You are on page 1of 578

DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

MINISTRY OF TRANSPORT AND HIGHWAYS

SRI LANKA RAILWAYS


RAILWAY EFFICIENCY IMROVEMENT PROJECT

FUNDED BY
ASIAN DEVELOPMENT BANK
ADB LOAN NO. 3806SRI

BIDDING DOCUMENTS

Design and Construction of Railway DMU Workshop at


Rathmalana

CONTRACT PACKAGE: REIP/ADB/ICB/W/02-2

July 2023
STANDARD BIDDING DOCUMENT

Procurement of Works
- Single-Stage: Two-Envelope Bidding Procedure -

Asian Development Bank


December 2016
Procurement of Works

BIDDING DOCUMENT
for
Design and Construction of Railway DMU
Workshop at Rathmalana

Issued on: 4th July 2023


Invitation for Bids No.: REIP/ADB/ICB/W/02-2

ICB No.: REIP/ADB/ICB/W/02-2

Employer: Ministry of Transport and Highways


Country: Sri Lanka
Preface
This Bidding Document for the Procurement of Works has been prepared by the Ministry
of Transport and Highways and is based on the Standard Bidding Document for the Procurement
of Works (SBD Works) issued by the Asian Development Bank dated December 2016.

ADB’s SBD Works has the structure and the provisions of the Master Procurement
Document entitled “Bidding Documents for the Procurement of Works”, prepared by multilateral
development banks and other public international financial institutions, except where ADB-specific
considerations have required a change.
Table of Contents - Summary Description

PART I BIDDING PROCEDURES


Section 1 - Instructions to Bidders (ITB) ------------------------------------------------ 1-1
This Section specifies the procedures Bidders should follow when preparing and submitting
their Bids. Information is also provided on the submission, opening, evaluation of bids, and on
the award of contract.

Section 2 - Bid Data Sheet (BDS) --------------------------------------------------------- 2-1


This Section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section 1 - Instructions to Bidders.

Section 3 - Evaluation and Qualification Criteria (EQC) --------------------------- 3-1


This Section contains the criteria to determine the lowest evaluated bid and the qualifications
of the Bidder to perform the contract.

Section 4 - Bidding Forms (BDF) --------------------------------------------------------- 4-1


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

Section 5 - Eligible Countries (ELC) ----------------------------------------------------- 5-1


This Section contains the list of eligible countries.

PART II REQUIREMENTS
Section 6 - Employer’s Requirements (ERQ) ----------------------------------------- 6-1
This Section contains the Specifications, Drawings, and Supplementary Information that
describe the Works to be procured, Personnel Requirements, and Equipment Requirements.

PART III CONDITIONS OF CONTRACT AND CONTRACT


FORMS
Section 7 - General Conditions of Contract (GCC) ---------------------------------- 7-1
This Section contains the general clauses that govern the Contract. These General Conditions
shall be the Conditions of Contract for Construction, Multilateral Development Bank
Harmonized Edition, published by the Fédération Internationale des Ingénieurs-Conseil (FIDIC
2010 MDB version). These Conditions are subject to the variations and additions set out in
Section 8 (Particular Conditions of Contract).

Section 8 - Particular Conditions of Contract (PCC) -------------------------------- 8-1


This Section contains provisions that are specific to each contract and that modify or
supplement the GCC. Whenever there is a conflict, the provisions herein shall prevail over
those in the GCC.

Section 9 - Contract Forms (COF) --------------------------------------------------------- 9-1


This Section contains forms, which, once completed, will form part of the Contract. The forms
for Performance Security and Advance Payment Security, when required, shall only be
completed by the successful Bidder after contract award.
Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-1

Section 1 - Instructions to Bidders


This Section specifies the procedures to be followed by Bidders in the preparation and submission of
their Bids. Information is also provided on the submission, opening, evaluation of bids, and on the
award of contract.

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 .......................................................................................................................1-5
5. Eligible Materials, Equipment, and Services ...........................................................................1-6

B. Contents of Bidding Document .................................................................................................1-7


6. Sections of Bidding Document ................................................................................................1-7
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting...............................................1-7
8. Amendment of Bidding Document ..........................................................................................1-8

C. Preparation of Bids .....................................................................................................................1-8


9. Cost of Bidding ........................................................................................................................1-8
10. Language of Bid ......................................................................................................................1-8
11. Documents Comprising the Bid ..............................................................................................1-9
12. Letters of Bid and Schedules ..................................................................................................1-9
13. Alternative Bids .......................................................................................................................1-9
14. Bid Prices and Discounts ......................................................................................................1-10
15. Currencies of Bid and Payment ............................................................................................1-10
16. Documents Comprising the Technical Proposal ...................................................................1-12
17. Documents Establishing the Qualifications of the Bidder .....................................................1-12
18. Period of Validity of Bids .......................................................................................................1-12
19. Bid Security/Bid-Securing Declaration ..................................................................................1-12
20. Format and Signing of Bid ....................................................................................................1-13

D. Submission and Opening of Bids ............................................................................................1-14


21. Sealing and Marking of Bids .................................................................................................1-14
22. Deadline for Submission of Bids ...........................................................................................1-15
23. Late Bids ...............................................................................................................................1-15
24. Withdrawal, Substitution, and Modification of Bids ...............................................................1-15
25. Bid Opening ..........................................................................................................................1-15

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-2 Section 1 - Instructions to Bidders

E. Evaluation and Comparison of Bids ....................................................................................... 1-17


26. Confidentiality ....................................................................................................................... 1-17
27. Clarification of Bids ............................................................................................................... 1-17
28. Deviations, Reservations, and Omissions ............................................................................ 1-18
29. Examination of Technical Bids ............................................................................................. 1-18
30. Responsiveness of Technical Bids....................................................................................... 1-18
31. Nonmaterial Nonconformities ............................................................................................... 1-19
32. Qualification of the Bidder .................................................................................................... 1-19
33. Correction of Arithmetical Errors .......................................................................................... 1-19
34. Conversion to Single Currency............................................................................................. 1-20
35. Margin of Preference ............................................................................................................ 1-20
36. Evaluation of Price Bids ...................................................................................................... 1-20
37. Comparison of Bids............................................................................................................... 1-21
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ..................................... 1-21

F. Award of Contract ..................................................................................................................... 1-21


39. Award Criteria ....................................................................................................................... 1-21
40. Notification of Award ............................................................................................................ 1-21
41. Signing of Contract ............................................................................................................... 1-21
42. Performance Security ........................................................................................................... 1-22

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-3

Section 1 - Instructions to Bidders


A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues this
Bidding Document for the procurement of Works as specified in
Section 6 (Employer’s Requirements). The name, identification, and
number of contracts of the international competitive bidding (ICB) are
provided in the BDS.

1.2 Throughout this Bidding Document,

(a) the term “in writing” means communicated in written form and
delivered against receipt.
(b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
(c) “day” means calendar day.

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

3. Fraud and 3.1 ADB’s Anticorruption Policy requires Borrowers (including beneficiaries
Corruption of ADB-financed activity), as well as Bidders, Suppliers, and
Contractors under ADB-financed contracts, observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, ADB

(a) defines, for the purposes of this provision, the terms set forth
below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation;

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-4 Section 1 - Instructions to Bidders

(iii) “coercive practice” means 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;
(iv) “collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose,
including influencing improperly the actions of another
party;
(v) “obstructive practice” means (a) deliberately destroying,
falsifying, altering, or concealing of evidence material to an
ADB investigation; (b) making false statements to
investigators in order to materially impede an ADB
investigation; (c) failing to comply with requests to provide
information, documents, or records in connection with an
Office of Anticorruption and Integrity (OAI) investigation; (d)
threatening, harassing, or intimidating any party to prevent
it from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or (e)
materially impeding ADBʼs contractual rights of audit or
access to information; and
(vi) “integrity violation" is any act which violates ADB’s
Anticorruption Policy, including (i) to (v) above and the
following: abuse, conflict of interest, violations of ADB
sanctions, retaliation against whistleblowers or witnesses,
and other violations of ADB's Anticorruption Policy,
including failure to adhere to the highest ethical standard.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices or other integrity violations in competing for the Contract;
(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 ADB-financing engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity
violations during the procurement or the execution of that contract,
without the Borrower having taken timely and appropriate action
satisfactory to ADB to remedy the situation;
(d) will impose remedial actions on a firm or an individual, at any time,
in accordance with ADB’s Anticorruption Policy and Integrity
Principles and Guidelines (both as amended from time to time),
including declaring ineligible, either indefinitely or for a stated
period of time, to participate 1 in ADB-financed, -administered, or -
supported activities or to benefit from an ADB-financed, -
administered, or -supported contract, financially or otherwise, if it at
any time determines that the firm or individual has, directly or
through an agent, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations; and

1
Whether as a Contractor, Nominated Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other
capacity (different names are used depending on the particular Bidding Document). A Nominated Subcontractor is one that either
has been (i) included by the Bidder in its prequalification application or bid because it brings specific and critical experience and
know-how that are accounted for in the evaluation of the bidder’s prequalification application or the bid; or (ii) appointed by the
Employer.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-5

(e) will have the right to require that a provision be included in bidding
documents and in contracts financed by ADB, requiring Bidders,
suppliers and contractors to permit ADB or its representative 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 ADB.

3.2 Furthermore, Bidders shall be aware of the provision stated in


Subclause 1.15 and 15.6 of the Conditions of Contract.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government-owned
enterprise subject to ITB 4.5—or any combination of them with a
formal intent to enter into an agreement or under an existing
agreement in the form of a Joint Venture. In the case of a Joint
Venture,

(a) all partners shall be jointly and severally liable; and


(b) the Joint Venture shall nominate a Representative who shall have
the authority to conduct all business for and on behalf of any and
all the parties of the Joint Venture during the bidding process and,
in the event the Joint Venture 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 Section 5 (Eligible
Countries). 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 be in a conflict of interest with one or more parties in the bidding
process if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or

(b) they receive or have received any direct or indirect subsidy from
any of them; or

(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 material information about or improperly influence 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,
either individually or as a partner in a joint venture, except for
alternative offers permitted under ITB 13 of the Bidding Document.
This will result in the disqualification of all Bids in which it is
involved. However, subject to any finding of a conflict of interest in
terms of ITB 4.3(a)-(d) above, this does not limit the participation

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-6 Section 1 - Instructions to Bidders

of a Bidder as a Subcontractor in another Bid or of a firm as a


Subcontractor in more than one Bid; or

(f) a Bidder or any affiliated entity, participated as a Consultant in the


preparation of the design or technical specifications of the works
that are the subject of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or
is proposed to be hired) by the Employer or Borrower as Engineer
for the contract.

4.4 A firm shall not be eligible to participate in any procurement activities


under an ADB-financed, -administered, or -supported project while
under temporary suspension or debarment by ADB pursuant to its
Anticorruption Policy (see ITB 3), whether such debarment was directly
imposed by ADB, or enforced by ADB pursuant to the Agreement for
Mutual Enforcement of Debarment Decisions. A bid from a temporary
suspended or debarred firm will be rejected.

4.5 Government-owned enterprises in the Employer’s country shall be


eligible only if they can establish that they (i) are legally and financially
autonomous, (ii) operate under commercial law, and (iii) are not a
dependent agency of the Employer.

4.6 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.

4.7 Firms shall be excluded if 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 or contracting of works or services from that country
or any payments to persons or entities in that country.

4.8 In case a prequalification process has been conducted prior to the


bidding process, this bidding is open only to prequalified Bidders.

5. Eligible Materials, 5.1 The materials, equipment, and services to be supplied under the
Equipment and Contract shall have their origin in eligible source countries as defined
Services in ITB 4.2 above and all expenditures under the Contract will be limited
to such materials, equipment, and services. At the Employer’s request,
Bidders may be required to provide evidence of the origin of materials,
equipment, and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced, or
manufactured, and from which the services are provided. Materials and
equipment are produced when, through manufacturing, processing, or
substantial or major assembling of components, a commercially
recognized product results that differs substantially in its basic
characteristics or in purpose or utility from its components.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-7

B. Contents of Bidding Document


6. Sections of 6.1 The Bidding Document consist of Parts I, II, and III, which include all
Bidding Document the sections indicated below, and should be read in conjunction with
any addenda issued in accordance with ITB 8.

PART I Bidding Procedures


Section 1 - Instructions to Bidders (ITB)
Section 2 - Bid Data Sheet (BDS)
Section 3 - Evaluation and Qualification Criteria (EQC)
Section 4 - Bidding Forms (BDF)
Section 5 - Eligible Countries (ELC)
PART II Requirements
Section 6 - Employer’s Requirements (ERQ)
PART III Conditions of Contract and Contract Forms
Section 7 - General Conditions of Contract (GCC)
Section 8 - Particular Conditions of Contract (PCC)
Section 9 - Contract Forms (COF)

6.2 The IFB issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding
Document and their addenda, if they were not obtained directly from
the source stated by the Employer in the IFB.

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 7.1 A prospective Bidder requiring any clarification on the Bidding


Bidding Document shall contact the Employer in writing at the Employer’s
Document, Site address indicated in the BDS or raise his inquiries during the pre-bid
Visit, Pre-Bid meeting if provided for in accordance with ITB 7.4. The Employer will
Meeting respond in writing to any request for clarification, provided that such
request is received no later than 21 days prior to the deadline for
submission of bids. The Employer shall forward copies of its response
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 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Bid and entering
into a contract for construction of the Works. The costs of visiting the
Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter its premises and lands for the
purpose of such visit, but only upon the express condition that the
Bidder, its personnel, and agents will release and indemnify the

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-8 Section 1 - Instructions to Bidders

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 inspection.

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.

7.5 The Bidder is requested to submit any questions in writing, to reach the
Employer not later than 1 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 Nonattendance at the pre-bid meeting will not be a cause for


disqualification of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the Employer
Bidding Document 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 in no case 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 the language specified in the BDS, in which case, for
purposes of interpretation of the Bid, such translation shall govern.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-9

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one
Comprising the called the Technical Bid containing the documents listed in ITB 11.2
Bid and the other the Price Bid containing the documents listed in ITB
11.3, both envelopes enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid;


(b) Bid Security or Bid-Securing Declaration, in accordance with ITB
19;
(c) alternative Bids, if permissible, in accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to commit
the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17, establishing the
Bidder’s qualifications to perform the contract;
(f) Technical Proposal in accordance with ITB 16;
(g) Any other document required in the BDS.

11.3 The Price Bid shall comprise the following:

(a) Letter of Price Bid;


(b) completed Price Schedules, in accordance with ITB 12 and ITB 14;
(c) alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) Any other document required in the BDS.

11.4 In addition to the requirements under ITB 11.2, Bids submitted by a


Joint Venture shall include a copy of the Joint Venture Agreement
entered into by all partners. Alternatively, a Letter of Intent to execute
a Joint Venture Agreement in the event of a successful Bid shall be
signed by all partners and submitted with the Bid, together with a copy
of the proposed agreement.

12. Letters of Bid and 12.1 The Letters of Technical Bid and Price Bid, and the Schedules,
Schedules including the Bill of Quantities, shall be prepared using the relevant
forms furnished in Section 4 (Bidding Forms). The forms must be
completed without any alterations to the text, and no substitutes shall
be accepted. All blank spaces shall be filled in with the information
requested and as required in the BDS.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative Bids shall not be
considered.

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 design as described in the Bidding
Document and shall further provide all information necessary for a

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-10 Section 1 - Instructions to Bidders

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 Works. Such parts will be
identified in the BDS and described in Section 6 (Employer’s
Requirements). The method for their evaluation will be stipulated in
Section 3 (Evaluation and Qualification Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Price
Discounts Bid and in the Bill of Quantities shall conform to the requirements
specified below.

14.2 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 Quantities.

14.3 The price to be quoted in the Letter of Price Bid, in accordance with
ITB 12.1, shall be the total price of the Bid, excluding any discounts
offered. . Absence of the total bid price in the Letter of Price Bid may
result in the rejection of the Bid.

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

14.5 Unless otherwise provided in the BDS and the Contract, the rates and
prices quoted by the Bidder are subject to adjustment during the
performance of the Contract in accordance with the provisions of the
Conditions of Contract. In such a case, the Bidder shall furnish the
indexes and weightings for the price adjustment formulas in the Tables
of Adjustment Data included in Section 4 (Bidding Forms) and the
Employer may require the Bidder to justify its proposed indexes and
weightings.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts
or for any combination of contracts (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
14.4, provided the Bids for all contracts are submitted and opened at
the same time.

14.7 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.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-11

15. Currencies of Bid 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in
and Payment the currency specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds to
expenditures incurred in the currency of the Employer’s country in the
Schedule of Payment Currencies included in Section 4 (Bidding
Forms).

15.3 Bidders expecting to incur expenditures in other currencies for inputs


to the Works supplied from outside the Employer’s country and wishing
to be paid accordingly may indicate up to three foreign currencies in
the Schedule of Payment Currencies included in Section 4 (Bidding
Forms).

15.4 The rates of exchange to be used by the Bidder for currency


conversion during bid preparation shall be the selling rates for similar
transactions prevailing on the date 28 days prior to the deadline for
submission of bids published by the source specified in the BDS. If
exchange rates are not so published for certain currencies, the Bidder
shall state the rates used and the source. Bidders should note that for
the purpose of payments, the exchange rates confirmed by the source
specified in the BDS as the selling rates prevailing 28 days prior to the
deadline for submission of Bids shall apply for the duration of the
Contract so that no currency exchange risk is borne by the Bidder.

15.5 Foreign currency requirements indicated by the Bidders in the


Schedule of Payment Currencies shall include but not limited to the
specific requirements for

(a) expatriate staff and labor employed directly on the Works;


(b) social, insurance, medical and other charges relating to such
expatriate staff and labor, and foreign travel expenses;
(c) imported materials, both temporary and permanent, including fuels,
oil and lubricants required for the Works;
(d) depreciation and usage of imported Plant and Contractor's
Equipment, including spare parts, required for the Works;
(e) foreign insurance and freight charges for imported materials, Plant
and Contractor's Equipment, including spare parts; and
(f) overhead expenses, fees, profit, and financial charges arising
outside the Employer's country in connection with the Works.

15.6 Bidders may be required by the Employer to clarify their foreign


currency requirements, and to substantiate that the amounts included
in the unit rates and prices and shown in the Schedule of Payment
Currencies are reasonable and responsive to ITB 15.3 above, in which
case a detailed breakdown of its foreign currency requirements shall
be provided by the Bidder.

15.7 Bidders should note that during the progress of the Works, the foreign
currency requirements of the outstanding balance of the Contract Price
may be adjusted by agreement between the Employer and the
Contractor in order to reflect any changes in foreign currency
requirements for the Contract, in accordance with Subclause 14.15 of

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-12 Section 1 - Instructions to Bidders

the Conditions of Contract. Any such adjustment shall be effected by


comparing the percentages quoted in the bid with the amounts already
used in the Works and the Contractor's future needs for imported
items.

16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a statement of
Comprising the work methods, equipment, personnel, schedule, and any other
Technical information as stipulated in Section 4 (Bidding Forms), in sufficient
Proposal detail to demonstrate the adequacy of the Bidders’ proposal to meet
the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in accordance
Establishing the with Section 3 (Evaluation and Qualification Criteria) the Bidder shall
Qualifications of provide the information requested in the corresponding information
the Bidder sheets included in Section 4 (Bidding Forms).

17.2 Domestic Bidders, individually or in joint ventures, applying for


eligibility for domestic preference shall supply all information required
to satisfy the criteria for eligibility as described in ITB 35.

18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the bid
of Bids submission deadline date prescribed by the Employer. A bid valid for a
shorter period shall be rejected by the Employer as nonresponsive.

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, it shall
also be extended 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.

19. Bid Security/Bid- 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part
Securing of its Bid, in original form, either a Bid-Securing Declaration or a bid
Declaration security as specified in the BDS. In the case of a bid security, the
amount and currency shall be as specified in the BDS.

19.2 If a Bid-Securing Declaration is required pursuant to ITB 19.1, it shall


use the form included in Section 4 (Bidding Forms). The Employer will
declare a Bidder ineligible to be awarded a Contract for a specified
period of time, as indicated in the BDS, if the Bid-Securing Declaration
is executed.

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

(a) an unconditional bank guarantee,


(b) an irrevocable letter of credit, or
(c) a cashier’s or certified check,

all from a reputable source from an eligible country as described in


Section 5 (Eligible Countries). In the case of a bank guarantee, the bid
security shall be submitted either using the Bid Security Form included

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-13

in Section 4 (Bidding Forms) or another form acceptable to the


Employer. The form must include the complete name of the Bidder.
The bid security shall be valid for 28 days beyond the original validity
period of the bid, or beyond any period of extension if requested under
ITB 18.2.

19.4 Unless otherwise specified in the BDS, any Bid not accompanied by a
substantially compliant bid security or Bid-Securing Declaration, if one
is required in accordance with ITB 19.1, shall be rejected by the
Employer as nonresponsive.

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 42.

19.6 If a bid security is specified pursuant to ITB 19.1, 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 on the Letters of Technical Bid and Price
Bid, except as provided in ITB 18.2; or
(b) if the successful Bidder fails to
(i) sign the Contract in accordance with ITB 41;
(ii) furnish a performance security in accordance with ITB 42;
(iii) accept the arithmetical correction of its Bid in accordance with
ITB 33; or
(iv) furnish a domestic preference security, if so required.

19.8 The Bid Security or Bid Securing Declaration of a Joint Venture shall
be in the name of the Joint Venture that submits the Bid. If the Joint
Venture has not been legally constituted at the time of bidding, the bid
security or Bid-Securing Declaration shall be in the names of all future
partners as named in the letter of intent mentioned in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original set of the Technical Bid and one
Signing of Bid original set of the Price Bid comprising the Bid as described in ITB 11
and clearly mark it “ORIGINAL - TECHNICAL BID” and “ORIGINAL -
PRICE BID.” Alternative Bids, if permitted in accordance with ITB 13,
shall be clearly marked “ALTERNATIVE.” In addition, the Bidder shall
submit copies of the Technical and Price Bids, in the number specified
in the BDS, and clearly mark each of 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 authorized to sign on
behalf of the Bidder. This authorization shall consist of a written

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-14 Section 1 - Instructions to Bidders

confirmation as specified in the BDS and shall be attached to the bid.


