifications before bidding & before
commence the works. If any discrepancy should be forwarded to
the Engineering Manager of CPSTL Kolonnawa before
commencement of such works. construction work to be carried
out without damaging existing drains, pipes and other CPSTL
property. If some damage occur, contractor should repair by own
cost according to the Engineer’s or his representative’s
instructions.
All material should be provided by the contractor unless
otherwise stated in the BOQ description “material provided by
the CPSTL”
A PRELIMINARY WORK
A.01 Allow lump sum for providing temporary facilities for storage of
materials, office for construction staff, sanitary facilities and
removal all temporary facilities after the completion of work (120
sqft area). Rate shall include for construction, maintaining,
dismantling, providing necessary furniture, and other facilities.
1.00 Item
A.02 Allow lump sum for cleaning the site before commencement of
work, after completion of work and keep site clean and tidy during
construction and for all required safety precuations to personnel
who are within work site and warning sign-board, tags, locks,
barriers etc., and dismantaling of existing lights and panels
1.00 Item
Total amount carried summary
B
B.01
B.02
MODIFICATIONS & MAINTENANCE OF 10 NOS LIGHTING TOWERS
Underground Cable Fault Location
The under ground feeding cable short circuit and open circuit faults
shall be traced using a cable fault pin pointing instrument.
(available at Ceylon Electricity Board or equivalent)
Modification of the lighting tower
1.00
Item
Engineering Function - CPSTL Section 07- Bill of Quantities Day work Schedule
BILL OF QUANTITIES
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
ENGINEERING FUNCTION
JOB : MODIFICATIONS TO 10 NOS LIGHTING TOWERS AND INSTALLATION OF METERING POWER SUPPLY SYSTEM AT
KOLONNAWA INSTALLATION.
BOQ No : E/33/2019
Modifications to 10nos. lighting Towers and Installation of Metered Power supply system at Kolonnawa 45
Item Description Qty Unit Rate (Rs.) Amount (Rs.)
Modification of lighting tower as specified in the Contractor's
Scope of Supply and Scope of Works & Specification and supply
and install 150W, LED, IP65 Flood Lights on top of the lighting
tower to maintain minimum 05 lux of illumiantion level at the
distance of 60 meters. as specified in the Bid Document.minimum
08 Nos of such LED flood lights shall be mounted on top of each of
the lighting towers. Contractor shall supply and install suitable
mounting brackets (Hot Dip Galvanized) to fix the light fittings on
to the Platform. Contractor shall terminate all the fittings using
appropriate size PG glands.
10.00
nrs
B.03 Supply and Install Pole Bottom Power Panels
Supply and install Pole Bottom Power panels as specified in the
Contractor's Scope of Supply and Scope of Works & Specifications
and the Drawing - DWG NO 1610
10.00 nr
B.04 Supply and Install Yard Power Distribution Boards
Supply and install Yard Power Distribution Board "DB-LT-Z1" and
"DB-LT-Z2" as specified in the Contractor's Scope of Supply and
Scope of Works & Specifications and the Drawings - DWG NO 1610-
1 and DWG NO 1610-2 2.00 nr
B.05 Replace the Control Circuit of Lighting Control Panels.
Replace the Control Circuit of Lighting Control Panel at MCC-1 and
MCC-2. Contractor shall de-commission & remove the existing
control and power circuits with accessories and install the new
power and control circuits as specified in the Contractor's Scope of
Supply and Scope of Works & Specifications and Drawing-DWG NO
1610-3
2.00 Item
B.06 Supply and Install Junction Boxes
Supply and Install Junction Boxes as specified in the Contractor's
Scope of Supply and Scope of Works & Specifications and the
Drawing - DWG NO 1610-4 6.00 nr
B.07
Excavation and Backfill of Cable Trenches
Engineering Function - CPSTL Section 07- Bill of Quantities Day work Schedule
BILL OF QUANTITIES
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
ENGINEERING FUNCTION
JOB : MODIFICATIONS TO 10 NOS LIGHTING TOWERS AND INSTALLATION OF METERING POWER SUPPLY SYSTEM AT
KOLONNAWA INSTALLATION.
BOQ No : E/33/2019
Modifications to 10nos. lighting Towers and Installation of Metered Power supply system at Kolonnawa 46
Item Description Qty Unit Rate (Rs.) Amount (Rs.)