The name and position held by each person signing the authorization
must be typed or printed below the signature. All pages of the Bid,
except for unamended printed literature, shall be signed or initialed by
the person signing the Bid. If a Bidder submits a deficient
authorization, the Bid shall not be rejected in the first instance. The
Employer shall request the Bidder to submit an acceptable
authorization within the number of days as specified in the BDS.
Failure to provide an acceptable authorization within the prescribed
period of receiving such a request shall cause the rejection of the Bid.

20.3 Any amendments such as interlineations, erasures, or overwriting shall


be valid only if they are signed or initialed by the person signing the
Bid.

D. Submission and Opening of Bids


21. Sealing and 21.1 Bidders may always submit their Bids by mail or by hand. When so
Marking of Bids 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 of the Technical Bid, the original of the Price Bid, and each
copy of the Technical Bid and each copy of the Price Bid, in
separate sealed envelopes, duly marking the envelopes as
“ORIGINAL - TECHNICAL BID,” “ORIGINAL - PRICE BID,” and
“COPY NO… - TECHNICAL BID” and “COPY NO…. - PRICE
BID.” These envelopes, the first containing the originals and the
others containing copies, shall then be enclosed in one single
envelope per set. If permitted in accordance with ITB 13,
alternative Bids shall be similarly sealed, marked and included in
the sets. The rest of the procedure shall be in accordance with ITB
21.2 and ITB 21.5.
(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 BDS 22.1; and
(c) bear the specific identification of this bidding process indicated in
the BDS 1.1.

21.3 The outer envelopes and the inner envelopes containing the Technical
Bid shall bear a warning not to open before the time and date for the
opening of Technical Bid, in accordance with ITB 25.1.
21.4 The inner envelopes containing the Price Bid shall bear a warning not
to open until advised by the Employer in accordance with ITB 25.7.

21.5 If all envelopes are not sealed and marked as required, the Employer
will assume no responsibility for the misplacement or premature
opening of the Bid.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-15

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

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, 24.1 A Bidder may withdraw, substitute, or modify its Bid – Technical or
Substitution, and Price – after it has been submitted by sending a written notice, duly
Modification of signed by an authorized representative, and shall include a copy of the
Bids authorization 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 withdrawal notices do not require copies), and in
addition, the respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION”; and
(b) received by the Employer no later than 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 Letters of Technical
Bid and Price Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address,
on the date and time specified in the BDS in the presence of Bidders`
designated representatives and anyone who chooses to attend. 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. The Price Bids will remain unopened and will be held in custody
of the Employer until the specified time of their opening. If the
Technical Bid and the Price Bid are submitted together in one
envelope, the Employer may reject the entire Bid. Alternatively, the
Price Bid may be immediately resealed for later evaluation.

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 authorization to
request the withdrawal and is read out at bid opening.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-16 Section 1 - Instructions to Bidders

25.3 Second, outer envelopes marked “SUBSTITUTION” shall be opened.


The inner envelopes containing the Substitution Technical Bid and/or
Substitution Price Bid shall be exchanged for the corresponding
envelopes being substituted, which are to be returned to the Bidder
unopened. Only the Substitution Technical Bid, if any, shall be opened,
read out, and recorded. Substitution Price Bid will remain unopened in
accordance with ITB 25.1. No envelope shall be substituted unless the
corresponding substitution notice contains a valid authorization to
request the substitution and is read out and recorded at bid opening.

25.4 Next, outer envelopes marked “MODIFICATION” shall be opened. No


Technical Bid and/or Price Bid shall be modified unless the
corresponding modification notice contains a valid authorization to
request the modification and is read out and recorded at the opening of
Technical Bids. Only the Technical Bids, both Original as well as
Modification, are to be opened, read out, and recorded at the opening.
Price Bids, both Original as well as Modification, will remain unopened
in accordance with ITB 25.1.

25.5 All other envelopes holding the Technical Bids shall be opened one at
a time, and the following read out and recorded:

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the presence of a bid security or Bid-Securing Declaration, if
required; and
(d) any other details as the Employer may consider appropriate.

Only Technical Bids and alternative Technical Bids read out and
recorded at bid opening shall be considered for evaluation. Unless
otherwise specified in the BDS, all pages of the Letter of Technical Bid
are to be initialed by at least three representatives of the Employer
attending bid opening. No Bid shall be rejected at the opening of
Technical Bids except for late bids, in accordance with ITB 23.1.

25.6 The Employer shall prepare a record of the opening of Technical Bids
that shall include, as a minimum, the name of the Bidder and whether
there is a withdrawal, substitution, or modification; alternative
proposals; and the presence or absence of a bid security or Bid-
Securing Declaration, if one was required. 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 on time, and posted
online when electronic bidding is permitted.

25.7 At the end of the evaluation of the Technical Bids, the Employer will
invite bidders who have submitted substantially responsive Technical
Bids and who have been determined as being qualified for award to
attend the opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by the Employer.
Bidders shall be given reasonable notice of the opening of Price Bids.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-17

25.8 The Employer will notify Bidders in writing who have been rejected on
the grounds of their Technical Bids being substantially nonresponsive
to the requirements of the Bidding Document and return their Price
Bids unopened.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders
who submitted substantially responsive Technical Bids, in the
presence of Bidders` representatives who choose to attend at the
address, on the date, and time specified by the Employer. The Bidder’s
representatives who are present shall be requested to sign a register
evidencing their attendance.

25.10All envelopes containing Price Bids shall be opened one at a time and
the following read out and recorded:

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Employer may consider appropriate.

Only Price Bids discounts, and alternative offers read out and
recorded during the opening of Price Bids shall be considered for
evaluation. Unless otherwise specified in the BDS, all pages of the
Letter of Price Bid and Bill of Quantities are to be initialed by at least
three representatives of the Employer attending bid opening. No Bid
shall be rejected at the opening of Price Bids.

25.11The Employer shall prepare a record of the opening of Price Bids that
shall include, as a minimum, the name of the Bidder, the Bid Price (per
lot if applicable), any discounts, and alternative offers. 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 on time, and posted
online when electronic bidding is permitted.

E. Evaluation and Comparison of Bids


26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and
postqualification of Bids and recommendation of contract award, shall
not be disclosed to Bidders or any other persons not officially
concerned with such process until information on the Contract award is
communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of


the Bids or Contract award decisions may result in the rejection of its
Bid.

26.3 Notwithstanding ITB 26.2, 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 may do so in writing.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-18 Section 1 - Instructions to Bidders

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
Bids Technical and Price Bids, the Employer may, at its discretion, ask any
Bidder for a clarification of its Bid. 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 substance of the Technical Bid or
prices in the Price Bid shall be sought, offered, or permitted, except to
confirm the correction of arithmetic errors discovered by the Employer
in the evaluation of the Price Bids, in accordance with ITB 33.

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. Deviations, 28.1 During the evaluation of Bids, the following definitions apply:
Reservations, and
Omissions (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
documentation required in the Bidding Document.

29. Examination 29.1 The Employer shall examine the Technical Bid to confirm that all
of Technical Bids documents and technical documentation requested in ITB 11.2 have
been provided, and to determine the completeness of each document
submitted.

29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of these
documents or information is missing, the offer shall be rejected.

(a) Letter of Technical Bid;


(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security or Bid-Securing Declaration, if applicable; and
(d) Technical Proposal in accordance with ITB 16.

30. Responsiveness 30.1 The Employer’s determination of a Bid’s responsiveness is to be based


of Technical Bid on the contents of the bid itself, as defined in ITB11.

30.2 A substantially responsive Technical Bid is one that meets the


requirements of the Bidding Document without material deviation,
reservation, or omission. 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 Works specified in the Contract; 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

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-19

(b) if rectified, would unfairly affect the competitive position of other


Bidders presenting substantially responsive Bids.

30.3 The Employer shall examine the technical aspects of the Bid submitted
in accordance with ITB 16, Technical Proposal, in particular, to confirm
that all requirements of Section 6 (Employer’s Requirements) have
been met without any material deviation, reservation, or reservation.

30.4 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.

31. Nonmaterial 31.1 Provided that a Bid is substantially responsive, the Employer may
Nonconformities waive any nonconformities in the Bid that do not constitute a material
deviation, reservation, or omission.

31.2 Provided that a Technical 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 Technical Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any
aspect of the Price Bid. Failure of the Bidder to comply with the request
may result in the rejection of its Bid.

31.3 Provided that a Technical 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 a missing or non-conforming item
or component. The adjustment shall be made using the method
indicated in Section 3 (Evaluation and Qualification Criteria).

32. Qualification of 32.1 The Employer shall determine to its satisfaction during the evaluation
the Bidder of Technical Bids whether Bidders meet the qualifying criteria specified
in Section 3 (Evaluation and Qualification Criteria).

32.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB 17.1.

32.3 An affirmative determination shall be a prerequisite for the opening and


evaluation of a Bidder’s Price Bid. A negative determination shall result
into the disqualification of the Bid, in which event the Employer shall
return the unopened Price Bid to the Bidder.

33. Correction of 33.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical arithmetical errors on the following basis:
Errors
(a) 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.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-20 Section 1 - Instructions to Bidders

(b) 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.
(c) If there is a discrepancy between the bid price in the Summary of
Bill of Quantities and the bid amount in item (c) of the Letter of
Price Bid, the bid price in the Summary of Bill of Quantities will
prevail and the bid amount in item (c) of the Letter of Price Bid will
be corrected.
(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), (b) and (c) above.

33.2 If the Bidder that submitted the lowest evaluated bid does not accept
the correction of errors, its Bid shall be disqualified and its bid security
may be forfeited or its Bid-Securing Declaration executed.

34. Conversion to 34.1 For evaluation and comparison purposes, the currency(ies) of the Bid
Single Currency shall be converted into a single currency as specified in the BDS.

35. Margin of 35.1 Unless otherwise specified in the BDS, a margin of preference shall
Preference not apply.

36. Evaluation of 36.1 The Employer shall use the criteria and methodologies listed in this
Price Bids Clause. No other evaluation criteria or methodologies shall be
permitted.

36.2 To evaluate the Price Bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any,
for contingencies in the Summary Bill of Quantities, but including
Daywork items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance
with ITB 33.1;
(c) price adjustment due to discounts offered in accordance with ITB
14.4;
(d) converting the amount resulting from applying (a) to (c) above, if
relevant, to a single currency in accordance with ITB 34;
(e) adjustment for nonconformities in accordance with ITB 31.3; and
(f) application of all the evaluation factors indicated in Section 3
(Evaluation and Qualification Criteria).

36.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution of the
Contract, shall not be taken into account in bid evaluation.
36.4 If this Bidding Document allows Bidders to quote separate prices for
different contracts, and the award to a single Bidder of multiple
contracts, the methodology to determine the lowest evaluated price of
the contract combinations, including any discounts offered in the Letter
of Price Bid, is specified in Section 3 (Evaluation and Qualification
Criteria).

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 1 - Instructions to Bidders 1-21

36.5 If the Bid, which results in the lowest Evaluated Bid Price, is seriously
unbalanced or front loaded in the opinion of the Employer, 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 construction 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.

37. Comparison of 37.1 The Employer shall compare all substantially responsive Bids to
Bids determine the lowest evaluated Bid, in accordance with ITB 36.2.

38. Employer’s Right 38.1 The Employer reserves the right to accept or reject any Bid, and to
to Accept Any Bid, annul the bidding process and reject all Bids at any time prior to
and to Reject Any contract award, without thereby incurring any liability to Bidders. In
or All Bids case of annulment, all Bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

F. Award of Contract
39. Award Criteria 39.1 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.

40. Notification of 40.1 Prior to the expiration of the period of bid validity, the Employer shall
Award notify the successful Bidder, in writing, that its Bid has been accepted.

40.2 At the same time, the Employer shall also notify all other Bidders of the
results of the bidding. The Employer will publish in an English
language newspaper or well-known freely accessible website 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.

40.3 Until a formal contract is prepared and executed, the notification of


award shall constitute a binding Contract.

41. Signing of 41.1 Promptly after notification, the Employer shall send the successful
Contract Bidder the Contract Agreement.

41.2 Within 28 days of receipt of the Contract Agreement, the successful


Bidder shall sign, date, and return it to the Employer.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
1-22 Section 1 - Instructions to Bidders

42. Performance 42.1 Within 28 days of the receipt of notification of award from the
Security Employer, the successful Bidder shall furnish the performance security
in accordance with the conditions of contract, subject to ITB 36.5,
using for that purpose the Performance Security Form included in
Section 9 (Contract Forms), or another form acceptable to the
Employer.

42.2 Failure of the successful Bidder to submit the above-mentioned


Performance Security or to sign the Contract Agreement 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.

42.3 The above provision shall also apply to the furnishing of a domestic
preference security if so required.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 2 - Bid Data Sheet 2-1

Section 2 - Bid Data Sheet


This Section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section 1 - Instructions to Bidders.

A. General

ITB 1.1 The number of the Invitation for Bids (IFB) is: REIP/ADB/ICB/W/02-2

ITB 1.1 The Employer is: Ministry of Transport and Highways

ITB 1.1 The name of the international competitive bidding (ICB) is: Design and
Construction of Railway DMU Workshop at Rathmalana

The identification number of the ICB is: REIP/ADB/ICB/W/02-2

The number and identification of lots comprising this ICB is: None

ITB 2.1 The Borrower is: Democratic Socialist Republic of Sri Lanka

ITB 2.1 The name of the Project is: Railway Efficiency Improvement Project

B. Contents of Bidding Documents

ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Project Director,
Colombo Suburban Railway Project,
No. 217, Cotta Road,
Colombo 08.
ZIP Code: 00800
Sri Lanka.
Telephone: 011-265640-42
Fax: 011-2674954
E-mail: pd@csrp.lk or apdproc@csrp.lk

Note - Request for clarification should be received by the Employer no later than
21 days prior to the closing date of the bid. Employer will not be bound to
answer the clarification inquiries received after the said period.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
2-2 Section 2 - Bid Data Sheet

ITB 7.4 A Pre-Bid meeting will take place.

Date: 25th July 2023


Time: 10.00 a.m.
Place: Chief Mechanical Engineer’s Office
Sri Lanka Railway,
Ratmalana.
ZIP code: 10390
Sri Lanka.

A site visit conducted by the Employer will be organized.

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English

The Bidder shall submit with its Technical Bid the following additional documents:
ITB 11.2 (g)
1. Proposals for subcontracting elements of the works if the total of such
subcontracting is more than 10 percent of the Bid price.
2. A duly notarized affidavit certifying the accuracy of the information on current
contract commitments given in form Fin 4.
3. If Bidder is a Joint Venture, a copy of JV agreement or Letter of Intent to
execute a JV Agreement in the event of a successful bid shall be signed by all
partners together with the proposed agreement or the Memorandum of
Understanding and if the bidder is limited Liability Company, a copy of
Certificate of Incorporation and if the bidder is partnership, partnership
agreement and business registration, if the bidder is proprietorship, a
certificate of business registration.
4. Authority to seek references from the bidder’s bankers. In the case of a JV,
such authority from all the JV partners.
5. Any person acts as an agent, representative or nominee for or on behalf of any
bidder shall register himself with the Registrar of Companies if the bid price
exceeds LKR 5 million in accordance with the Public Contracts Act No. 3 of
1987 and subsequent gazette notification. Such certificate issued to the local
agent/ representative by the registrar of companies to be submitted.

a. “Any person who acts as an agent or sub agent, representative or


nominee for or on behalf of any bidder shall register himself before
submission of bids with Registrar of Public Contracts Sri Lanka, as
required by the Public Contract Act No. 03 of 1987. The Original
Certificate of registration shall be submitted with the bid.’’
b. The successful bidder shall be required to register upon the award of the
contract with the Registrar of Public Contracts Sri Lanka, as required by

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 2 - Bid Data Sheet 2-3

the Public Contract Act No 03 of 1987.


c. “The successful bidder shall provide the relevant particulars required by
the Public Contracts Act No. 03 of 1987 to the Registrar of Public
Contracts upon the award of the Contract.’’

6. Tender Index: The Bidder shall include with his Bid an index which cross refers
all of the Employer’s bid requirements elaborated in these documents to all the
individual sections within this Bid for the Technical Bid which the Bidder
intends to prefer his responses to each and every one of those requirements.

ITB 11.3 (d) The Bidder shall submit with its Price Bid the following additional documents:

1. VAT Registration Certificate. Bidders already registered for VAT should


submit this with their Bid while successful foreign bidders are allowed to
complete the requirement before award of the Contract.
2. The breakdown of the rate builds up for the Bills of Quantities items listed
under schedules in Section 4.

ITB 12.1 The units and rates in figures entered into the Bill of Quantities and Daywork
Schedule should be typewritten or if written by hand, must be in print form. Bill of
Quantities and Daywork Schedule not presented accordingly may be considered
nonresponsive.

ITB 13.1 Alternative Bids shall not be permitted.

ITB 13.2 Alternative times for completion shall not be permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the
Works: None

ITB 14.5 The prices quoted by the Bidder shall be subjected to price adjustment only in
respect of local currency component.

ITB 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in:

Sri Lankan Rupees (LKR) for local component and if there are any foreign
component, those can be quoted in freely convertible foreign currency.

ITB 15.4 The rates of exchange shall be the selling rates 28 days prior to the deadline for
submission of bids published by: Central Bank of Sri Lanka

ITB 16.1 Technical Proposal shall also include a Health and Safety COVID-19 Plan, in
accordance with the relevant government regulations and guidelines on COVID-
19 prevention and control shall comply with all applicable national, provincial and

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
2-4 Section 2 - Bid Data Sheet

local Laws and regulations in Sri Lanka - quarantine and prevention of diseases
ordinance (chapter 222) Extraordinary Gazette no.:2197/25, Date :2020-10-15
published by Ministry of Health - Corona Virus Disease 2019 (Covid 19)
(Preventive Measures) Regulations Available here

http://www.documents.gov.lk/en/exgazette.php

Absence of or incomplete submission may result in rejection of bid

ITB 18.1 The bid validity period shall be 120 days.

ITB 19.1 The Bid Security Declaration is not acceptable.

The Bank Guarantee shall be issued through or by a Bank acceptable to the


Central Bank of Sri Lanka
The Bidder shall furnish a bid security in the amount of LKR 30 million or an
equivalent amount in freely convertible foreign currency.
For the purpose of conversion of the required bid security amount to a freely
convertible currency, the selling exchange rate published by the Central Bank of
Sri Lanka on the date 28 days prior to the deadline for bid submission shall be
applied.
Bid security obtained from a bank in Sri Lanka shall be in the form of a certified
check, a letter of credit or a bank guarantee, issued from a reputable bank license
by the Central Bank of Sri Lanka.
If the bid security is obtained from a bank based in another country, it shall be
issued by a reputed bank from an eligible country.
If the Guarantee is in a form of irrevocable Letter of Credit or Cashier’s or certified
cheque or a bank guarantee obtained from a Bank in another country, it shall be
encashable in Sri Lanka. Foreign Bidders are encouraged to use corresponding
bank in Sri Lanka.

Bid Security shall be valid from 18th August 2023 to 13th January 2024
(Bid security shall be valid for 28 days beyond the original validity period of the
bid)

ITB 19.2 The ineligibility period will not be applicable

ITB 19.4 Subject to the succeeding sentences, any bid not accompanied by an irrevocable
and callable bid security shall be rejected by the Employer as nonresponsive. If a
Bidder submits a bid security that (i) deviates in form, amount, and/or period of
validity, or (ii) does not provide sufficient identification of the Bidder (including,
without limitation, failure to indicate the name of the Joint Venture or, where the
Joint Venture has not yet been constituted, the names of all future Joint Venture
Partners), the Employer shall request the Bidder to submit a compliant bid
security within 14 days days of receiving such a request. Failure to provide a
compliant bid security within the prescribed period of receiving such a request
shall cause the rejection of the Bid.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 2 - Bid Data Sheet 2-5

ITB 20.1 In addition to the original Bid, the number of copies is: One hard copy and one
soft copy with CD

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
consist of:

(i) Bids submitted by a limited liability company or a corporation: It shall be


signed by a duly authorized person(s) holding a Power of Attorney
notarized by Attorney-at-law or shall include an authorization by the
Company’s or Corporation’s Board of Directors by a Board resolution and
certified by the Company Secretary authorizing for such person(s) to sign
the documents.
(ii) Bids submitted by an individual or the Partnership: The person signing on
behalf of the bidder shall be duly authorized person holding a Power of
Attorney notarized by Attorney-at-law or in respect of a partnership shall
include a copy of the partnership agreement to demonstrate relationship
of the signing partner to the partnership.
(iii) Bids submitted by existing or intended Joint Venture (JV) shall include an
undertaking signed by all parties (i) stating that all parties shall be jointly
and severally liable, 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 JV during the bidding process and, in the event the JV is
awarded the Contract, during contract execution.

ITB 20.2 The Bidder shall submit an acceptable authorization within Seven (7) days.

D. Submission and Opening of Bids

ITB 21.1 Bidders shall not have the option of submitting their Bids electronically.

ITB 21.1 (b) If Bidders shall have the option of submitting their Bids electronically, the
electronic bidding submission procedures shall be: Not applicable

ITB 22.1 For bid submission purposes only, the Employer’s address is:
Attention: Chairman
Standing Cabinet Appointed Procurement Committee,
7th Floor, “Sethsiripaya”, Stage -II
Battaramulla.
ZIP code: 10120
Sri Lanka.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
2-6 Section 2 - Bid Data Sheet

The deadline for bid submission is:


Date: 18th August 2023
Time: 2.00 p.m.

ITB 25.1 The opening of the Technical Bid shall take place at:
Ministry of Transport and Highways,
7th Floor, “Sethsiripaya”, Stage II,
Battaramulla,
Sri Lanka.
Date: 18th August 2023
Time: 2.00 p.m.

ITB 25.1 Electronic bid opening procedure shall be as follows: Not applicable

ITB 25.5 The Letter of Technical Bid shall be initialed by all representatives of the
Employer attending Bid opening.

ITB 25.10 The Letter of Price Bid and Bill of Quantities shall be initialed by all
representatives of the Employer attending Bid opening.

E. Evaluation and Comparison of Bids

ITB 34.1 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:
United States Dollar (USD)

The source of selling exchange rate shall be: Central Bank of Sri Lanka.

The date for the selling exchange rate shall be: 28 days prior to the deadline for
submission of Bids

ITB 35.1 A margin of preference shall not apply.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 3 - Evaluation and Qualification Criteria 3-1

Section 3 - Evaluation and Qualification Criteria


- Without Prequalification -

This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In
accordance with ITB 32 and ITB 36, no other methods, criteria and factors shall be used. The Bidder
shall provide all the information requested in the forms included in Section 4 (Bidding Forms).

Table of Criteria

1. Evaluation ............................................................................................................ 3-2


1.1 Adequacy of Technical Proposal ................................................................................................ 3-2
1.2 Completion Time ........................................................................................................................ 3-2
1.3 Technical Alternatives ................................................................................................................ 3-2
1.4 Quantifiable Nonconformities and Ommissions ........................................................................ 3-2
1.5 Domestic Preference ................................................................................................................. 3-2
1.6 Multiple Contracts ....................................................................................................................... 3-3

2. Qualification......................................................................................................... 3-4
2.1 Eligibility ...................................................................................................................................... 3-4
2.1.1 Nationality ......................................................................................................................... 3-4
2.1.2 Conflict of Interest ............................................................................................................. 3-4
2.1.3 ADB Eligibility .................................................................................................................... 3-4
2.1.4 Government-Owned Enterprise ........................................................................................ 3-4
2.1.5 United Nations Eligibility ................................................................................................... 3-4

2.2 Pending Litigation and Arbitration ........................................................................................... 3-5


2.2.1 Pending Litigation and Arbitration ..................................................................................... 3-5

2.3 Financial Situation...................................................................................................................... 3-6


2.3.1 Historical Financial Performance ...................................................................................... 3-6
2.3.2 Average Annual Construction Turnover............................................................................ 3-6
2.3.3 Financial Resources ......................................................................................................... 3-7

2.4 Construction Experience ........................................................................................................... 3-8


2.4.1 Contracts of Similar Size and Nature................................................................................ 3-8
2.4.2 Construction Experience in Key Activities ........................................................................ 3-9

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
3-2 Section 3 - Evaluation and Qualification Criteria

1. Evaluation
In addition to the criteria listed in ITB 36.2 (a)–(e), other relevant factors are as follows:

1.1 Adequacy of Technical Proposal


Evaluation of the Bidder’s Technical Proposal will include an assessment of the Bidder’s
technical capacity to successfully implement the contract considering its proposed site
organization, method statement, mobilization, and construction schedule (to be described by
the Bidder in sufficient detail to demonstrate the adequacy of its work methods, scheduling,
and material sourcing) including the extent to which they are presented in a consistent
manner and comply with requirements stipulated in Section 6 (Employer’s Requirements)
without material deviation, reservation, or omission.
Noncompliance with equipment and personnel requirements described in Section 6
(Employer’s Requirements) shall not normally be a ground for bid rejection, and such
noncompliance will be subject to clarification during bid evaluation and rectification prior to
contract award.

1.2 Completion Time


An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:
Not Applicable

1.3 Technical Alternatives


Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows:
Not Applicable

1.4 Quantifiable Nonconformities and Omissions


Subject to ITB 14.2 and ITB 36.2, the evaluated cost of quantifiable nonconformities including
omissions, is determined as follows:

Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities shall be
evaluated, including omissions in Daywork where competitively priced but excluding omission
of prices in the Bill of Quantities. The Employer will make its own assessment of the cost of
any nonmaterial nonconformities and omissions for the purpose of ensuring fair comparison
of Bids

1.5 Domestic Preference


If a margin of preference is provided for under ITB 35.1, the following procedure shall apply:
Not Applicable

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 3 - Evaluation and Qualification Criteria 3-3

1.6 Multiple Contracts


Not Applicable

1.7 Other Criteria

The Employer will take into account the quality of the Health and Safety COVID -19 Plan (‘the
Plan’) attached to the Technical Proposal in its evaluation of the Adequacy of the Technical
Proposal.
The bidder should demonstrate in the Plan the health and safety measures they will put in
place on site in relation to COVID-19 prevention and controls, including but not limited to,
PPE requirements, site set up, training, induction and mobilization of new personnel,
equipment and plants cleaning and other hazard management measures while undertaking
site work activities, site visitors health and safety protocols, as well as the approach to the
monitoring and reporting of the Plan. The Plan should be fit for purpose for the particular
construction works of this contract and be aligned with any relevant government regulations
and guidelines on COVID-19 prevention and controls, as well as workplace safety
requirements.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
3-4 Section 3 - Evaluation and Qualification Criteria

2. Qualification
It is the legal entity or entities comprising the Bidder, and not the Bidder’s parent companies,
subsidiaries, or affiliates, that must satisfy the qualification criteria described below.

2.1 Eligibility

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

2.1.1 Nationality
Nationality in accordance with must meet must meet must meet not Forms
requirement requirement requirement applicable
ITB Subclause 4.2. ELI - 1; ELI - 2
with attachments

2.1.2 Conflict of Interest


No conflicts of interest in must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
accordance with ITB Subclause
4.3.

2.1.3 ADB Eligibility


Not having been declared must meet must meet must meet not Letter of Technical
ineligible by ADB, as described requirement requirement requirement applicable Bid
in ITB Subclause 4.4.

2.1.4 Government-Owned Entity


Bidder required to meet must meet must meet must meet not Forms
requirement requirement requirement applicable ELI - 1; ELI - 2
conditions of ITB Subclause 4.5.
with attachments

2.1.5 United Nations Eligibility


Not having been excluded by an must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
act of compliance with a United
Nations Security Council
resolution in accordance with
ITB Subclause 4.7.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 3 - Evaluation and Qualification Criteria 3-5

2.2 Pending Litigation and Arbitration


Pending litigation and arbitration criterion shall apply.

2.2.1 Pending Litigation and Arbitration

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

All pending litigation and must meet not must meet not Form LIT - 1
requirement applicable requirement applicable
arbitration, if any, shall be
by itself or by itself or
treated as resolved against the as partner to as partner to
Bidder and so shall in total not past or past or
represent more than Eighty existing Joint existing Joint
Venture Venture
percent (80%) of the Bidder’s
net worth calculated as the
difference between total assets
and total liabilities.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
3-6 Section 3 - Evaluation and Qualification Criteria

2.3 Financial Situation

2.3.1 Historical Financial Performance

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Submission of audited financial must meet not must meet not Form FIN - 1 with
requirement applicable requirement applicable attachments
statements 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 Bidder’s
financial position. As a
minimum, the Bidder’s net worth
for the last year calculated as
the difference between total
assets and total liabilities should
be positive.

2.3.2 Average Annual Construction Turnover

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Minimum average annual must meet must meet must meet must meet Form FIN - 2
requirement requirement
construction turnover of USD 25% 40%
Nine ($ 9) million calculated as of the of the
total certified payments received requirement requirement
for contracts in progress or
completed, within the last Five
(5) years.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 3 - Evaluation and Qualification Criteria 3-7

2.3.3 Financial Resources

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner
For Single Entities: must meet not not not Form FIN – 3 and
requirement applicable applicable applicable Form FIN – 4
The Bidder must demonstrate that its
financial resources defined in FIN - 3,
less its financial obligations for its
current contract commitments defined
in FIN - 4, meet or exceed the total
requirement for the Subject Contract
of USD 1.80 million
For Joint Ventures: not not not must meet Form FIN – 3 and
applicable applicable applicable requirement Form FIN – 4
(1) One partner must demonstrate
that its financial resources
defined in FIN - 3, less its
financial obligations for its own
current contract commitments
defined in FIN - 4, meet or
exceed its required share of 40%
from the total requirement for the
Subject Contract.

AND
(2) Each partner must demonstrate not not must meet not Form FIN – 3 and
that its financial resources applicable applicable requirement applicable Form FIN – 4
defined in FIN - 3, less its
financial obligations for its own
current contract commitments
defined in FIN - 4, meet or
exceed its required share of 25%
from the total requirement for the
Subject Contract.

AND
(3) The joint venture must not must meet not not Form FIN – 3 and
demonstrate that the combined applicable requirement applicable applicable Form FIN – 4
financial resources of all partners
defined in FIN - 3, less all the
partners’ total financial
obligations for the current
contract commitments defined in
FIN - 4, meet or exceed the total
requirement for the Subject
Contract of USD 1.80 million

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
3-8 Section 3 - Evaluation and Qualification Criteria

2.4 Construction Experience

2.4.1 Contracts of Similar Size and Nature

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Participation in at least one must meet not not must meet Form EXP - 1
requirement applicable applicable requirement
building or workshop
construction contract, with steel/
concrete structure and at least
5000 Sq.m floor area, that has
been successfully or
substantially completed within
the last ten (10) years, where
the value of the Bidder’s
participation exceeds USD
Seven ($ 7.0) million

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 3 - Evaluation and Qualification Criteria 3-9

2.4.2 Construction Experience in Key Activities


(May be complied with by specialist subcontractors. The employer shall require evidence of the subcontracting
agreement from the bidder. A specialist subcontractor is a specialist enterprise engaged for highly specialized
processes, which the main contractor cannot provide.)

Criteria Compliance Requirements Documents

Single Joint Venture Submission


Requirement All Partners Each One
Entity Combined Partner Partner
Requirements
For the above or other contracts must meet must meet not not Form EXP - 2
requirement requirement a applicable applicable
executed during the period
stipulated in 2.4.1 above, a
minimum construction
experience in the following key
activities:
1. Design experience of a workshop,
floor area not less than 5000 Sq.m
2. Experience in particular
Foundation type (at least
2000sq.m)
3. Experience in epoxy flooring and `
power floating concreting at least
500 sq. m. floor area in a single
project
4. Experience in building
construction with Installation of
overhead crane of at least
capacity of 20 ton
5. Experience in installation of at
least 200 kW Solar PV system in
a single project
6. Experience in installation of two
200 kVA generators with
synchronized panel in a project

a In the case of a joint venture bidder, at least one of the partners must have the experience in the key activity if the bidder
itself (not its subcontractor) will carry out the relevant activity.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-1

Section 4 - Bidding Forms


- Without Prequalification -
This Section contains the forms to be completed by the Bidder and submitted as part of its Bid.

Table of Forms

Letter of Technical Bid ......................................................................................................................4-2

Letter of Price Bid ..............................................................................................................................4-4

Bid Security ........................................................................................................................................4-6

Bid-Securing Declaration ..................................................................................................................4-7

Technical Proposal ............................................................................................................................4-8


Personnel ......................................................................................................................................4-9
Form PER – 1: Proposed Personnel ......................................................................................4-9
Form PER – 2: Resume of Proposed Personnel .................................................................4-10
Equipment ...................................................................................................................................4-11
Site Organization .........................................................................................................................4-12
Method Statement .......................................................................................................................4-12
Mobilization Schedule..................................................................................................................4-12
Construction Schedule ................................................................................................................4-12
COVID-19 specific Site Health and Safety Management Plan ..................................................4-12

Bidders Qualification ..................................................................................................... 4-13


Form ELI – 1: Bidder’s Information Sheet.....................................................................................4-14
Form ELI – 2: Joint Venture Information Sheet ............................................................................4-15
Form LIT – 1: Pending Litigation and Arbitration ..........................................................................4-16
Form FIN – 1: Historical Financial Performance ...........................................................................4-17
Form FIN – 2: Average Annual Construction Turnover .................................................................4-18
Form FIN – 3: Availability of Financial Resources.......................................................................4-19
Form FIN – 4: Financial Requirements for Current Contract Commitments.................................4-20
Form FIN – 5: Self-Assessment Tool for Bidder's Compliance to Financial Resources ...............4-21
Form EXP – 1: Contracts of Similar Size and Nature ..................................................................4-22
Form EXP – 2: Construction Experience in Key Activities ...........................................................4-23

Schedules .........................................................................................................................................4-24
Schedule of Payment Currencies ................................................................................................4-24
Tables of Adjustment Data ..........................................................................................................4-25

Bill of Quantities...............................................................................................................................4-26

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-2 Section 4 - Bidding Forms

Letter of Technical Bid


-Note-
The bidder must accomplish the Letter of Technical Bid on its letterhead clearly showing the bidder’s complete name
and address.

Date: ..................................................
ICB No.: ..................................................
Invitation for Bid No.: ..................................................

To: [ . . .insert complete name of the employer . . .]

We, the undersigned, declare that:

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

(b) We offer to execute in conformity with the Bidding Documents the following Works: [ . . .insert
narrative . . .]

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of [ . . .insert
bid validity period as specified in ITB 18.1 of the BDS . . .]
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.

(d) Our firm, including any Subcontractors or Suppliers for any part of the Contract, have
nationalities from eligible countries in accordance with ITB 4.2.

(e) 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.

(f) We are not participating, as a Bidder in more than one Bid in this bidding process in
accordance with ITB 4.3(e), other than alternative offers submitted in accordance with ITB 13.

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

(h) [We are not a government-owned enterprise] / [We are a government-owned enterprise but
meet the requirements of ITB 4.5]. 1

1
Use one of the two options as appropriate.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-3

(i) We agree to permit ADB or its representative to inspect our accounts and records and other
documents relating to the bid submission and to have them audited by auditors appointed by
ADB.

(j) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance
with the requirements set forth in Section 6 (Employer’s Requirements) and our technical
proposal, or as otherwise agreed with the Employer.

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

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-4 Section 4 - Bidding Forms

Letter of Price Bid


-Note-
The bidder must accomplish the Letter of Price Bid on its letterhead clearly showing the bidder’s complete name and
address.

Date: ..................................................
ICB No.: ..................................................
Invitation for Bid No.: ..................................................

To: [ . . .insert complete name of the employer . . .]

We, the undersigned, declare that:

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

(b) We offer to execute in conformity with the Bidding Documents and the Technical Bid submitted
for the following Works. [ . . .insert narrative . . .]

(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]

The total bid price from the Summary of Bill of Quantities should be entered by the bidder inside this box.
Absence of the total bid price in the Letter of Price Bid may result in the rejection of the bid.

(d) The discounts offered and the methodology for their application are: [ . . .insert discounts and
methodology for their application if any . . .]

(e) Our Bid shall be valid for a period of [ . . .insert bid validity period as specified in ITB 18.1 of the BDS . . .]
days from the date fixed for the bid submission deadline in accordance with the Bidding
Documents, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.

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

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-5
(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the
bidding process or execution of the Contract. 1

Name of Recipient Address Reason Amount


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

(h) 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.

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

(j) We agree to permit ADB or its representative to inspect our accounts and records and other
documents relating to the bid submission and to have them audited by auditors appointed by
ADB.

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

1
If none has been paid or is to be paid, indicate “None”.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-6 Section 4 - Bidding Forms

Bid Security
Bank Guarantee

............................................................ Bank’s name, and address of issuing branch or office 1 .............................................................

Beneficiary: ............................... Name and address of the employer .........................................


Date: ................................................................................................................................................................................................................
Bid Security 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 Bidder, we . . . . . name of bank. . . . . hereby irrevocably undertake to pay you
any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in words . . . . . . . . . (. . . . . .
.amount in figures . . . . . . . ) 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 Letters of
Technical and Price Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish
the performance security, in accordance with the ITB, or (iii) fails or refuses to furnish a
domestic preference security, if required.
This guarantee will expire (a) if the Bidder is the successful Bidder, upon our receipt of copies of the
Contract Agreement signed by the Bidder and the Performance Security issued to you upon the
instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our
receipt of a copy of your notification to the Bidder of the name of the successful Bidder, or (ii) 28 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. 2

. . . . . . . . . . . .Authorized signature(s) and bank’s seal (where appropriate) . . . . . . . . . .

-- Note –
In case of a joint venture, the bid security must be in the name of all partners to the joint venture that submits the bid.

1
All italicized text is for use in preparing this form and shall be deleted from the final document.
2
Or 758 as applicable.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-7

Bid-Securing Declaration
(Not Applicable)
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 the 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 . . . [insert number of years as indicated in ITB 19.2 of the BDS]. . . . . starting on the
date that we receive a notification from the Employer, 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 Letters of Technical and Price
Bid; or

(b) do not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the
ITB”); or

(c) having been notified of the acceptance of 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 the ITB; or (iii) fail or refuse to furnish a domestic preference security, if
required.

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) 28 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 authorized to sign the bid for and on behalf of [insert complete name of the bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Corporate Seal [where appropriate]

-- Note --
In case of a joint venture, the Bid-Securing Declaration must be in the name of all partners to the joint venture that submits
the bid.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-8 Section 4 - Bidding Forms

Technical Proposal

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-9
Personnel

Form PER – 1: Proposed Personnel

Bidder should provide the details of the proposed personnel and their experience record in the relevant
Information Forms 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

-- Note --
* As listed in Section 6 (Employer’s Requirements).

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-10 Section 4 - Bidding Forms

Form PER – 2: Resumé of Proposed Personnel

The Bidder shall provide all the information requested below. Use one form for each position.

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

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

From To Company/Project/Position/Relevant Technical and Management


Experience

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-11
Equipment

Form EQU: Equipment

The Bidder shall provide adequate information and details to demonstrate clearly that it has the capability
to meet the equipment requirements indicated in Section 6 (Employer’s Requirements), using the Forms
below. A separate Form shall be prepared for each item of equipment listed, or for alternative equipment
proposed by the Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment

 Owned  Rented  Leased  Specially manufactured

Omit the following information for equipment owned by the Bidder.


Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-12 Section 4 - Bidding Forms
Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

COVID-19 specific Site Health and Safety Management Plan

Technical Proposal shall also include a Health and Safety COVID-19 Plan, in accordance with the
relevant government regulations and guidelines on COVID-19 prevention and control shall comply with all
applicable national, provincial and local Laws and regulations in Sri Lanka - quarantine and prevention of
diseases ordinance (chapter 222) Extraordinary Gazette no.:2197/25, Date :2020-10-15 published by
Ministry of Health - Corona Virus Disease 2019 (Covid 19) (Preventive Measures) Regulations Available
here

http://www.documents.gov.lk/en/exgazette.php

Absence of or incomplete submission may result in rejection of bid.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-13

Bidders Qualification
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and
Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-14 Section 4 - Bidding Forms

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of a Joint Venture,


legal name of each partner

Bidder’s country of
constitution

Bidder’s year of
constitution

Bidder’s legal address in


country of constitution

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

Attached are copies of the following documents.

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

 2. Authorization to represent the firm or Joint Venture named above, in accordance with ITB 20.2.

 3. In case of a Joint Venture, a letter of intent to form a Joint Venture or Joint Venture agreement, in accordance with ITB 4.1.

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

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-15

Form ELI - 2: Joint Venture Information Sheet

Each member of the Joint Venture and Specialist Subcontractor must fill out this form separately.
Joint Venture / Specialist Subcontractor Information

Bidder’s legal name

Joint Venture Partner’s or


Specialist Subcontractor’s
legal name

Joint Venture Partner’s or


Specialist Subcontractor’s
country of constitution

Joint Venture Partner’s or


Specialist Subcontractor’s
year of constitution

Joint Venture Partner’s or


Specialist Subcontractor’s
legal address in country of
constitution

Joint Venture Partner’s or


Specialist Subcontractor’s
authorized representative
information
(name, address, telephone
number(s), fax number(s), e-
mail address)
Attached are copies of the following documents.
 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB 4.2.
 2. Authorization to represent the firm named above, in accordance with ITB 20.2.
 3. In the case of a government-owned enterprise, documents establishing legal and financial autonomy and compliance with
commercial law, in accordance with ITB 4.5.

A Specialist Subcontractor is a specialist enterprise engaged for highly specialized processes that cannot
be provided by the main Contractor.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-16 Section 4 - Bidding Forms

Form LIT - 1: Pending Litigation and Arbitration

Each Bidder must fill out this form if so required under Criterion 2.2 of Section 3 (Evaluation and
Qualification Criteria) to describe any pending litigation or arbitration formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Pending Litigation and Arbitration

Choose one of the following:

 No pending litigation and Arbitration.

 Below is a description of all pending litigation and Arbitration involving the Bidder (or each Joint Venture member if Bidder
is a Joint Venture).

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

- Note -
This form shall only be included if Criterion 2.2 of Section 3 (Evaluation and Qualification Criteria) is applicable.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-17
Form FIN - 1: Historical Financial Performance

Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Data for Previous 5 (Five) Years [$ Equivalent]

Year 1: Year 2: Year 3: Year 4: Year 5:

Information from Balance Sheet

Total Assets (TA)


Total Liabilities
(TL)
Net Worth = TA –
TL
Current Assets
(CA)
Current Liabilities
(CL)
Working Capital =
CA - CL

Most Recent To be obtained for most recent year and carried forward to FIN - 3 Line 1; in case of Joint Ventures, to the
Working Capital corresponding Joint Venture Partner’s FIN – 3.

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

 Attached are copies of financial statements (balance sheets including all related notes and income statements) for the last _5_ years,
as indicated above, complying with the following conditions:
• Unless otherwise required by Section 3 of the Bidding Document, all such documents reflect the financial situation of the legal
entity or entities comprising the Bidder and not the Bidder’s parent companies, subsidiaries, or affiliates.
• Historical financial statements must be audited by a certified accountant.
• Historical financial statements must be complete, including all notes to the financial statements.
• Historical financial statements must correspond to accounting periods already completed and audited (no statements for partial
periods shall be requested or accepted).