Manual excavation and backfill of cable trenches as specified in the
Contractor's Scope of Supply and Scope of Works & Specifications,
along the faulted sections, Removal of existing cable tiles and
faulted cables, lay new cables refill for 100mm with sand and
replace cable tiles, lay new warning tapes, and back filling of
excavated trenches with soil, and compacting using plate
compactor to the level of the pavement. Trench shall be excavated
to a depth of 700mm. The general width of the trench shall be
300mm.
75.00 m
B.08 Supply and Install 4Cx25Sq.mm Cu/XLPE/SWA/PVC cable
Supply & installation of Four core 25 SQ.mm Cu/XLPE/SWA/PVC
cable 600/1000V nominal voltage comply to BS 5467 as specified in
the Contractor's Scope of Supply and Scope of Works &
Specifications, for faulted sections of feeder cable. Lay all nearby
existing cables in to the cable trench Provide Kelani, ACL, LAPP
Cable or Equivalent products. with test certificates.
75.00 m
B.09 Supply and Install Test Clamp
Supply and install 26x8 mm Oblong Test clamp with PVC Test Link
Box for jointing the Main earth cable and copper tape from the
Earth electrode as specified in the Contractor's Scope of Supply
and Scope of Works & Specifications.
10.00 nr
B.10 Supply and Install Connecting Copper Tape
Supply and install 25x2.5mm Cu tape from Oblong Test Clamp to
to earthing electrode and existing earth electrode to the new earth
electrode as specified in the Contractor's Scope of Supply and
Scope of Works & Specifications.
40.00 m
B.11 Supply and Install Connecting Earth Cable
Supply and install 16Sq.mm Cu/PVC/PVC Yellow and Green Earth
bonding cables to bond each of the lights and power panels to the
lighting tower and connect the lighting tower to the test clamp as
specified in the Contractor's Scope of Supply and Scope of Works &
Specifications. Each connection shall be terminated with tinned
copper lugs.
20.00 m
B.12
Supply and Install Earth electrodes
Engineering Function - CPSTL Section 07- Bill of Quantities Day work Schedule
BILL OF QUANTITIES
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
ENGINEERING FUNCTION
JOB : MODIFICATIONS TO 10 NOS LIGHTING TOWERS AND INSTALLATION OF METERING POWER SUPPLY SYSTEM AT
KOLONNAWA INSTALLATION.
BOQ No : E/33/2019
Modifications to 10nos. lighting Towers and Installation of Metered Power supply system at Kolonnawa 47
Item Description Qty Unit Rate (Rs.) Amount (Rs.)
Supply and install earth electrode at the specified location as
specified in the Contractor's Scope of Supply and Scope of Works &
Specifications. The electrode shall be Copper clad earth rod made
of high tensile low Carbon Steel complying to BS 4360. The
Cladding shall be 99.9% purity electrolytic copper and the
thickness of the copper shall not be less than 0.25 mm.The circular
ross section of the rod shall not be less than 20mm and length shall
not be less than 1200mm. Copper tapes shall be connected to the
rod using Bronze A clamps and Rods shall be coupled using Bronze
couplings. The connections shall be made between existing earth
electrode, new earth electrode and Test Clamp.
10.00
nr
B.13 Supply and Install Earth Pits
Supply and installed Concrete Inspection chamber size
300mmx300mmx300mm complete with lid and handle as specified
in the Contractor's Scope of Supply and Scope of Works &
Specifications. The pits shall be installed for each of the new and
existing electrodes.
20.00
nr
Total amount carried summary
C
CABLE & PANEL BOARDS INSTALLATION
FEEDER CABLES
C.01 Supply and Install 4 core 35Sq.mm Cu/XLPE/SWA/PVC feeder cable
Supply and install 4 core 35Sq.mm Cu/XLPE/SWA/PVC feeder cable
from from the switch room bus bar to “Isolation Breaker” and from
the "Isolation breaker" to the metering panel in GI conduits with
all the necessary glands, lugs and accessories and termination as
per the Contractors Scope of Supply and Scope of Works &
Specifications.
100 m
INSTALLATION OF THE PANEL BOARDS
Engineering Function - CPSTL Section 07- Bill of Quantities Day work Schedule
BILL OF QUANTITIES
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
ENGINEERING FUNCTION
JOB : MODIFICATIONS TO 10 NOS LIGHTING TOWERS AND INSTALLATION OF METERING POWER SUPPLY SYSTEM AT
KOLONNAWA INSTALLATION.
BOQ No : E/33/2019
Modifications to 10nos. lighting Towers and Installation of Metered Power supply system at Kolonnawa 48
Item Description Qty Unit Rate (Rs.) Amount (Rs.)