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-18 Section 4 - Bidding Forms
Form FIN - 2: Average Annual Construction Turnover

Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each member of a Joint
Venture in terms of the amounts billed to clients for each year for work in progress or completed,
converted to US dollars at the rate of exchange at the end of the period reported.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the
Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Annual Turnover Data for the Last …5... Years (Construction only)
Amount Exchange $
Year
Currency Rate Equivalent

Average Annual Construction Turnover

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-19

Form FIN – 3: Availability of Financial Resources

Bidders must demonstrate sufficient financial resources, usually comprising of Working Capital supplemented
by credit line statements or overdraft facilities and others to meet the Bidder’s financial requirements for

(a) its current contract commitments, and


(b) the subject contract.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Resources
No. Source of financing Amount ($ equivalent)

1 Working Capital (to be taken from FIN - 1)

2 Credit Linea

3 Other Financial Resources

Total Available Financial Resources

a
To be substantiated by a letter from the bank issuing the line of credit.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-20 Section 4 - Bidding Forms
Form FIN- 4: Financial Requirements for Current Contract Commitments

Bidders (or each Joint Venture partner) 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.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Current Contract Commitments


Employer’s Outstanding Remaining
Contract Contract Contract Monthly Financial Resources
Name of Contact
No. Completion Value Period in Requirement
Contract (Address, Tel,
Date (X / Y)
Fax) (X) a months (Y) b

Total Monthly Financial Requirement for Current Contract Commitments $ . . . . . . . . . . . . . . . . .

a Remaining outstanding contract values to be calculated from 28 days prior to the bid submission deadline ($ equivalent
based on the foreign exchange rate as of the same date).
b
Remaining contract period to be calculated from 28 days prior to bid submission deadline.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-21
Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources (Criterion
2.3.3 of Section 3)

This form requires the same information submitted in Forms FIN - 3 and FIN - 4. All conditions of
“Available Financial Resources Net of CCC ≥ Requirement for the Subject Contract” must be
satisfied to qualify.

Form FIN - 5A: For Single Entities


Results:
Total Available Total Monthly Financial Yes or No
Financial Requirement for Current Available Financial Requirement [D must be
For Single Resources from Contract Commitments Resources Net for the Subject greater than or
Entities: FIN – 3 (CCC) from FIN – 4 of CCC Contract equal to E]
(A) (B) (C) D = (B - C) (E) (F)

_________ ...........
(Name of Bidder)

Form FIN - 5B: For Joint Ventures


Total Available Total Monthly Financial Available Results:
Financial Requirement for Current Financial Requirement Yes or No
For Joint Resources Contract Commitments Resources Net for the Subject [D must be greater
Ventures: from FIN – 3 (CCC) from FIN – 4 of CCC Contract than or equal to E]
(A) (B) (C) D = (B - C) (E) (F)
One Partner:

____________ ...........
(Name of Partner)

Each Partner:

_____________ ...........
(Name of Partner 1)

_____________ ...........
(Name of Partner 2)

_____________ ...........
(Name of Partner 3)

All partners ∑ D = Sum of available financial resources net of ∑ D = _______ ...........


combined current contract commitments for all partners

- Note -
Form FIN – 5 is made available for use by the bidder as a self-assessment tool, and by the employer as an evaluation work sheet, to
determine compliance with the financial resources requirement as stated in 2.3.3. Failure to submit Form FIN - 5 by the Bidder shall
not lead to bid rejection.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-22 Section 4 - Bidding Forms
Form EXP – 1: Contracts of Similar Size and Nature

Fill out one (1) form per contract.

Contract of Similar Size and Nature

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

Award Date Completion Date

Total Contract Amount $

If partner in a Joint Venture


or subcontractor, specify
Percent of Total Amount
participation of total
contract amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Similarity in Accordance with Criterion 2.4.1 of Section 3 (Evaluation and
Qualification Criteria)
Participation in at least
one building or
workshop construction
contract, with steel/
concrete structure and
at least 5000 Sq.m floor
area, that has been
successfully or
substantially completed
within the last ten (10)
years, where the value
of the Bidder’s
participation exceeds
USD Seven ($ 7.0)
million

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-23

Form EXP - 2: Construction Experience in Key Activities

Fill out one (1) form per contract.

Contract with Similar Key Activities

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

Award Date Completion Date

Total Contract Amount $

If partner in a Joint Venture


or subcontractor, specify
Percent of Total Amount
participation of total
contract amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Key Activities in Accordance with Criterion 2.4.2 of Section 3 (Evaluation and
Qualification Criteria)

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-24 Section 4 - Bidding Forms

Schedules

Schedule 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. In such a case, the Employer
should prepare separate tables for each Section of the Works.

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

Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #3

Net Bid Price 100.00

Provisional Sums
Expressed in Local 1.00
Currency

BID PRICE

- No t e -
The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the
source specified in BDS 15.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-25

Tables of Adjustment Data To be entered by the bidder

Table A - Local Currency

Bidder’s Bidder’s
Index Index Base Value
Source of Index Local Currency Proposed
Code Description and Date
Amount Weighting

CIDA Index — — A: 0.15


B:
C:
D:
E:

Total 1.00

Table B - Foreign Currency

(Not Applicable)

Name of Currency: .............................................................................................


Insert name of currency. If the bidder wishes to quote in more than one foreign currency, but in no case more than three,
this table should be repeated for each foreign currency.

To be entered by the bidder

Bidder’s Bidder’s
Source of Base Value Equivalent in
Index Code Index Description Currency in Proposed
Index and Date FC1
Type/Amount Weighting

Nonadjustable — — — A: 0.15
B:
C:
D:
E:

Total 1.00

- Note -
As per GCC 1.1.3.1, “Base Date” means the date 28 days prior to the latest date for submission of the bid.

Tables of Adjustment Data shall only be included if prices are to be quoted as adjustable prices in accordance with ITB
14.5.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-26 Section 4 - Bidding Forms

Bill of Quantities
A. Preamble
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders and all the Bid
documents/conceptual drawings listed in Clause 6.1 of ITB.

2. The method of payment shall be adopted according to the rates given and Schedule of Payment in
accordance with sub clause 14.4 of Conditions of Contract.

3. Any item of work included in the Bill of Quantities for which no rate or price was specified shall be
considered as included in other rates and prices in the Bill of Quantities and will not be paid
separately.

4. Bill No.1 to 10

The rates and prices inserted in the priced Bill of Quantities except as otherwise provided under the
Contract are for completed and finished items of work complete in all respects
a. Bill No. 1 of Bill of Quantities comprises Preliminaries which are estimated and provisional, and
are given to provide a common basis for bidding. For Bill No.1, the bidder shall quote his rate in
the prescribed places.
The basis of payment will be the actual quantities of work ordered and carried out, as measured
by the Contractor and verified by the Engineer and valued at the rates and prices bid in the
priced Bill of Quantities. Measurement and Payment procedure is given in the Section 6 -
Specifications for any Item, and such procedure shall take precedence.
For each item of work, the appropriate rate or price for the item shall be the rate or price
specified for such item in the Contract or, if there is no such item, specified for similar work.
Any item of work included in the Bill of Quantities for which no rate or price was specified shall
be considered as included in other rates and prices in the Bill of Quantities and will not be paid
for separately
b. Bill No. 2 of Bill of Quantities comprises Lump Sums for survey and investigation works and the
design proposal. The payments will be made based on payment procedure given in the Section
8, Particular Conditions of the Contract.
c. Bill No.3 of Bill of Quantities comprises lump sum amount for demolition and site clearance
works to be carried out in the proposed site. The demolition plan is attached with in the section 6
– Employer’s Requirements of the Bidding document. The payments will be made based on
payment procedure given in the Section 8, Particular Conditions of the Contract.
d. Bill No.4 to No. 7 of Bill of Quantities comprises permanent lump sum for permanent
construction works of Workshop Building, Changing Room, Painting Booths and Generator
Room. The Payment procedure given in the Section 8, Particular Conditions of the Contract.
e. Bill No.8 of Bill of Quantities comprises Lump Sums for Completion of External Works. The
payments will be made based on payment procedure given in the Section 8, Particular
Conditions of the Contract.
f. Bill No. 9 of Bill of Quantities comprises Machinery for workshop. The payments will be made
based on payment procedure given in the Section 8, Particular Conditions of the Contract..
g. Bill No. 10 of Bill of Quantities comprises Provisional Sum for prescribed tasks and items. The
payments will be made based on the agreed / actual rate and in accordance with sub clause
13.5 of Conditions of Contract.

h. Bill No. 11 of Bill of Quantities comprises Dayworks. It will be utilized as directed by Engineer
and in accordance with sub clause 13.6 of Conditions of Contract.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-27
B. Preamble to Bill of Quantities

General
The preamble to Bill of Quantities provides a guide to measurement and payment of the items in the Bill
of Quantities.
The relevant clause of this Preamble shall be deemed to apply equally to work subsequently ordered for
execution by the Contractor, either under Provisional Sum orders or variation orders, except where
specifically varied therein.
Units
Metric units are used throughout the Bill of Quantities for measurement purposes unless otherwise
indicated. The following abbreviations are used in this Contract.

Unit Abbreviation
Millimetre mm
Linear Metre m
Square metre sq.m
Cubic metre cu.m
Kilometre km
Kilo gram kg
Metric ton t
Litre lt
Number nr
Provisional Sum PS
Lump Sum LS
Hour hr
Week wk
Month mon
Labour day L.day
Sri Lanka Rupees LKR / Rs.
Kilometre month Km-mth

Method of Measurement

Whenever the method of measurement is not clear from documents available, the principles as given in
the Sri Lanka standard 573:1999 (1st Revision), Method of Measurement of Building work shall be
applicable.

Rates and Lump Sum for Completed Work


Notwithstanding any limits which may be implied by the wording of the individual items and/or
explanation in this preamble it is to be clearly understood by the Contractor that the rates and sums
which he enters in the Bills of Quantities shall be for the work complete in every respect, he shall be
deemed to have taken full account of all requirements and obligations, whether expressed or implied,
covered by all parts of the Contract, and to have priced the items herein accordingly. The rates and
sums must therefore include for all incidental and contingent expenses and risks of every kind
necessary to construct, complete and maintain the whole of the Works in accordance with the Contract.
Full allowance shall be made in the rates and/or sums against the various items in the Bills of Quantities
for all costs involved in the following inter-alia, which are referred to and/or specified herein, except
where separate items are provided.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-28 Section 4 - Bidding Forms

1) All site investigations, which may be necessary;


2) All setting out and survey work;
3) Temporary fencing, watching, and lighting;
4) Paying fees for permits and giving notice to authorities;
5) Payment of all patent rights and royalties;
6) Reinstatement of the site;
7) Safety precautions and all measures to prevent and suppress fire and other hazards;
8) Interference to the works by persons, vehicles, and the like using the existing facilities;
9) Works in connection with the protection and safety of adjacent structures;
10) Supplying, maintaining and removal upon completion Contractor’s own accommodation,
offices, stores, workshops, transport, welfare services and all charge in connection
therewith; except those for which a separate BOQ item is provided;
11) Working in the dry except where otherwise permitted by the specification;
12) Maintenance of access roads;
13) The supply, inspection, sampling and testing of materials and of the Works, including
provision and use of equipment;
14) The cost of all tests and other requirements in respect to the Contractor’s plant and equipment.
15) The recruitment, bringing to and from the site, accommodating and feeding and all incidental costs
and expenses involved in the provision of all necessary skilled and unskilled labour and
supervision, except for whom a separate BOQ item is provided;
16) All statutory taxes and levy, surcharges, fees etc. including stamp duty payable on the contract,
which will have to be borne by the Contractor, excluding VAT.

The Contractor shall be guided by the Central Environmental Authority (CEA) and the Urban
Development Authority of Sri Lanka, He shall ensure compliance by preparing a compliance with these
Terms and Conditions for which no additional payment shall be made.
Items against with no rates or sum entered by the Contractor, whether quantities are stated or not, will
not be paid for when executed, but will be regarded as covered by other rates in the Bills of Quantities
and considered subsidiary to the cost of particular works.
The whole cost of complying with the overall provisions of the Contract shall be included in the items
provided in the bill of quantities, and where no items are provided, the cost shall be deemed to be
distributed among the rates and prices included for the related items of work.
The quantities set out in the Bills of Quantities are the estimated quantities of the work and they shall
not be taken as the actual and correct quantities of the works to be executed by the Contractor in
fulfilment of his obligation under the contact.
The Contractor shall be deemed to have taken into account all recognized holidays, festivals, religious,
constitutional and other customs in his Bid Prices and his Construction Programs.

Rates and Sums to Bear Proper Relation to work Described


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

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-29
only to be spread over items to which these sections refer.

Protection of Work and Cleaning up on Completion


The Contractor shall allow, in his rates, for protecting completed work from subsequent operations,
making good all damage to complete work, for clearing away all rubbish as it accumulates, and leaving
the site in a tidy condition, orderly manner to the satisfaction of the Employer and Engineer.

Demolition
The rates and prices for demolition shall include for;
1. The activities prior to the demolition, including further surveys, investigations.
2. Providing adequate supports to the adjacent structures and the structure to be demolished,
including the shoring, propping needling etc.
3. Removal of all debris as directed, and recover the salvaged material.
4. Making good of all works disturbed or damaged.
5. Diverting or disconnecting any existing service lines which could be affected.

Site Clearance
Rates for site clearance shall include (if not separately allowed) for the removal of all trees, shrubs,
boulders or other debris from the area of the site and disposal of same in an approved location,
spreading at least 100mm of topsoil over the site upon completion.

Day Works
A Day- Works schedule is included in the Bill of Quantities for use when a Work is executed on a Day-
Work basis in accordance with the Conditions of Contract. Work shall not be executed as Day-Works
except by the written order of the Engineer. Please also refer to the Notes under the Day Work
schedule.
• Labour
Payments in respect of labour used in the execution of the Day Works shall be at the hourly
rate stated in the Daywork Schedule.
The inserted rates for labour shall cover all bonuses, statutory charges and all other charges
and costs in respect of or incidental to the employment of the said labour, except only the cost
of materials and Constructional Plant. The rate shall also include the costs in respect of
portable tools such as picks, shovels, wheelbarrows, trowels, ladders, hand-saw, buckets,
trestles, hammers, chisels and all items of a like of a like nature, which for the purpose of
works executed on a Day- Work basis shall not be considered as Constructional Plant.
• Material and Goods
The stated rate shall cover the costs of taking delivery and putting into the store or stockpile,
usage of any minor tools/equipment not listed under plant and equipment, storage, overheads
and all other charges and costs in respect of or incidental to the procurements and handling of
such materials or goods.
The cost of taking the materials from the store of stockpile on site to the place where they are
used shall be paid for the appropriate Day Work rates for labour and constructional plant.
• Constructional Plant
The inserted rate for Constructional Plant shall be paid for the plant when actually employed
directly in the execution of the work on Day-Work basis, excluding any travelling time,

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-30 Section 4 - Bidding Forms
associated movement on the site with a prime mover or idling hours. The rate shall include for
the following:
a. The cost of Constructional Plant including maintenance and spares, fuel and fuel
distribution, oil grease and any other consumables.
b. The cost of crews, operators/drivers and attendants.
c. All overheads, profits and other costs associated with the plant being required to work
on a Day-Work basis.

Temporary services

The Contractor shall provide and maintain all necessary temporary services necessary for the
execution of the Works under the Contract. The Contractor shall make application and install such
services in accordance with the regulations and requirements of the relevant local authorities.

The Contractor shall be responsible for all costs and charges in connection with the installation
alteration, shifting, adapting use and maintenance of such services. On completion of the Works, the
Contractor shall disconnect such services, which are no longer required by him and or the Employer
and clear away all traces.

Provisional Sum Description

Description

The overhead and profit percentage allowed for provisional sums are deemed to include Contractor’s
site and head office overheads, profits, any attendance and liaison required by the Contractor to
implement works under such provisional sums.

Measurement and Payment

The amount payable will be such percentage of the value of the actual work performed under the
provisional sum based on the percentage given in Contract Data under Clause 13.5(b) ii of Particular
Conditions of Contract.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-31
Bill No 1 :-Preliminaries

Item Amount
Description of Work Unit Quantity Rate(LKR)
No (LKR)
Allow for traffic control and safety
measures during construction with
1.1 Month 12
temporary sign boards, barricading,
lighting and watching etc.
Monthly Progress Reports including
1.2 Month 12
progress photographs
Site Establishment mobilization, maintenance
Lump
1.3 of site establishment, demobilization and
Sum
Item
clearing up site on completion.
All necessary surveying, levelling and
Lump
1.4 setting out including establishment of all Sum
Item
control points.
Provide and maintain Project name Lump
1.5 Item
board, as directed by the Engineer Sum

Provide and maintain Project plaques as Lump


1.6 Item
directed by the Engineer Sum
Lump
1.7 Provide Insurances for works, Sum
Item
Provide Insurances for the Contractor’s Lump
1.8 Item
Equipment Sum
Lump
1.9 Provide Third Party Insurance Sum
Item

Provide Insurances for workmen’s Lump


1.10 Item
compensation Sum

Lump
1.11 Provide Professional Indemnity Insurance Sum
Item
Lump
1.12 Provide necessary bonds and guarantees Sum
Item

Implementation of Environmental
1.13 Month 12
Management and Monitoring Plan
Provide fully furnished office with
1.14 equipment for Engineer (Refer Appendix Month 12
1)
1.15 Maintenance of Engineer’s Office Month 12
Provide and maintain fully furnished
Lump
1.16 laboratory with equipment and removal Item
Sum
on completion of the project
Total Bill No.1 carried to Summary

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-32 Section 4 - Bidding Forms
Bill No 2 :-Design Proposal

Amount
Item No Description of Work Unit Quantity Rate(LKR
(LKR)
Lump
2.1 Soil investigation work
Sum
Detailed design of the workshop for
locomotive repair and other facilities Lump
2.2
as specified within the Contract Sum
documents
Total Bill No.2 carried to Summary

Bill No 3 :-Demolition and Site Clearance

Amount
Item No Description of Work Unit Quantity Rate (LKR)
(LKR)

Demolition and renovation

Make good, floor demolished


Lump
3.1 structures and renovation of Sum
abandoned tank

Demolition of total structure including


removal of foundation on building Lump
3.2
Nos.3,9,10,11 and 14 in the Sum
demolition layout

Site Preparation

Clearing site including removal of


topsoil up to a depth of 200 mm
including grubbing up roots, bushes
and trees, filling voids with selected Lump
3.3
excavated material and compacting Sum
and disposal of all surplus excavated
material away from the site as
directed.
Total Bill No.3 carried to Summary

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-33

Bill No 4 :-Workshop Building

Item Rate Amount


Description of Work Unit Quantity
No (LKR) (LKR)
4.1 Substructure
Lump
4.1.1 Piling including all tests specified Sum
Substructure work up to DPC Lump
4.1.2 level excluding piling Sum
Lump
4.1.3 Anti-termite treatment Sum

4.2 Superstructure

Superstructure, all concrete and


Lump
4.2.1 masonry
Sum
Work
Lump
4.2.2 Joinery, Partition and Glazing Works
Sum
Floor, wall and ceiling finishes, Painting Lump
4.2.3
cladding Sum
Structural steel works including Lump
4.2.4
necessary coatings Sum
Roofing including Zn/Al with insulation Lump
4.2.5
and Transparent sheets Sum
Plumbing, Sanitary Installation and solid Lump
4.2.6
waste management system Sum
Electrical works, Industrial exhaust fans,
ventilation system, lightning protection Lump
4.2.7
system, fire detection and fire Sum
protection system, Air conditioning
ELV works including CCTV and Public Lump
4.2.8
Address system Sum
Lump
4.2.9 Rail Track laying inside WS
Sum
Lump
4.2.10 Solar PV System
Sum
Lump
4.2.11 Compressed air pipe system
Sum

Total Bill No.4 carried to Summary

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-34 Section 4 - Bidding Forms

Bill No 5 :-Changing Room

Item Amount
Description of Work Unit Quantity Rate (LKR)
No (LKR)
5.1 Substructure
Lump
5.1.1 Substructure work up to DPC level Sum
Lump
5.1.2 Anti-termite treatment Sum

5.2 Superstructure

Superstructure, all concrete and


Lump
5.2.1 masonry
Sum
Work
Structural steel works including Lump
5.2.2
necessary coatings and Cladding Sum
Lump
5.2.3 Joinery, Partition and Glazing Works
Sum
Floor, wall and ceiling finishes and Lump
5.2.4
Painting Sum
Plumbing, Sanitary Installation and Lump
5.2.5
solid waste management system Sum
Electrical works, fire detection and Lump
5.2.6
fire protection system, Sum
Lump
5.2.7 Kitchen water boiler 15L
Sum
Lump
5.2.8 Furniture
Sum
Total Bill No.5 carried to Summary

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-35
Bill No 6 :-Painting Booths (2Nos)

Item Amount
Description of Work Unit Quantity Rate(LKR
No (LKR)
6.1 Substructure
Lump
6.1.1 Substructure work up to DPC level Sum
Lump
6.1.2 Anti-termite treatment
Sum

6.2 Superstructure
Superstructure, all concrete and
Lump
6.2.1 masonry
Sum
Work
Lump
6.2.2 Joinery, Partition and Glazing Works
Sum
Lump
6.2.3 Steel Works
Sum
Floor, wall and ceiling finishes and Lump
6.2.4
Painting Sum
Lump
6.2.5 Roof waterproofing system
Sum
Electrical works, fire detection and Lump
6.2.6
fire protection system Sum
Lump
6.2.7 Rail Track laying
Sum
Total Bill No.6 carried to Summary

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-36 Section 4 - Bidding Forms
Bill No 7 :-Generator Room

Item Amount
Description of Work Unit Quantity Rate(LKR
No (LKR)
7.1 Substructure
Lump
7.1.1 Substructure work up to DPC level Sum
Lump
7.1.2 Anti-termite treatment
Sum

7.2 Superstructure
Superstructure, all concrete and
Lump
7.2.1 masonry
Sum
Work
Lump
7.2.2 Joinery, Partition and Glazing Works
Sum
Floor, wall and ceiling finishes and Lump
7.2.3
Painting Sum
Lump
7.2.4 Roof waterproofing system
Sum
Electrical works, fire detection and Lump
7.2.5
fire protection system Sum
Total Bill No.7 carried to Summary

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-37
Bill No 8 :-External Works

Amount
Item No Description of Work Unit Quantity Rate(LKR
(LKR)

Landscaping and all external drainage Lump


8.1
works Sum

Lump
8.2 Road works
Sum

Etraction of Street lamp posts including Lump


8.3 fittings Sum

Lump
8.4 Construction of Security hut Sum

Lump
8.5 Construction of Water Tank Tower Sum

Lump
8.6 Construction of Water Sump Sum

Construction of wastewater collection Lump


8.7
tank Sum

Lump
8.8 Rainwater Harvesting system Sum

Re Construction of Changing room for Lump


8.9
workshop 42 Sum

Gate with side opening (Approximate Lump


8.10
width 15m) Sum
Total Bill No.8 carried to Summary

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-38 Section 4 - Bidding Forms

Bill No 9 :- Machinery
Amount
Item No Description of Work Unit Quantity Rate(LKR
(LKR)
Supply, Installation and Commissioning of
Double Girder Overhead Travelling Crane for
9.1 Nr 2
50 ton with the cost of inspection
arrangements as per the ER
Supply, Installation, and commissioning of
Electrically Operated Double Girder
9.2 Nr 1
Overhead Travelling Crane of 15 ton for lifting
bogies
Supply, Installation, and commissioning of
9.3 Electrically Operated Overhead Travelling Nr 1
Crane of 10 ton for bogie section
Supply, Installation, and commissioning of
Electrically Operated Double Girder
9.4 Nr 1
Overhead Travelling Crane of 15 ton for lifting
engines
Supply of Wall mounted, Explosion proof, 20
9.5 in, Aluminum, Heavy duty Exhaust Fan with Nr 16
Automatic Shutters for painting booth
Design, Supply, Installation, and
9.6 commissioning of Effluent Treatment Plant for Nr 1
Locomotive Repair Workshop
Supply of set of Fire Pump Systems with
Electric pump(170 M3/h @ 8.0bar),Jockey
9.7 Nr 2
pump, control units and pressure tank
compliant to NFPA 20
Supply and Installation of Industrial wind
9.8 Turbine Ventilators for Paint Booth and Nr 112
Workshop
Supply of Single-phase Centrifugal Water
9.9 Pump, Pipe size 1-1/2”x1-1/2”. Total head not Nr 1
less than 110 ft.
Supply, Installation, and commissioning of Air
cooled, Intelligent control, Maintenance free,
9.10 ISO Certified, Motor driven (direct) Screw Air Nr 1
Compressor incorporated with Auto drain,
safety &Check valves for Workshop
Supply, installation and commissioning of
9.11 01Nrs of 200kVA Diesel stand by generator SET 1
with ATS panels, and other accessories.

Total Bill No.9 carried to Summary

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-39
Bill No 10 :- Provisional Sums

Item Amount
Description of Work Unit Quantity Rate (LKR)
No (LKR)
Prov.
10.1 Stationary for Employer
Sum
Preparation and implementation of HIV-AIDS Prov.
10.2 prevention and health program Sum
Prov.
10.3 Relocation of utility services Sum
Prov.
10.4 Relocation of existing sewer line Sum
Prov.
10.5 Special tests ordered by the Engineer Sum
Periodic monitoring of environmental
Prov.
10.6 parameters. Sum
(air quality, water quality, noise level etc.)
Payment of Employer’s portion to the Prov.
10.7
Dispute Board Sum
Prov.
10.8 Property Condition Survey Sum
Prov.
10.9 Covid - 19 preventative actions Sum
Prov.
10.10 Green building accreditation Sum
Prov.
10.11 Relocation of crane holder Sum
CEB permanent connection to Workshop Prov.
10.12
(400kVA 50Hz 3phase power supply) Sum
Prov.
10.13 Supply of rails Sum
Supply of sleepers and other required
Prov.
10.14 material except rails and crossings for Sum
track laying in asphalt road

Total Bill No.10 carried to Summary

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-40 Section 4 - Bidding Forms
Bill no. 11:- Day Works Summary

All quantities are provisional

Item No. Description of Daywork Amount (LKR)

11.1 Labour
11.2 Materials
11.3 Plant & Equipment

Total Bill No.10 (Dayworks) carried to Summary

Bill no. 11.1 – Labour

All quantities are provisional

Item No. Description of Work Unit Quantity Rate (LKR) Amount (LKR)

1 Surveyor Hrs 20
2 Survey Assistant (Skilled) Hrs 20
3 Laboratory Technician Hrs 20
4 Cad Operator Hrs 20
5 Draughtsman Hrs 20
6 Foreman Hrs 20
7 Operator (Heavy Equipment) Hrs 20
8 Operator (Light Equipment) Hrs 20
9 Driver (Heavy Duty Vehicles) Hrs 20
10 Driver (Light Duty Vehicles) Hrs 20
11 Mechanic Hrs 20
12 Welder Hrs 20
13 Electrician Hrs 20
14 Carpenter Hrs 20
15 Mason Hrs 20
16 Plumber Hrs 20
17 Aluminium Fixer Hrs 20
18 Steel Fixeer Hrs 20
19 Semi-skilled Labour Hrs 20
20 Unskilled Labour Hrs 20

Total Bill No.11.1 (Dayworks -Labour) carried to Daywork Summary

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-41

Bill no. 11.2 - Materials


All quantities are provisional

Item No. Description of Work Unit Quantity Rate (LKR) Amount (LKR)
1 Cement OPC in 50 kg Bag No. 10
2 Formwork- smooth Sq.m 10
3 Formwork- rough Sq.m 10
4 Reinforcing Steel Mt 1
5 Structural Steel Mt 1
6 River Sand Cu.m. 5
7 20mm Aggregate Cu.m. 5
8 150-225mm Rubble Cu.m. 10
9 65mm Track Ballast Cu.m. 10
10 Brick 2x4x8 Size Nos 100
11 Concrete Grade 25/20 Cu.m. 5
Aggregate Base Course
12 Cu.m. 5
material
13 Auto Diesel Ltr 50
14 Petrol Ltr 50
15 Kerosine ltr 10
Sub Total
Percentage mark-up applicable to materials …...............%..

Total Bill No.11.2 (Dayworks - Material) carried to Daywork Summary

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-42 Section 4 - Bidding Forms

Bill no.11.3 –Plant and Equipment


All quantities are provisional

Rate Amount
Item No. Description of Work Unit Quantity
(LKR) (LKR)
1 Lorry - 1 cube hr 10
2 Backhoe Loader JCB (4 Wheel) hr 12
3 Excavator - PC 30 hr 10
4 Excavator - PC 70 hr 8
5 Cargo Truck - 4 ton hr 8
6 3 Cube Tipper hr 8
7 Mobile Crane - 25ton hr 8
8 Mobile Crane - 100ton hr 8
9 Generator - 150KVA hr 8
10 Air Compressor - 125 CFM hr 5
11 Fork Lift - 1 ton hr 8
12 Skid Loader hr 8
13 Concrete Mixer Machine hr 8
14 Welding Plant hr 10
15 Boom Truck - 5 ton hr. 10
Total Bill No.11.3 (Dayworks - Equipment) carried to Summary

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-43

Grand Summary

Bill No Description of Work Amount (LKR)

1 Preliminaries
2 Design Proposal
3 Demolition and Site Clearance
4 Workshop Building
5 Changing Room
6 Painting Booths
7 Generator Room
8 External Works
9 Machinery
10 Provisional Sums
11 Dayworks
A Subtotal
Add 10% of A for physical contingency
Add 10% of A for financial contingency

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
4-44 Section 4 - Bidding Forms

Format for Rate Analysis


Pay Item No:
Work
Item : (Item description)………….. Mark-up :…………………..%

Assumed Quantity for rate build-up XXX

Norm Ref.: (Reference of norm if applicable)

Price
Labour Component Unit Quantity Rate Amount
Code

Total Cost for Labour - A

Price
Plant/Equipment Component Unit Quantity Rate Amount
Code

Total Cost for Plant/Equipment - B

Price
Material Component Unit Quantity Rate Amount
Code

Total Cost for Material - C

Price Miscellaneous Cost


Unit Quantity Rate Amount
Code Component

Total Cost for Miscellaneous - D

Estimated Direct Cost - E (A+B+C+D) -

Head Office Overheads ......................... %of E


Other Overheads ................................... %of E
Profit ..................................................... %of E
Total of Overheads & Profit(F)
Total for XXX - G (E+F)
Rate per unit (G/XXX)
Say Rate
The Bidders shall properly fill this form quantifying all resources, incidentals etc. required for all items in the
List of BOQ Items for Rate Analysis.
Bidders are advised to refer to the CIDA Publication No. SCA/5 for detailed specifications of items of work
when rate analysis is prepared.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 4 - Bidding Forms 4-45

List of BOQ Items for Rate Analysis


Description Unit

1 Survey and investigation Work LS


2 Detailed design of the Condominium LS
3 Foundation work up to DPC Level LS
4 Superstructure LS
5 MEP Works LS
6 External works LS
7 Structural Steel LS

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
Section 5 - Eligible Countries 5-1

Section 5 - Eligible Countries


This Section contains the list of eligible countries.

Afghanistan Micronesia, Federated States of


Armenia Mongolia
Australia Myanmar
Azerbaijan Nauru
Bangladesh Nepal
Bhutan New Zealand
Brunei Darussalam Niue
Cambodia Pakistan
China, People's Republic of Palau
Cook Islands Papua New Guinea
Fiji Philippines
Georgia Samoa
Hong Kong, China Singapore
India Solomon Islands
Indonesia Sri Lanka
Japan Taipei, China
Kazakhstan Tajikistan
Kiribati Thailand
Korea, Republic of Timor-Leste
Kyrgyz Republic Tonga
Lao People’s Democratic Turkmenistan
Republic Tuvalu
Malaysia Uzbekistan
Maldives Vanuatu
Marshall Islands Viet Nam

Nonregional members

Austria The Netherlands


Belgium Norway
Canada Portugal
Denmark Spain
Finland Sweden
France Switzerland
Germany Turkey
Ireland United Kingdom
Italy United States

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-1

Section 6 - Employer’s Requirements

This Section contains the Specifications, Drawings, Supplementary Information that describe the
Works to be procured, Personnel Requirements, Equipment Requirements, Geotechnical Data and
Environmental Management and Monitoring.

Volume 1
Section 6.1 General Scope of Works
Section 6.2 Standard Specifications
Section 6.3 Particular Specifications
Section 6.4 Supplementary Information
6.4.1 Description of the Project
6.4.2 COVID-19 Related Health & Safety requirements
6.4.3 Scope of Works
6.4.4 Essential design factors
6.4.5 Phases of Contract
6.4.6 Architectural Requirements
6.4.7 Structural Design Criteria
6.4.8 MEP Requirements
6.4.9 Location Map

Section 6.5 Personal Requirements


Section 6.6 Equipment Requirements
Section 6.7 Geotechnical Investigation Work
Section 6.8 Environmental Management Plan and Environmental Monitoring Plan

Volume 2

Section 6.9 Preliminary Architectural Drawings (Provided as a separate Volume)

Appendix 01 Office for the Engineer


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-2

Section 6.1 General Scope of Works


Background of the project
The proposed Railway Efficiency Improvement Project is the first project loan of the Asian Development Bank (ADB) in the railway sector of Sri Lanka. The project
will finance high-impact subprojects to modernize the country’s railway network by improving the operational efficiency, maintenance capacity, safety management,
skills development, and implementation capacity of Sri Lanka Railways (SLR) and the Colombo Suburban Railway Project (CSRP)–Project Management Unit
(PMU), which has been set up under the Ministry of Transport (MOT) to implement ADB-financed projects. Under the component maintenance capacity
improvement, construction of new workshop for locomotive repair at Rathmalana is included.
Scope of Works
The construction of Diesel Multiple Units (DMUs) repair workshop will be executed on design-build basis under FIDIC conditions of contract. The workshop is
proposed to be mainly a building with an eaves height of 11.6 m consisting of facilities required mainly for providing Overhaul maintenance for the DMUs of Sri
Lanka Railways.
The current workshop of the Sri Lanka Railways does not have the capacity to cater the demand within the existing and the future rolling stock. Sri Lanka Railway
has 96 Nos Diesel Multiple units (DMUs) which consist of 130 Nos Locomotives (Engines). However, the existing workshop cannot provide the periodical repairs
and services even for half of the locomotives in the fleet. Hence it is uttermost important to build a new locomotive repair workshop for repairing the locomotives of
DMUs.
The architectural drawings (Conceptual) and MEP drawings (Conceptual) of the workshop and the other facilities are included in the Section 6 - Employer’s
Requirements of the Bid Document.

Detailed Scope of Works


Item Details
1. New locomotive repair workshop

2. Two painting booths

3. Workers rest room


For further details of items 1 to 10 please refer the Employer’s Requirements and detail
drawings
4. Reinforced concrete Water Tower supporting (5000L x 4
Nos of Plastishell tanks)

5. Wastewater Collection tank and effluent treatment plant


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-3

6. Generator Room

7. Entrance gate and Security room

8. Washroom for workshop 42

9. Sump with a capacity of 100,000 litres including firefighting


requirements.

10. Asphalt roads, Railway tracks and Crossings along Asphalt


Road.

11. Grid Connected Solar PV system 400kW.

12. Water Supply, wastewater and sewerage systems

13. Rainwater harvesting System.

14. Firefighting and Detection system

15. Street lighting system

16. Storm water drainage system

17. CEB Permanent Connection to Workshop* (400kVA 50 Hz


3 phase power supply)

* Contractor has to obtain permanent power supply of 400 kVA from CEB after completing the Construction Works.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-4

Scope of work of “A-1”

PROPOSED NEW DMU REPAIR WORKSHOP CONSTRUCTION


Item Details
1. Main Features of the workshop
a) Total Area a) 10,263.96m2

b) Ground Floor Area b) 8,739.26m2

c) First Floor Area c) 1,184.3m2

d) Second Floor Area d) 340.40m2

e) Number of floors e) Ground floor plus 2 levels of floors inside the main workshop and two floors in the
area outside the main workshop allocated for stores, brakes section, electrical and
electronics sections.

2. Sub Sections in the workshop


Proposed Locomotive Repair workshop shall consist of following
features.
• Main Repair Bay
• Section for Auxiliary Items
• Area for sheet metal work
• Admin Section (Including Aluminium partition walls)
The machinery required for each section is given in later pages
• Bogie section with separate section for surface wheel
lathe machine, boring machine and axle press
• Section for diesel engine repairs
• Machine Shop
• Stores
• Electrical and Electronic Section
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-5

• Tool Room
• Section for brake repairs
• Fire Pump room
• Sanitary facilities for workmen & staff
• Snack Outlet
• Solar Inverter room
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-6

Scope of work of “A-2”

FACILITIES IN PROPOSED NEW DMU REPAIR WORKSHOP


Item Details
1 Other Features of the workshop
These facilities shall be installed/ provided within the
1. Repair bay with 04 tracks with washing pit, inspection pit and examination pits
workshop.
2. 02 numbers of 50-tonne overhead cranes for main repair bay

3. 02 number of 15-tonne overhead cranes for engine section, bogie lifting section and
10 tons over head crane for bogie section.

4. 400 kW Grid Connected Solar PV System

5. Turbo ventilators

6. Air compressor and compressed air pipe system

7. Fire detection and alarm system

8. Fire Fighting and protection system.

9. 14 toilets, 11 showers, 06 urinals and 14 wash basins

10. Water supply system with overhead tank and sump

11. Wastewater collection tank and effluent treatment plant

12. Lightning protection system

13. Rainwater harvesting system

14. DATA network system


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-7

Scope of work of “A-3”

MACHINERY TO BE INSTALLED IN PRPOSED WORKSHOP

Item Details

1. Work Procedure a. The machinery/ plant which shall be supplied under Delivered and Duty Paid (DDP)
method up to the workshop and installed and commissioned by the successful
bidder are denoted in Scope of work “A-3”

b. The bidder shall select machine/ plant from one of the reputed manufacturers listed
in the relevant Technical Specification given in the E.R. In the event a
machine/plant is not in the above list it shall be from a well reputed manufacturer
having at least 15 years’ experience in design and manufacture of such
machine/plant in the international market. The eligibility of such
manufacturer/supplier to be considered is further described in the eligibility criteria
stipulated in the Technical Specification.

c. The bidder shall ensure that the goods and related services to be offered are in full
compliance with the Technical Specification.

d. The compliance of technical specification of the offered machine/plant and related


services with that of the Manufacturer shall be demonstrated in the bid.

e. The concurrence of Engineer/ Employer for the offered machine/plant shall be


obtained by the Contractor before entering into an agreement with the suppliers.

f. Every machine/plant shall be installed and commissioned with the supervision of the
Engineer.

Note: It is preferred that all 04 categories of overhead cranes are procured from one
manufacturer in the list of manufacturers.

A visit of minimum duration of 04 days to the manufacturer’s production plant shall


be arranged for Two representatives of the Employer to conduct inspection of
these cranes during an intermediate stage in production.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-8

The cost of the following items related to the above inspections shall be included
to the bid price.

i. Economy class Air-fair for 02 Engineers

ii. Hotel accommodation for 02 Engineers for 4 days (No more than three-star
hotel)

iii. Pre-departure & Arrival tests

iv. Food allowance

v. Per Diem allowance of US$ 70 per man day. (Including 02 travelling dates)

2. Machinery List

a) Two Electrically operated Double Girder Overhead Travelling Supply, Installation and Commissioning of Electrically operated Double Girder
Crane of 50-ton capacity Overhead Travelling Crane for 50 ton pay load with 10-ton Auxiliary hook, incorporated
with operator’s cabin. Approximate span 28.3 m, to be used for lifting locomotives.
Wireless remote control and wired pendent control (including cost involved for
inspection)

b) Electrically Operated Double Girder Overhead Travelling Crane Supply, Installation, and commissioning of Electrically Operated Double Girder
for 15-ton capacity for lifting bogies Overhead Travelling Crane for 15 ton pay load, to be used for lifting bogies.
Approximate span 29 m, wireless remote and wired pendant control.

c) Electrically Operated Overhead Travelling Crane for 10-ton Supply, Installation, and commissioning of Electrically Operated Overhead Travelling
capacity for bogie section Crane for 10 ton pay load, to be used in bogie repair section. Approximate span 17 m,
wireless remote and wired pendant control

d) Electrically Operated Double Girder Overhead Travelling Crane Supply, Installation, and commissioning of Electrically Operated Double Girder
of 15-ton capacity for engine repair section Overhead Travelling Crane for 15 ton pay load, for Diesel engine section. Approximate
span 23 m, wireless remote and wired pendant control

e) Effluent Treatment Plant Design, supply, installation and commissioning of Effluent Treatment plant for
Locomotive Repair Workshop shall remove separate phase of oil, lighter and heavy
solids, dissolved and suspended organic and inorganic compounds. Peak in coming
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-9

flow rate 50L/min.

f) Fire Detection and alarm system Design, Supply, Installation, and commissioning of Fire Detection System with Heat
Detectors for the workshop area and smoke detectors for other enclosed office areas,
and it shall include Manual Call Points, Sounders and Fire Alarm Control Panel.

g) Fire Pump System Supply installation and commissioning of 02 sets of Fire Pump System with Electric
pump (170 M3 /h @ 8.0 bar), Jockey pump, control units and pressure tank compliant to
NFPA 20 for Automatic wet system contains water hydrants and hose reels. Auto
control of electric pump and jockey pump.

h) Industrial wind Turbine Ventilator Supply and Installation of Industrial wind Turbine Ventilator, Neck size 22”, Exhaust
capacity not less than 1500 CFM at 08 KMPH, made of stainless-steel including
bearings

i) Screw Air Compressor Supply, Installation, and commissioning of Air cooled, Intelligent control, Maintenance
free, ISO Certified, lubricated, Motor driven (direct) Screw Air Compressor incorporated
with Auto drain, safety & Check valves. Receiver Tanks, air dryer, and Line Filters
included. Free air delivery 320 cfm. Delivery pressure 10.5 bar. Power supply 50 Hz
400V, 03 phase (Design Pressure 13 bars).

j) Water PumpLR Supply and Installation of Single-phase Centrifugal Water Pump, Pipe size 1-1/2”x1-
1/2”. Total head not less than 110 ft and capacity not less than 3000Gal/hr., 05 years
manufacturer warranty, supply 230V, 50Hz, Single phase

k) Generators Supply, installation and commissioning of 01 No. of 200kVA Diesel stand by generator
& ATS panels, and other accessories.

Note:
• Please refer the drawings no. REIP/ADB/W02-02/WS/ARC/DTL/ML to identify the machine locations. The allotted areas for the installation of machinery
which are to be installed by the employer shall be provided with 100 mm thick lean concrete layer protruding 50 mm above finished floor level.
• 04 concrete footings to place 30 ton lifting jacks shall be provided either side of No. 02 track in bogie lifting section REIP/ADB/W 02-02/ WS/ARS/PL/GL1
• 02 Dead end buffers shall be provided at the far end of No. 02 track (height or buffer centre 1043mm)
• 02 steel stoppers shall be installed at the dead end of main track of No:03, and No:04 track.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-10

Scope of work of “B”

DETAILS OF WORKERS’ CHANGING ROOM


Item Details
1 Building Dimensions
a) Total Area a) 917.68 m2

b) Number of floors b) One

c) Drawing No. REIP/ADB/W/02-02/CR/ARC/PL/GL/01

2. Sub Sections in the Workers’ Changing Room

Following sub sections shall be included in the Workers’ a) Entrance Lobby


Changing Room
b) Medical room with wash room

c) Dining room with wash room

d) Ladies locker room and wash room

e) Male locker room and wash room

f) Covered parking

3. Facilities to be included in Workers’ Changing Room

Following facilities shall be included a) Long durable Dining Tables 11 Nos


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-11

b) Long durable chairs 60 Nos

c) Water boiler – Capacity not less than 20Lts


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-12

Scope of work of “C”

CONSTRUCTION OF TWO PAINTING BOOTHS


Item Details
1. Building Dimensions

a) Total Area of 02 painting booths a) 421.18m2

b) Number of floors b) One

c) Drawing No. REIP/ADB/W/02-02/PB/ARC/DTL/01

2. Machinery and other features for Painting Booths

2a. Heavy duty Exhaust Fan for Painting Booths Supply and install of Wall mounted, Explosion proof, 20 in, Aluminum, Heavy duty
Exhaust Fan with Automatic Shutters for painting booth, 3600 – 4000 cfm, supply 400V,
50Hz, 3 phases 08 no for each

2b. Other features 1. Pits with steps/ steel deck with steps

2. 06 Turbine Ventilators

3. Ladder

4. Emergency eye washing station

5. Overhead Lighting system with wall lighting

Substructure

Following are the substructure details • Inverted T- type strip footing for side walls – Section A
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-13

• Central strip footing supporting the rail track columns – Section C

• Connection slab between outer strip footing and central strip footing on either side –
Section B

• A service pit 0.95 m depth formed by the combination of sections A, B & C

• Joints between sections are provided with external water bars. The service pit is
externally sealed with a membrane type waterproofing system.