C.02
C.03
Installation of Metering power supply boards
Intall the metering power supply boards at the location with a
concrete pedesatal and termination of cables as per the
Contractors Scope of Supply and Scope of Works & Specifications
and the Drawing - DWG NO 1610-5
Installation of 63A Isolation Breaker
Supply and install Form 2 type Metal enclosure with 63A,TPN, 36KA
MCCB "Isolation Breaker" with bus bar connection cables and
termination work as per the Contractors Scope of Supply and
Scope of Works & Specifications.
Total amount carried summary
15
15
nr.
Nos
D.01
D.01
TESTING AND COMMISSIONING
Testing and Commissioning of the complete system
Testing of power cables for connectivity insulation resistance, Earth
resistance, voltage drop and phase sequence, for lighting towers
and all the panel boards. A commissioning report shall be handed
over to the engineer.
Total amount carried summary
1
Item
Engineering Function - CPSTL Section 07- Bill of Quantities Day work Schedule
BILL OF QUANTITIES
CEYLON PETROLEUM STORAGE TERMINALS LIMITED BOQ No : E/33/2019
ENGINEERING FUNCTION
JOB : MODIFICATIONS TO 10 NOS LIGHTING TOWERS AND INSTALLATION OF METERING POWER
SUPPLY SYSTEM AT KOLONNAWA INSTALLATION.
BOQ No : E/33/2019
SUMMARY
A. PRELIMINARY WORK …..………………………..
B. MODIFICATIONS & MAINTENANCE OF 10 NOS LIGHTING TOWERS …..………………………..
C. CABLE & PANEL BOARDS INSTALLATION …..………………………..
D. TESTING AND COMMISSIONING …..………………………..
Total cost ……………………………..
VAT8% ……………………………..
Total cost with Taxes ……………………………..
VAT. registration no :- ……………………………………………………………………….
Total amount in words :- ………………………………………………………..…………………………………………………………
(without VAT)
Name of tenderer :- ………………………………………………………………………………
Address :- ………………………………………………………………………………
Tel :- ………………………………………….………………………………
email :- ………………………………………….…………………………
(If Tender is not registered for VAT he should furnished a letter obtained from the commissioner of inland
Revenue Department certifying that the Company has not been registered for VAT)
………………………….. ………………….
Signature of Tenderer Date
Modifications to 10nos. lighting Towers and Installation of Metered Power supply system at Kolonnawa 49
Engineering Function –CPSTL Section 06 – Specifications
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 50
COST OF AFTER SALES SERVICES & MAINTENANCE FOR 10 Nos. OF
LIGHTING TOWERS
# Description Qty
(Item)
Total Cost in LKR
1 Cost of Annual Maintenance Contract (AMC),
shall be effective after the warranty period, as per
Contractor’s scope of works & specifications.
01
2 Cost of Mandatory Spare Parts (A list of spare
parts indicating cost of each items shall be
attached)
01
VAT, if applicable
Total Cost with taxes in LKR
* The declared values shall be effective until expiration of the first AMC.
Note:
Name of the declared principal/beneficiary will not be changed at any time.
Modifications to 10nos. lighting Towers & Installation of Metered Power Supply System at Kolonnawa 51
Engineering Function – CPSTL Section 07- Bill of Quantities & Day Work Schedule
DAY WORK SCHEDULE LABOUR
The contractor shall state under item 1 below, the rate per hour irrespective of public holidays, etc.
required for work ordered to be executed as Day work at the site of the works.
Day work rates quoted below shall also cover all the expenses of the contractor such as supervision,
repairing and maintaining the tools necessary to each class of workman and particularly his profit &
overhead expenses without any Taxes and / or Levies.
DESCRIPTION OF LABOUR GRADES
RATE PER HOUR
Rs.
I Electrician
II Mason
III Unskilled Worker
IV
Any Other Grades
V
VI
VII
VIII
PLANT & EQUIPMENT
The contractor shall state under item 2 below, the rate per hour for use of plant in good working
condition and include for the cost of fuel, lubricants, transport to and from site wages & allowances
of the operators, any other expenses and contractor’s profit & overheads without any taxes and / or
Levies.
DESCRIPTION OF PLANT & EQUIPMENT
RATE PER HOUR
RS.
I Farm Tractor with Trailer
II Crane Truck
III Backhoe Loader
VI Welding Plant
V
VI
Any Other Plant and Equipment
IX
X
1610-5