Superstructure

Following are the superstructure details • The structure comprises of a RCC (Reinforced cement concrete) roof slab framed
by RCC beams supported on RCC columns.

• Roof slab to be waterproofed with a suitable WP system.

• Walls are single ordinary brick walls.

Working platforms

• 1575 m wide working platforms extending the full length of the service pit are fixed
on either side of the service pit. These platforms are made with 6mm thick
chequered aluminum plates fixed to hot dipped galvanized MS channel bearers
supported on brackets fixed to concrete beams along the periphery.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-14

Scope of work of “D”

CONSTRUCTION OF GENERATOR ROOM


Item Details
1. Building Dimensions

a) Total Area a) 118.43m2

b) Number of floors b) One

2. Features to be implemented in the generator room

Please implement following features 1. 33kV,400v/400kVA Transformer shall be installed close to generator room.

2. Generator assembly can be easily installed and removed.

3. Panel room

4. Proper ventilation of generator room

5. Trench for cables

6. 1 No. 200 kVA stand by generator with ATS.

(The bidder shall select the generator and accessories from one of the reputed
manufacturers listed in the technical specifications)
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-15

Scope of work of “E”

CONSTRUCTION OF WATER TOWER WITH PUMP ROOM (20000 Liters)


Item Details
1. Water Tower (20000 Litre)

a) Total Area a) 16.00m2 (Slab height – 15m)

b) Number of floors b) One

2. Features to be implemented to the Water Tower with pump room

Following features shall be included in the water tower and 1. 4 x 5000 Litre Plastishell water tanks.
pump room
2. Pump room and necessary electrical requirements.

3. Aluminium Ladder to reach tank level.

4. Single phase centrifugal water pump total head not less than 110 ft. Capacity not
less than 3000 G/h. Supply 230V, 50Hz
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-16

Scope of work of “F”

CONSTRUCTION OF SECURITY ROOM


Item Details
1. Security Room

a) Total Area 13.06m2

b) Number of floors One

c) Length and width 30m and 7m

d) Height above ground 7m

e) Depth below ground 0.95m

2. Features to be implemented to the Security Room

Following features shall be included in the Security Room 1. A counter

2. Long durable 4 chairs

3. Roof slab

4. Main steel swing gate with cladding and Wicket gate


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-17

Scope of work of “G”

CONSTRUCTION OF WASTEWATER COLLECTION TANK


Item Details
1. Dimensions and details of Wastewater Collection Tank

a) Size a) 5950mm x 2200mm x 2000mm

b) Other details b) Wastewater will be pumped in to the collection tank. It will partly serve to remove
the separate phase of oil in the waste water. The effluent water from the tank is
gravity fed to the parallel plate oil water separator.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-18

Scope of work of “H”

CONSTRUCTION OF WASHROOM FOR WORKSHOP 42


Item Details
1. Building Dimensions
a) Total Area a) 73.6 m2

b) Number of floors b) Two

2. Further details a) Ground floor shall include Wash rooms including (WC/ Wash basin/ Urinal/ Shower)

b) First floor shall include store area

c) RCC staircase connecting ground floor and first floor


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-19

Scope of work of “I”

CONSTRUCTION OF SUMP (100,000 LITRES INCLUDING FIREFIGHTING REQUIREMENTS)


Item Details
1. Volume details

a) Volume demand details a) Requirement for operation of workshop and consumption by people 32,000L, and
68,000L for fire control demand
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-20

SCOPE OF WORK OF “J”

ROAD WORK AND OUTER TRACK LAYING


Item Details
1. Railway track and rail crossings in Asphalt Road.

Railway track and rail crossings in Asphalt Road Railway track and rail crossings (4.0 m width for each crossing)
The ground shall be excavated approximately 700 mm from the workshop floor level (rail top
level) and compacted to sub grade requirement. Then minimum 200 mm thick layer of ABC
shall be laid and compacted on top of compacted soil. There after a minimum 200 mm layer of
track ballast shall be laid over it. After that concrete rail sleepers (height 150 mm) shall be
placed at an interval of 650 mm on top of ballast layer. After placing the sleepers, rails and
check rail laying and tamping will be done by SLR. After the track laying is completed, ballast
shall be flushed with the sleepers and compacted. After compaction, the surface of ballast
shall be flushed with top level of sleepers. Once the rail laying and ballasting are completed
85mm asphalt binding layer and 50mm asphalt wearing layer over it shall be laid to be flushed
with top of rails. Track laying and tamping will be done by SLR and the rails and crossings will
be provided by railway. All other materials including sleepers shall be provided by the
contractor.
Please refer drawing no REIP/ADB/W/02-02/ARC/RD1/CS/1

2. Asphalt Road work dimensions

North end of Workshop Asphalt road without any rail laying. Dimensions can be checked from landscape drawings.
Scope is given in a later section. Please refer drawing no REIP/ADB/W/02-02/ARC/RD2/CS/1
East end of Workshop and worker’s restroom. Asphalt road with one railway crossing. Dimensions can be checked from landscape
drawings. Plain asphalt road shall be as per the general scope and the crossing shall be built
as per item 1 of Scope of Work J.
South end of Workshop Asphalt Road cum railway track. Dimensions can be checked from landscape drawings. This
rail cum road shall be built in accordance with item 1 of scope of works J.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-21

West end of Workshop Asphalt road with five railway crossings. Dimensions can be checked from landscape
drawings. Plain asphalt road, shall be as per general scope, and the crossing shall be built
according to item 1 of Scope of Work J (Width 6m).

3. Rail Track Laying

a) Workshop yard, track laying All yard tracks except the tracks in South end and crossings shall be built solely by SLR.
And also laying and tamping of South end track & crossings will be done by SLR. The rails
and crossings will be provided by railway.

b) Track Laying on workshop floor including examination pits All the rail tracks inside the workshop shall be supplied and installed by the Contractor. Laying
and anchoring of Rails and check rails on the concrete floor shall be done under the
supervision of SLR Engineers.
The Contractor shall procure all 90 lbs rails, check rails and anchoring material required for
laying the tracks within the workshop from SLR.
In case of pits, the rails shall be anchored either to the longitudinal concrete beams or
concrete side walls of the pit with the supervision of SLR Engineers. Refer workshop layout
drawings for more details.

c) Track Laying in painting booth The rails shall be anchored to the longitudinal concrete beams with the supervision of SLR
Engineers. Refer painting booth layout drawings for more details. The Contractor shall
procure all 90 lbs rails and anchoring material required for laying the track within the painting
booth.

4. Street Lamps Installation

a) Street Lighting Street lamps shall be provided in one side of all road sections in suitable height, with the
interval of 30 m.

Notes:
Rail top level shall be same as the workshop floor level.
The road shall be designed to considering turning curves. For 40ft container carriers
The type of rail shall be 90 lbs ARA - A
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-22

Scope of work of “K”

RENOVATION OF EXISTING SEWER LINE THROUGH THE AREATO BE DEVELOPED (UNDER THE WORKSHOP)
Item Details
1. Work details a) The condition of the respective portion of the sewer line (in between manholes)
shall be investigated by a reputed institution with the required capability, after
driving the piles. Refer Drawing No. REIP/ADB/W/02-02/WS/SPL/LPSR/01

b) If the expert report would recommend that a renovation is required, the contractor
shall carry out the renovation with the consent of Engineer, as recommended by the
expert. This renovation will be accompanied with the laying of temporary sewer line
until the renovation is completed.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-23

Scope of work of “L”

ELECTRICAL INSTALLATION
Item Details
1. Work details a. A 33-kV high voltage supply line shall be put up from the existing feeding point of Rathmalana Workshop to
the new transformer.
b. 33kV,400 V/ 400 kVA new transformer shall be installed near the Proposed Workshop as per CEB
Guidelines.
c. Installation of Main Switch Board
d. Installation of 01 No. of 200 KVA Stand by Generator plant
e. Installation of 400 KVA Solar PV system
f. Installation of 630 A,400V 4 Pole Thermal Adj. MCCB for Solar Power at the CEB meter Room
g. Electrical installation of new workshop
h. Electrical installation of Changing Room
i. Electrical installation of Painting booths
j. Power supply to Water pump
k. Power supply to Effluent Treatment Plant
l. Electrical installation of new washroom for shop 42
m. Electrical installation of Security room
n. Installation of DATA and telephone network for the proposed workshop

2. Street lamp details LED lamp fittings with following specifications shall be suitably fitted on 10 m high lamp post to emit required
luminous level (minimum 30 lux).

• LED street lamp input voltage – 230V/50Hz


• Wattage – 120 W
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-24

• Ingress Protection IP 54

• The make of lamp fittings shall be Phillips or reputed brand


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-25

Scope of work of “M”

ITEMS MAY BE REQUIRED TO IMPORT (WITH INSTALLATION & COMMISSIONING)


No Item Unit Quantity
Supply, Installation and Commissioning of Double Girder Overhead Travelling Crane of 50 ton with the cost of inspection
1. Nr 2
arrangements as per the ER

2. Supply, Installation, and commissioning of Electrically Operated Double Girder Overhead Travelling Crane of 15 ton for lifting bogies Nr 1

3. Supply, Installation, and commissioning of Electrically Operated Overhead Travelling Crane of 10 ton for bogie section Nr 1

4. Supply, Installation, and commissioning of Electrically Operated Double Girder Overhead Travelling Crane of 15 ton for lifting Diesel
Nr 1
engines

5. Supply and Installation of Wall mounted, Explosion proof, 20 in, Aluminum, Heavy duty Exhaust Fan with Automatic Shutters for
Nr 16
painting booth

6. Design, Supply, Installation, and commissioning of Effluent Treatment Plant for Locomotive Repair Workshop Nr 1

7. Supply, Installation and commissioning of set of Fire Pump Systems with Electric pump (170 M3/h @ 8.0bar), Jockey pump, control
Nr 2
units and pressure tank compliant to NFPA 20

8. Supply and Installation of Industrial wind Turbine Ventilators for Paint Booth and Workshop Nr 112

9. Supply and Installation of Single-phase Centrifugal Water Pump, Pipe size 1-1/2”x1-1/2”. Total head not less than 110 ft. Nr 1

10. Supply, Installation, and commissioning of Air cooled, Intelligent control, Maintenance free, ISO Certified, Lubricated, Motor driven
(direct) Screw Air Compressor incorporated with Auto drain, safety & Check valves for Workshop, with Receiver tunnels, air drier Nr 1
and other accessories.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-26

11. Supply, installation and commissioning of 01 No of 200kVA Diesel stand by generator with ATS panels, and other accessories. Set 1

12. Supply, Installation, and commissioning of 400kW Roof mounted, grid connected Solar PV system with 800Nrs, 500W
Item
monocrystalline solar panels and 8 Nos 50kW of reputed brand inverter, and other necessary equipment & accessories.

13. Structural steel works including necessary coatings Item

14. Roofing including insulation and Transparent sheets as per ER Item

15. Design, Supply, Installation, and commissioning of Fire Detection System with Heat Detectors and smoke detectors include Manual
Item
Call Points, Sounders and Fire Alarm Control Panel.

16. Design, supply installation and commissioning of Compressed air supply Pipe System. Max allowable working pressure 13.0 bar
(Sub section 29 of Section 06 of ER)
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-27
Section 6.2 Standard Specifications

Refer to following Standard Specifications

1. Standard Specifications for Construction and Maintenance of Roads and Bridges, Second Edition
June 2009 published by the Institute of Construction Training and Development (ICTAD), ICTAD
Publication No. SCA/5

2. Specifications for Bored and Cast In-situ Reinforced Concrete Piles, CIDA Publication No.
CIDA/SP/10.

3. Specifications for Building Works Vol-I – 3rd Edition July 2001, CIDA Publication No. CIDA/SCA/4/I

4. Specifications for Building Works Vol-II - 2nd Edition October 2001, CIDA Publication No.
CIDA/SCA/4/II

5. Specifications for Electrical & Mechanical Works associated with Building and Civil Engineering - 2nd
Edition (Revised) August 2000, CIDA Publication No. CIDA/SCA/8

6. Specifications for Water Supply, Sewerage & Drainage Works - [2nd Edition (Revised) – April 2002]
– ICTAD Publication No. SCA/3/2

7. Guidelines for site investigation for foundation of buildings – 1st Edition 1994, ICTAD Publication No.
ICTAD/ID/11

8. Specifications for Fire Regulations – 2nd Edition (Revised) December 2006, ICTAD/DEV/14

9. Guideline for interpretation of site investigation Data for estimating the carrying capacity of single
piles for design of Board and Cast In-Situ Reinforced concrete Piles – 2nd Edition (Revised) January
2011, ICTAD Publication No. ICTAD/ID/15

10. Guidelines for internal installations (Conduits, Cables etc.) in Multi Storied Buildings – 1st Edition May
2006, ICTAD Publication No. ICTAD/ID/20

11. Specifications for Landscape work – Volume I, CIDA Publication No. SCA/7

12. Specifications for Fire Detection, Protection and Suppression System - CIDA Publication No. SCA/9

13. For precast concrete piles – British Standard EN 12794 published 2005
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-28

14. BS 7671:2018 - Requirements for Electrical Installations IET Wiring Regulations-18th Edition

15. BS 5467:1997 Specification for XLPE Insulated Armoured Cables

16. BS 6004:2012 Electric cables. PVC insulated and PVC sheathed cables for voltages up to and
including 300/500 V, for electric power

17. BS 7430:2011 + A1:2015 Code of practice for protective earthing of electrical installations

18. BS EN 60529:1992 Degree of protection provided by enclosures (IP Code for Ingress Protection and
IK Code for Mechanical Strength)

19. BS EN 61439-5:2015 Low-voltage switchgear and control gear assemblies. Assemblies for power
distribution in public networks

20. BS EN 62444:2013 Cable glands for electric installations

21. BS EN 62031:2008 +A2:2015 LED modules for general lighting. Safety specifications

22. BS EN 62504:2014 General lighting. Light emitting diode (LED) products and related equipment.
Terms and definitions

If Bidders do not already possess copies of latest editions, may purchase from the
Construction Industry Development Authority (Successor to ICTAD): CIDA Publications.
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-29

Section 6.3 Particular Specifications


1.0 GENERAL SPECIFICATION
General

1.1 The Specification for the purpose of this contract shall consist of General Specification and Special
Specification
1.2 Special specification clauses will take precedence over the General Specification
1.3 Wherever any item is not covered by the general Specification or the Special Specification the work shall
be carried out as per the latest relevant SLS, BS. and to the satisfaction of the Engineer.
1.4 All rates quoted shall allow for conforming to the General and Special specification
1.5 If the tenderer is unclear regarding any of the clauses of the Specifications, he shall obtain all
clarifications before submission of the tender.
1.6. These specifications cover the proposed Construction of Locomotive Repair Workshop and its facilities,
in all respects as specified and as shown on the preliminary drawings and to the approval of the
Engineer.

2.0 ARCHITECTURAL & STRUCTURAL ENGINEERING


2.1. General
The following specification is the specification for works governing materials and workmanship within the Main
Contract as incorporated in the Main Contract Agreement.
Where the word "Contractor" appears, this shall deem to be construed as the Sub-Contractor for aspects of the
work for which the Sub-Contractor is responsible.
2.2. Conditions of Contract
2.2.1. Nothing contained in the Specifications will relieve the contractor of any of his obligations under the
Conditions of Contract. Any discrepancy between such conditions of contract and the specifications shall
be brought to the notice of the Engineer by the contractor.
Certain clauses not specifically required for the project may be ignored unless these clauses become
relevant by a variation.
Any discrepancies in specification between the documents forming the contract shall be referred to the
Engineer for clarification, not later than 7 days before the closing date of tender. A ruling which will be
binding shall be given.
Architectural drawings shall supersede all other drawings in relation to finishes.
Any discrepancies may be referred to the Engineer after the award of the contract, and the Engineer
shall give a ruling which shall be binding. No extra cost shall be payable on account of such ruling.
2.2.2. The Contractor shall submit proposals, check all working drawings, bending schedules and any other
instructions, schedules and shall refer any discrepancies to the Engineer before proceeding with any
part of the effected work in adequate time so as not to create delays to the works. No extension to the
period of construction or additional costs will be allowed for any delays by the contractor in bringing such
discrepancies to the Engineer.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-30

3.0 MATERIALS
3.1. General
All materials used in the works shall be new and of the qualities and kinds specified herein and equal to approve
samples. Deliveries shall be made sufficiently in advance to enable samples to be taken and tested if required.
No materials shall be used until approved and all materials which are not approved or which are damaged,
contaminated or have deteriorated in any way or do not comply in any way with the requirements of this
Specification shall be rejected and shall be immediately removed from the Site at the Contractor's expense.
3.2. Materials for which are there in B.S.
All materials used in the works for which a British Standard Specification is published shall conform to the latest
edition thereof in every way. The engineer reserves the right to demand that the Contractor shall obtain at his
own expense a certificate in respect of any materials to state that it is in accordance with British Standard
Specification
3.3. Materials for which are not in B.S.
All materials used in the work for which no British Standard Specification has been published shall conform to
the latest editions of the Sri Lanka Standards
3.4. Different International Standards
Different international standards that correspond to the specified standard may be used with prior approval of the
Engineer. Any additional cost due to such change shall be borne by the contractor. All references to any
standard shall be deemed to refer to the latest issue of such standards.
3.5. Approved Suppliers or Manufacturers
Not with standing the provisions of the above clauses the engineer reserves the right during the course of the
building works to demand that any material be obtained only from an approved supplier or manufacturer. The
Contractor shall allow for this but prior to tendering he may submit to the engineer for approval the names of any
suppliers or manufacturers whose materials he intends to use.
3.6. Alternatives to Proprietary Brands
Where materials are specified by their proprietary names or where fittings are specified by catalogue numbers,
or descriptions, the Contractor may offer materials or fittings of alternative manufacture which are of equal
quality. Such alternatives must be approved before being used in the works and the Contractor shall allow for
this, but prior to tendering he may submit to the Architect for approval, the names of any suppliers or
manufacturers whose products he intends to use, together with catalogue numbers, and descriptions and/or
samples but the decision of the engineer will be final.
3.7. Measuring and Testing Equipment
The Contractor shall provide the following equipment for carrying out measuring and control tests on the Site and
maintain in full working order: -
3.7.1. Straight edges 2 meters and 4 meters long for testing the accuracy of the finished work.
3.7.2. A glass graduated cylinder for use in the silt test for organic impurities in the sand.
3.7.3. Concrete testing laboratory with required all equipment.
3.7.4. 2 no 30-meter steel measuring tapes.
3.7.5. Total station and one dumpy or quickset level.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-31

3.7.6. Spirit level and plumb.


3.7.7 All the specialist subcontractors to be approved by the engineer/architect.

4.0. DEMOLITION, EXCAVATION AND EARTHWORK


4.1. Inspection of Site
The Contractor is deemed to have visited the Site and to have ascertained the depth of water table, its variation
during the high and low tides, nature of the soil and sub-soils, to be excavated. No claim will be allowed on
account of these being of a different nature from that for which he has allowed in his prices.
4.2. Procedure
The excavations and fillings shall be carried out in such manner and order as the Engineer may direct.
4.3. Existing Buildings, Trees and Shrubs
4.3.1. Trees & Shrubs

Cut down and remove shrubs and trees as directed, grub up roots and fill holes so formed with vegetable soil.
No shrubs, trees, plants, etc., shall be removed except as directed by the Architect and the Contractor shall be
held responsible for any damage caused by the building operations to those shrubs, trees, etc., not so directed
to be removed.

4.3.2. Buildings including foundations shown in Building Demolishing layout REIP/ADB/W/02-


02/WSSPL/DBL/01 labelled as No. 03, 09, 10,11, and 14 shall be demolished and disposed. All the
other structures designated as 1, 2, 4, 5, 6, 7, 8, 12 and 13 will be removed by SLR.
4.4. Site Clearance
All grass, vegetable matter etc., must be removed or with the permission of the architect burned, on site at the
commencement of the Contract over areas as directed by the engineer. 200mm of surface soil shall be removed
from that part of the site to be occupied by the buildings.
4.5. Excavation
4.5.1. The excavations are to be executed to the widths shown on the Drawings, and to the depths below
existing ground levels as directed by the engineer in order to obtain satisfactory foundations. If the
Contractor excavates to any widths or depths greater than those shown on the Drawings or as instructed
by the engineer, he shall at his own expense fill in such widths or depths of excavation beyond that
instructed or shown with weak concrete to the satisfaction of the engineer.
4.5.2. Excavations shall always be kept free of water.
4.5.3. Excavated material shall be kept at least 1 meter away to prevent collapsing of excavated faces of earth.
4.5.4. Level and ram bottoms, of all excavations to receive concrete, form stepping’s if necessary, as directed to
allow for sloping ground, and well water excavations before pouring concrete
4.5.5. The Contractor shall report to the engineer when secure bottoms to the excavations have been obtained.
Any concrete or other work executed before the excavations have been inspected and approved shall, if
so directed, be removed and new work substituted after the excavations have been approved all at the
Contractor's expense
4.5.6 Any metal debris found during the exaction belongs to the client therefore shall be handed over to the
client or a representative appointed by Chief Mechanical Engineer of Sri Lanka Railway.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-32

4.6. Termites
The Contractor must destroy any termite nests found within the perimeter of the buildings and take out and
destroy queens, impregnate holes and tunnels with approved insecticide and back fill with hard material well
rammed and consolidated.
4.7. Rock
4.7.1. Rock shall be defined as "compact rock of such hardness and compaction that it cannot be removed
with a pick but requires the use of sledges and wedges or compressor driven tools or blasting to remove
it", and the Architect's opinion shall be final. Excavation in any material such as compacted shale, coral,
stiff clay or similar materials which in the opinion of the Architect can reasonably be removed by pick,
simple mechanical excavator or similar means will be deemed to be included in the prices for normal
excavation.
4.7.2. All materials classified as rock may, if approved by the Architect, be used as hardcore filling and he
measured quantities of imported filling will be adjusted accordingly. All rock so used must be broken to the
required size as hereafter described and stock piled for measurement before being used.
4.8. Blasting
No blasting will be permitted without the written permission of the engineer.
4.9. Filling Obtained from the Foundations
Filling obtained from surplus excavated materials is to be free from all weeds, roots, vegetable or other unstable
materials and is to be filled in layers each of not more than 225mm finished thickness. Each layer to be well
watered and consolidated before the subsequent layer is filled in.
4.10. Borrow Pits
No borrow pits will be allowed to be opened up on the Site without prior permission from the engineer.
4.11. Hardcore Filling
Hardcore for filling under floors, etc., shall be good hard stone, ballast, gravel or quarry waste or any other
suitable material obtained from approved sources, to the approval of Architect broken to pass not greater than a
150mm ring or to be 75% of the finished thickness of the layers being compacted whichever is the lesser and
graded to contain sufficient small pieces to fill all voids so that it can be thoroughly compacted. The filling is to be
laid in layers each of a consolidated thickness not exceeding 225mm and well-watered and compacted by hand
or mechanical tamper. The top surface of the filling shall be levelled or graded to falls as required and blinded
with a thin layer of similar material finely crushed and well rolled and watered immediately before concrete is laid.
All filling receiving concrete floors shall be compacted to 95%
4.12. Materials Found in Excavations
Sand, aggregate or other material found in the Site or in the excavations can be used in the works with the
approval of the Engineer.
4.13. Anti-termite Treatment
4.13.1. Anti-termite treatment is to be carried out by an approved Specialist strictly in accordance with their
printed specification which must be approved by the engineer before use on the Site.
4.13.2. The bottom surfaces of all excavations to receive foundation concrete, column bases and the like are to
be treated before concrete is poured.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-33

4.13.3. After the hardcore filling has been prepared the whole surface, and the top surface of foundation walling
shall be similarly treated before the concrete slabs are poured. The treatment shall extend 1.50 meters
beyond the external wall faces of the building.
4.14. Polythene Membrane
4.14.1. Unless otherwise described protective membranes to be of No. 1000 gauge polythene laid under floor
slabs.
4.14.2. Where the joints occur, there is to be a minimum of 300mm welted lap or a joint made with approved
tape.
4.14.3. The Contractor shall ensure that membrane surfaces will not be pierced during the laying and concreting
of sub-floors. No level pegs shall be driven through the polythene membrane.
5.0 CONCRETE WORK
5.1 General
All concrete shall be “designed” mixes unless stated otherwise. Designed mixes shall be in accordance with
Appendix 1 of this section.
5.1.1 Codes of Practice
As specified in ICTAD (CIDA) specification SCA/4/1
5.1.2 Designed Mixes
For each designed mix, the Contractor shall select mix proportions to meet the requirements of the Contract.
Those requirements are detailed in Appendix 1.
5.1.3 Cement
As specified in ICTAD (CIDA) specification SCA/4/1
5.2 Manufacture and Brand
The contractor shall inform the Engineer of the source, brand name and manufacturer of the proposed cement.
The Contractor shall not place the order for the cement before the Engineer’s approval.
5.2.1 Supply
Cement Supply shall be arranged through companies operating quality assurance procedures.
5.2.2 Delivery
Cement shall be delivered to Site in bags or suitable containers. Each bag or container shall be sealed and
marked with the name of the brand and manufacture and the number of the consignment. The Contractor shall
arrange for deliveries to be made with sufficient frequency to ensure freshness. Delivery arrangements of any
bulk cement shall be to the Engineer’s approval.
For each consignment delivered, the Contractor shall supply the Engineer with a statement showing the quantity,
the number of the consignment, the name of the manufacture, the date of grinding and the number and date of
the manufacture’s test certificate relating to that consignment.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-34

5.2.3 Storage
Cement shall be stored so that each delivered batch is clearly identifiable. It shall be kept dry, off the ground in
covered and watertight stores, and used in order of delivery. Loose or split bags or air-set cement shall not be
used.
5.3 Aggregates
As specified in ICTAD (CIDA) specification SCA/4/1
5.3.1 Segregation
Aggregates shall be produced, delivered and stored in such a way that they do not segregate, mix, or become
contaminated.
5.3.2 Staining Impurities
Aggregates for exposed concrete shall only be supplied from sources known to be free of staining impurities
such as coal, lignite, iron pyrites etc.
5.4 Water
As specified in ICTAD (CIDA) specification SCA/4/1
5.4.1 Compliance
Water shall be clean, potable and free from deleterious matter in solution or suspension and shall comply with
the requirements of SLS 572 & As specified in ICTAD (CIDA) specification SCA/4/1
5.5 Admixtures
As specified in ICTAD (CIDA) specification SCA/4/1
5.5.1 Submission to Engineer
The Contractor is advised to consider the cement content and maximum water cement ratios contained in
Appendix 1.
It is anticipated that admixtures will be necessary to achieve suitable levels of workability with the higher strength
mixes. However, admixture (e.g. calcium nitrates) for the improvement of durability of concrete shall not be
allowed.
The Contractor shall submit to the Engineer for review full details of all proposed admixtures and the manner of
addition to the mix.
5.5.2 Compliance
Admixtures shall comply with BS EN 12878:2005 and / or BS EN 934:2009 where appropriate.
5.5.3 Required Details
The Contractor shall supply the Engineer with information relating to the use of the admixtures including but
limited to the following.
a) The detrimental effects of under and over – dosage
b) The chemical names of the main active ingredients
c) Possible side effects

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-35

5.6 Concrete
5.6.1 Characteristic Strength
The specified characteristic strength of a designed mix shall be the 28 days compressive cube strength in
N/mm2, equal to the grade number stared Appendix 1.
5.6.2 Mix Reference
a) The Mix Reference of concrete shall be as defined in Appendix 1.
b) For the OPC/PFA mix specified in Appendix 1. The PFA content shall be 25% by weight of the specified
minimum cementitious content.
5.6.3 Water / Cement Ratio
The water /cement ratio of the concrete mix shall be the minimum required to give adequate workability of the
concrete, but shall not exceed the maximum value stated in Appendix 1.
5.7 Trial Mixes
5.7.1 General
Trial mixes shall be prepared for each Mix Reference of designed mix concrete in accordance with BS 1881 and
BS EN 12350.
The Contractor shall programme preliminary trial mixes preparation and testing before concreting. No structural
concrete shall be places in the Works until the design of the mix and sources of material have been approved by
the Engineer.
The mixes shall be prepared before the works commence preferably under full scale production conditions or, if
this is not possible, in an approved laboratory using a sufficient number of samples to be representative of the
aggregates and cement to be used.
5.7.2 Plant Trials
1. Plant Trials shall be made using the plant or plants proposed and the mix designs and constructions
submitted to the Engineer.
a. Workability
Each sample shall be tested for slump and flow in accordance with BS EN 12350-2:2000 and
BS EN 12350-3:2000
b. Test Results
The results of tests on concrete taken from the Plant Trials in accordance with this Clause shall
comply with the following requirements
2. All values for slump and flow during the period estimated minimum and maximum time for discharge of
the concrete at the point of place shall be within + 20% or 25mm (whichever is the greater) of the design
value.
3. Values of slump and flow at the estimated maximum time for discharge of concrete at the point of place
shall be not less than 80% of the slump and flow at the estimated minimum time for discharge of
concrete at the point of place for relevant batch.
4. Maximum bleed at 1 hour shall not exceed 0.5 percent of the net mixing.
5. Maximum total bleed, until cessation of bleeding, shall not to exceed 1.5 percent of the net mixing water.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-36

6. Final set shall be at least 1 hour less than the maximum limit stated by the Contractor but in any event
shall not to exceed 20 hours.

5.7.3 Non - Compliance of Plant Trial Tests


If the result of test for workability or compressive strength of laboratory mix trial and plant trial concrete does not
comply with the specified requirements for the property particulars of proposed changes to the materials, mix
design or methods of production shall be submitted to the Engineer, further laboratory mix trials or plant trials
shall be made until the result of every test compiles with the specified requirements for workability and
compressive strength of laboratory mix trial and plant trial concrete.
5.7.4 Sampling for Cube Testing
A set of six cubes shall be made from each of three batches for each Mix Reference concrete. The rate of
sampling is given in Appendix 1.
From each sample of six cubes, two shall be tested at an age of 7 days and four at 28 days.
This procedure shall be followed when accelerate testing proposed for the Works cubes, but an additional three
cube from each batch shall be made, cured and tested in accordance with the accelerated regime.
The average of each three cube strengths shall be taken as test results.
5.7.5 Workability
The workability of each batch of the trail mixes shall be determined by slump test as described in BS EN 12350 –
2:2000, or by an alternative method approved by the Engineer.
The free water/cement ratio shall be minimum possible having regard to the proposed method of compaction.
The slump, when measured in accordance with BS EN 12350 – 2:2000 shall be within the range +25mm, of the
optimum values shown in Appendix 1.
5.7.6 Details to submitted
The Contractor shall submit to the Engineer details of trial mixes proposed for adoption in the Works including.
a) The grading of the coarse and fine aggregates
b) The ratio by weight of all constituents of the mix
c) Workability; and
d) The test cube results.
5.7.7 Acceptance Criteria
Characteristic strength criteria for Trial Mixes shall be met provided that both the following are met.
a) The average strength at 28th days determined from the test results from any group of three
consecutive batches exceeds the specified characteristic strength by not less than 3.5 N/mm2 for
concrete of Grade 20 and above,
b) Any one test result is not less than the specified characteristic strength.
5.7.8 Trial Mixed after Commencement of Works

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-37

Where a trail mix is required after the commencement of the works (following a proposal to change mix
proportions for instance), the foregoing preliminary trial mix procedure shall be adopted.
5.8 Batching and Mixing
As specified in the ICTAD (CIDA) specification SCA/4/1
5.9 Quality Control
5.9.1 Quality Control of Concrete
The Contractor shall provide full time on site a fully qualified Concrete Supervisor whose duties shall include day
to day supervision of the concrete constructions and the concrete mixing, placing, sampling, testing and record
keeping operations.
The Contractor shall ensure that his Concrete Supervisor is aware of the importance of maintaining a uniform
quality of concrete and that he is experienced in detecting variations in quality and workability and rapidly
concreting the same.
5.9.2 Acceptability Criteria
Compliance with the specified characteristic strength as specified in ICTAD (CIDA) specification SCA/4/1
5.9.3 Recording of Test Results
The results of all works tests carried out to control the quality of concrete and concrete material shall be recorded
by the Contractor on forms agreed with the Construction Supervisory Staff. The Contractor shall supply to the
Construction Supervisory Staff. The Contractor shall supply to the Construction Supervisory Staff copy of each
test results.
5.9.4 Unsatisfactory Test Results
Should any of the 28 – day test results on concrete or concrete materials be unsatisfactory, the Engineer /
Design Consultant may take actions at the Contractors expense.
5.10 Ready – Mixed Concrete
Ready – mixed concrete shall be used only with the approval of the Engineer and shall comply with all the
requirements of the Specification for concrete unless otherwise stated and also the following special
requirements.
The Contractor shall be entirely responsible for demonstrating to the Engineer that the ready –mix concrete
which he proposes to use will comply with the Specification and that the concrete actually used in the Works also
fully compiles.
The concrete shall be carried in purpose – made agitators, operating continuously or truck mixers.
Ready – mix concrete shall, where applicable, comply with the requirements of BS EN 206. When truck – mixed
concrete is used, water shall be added under supervision either at the Site or at the central batching plant as
agreed by the Engineer, but in no circumstances shall water be added in transit.
5.11 Casting Concrete
5.11.1 Construction Sequences
The Contractor shall comply with any sequence of construction stated on the Drawings or given elsewhere in the
Specification.
The Contractor shall submit for comment to the Engineer in advance of Construction, a layout showing the
position of the proposed construction joints. If any, the sequence of construction and a method statement on the

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-38

arrangements to supply, handle and finish each intended pour area. The method statement shall contain
comprehensive details of the operation necessary to produce the construction joints.
The number of construction joints shall be the minimum necessary for the proper execution of the work.
The Contractor shall take measures in casting of concrete sections to control the risk of early – age thermal
cracking.
5.11.2 Workability
The Concrete shall be of just sufficient workability to the readily worked into position and compacted, taking into
consideration any particular conditions under which the concrete is being placed.
Workability shall be monitored at the same frequency as the concrete cube sampling rate and at such additional
times as directed by the Engineer. Measurement shall be in accordance with BS EN 12350:2000 and shall be
within the following limits or limits of the optimum values given in Appendix 1:
Slump tolerance: +25 mm whichever is the greater.
5.11.3 Transportation
Concrete shall be transported and placed so that contamination, segregation or loss of the constituent materials
does not occur.
5.11.4 Placing
As specified in ICTAD (CIDA) specification SCA/4/1
5.11.5 Concreting during Wet Weather
No concreting shall be carried out during periods of continuous heavy rain unless the concrete is covered during
mixing, transporting and placing. Cover of placed concrete shall be maintained until the initial set has occurred.
5.11.6 Compaction and Finish
As specified in ICTAD (CIDA) specification SCA/4/1
5.11.7 Attendance of steel Fixer
A competent steel fixer shall attend during concreting of all reinforced work. The steel fixer shall ensure that
reinforcement and other embedded items remain in position as work proceeds.
5.12 Construction Joints
As specified in ICTAD (CIDA) specification SCA/4/1
5.12.1 Water - Stops
Method statement and material to be approved by Engineer / Design Consultant
5.13 Curing
5.13.1 Protecting Concrete
Immediately after compacting and finishing, the concrete shall be protected from the harmful effects of weather,
including rain, sun, wind rapid temperature changes and from drying out. Details of curing liquids, compounds
membranes and methods to be used and subsequent methods of removal, shall be subject to approval by the
Engineer. Where the Contractor proposes to use a curing liquid, compound or membrane on surfaces which are
to take a subsequent bonded layer, then it shall be compatible with that layer and the Contractor shall
demonstrate by comparative tests that the adhesion of the subsequent layer will not be reduced.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-39

The concrete shall be protected from other work in progress. No equipment, vehicles, workmen or materials shall
be permitted on recently placed concrete until the concrete is strong enough not to be damaged. If damaged
occurs, this shall be immediately reported to the Engineer and the Contractor shall propose remedy measures
for Engineers consent.
5.13.2 Inspection of concrete Surfaces
No concrete surface shall be worked on in any after the removal of formwork, or permanently covered up, until it
has been inspected and approved by the Engineer / Design Consultant and Client’s Consultant
5.14 Defective Concrete
5.14.1 Rejection and Reconstruction of Faculty Work
Concrete which is found to be defective on directed by the Engineer / Design Consultant shall be cut out and
replaced at the Contractors expense.
If there is any doubt concerning the strength or quality of previously placed and hardened concrete or the
position of the reinforcement, the Contractor shall agree
1. A cover meter survey, in accordance with BS 1881: Part 204: 1988
2. 150mm diameter core samples taken at locations directed by the Engineer /Design Consultant, tested in
accordance with BS EN 12504 - 1: 2000 at an approved testing laboratory, and the equivalent cube
strength determined. A cover meter shall be used to determine locations where coring will cause least
reinforcement. Core holes in concrete which is to remain in the works shall be repaired by filling with
concrete or motor of the strength specified for the surrounding concrete.
3. A series of rebound hammer tests taken at locations directed by the Engineer / Design Consultant in
accordance with BS EN 12504 - 2 :2001. Correlation between strength and rebound number shall be
carried out using 150mm cubes of the same concrete Mix Reference as the suspect concrete.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-40

Designed Concrete Mixes

Mix Reference
Description
C12/15 C20/25 C30/35

Use Screed Concrete / Reinforced Concrete for Slab on Reinforced Concrete for Framed
Blinding Grade without Vehicular Movements Structure and Slab – on Grade with
Vehicular Movements

Characteristic Strength N/mm2 15 25 30/35

Nominal max. aggregate size 20 20 20

Cement – Type cement replacements OPC-SLS 107 OPC-SLS 107 OPC-SLS 107 or
Or BHC – SLS BHC – SLS
1247 or 1247 or
OPC with PFA OPC with PFA

Min cement content (kg/m3) 180 325*/350** 325*/375**


3
Max cement content (kg/m ) N/A 375*/425** 400*/450**
(including cementations materials)

Water / Cement ratio Absolute max Nominal N/A 0.55*0.50** 0.55*/0.50**


design
N/A 0.43 0.43

Type of coarse aggregate Natural / Crushed Natural / Crushed Natural / Crushed

Maximum chloride content by Wt. cement % N/A 0.20% - general 0.20% - general

Workability Slump (mm) N/A Refer table below

Max Temperature at placing (C0) N/A 32 32

Maximum sulphate content by Wt. cement N/A 4% 4%

Maximum alkali content by mix kg/m3 N/A 3kg/m3 3kg/m3

Maximum drying shrinkage % N/A

Fineness modulus for fine aggregate Refer CIDA Refer CIDA Refer CIDA
SCA/4/1 SCA/4/1 SCA/4/1

Rate of sampling (1 set of cubes / 30m3) (1 set of cubes / 30m3) (1 set of cubes / 30m3)

NOTE: *For OPC and **for Blended Hydraulic Cement or OPC with PFA

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-41

Recommended Range of Slump

Portion of Structure Recommended Range of slump (mm)

Pavement and slabs on ground 25 - 75

Heavily reinforced foundations, walls and footings, cast in situ 100


piles (Concreting in dry condition)

Thin reinforced walls and columns 50 - 100

However, sump will be adjusted be per mixed design proposed by the Contractor & approved by the Engineer.
If, during the progress of the Works, the Contractor desires to use materials other than those approved originally,
or if the materials from the sources originally approved change in characteristics, the Contractor shall, at his
expense, carry out new acceptance tests of material to establish new basic mixes and obtaining the approval of
the Engineer prior to use. Objectionable changed in color of the structure shall not result from these
modifications.
5.15 Tolerance
5.15.1 Unless shown otherwise on the construction drawings, tolerance shall not exceed the values specified.
5.15.2 The tolerance shall not be considered accumulatively.
5.15.3 The tolerance shall not include normal deflection of the structure.
5.15.4 Face of Building
Tolerance for the face of building position of columns and bearing walls shall be as follows:
(a) Misalignment in plan - 5mm in 3000mm of length with a Maximum of 25mm.
- Provided that no building face shall protrude over a boundary line
5.15.5 Footings
Tolerance for footings shall be as follows:
(a) Misalignment or - 2 percent of the width of the footing with a
Eccentricity in respect maximum of 50mm
To the centre line of
Wall or column
(b) Dimensions in plan - Plus 50mm, minus 10mm
(c) Thickness - Plus 10 percent, minus 5 percent with a
Maximum of plus or minus 10mm.
5.15.6 Vertical and Batters
(a) Deviation of the lines - 5mm in 5000mm with a maximum of 12mm
and surface of walls,

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-42

piers, columns and


arises from the vertical
or required batter
(b) Deviation of columns - 12mm up to 30000mm in height
and bearing wall from
the plumb over the - 20mm up to 60000mm in height
height of the building - 25mm up to 90000mm and over in height
5.15.7 Mean Levels
Maximum deviation of mean level from the level shall be as follows:
(a) In a height of 3000mm - 6mm
from the next lower
floor or other distinctive
feature

(b) In a height of 6000mm - 12mm


from the next lower
floor or other distinctive
feature

(c) In a height of 12000mm - 20mm


from the next lower
floor or other distinctive
feature

(d) In any upper floor - 20mm (i.e. the accumulation of from the
datum level tolerance from successive
floors must not exceed 20mm)
5.15.8 Levels and Gradients
Deviation of the surface of a floor, ceiling or beam soffit from the required mean level or gradient shall be:
(a) 6mm in any 3000mm of length.
(b) 10mm in any 6000mm of length.
(c) Maximum of 20mm for the whole length.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-43

5.15.9 Conspicuous Horizontals


Deviation of edges of exposed lintel, sills, parapets, horizontal grooves and other conspicuous lines from the
horizontal shall be:
a) 6mm in any 6000mm of length.
b) 10mm in any 12000mm or more of length.
5.15.10 Cross Sections
Maximum deviation from the values of the cross-section dimensions of columns, beams, wall, floor, roof slabs
and other structures shall be as follows:
a) Dimensions less than 150mm - Plus 10mm, minus 3mm
b) Dimensions 150mm and over - Plus 12mm, minus 6mm
5.15.11 Opening
a) Maximum deviation from the sizes and locations of openings in floors and walls shall be plus or minus
6mm.
b) Notwithstanding the tolerance stated, the contractor shall be responsible for providing for any additional
margin as may be required for window or door frame installation.
5.15.12 Stairs
a) Deviation in risers - In consecutive step, plus or minus 2mm.
- In any flight, plus or minus 6mm

b) Deviation in treads - In conservative step, plus or minus 3mm


- In any flight, plus or minus 6mm.
5.15.13 Paving in Footpaths and Access Roads

Deviation of paving in foot paths and access road shall be as follows:


a) Alignment of the centre line - 25mm
b) Level or gradient at any point - 6mm
c) Thickness - Plus 12mm, minus 6mm

5.16 Precast Concrete


5.15.1 For precast concrete piles – British Standard EN 12794 published 2005
5.15.2 Precast concrete is to be made of concrete of the mixes described in suitable timber or metal moulds
true in form to shapes required, thoroughly tamped into the moulds and around reinforcement and
vibrated. The precast work shall be made under sheds and shall remain under the same for seven days
in the moulds and a further seven days after removal from the moulds. During the whole of this period
the concrete shall be shielded by sacking or other approved material kept wet. It shall then be removed

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-44

from the sheds and stacked in the open for at least a further seven days to season before setting in
position. Unless otherwise described faces are to be left as struck from the moulds.
5.15.3 Where precast work is described as "finished fair" the moulds are to be made of metal or timber with a
hardboard, plywood or similar lining or are to be other approved moulds which will produce a smooth
dense fair face to the finished concrete suitable to receive a painted finish direct and free from all shutter
marks, holes, pittances, etc. In his price for such precast work the Contractor shall include further to that
for all rubbing down (if necessary) to produce the finish required after the moulds have been removed, to
the satisfaction and approval of the Architect, but patching and making good will not be allowed.
5.15.4 All precast concrete members before removal from the mould shall be marked so that the members
shall be kept in the correct position at all times.
5.15.5 All precast members shall be hoisted in an approved manner.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-45

6.0 WALLING
Materials
6.1. Cement
Cement used for making mortar shall be as described for "Concrete Work".
6.2. Lime
No lime is allowed in this project.
6.3. Sand
Shall be as described for "Concrete Work".
6.4. Water
Shall be as described for "Concrete Work".
6.5. Concrete Blocks
Solid and hollow concrete blocks for walling shall comply with B.S. 2028 Type "A" and the minimum compressive
strengths given hereafter refer to table 2 of that B.S. They are to be obtained from a local manufacturer and to
be equal in every respect to a sample to be deposited with and approved by the Architect. Walling is to be built
in 200mm courses and of the thicknesses given herein. the free span is more than 10 feet ,10mm tor steel bar
reinforcement to be fixed through hole in the brick, filled with chip concrete.
6.6. Precast Louvre Blocks
Shall be of a pattern to be approved by the Architect. The composition of the mortar for bedding and jointing
louvre blocks is to be cement and sand (1:5) measured when dry and the blocks are to be 450mm long x 220mm
high (18" x 8-3/4"). They shall be finished fine and smooth on all surfaces and are to be laid in 225mm (nominal)
courses with continuous vertical joints and flush pointed as the work proceeds in cement and sand (1:6) mortar.
6.7. Common Burnt Clay Bricks
Handmade common clay bricks shall conform to Ceylon Bureau of Standards SLS 39:1978 and shall be type 2
grade I but the nominal size of the brick shall be 200mm x 100mm x 55mm (8" x 4" x 2-1/4").
All under-burnt or over-burnt bricks will generally be rejected although over-burnt bricks may be used for certain
work with the approval of the engineer.
6.8. Wire Cut Bricks
Machine made wire cut bricks shall conform to Ceylon Bureau of Standards SLS 39:1978 and shall be type 1.
Generally, the bricks shall be wire cut Grade I quality as manufactured by the Ceramic Corporation of Ceylon.
Where wire cut bricks are used in combination with handmade common bricks, the Contractor shall use common
bricks to match in size the wire cut bricks or shall allow for any extra cement mortar or any other work involved in
obtaining level courses, etc.
6.9. Compressed Stabilized Inter Locking Earth Brick
Selected earth stabilized with cement and machine-made brick with square interlock head as per approved
manufacturer. When the free span is more than 10 feet ,10mm tor steel bar reinforcement to be fixed through
hole in the brick, filled with chip concrete. Special cill brick to be used at cill level reinforced with 2 no 10 mm bar
reinforcement. Special lintel brick shall be used in every lintel. Wall has to be built both side fair faced.
6.10. Stone

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-46

Stone shall be granite selected for size and shape and to be built as uncoursed random rubble walling.
6.11. Wall Reinforcement
Where described walls are to be reinforced with two 6.3mm (1/4") mild steel bars with 6.3mm (1/4") cross bars at
300mm (12") centres, or alternatively welded fabric reinforcement type A 142 weighing 2.22 kgs. /SM shall be
used, built into horizontal joints every fifth course. Reinforcement is to be well lapped at angles and intersections
and carried at least 125mm (5") into abutting walls at junction. Generally, wall reinforcement is to be kept 50mm
(2") back from the face of walls.
6.12. Damp Proof Courses
Consist of a 20mm (3/4") thick layer of cement and sand mortar (1:3) laid horizontally on wall with two coats of
bitumen applied when dry. The surface of the second coat shall receive a fine layer of sand to form a key for
mortar joint. Alternatively, where so described, concrete surfaces may receive the bitumen application direct
before commencement of building brickwork.
6.13. Pre-casting at Site
If, Precast louvre blocks, solid and hollow concrete blocks complying to their respective BS are not available
from approved manufacturers, they shall be cast at the site and shall comply with the following requirements:
6.13.1. All blocks shall be cast according to dimensions and patterns shown in the drawings.
6.13.2. Wherever applicable, all blocks shall comply with the latest British Standard except as modified herein.
6.13.3. All concrete and mortar shall be to mixes as specified.
6.13.4. All concrete and mortar shall be mixed in power driven mixers.
6.13.5. All hollow and solid blocks shall be cast in an approved type block making machine with steel moulds.
6.13.6. Louvered blocks may be cast manually with the prior approval of the Architect.
6.13.7. If cast manually, steel or timber moulds shall be made of correct dimensions. As the moulds are filled
they shall be tamped continuously with a 16mm (5/8") rod in even layers.
6.13.8. If manually cast blocks are of a density lower than that cast from a machine and show cavities of any
kind, the blocks will be rejected immediately
.
6.13.9. The blocks shall be allowed to cure for 28 days at least. After initial set, the blocks are to be immersed
in water for a period of not less than 21 days. Blocks at all times during their curing shall be protected
from the sun and rain.
6.13.10. The blocks are to be made in batches and shall be stacked separately to facilitate curing.
6.13.11. Random samples taken from these batches shall be tested for compressive strength and other qualities.
If the blocks do not comply with the requirements the entire batch shall be rejected.
6.14. Cement Mortar
Mortar described as cement mortar 1:5 shall be composed of 1 cubic metre (1498 kgs) of Portland cement to 5
cubic metres of sand. Mixes such as 1:3, 1:4, etc., shall be similarly construed.
6.15. Mixing of Mortars
The constituent materials shall be measured separately when dry in specially prepared gauge boxes of sizes to
give the proportions specified without consolidation of the contents by ramming and shaking. The mortar shall

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-47

be mixed in an approved power-driven mixer for not less than two minutes per batch and using the minimum
quantity of water necessary to obtain a working consistency. The mixer shall be used as close as practicable to
the works and mortar shall be used within 30 minutes of mixing. No partially or wholly set mortar will be allowed
to be used or re-mixed.
6.16. Setting Out
The Contractor shall provide proper setting out rods, and set out all work on same for courses, openings, heights
etc., and shall build the walls, piers etc., to the widths, depths and heights indicated on the Drawings and as
directed by the Architect.
6.17. Building in Wood Frames
Openings for doors, windows, etc., are to be set out and built with hardwood dovetailed fixing slips built into
horizontal joints, two per metre high each side of opening.
6.18. Building in Metal Windows and Doors
Openings for metal frames are to be wide enough for the frames to fit without being forced into position. Build
the lugs into the joints of the walling and fill in the space between the walling and frame with cement mortar well
tamped into the channel of the frames and point all round externally. All frames must be set plumb and level free
from twist.
6.19. Walls to receive Plaster and similar Finishes
All faces of walls to be plastered, etc., to have all projections dressed off and joints raked out as key.
6.20. Building Block Walling
6.20.1. Laying and Jointing
All blocks shall be well wetted before being laid and the top of walling where left off shall be well wetted before
recommencing building. Walls to be kept wet three days after building. All walls throughout the Works shall be
carried up evenly in 200mm (8") nominal courses except where courses of less depth are required to bring
walling up to level of floors, windows and the like and where otherwise described, no part being allowed to be
carried up more than one metre higher at one time than any other part and in such cases the joining shall be
made in long steps so as to prevent cracks arising and all walls shall be levelled round at each stage.
Hollow and solid concrete blocks shall be bedded and jointed in cement mortar (1:6) as described with beds and
joints 10mm (3/8") thick all flushed up and grouted solid as the work proceeds. All walling shall be properly
protected and kept wet while mortar is setting.
6.20.2. Bonding
The blocks shall be properly bonded together and, in such manner, that no vertical joint in any one course shall
be within 115mm (4½") of a similar joint in the courses immediately above or below. All walling which is of such
thickness that it must be built in more than one thickness of blocks shall be built with through bonders not more
than 1000mm apart in each course as directed by the Architect.
Alternate courses of walling at all angles and intersections shall be carried through the full thickness of the
adjoining wall. All perpends, reveals and other angles of the walling shall be built strictly true and square.
Alternate courses in attached piers etc., to be of single blocks and the vertical joints in alternate courses to be
midway between back and front faces.
Joints between brick/block wall and concrete column/beam to be properly bonded to approval.
6.21. Building Cavity Walls

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-48

Cavity walls are to be built with cavities of the widths shown on the drawings and measured herein.
6.22. Building Rubble Masonry Walls
6.22.1. All stone, chips, spall etc., shall be washed clean before use to ensure a clean surface.
6.22.2. Every stone shall be set flush in mortar. Small stones shall be carefully selected to roughly fit the
spaces between the larger stones. Chips and spalls shall be wedged into the joints where necessary to
prevent thick beds of mortar.
6.22.3. At least one through stone 150mm (6") square at the face shall be built into the wall at maximum
intervals of 1800mm (72") horizontally and 600mm (24") vertically.
6.22.4. At least one corner stone shall be built into the wall every 600mm (24") vertically.
6.23. Building Brick Masonry Walls
Laying and Jointing
All bricks shall be well wetted before being laid and the top of walling where left off shall be well wetted before
recommencing building.
All brick work shall be built in cement mortar as specified with maximum 10mm (3/8") mortar joints with 65mm
nominal courses.
The courses shall be kept perfectly horizontal and every fourth course shall be checked for level and plumb. All
walls are to be built up regularly as possible. No part being allowed to be carried up more than 1200mm (48")
higher at one time than other part and in such cases the joining shall be made in long steps. All walls shall be
levelled round at each stage.
All brick work unless otherwise specified shall be built in English bond.
Brick bats and broken pieces shall be used only where specifically required for obtaining bond, and at the
junction of walls and soffits of beams where largest possible bats shall be used.
Alternate courses of walling at all angles and intersections shall be carried through the full thickness of the
adjoining wall. All perpends, reveals and other angles of the walling shall be built strictly true and square.

6.24. Holes, Cutting and Chasing


All putlog holes shall be not less than one course deep and carefully filled with a block cut to fit size of opening
with beds and joints filled with mortar well tamped in after scaffolding is removed, and if in faced walls to match
facings.
Where walling is cut, holed or chased for conduits pipes and the like all such cuttings etc., shall be filled in solid
in cement mortar (1:4) prior to the application of finishes.
6.25. Fair Face
6.25.1. All block work and brick work described as finished with a fair face is to be built to a true and even face
with the joints finished as specified hereinafter.
6.25.2. All exposed rubble work to be left un-plastered shall be built with selected stones of correct shape and
size to form a pattern required by the Architect. The joints unless otherwise specified shall be neatly
struck off to form "V" groves ½" deep.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-49

6.25.3. Where half brick walls are built as lining to load bearing or other walls they shall be built with adequate
wall ties.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-50

7.0 CARPENTRY AND JOINERY


Materials
7.1. Classification of Timber to be used in the Buildings
7.1.1. These specifications refer to all broad leaved (hard wood) and narrow leaved (soft wood) species and
apply to timber sections incorporated in the building after they have had a sufficient time to season.
7.1.2. Timber used in the Works shall be as specified although alternative timbers of equal quality may be
used with prior approval of the Architect. The Contractor must submit details of the timbers he proposes
to use before any work is put in hand and the decision of the Architect shall be final.
7.1.3. Certain reference is made hereinafter to the various classes of timbers as categorized by the State
Timber Corporation and are referred to in an abbreviated form (e.g.) S.T.C. Class I etc.
7.1.4. If the Contractor proposes to use any imported timber, he must submit a schedule giving the name of
species, country of origin, and a performance certificate together with samples sufficiently in advance to
carry out any tests if found necessary.
7.1.5. Where a choice of more than one species of timber is allowed only one variety shall be used for any
particular class of work within any one area.
7.1.6. All timber sizes unless otherwise specified shall be finished sizes

7.2. Performance Specification


All timber shall be free from sap, shakes, cracks, waney edges, large knots, loosen or dead knots, fissures, blue
stain, borer holes or similar defects.
Beams and struts shall not have a grain with a slope greater than 1 in 20.
The moisture content shall be -
not more than 30% for beams and rafters
not more than 16% for doors and windows
not more than 15% for furniture.
7.3. Seasoning
All timber shall be seasoned according to Sri Lanka Code of Practice CS 159:1972 for seasoning of timber.

7.4 Treated Timber


7.4.1 All imported timber must be pressure impregnated under vacuum and pressure against wood rotting,
fungi and wood destroying insects the process having been completed in its country of origin. All cut
ends, drilling or fabrications on the site producing new surfaces shall be thoroughly brushed or soaked
with approved clear preservative applied in accordance with the manufacturer’s instructions.

7.4.2. All local timber once properly seasoned to the engineer approval shall be treated by brush with two
coats of approved type clear wood preservative or equivalent.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-51

All cut ends, drilling or fabrications on the site producing new surfaces shall be thoroughly brushed or
soaked with the same preservative that has been used previously.
7.4.3. All treated timber shall be stacked in a well-ventilated weather-proof enclosure until ready for use.
Notwithstanding the provisions of the above clauses the Architect may instruct application of another
coat of preservative if the previous treatment has been adversely affected due to exposure or handling.

7.5. Plywood
Plywood shall be in accordance with the appropriate requirements of relevant B.S. or conforming to Sri Lanka
Standard SLS 261:1974.

7.6. Fibre Board


Shall be insulating board to B.S. 1142 and of the thickness given herein.

7.7 Asbestos Flat Ceiling Sheets


Shall be 6mm (1/4") thick sheets of approved manufacture to Sri Lanka Standard CS9:1967.

7.8. Tempered Hard Board


Shall be of approved manufacture in accordance with BS 1142.

7.9. Laminated Plastic


To be 1.5mm melamine surfaced single sided laminated plastic of approved manufacture to B.S. 3794 or other
equal approved sheeting in colours to be selected by the Architect.

7.10. Adhesives
Adhesives for wood to be synthetic resin in accordance with B.S. 1204.

7.11. Nail Spikes and Bolts


Nails, spikes and bolts shall be of the best quality mild steel and of lengths and weights approved by the
engineer.
Nails shall comply with Sri Lanka Standard CS8:1967, wood screws shall comply with Sri Lanka Standard
CS6:1967, and bolts with B.S. 916.
Exposed fixing at eaves etc., unless otherwise shall be hot dipped galvanized or non-ferrous.
Workmanship

7.12. Framed Work

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-52

The word framed shall mean and include all the best-known methods of jointing wood work together by mortice,
tenon, dovetail or other methods and for forming all necessary stops, mitres or mason's mitres in members which
are moulded, rebated etc. Any timber member which after complete assembly is found to be split at any point of
connection shall be removed and replaced.

7.13. Plugging
Plugging and fixing to walls in all trades shall be executed by "Rawl Plugging" or similar approved proprietary
methods all in accordance with the manufacturer's printed instructions.
Butting holes and filling with timber plugs will not be permitted under any circumstances.

7.14. Carpentry
7.14.1. All carpentry shall be executed with workmanship of best quality. Scantlings and boards shall be
accurately sawn and shall be uniform in width and thickness throughout and shall be as long as possible
and practicable in order to eliminate joints.
7.14.2. All work shall be left with a sawn surface except where specified to be wrought.
7.14.3. All work shall be accurately set out and in strict accordance with the soft drawings, and shall be framed
together and securely fixed in the best possible manner with properly made joints. Provide all brads,
nails, screws etc., as necessary and as directed and approved.
7.14.4. Where so described, timber members which are to be connected by means of dowels shall be pre-
drilled to receive teak dowels of the appropriate size. Dowels are to be of diameters as specified and
shall be manufactured from teak or other equivalent approved hard woods.
Each dowel shall be cut a little larger than the combined thickness of the timbers it is to connect. The
ends of each dowel shall have a saw cut made across their diameters and a small hardwood wedge
forced into the cut to prevent removal. The additional length shall then be sawn off.
7.14.5. Actual dimensions of scantlings for carpentry shall not vary from the specified dimensions by more than
+3mm (1/8") or -1.6mm (1/16"). Sizes and thickness of wrought carpentry timbers are nominal, that is to
say a variation of +2mm (5/64") or 1.6mm (1/16") to specified sizes will be allowed for each wrought
surface unless the thickness or size is described as finished in which case no variation from the stated
thickness or size will be permitted.

7.15. Joinery
7.15.1. All joinery work shall be wrought unless otherwise described.
7.15.2. Sizes and thicknesses of joinery are nominal that is to say a variation of +2mm (5/64") or -1.6mm (1/16")
to specified sizes will be allowed for each wrought surface unless the thickness or size is described as
"finished" in which case no variation from the stated thickness or size will be permitted.
7.15.3. No joinery to be put in hand until the details have been supplied or approved by the Architect and in all
cases the details are to be worked to.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-53

7.15.4. All joinery shall be executed with workmanship of the best quality in strict accordance with the detailed
drawings; mouldings shall be accurately and truly run on the solid and all work planed, sandpapered and
finished to the approval of the Architect. All arises to be slightly rounded. All framed work shall be cut
out, and framed together as soon after the commencement of the building as is practicable but should
not be wedged up until the building is ready for fixing the same and any portions that warp, get in
winding, develop shakes or other defects shall be replaced with new. In door frames etc., the heart face
of the timber shall be fixed away from the wall. As soon as required for fixing in the building the framing
shall be glued together with glue as described and properly wedged or pinned, etc., as directed.
7.15.5. All beads, fillets and small members shall be fixed with round or oval brads or nails well punched in and
stopped. All larger members shall be fixed with screws, the screws let in and pelleted over with wood
pellets to match the grain. Any exposed fixing shall be with galvanized nails or brass screws as directed
by the Architect.
7.15.6. Panel pins and screws for fixing beads and fillets shall be spaced 150mm (6") apart and 25mm (1") from
angles.
7.15.7. All joinery immediately upon delivery to the Site is to be stored and protected from the weather.
7.15.8. All joinery is to be primed before fixing but no work is to be primed until it has been approved by the
engineer.
7.15.9. All fixed joinery which is liable to become bruised or damaged in any way, shall be properly cased and
protected by the Contractor until the completion of the Works.

7.16. Ironmongery Generally


7.16.1. Ironmongery shall be fixed with matching screws.
7.16.2. All locks and ironmongery shall be fixed before the wood work is painted, handles shall be removed
before the painting commences, carefully stored and re-fixed after completion of painting.
7.16.3. All locks, springs and other items of ironmongery with movable parts shall be properly tested cleaned
and adjusted where necessary to ensure proper working order at the completion of the Works and left in
perfect working order by the Contractor.
7.16.4. All hinges, casement stays, fasteners etc., are to be of heavy quality oxidized brass to be approved by
engineer.
7.16.5. Yale, Union Miva (Japan), Whitco (Australia), Dorma (Britain), or equivalent

8.0. METALWORK
8.1. Materials Generally
All materials shall be the best of their respective kinds, free from defects and all work is to be carried out in the
most workmanlike manner and strictly as directed by the Architect. The materials in all stages of transportation,
handling and stacking shall be kept clean and prevented from injury by breaking, bending or distortion and
weather action. All steel shall be painted with one coat of anti-corrosive paint before leaving the workshop.
8.2. Mild Steel
Mild steel shall comply with B.S. 15.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-54

8.3. Bolts, Nuts and Washers


These shall be fabricated from materials which comply with B.S. 15, and each manufactured item shall comply
with the appropriate B.S. Holding down bolts to be black bolts strength grade designation 4.6 to B.S. 449.
8.4. Steel Tubes for General Purposes
Tubing shall be galvanized mild steel "medium" duty to B.S. 1387.
8.5. Fabricated Work
8.5.1. All screwed work shall have full threads conforming to B.S. 21.
8.5.2. Welding work shall comply with B.S. 538 and 499 and shall be carried out so that no distortions of the
members occurs and upon completion the surface of all welds shall be cleaned free of slag and filed to a
neat smooth finish if exposed.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-55

9.0 PAVINGS AND PLASTERWORK


Materials
9.1. Samples
The Contractor shall prepare at his own cost sample areas of the paving, plastering and rendering as directed
until the quality, texture, colour and finish required is obtained and approved by the Architect after which all work
executed shall conform with the respective approved samples.
9.2. Cement
Shall be described for "Concrete Work".
9.3. Cement Floating
Shall be made by mixing ordinary Portland cement with water to a consistency so that when poured shall not
flow.
9.4. Lime
No lime is allowed in this project. Febmix plus or equivalent plasticizers can be used instead of lime.
9.5. Sand
The sand shall be as described for fine aggregate in "Concrete Work" and shall be well graded to a suitable
fineness in accordance with the nature of the plaster or paving in order to obtain the finish directed.
9.6. Water
Shall be as described for "Concrete Work".
9.7. Waterproofing Colouring and Hardening
All waterproofing, colouring and hardening compounds are to be used strictly in accordance with the
manufacturer's printed directions.
9.8. Bonding
Bonding compounds, etc., for use in applying plaster and similar finishes direct to surfaces without the use of
backings or screeds are only to be used if approved by the Architect and are to be used strictly in accordance
with the manufacturer's printed instructions.
6“’ wide PVC mesh to be fixed at all joints between concrete and Brick/block prior to plastering.
9.9. Workmanship
9.9.1. Chases, Openings and Holes
All chases, holes and the like which were not formed in the concrete or walling shall be cut, and all service pipes
shall be fixed and all holes and chases filled with mortar before paving and plaster work is commenced. In no
circumstances will the Contractor be permitted to cut chases, holes and the like in finished pavings or
plasterwork.
9.9.2. Proportion of Mixes
A mix referred to as 1:5 shall mean 1 cubic meter of cement to 4 cubic meters of sand. A mix referred to as 1:6
shall mean 1 cubic meter of cement and 6 cubic meters of sand and other mixes shall be construed accordingly.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-56

9.10. Mixing
All materials for paving and plastering must be measured in proper gauge boxes in the proportions specified and
mixed in an approved power-driven mixer for not less than two minutes per batch. The mixer shall be used as
close as practicable to the Works and no partially set materials shall be used or remixed.

9.11. Preparation for and Finish to In-situ Screeds and Paving


9.11.1. Where practicable in-situ, toppings such as paving and screeds are to be laid where possible monolithic
with the concrete under. The toppings are to be laid while the concrete is still green and placed and
compacted generally within three hours of compacting the base concrete and while it is still plastic. All
surplus water which has not evaporated must be removed before the topping is placed.
9.11.2. Where monolithic topping is not possible bended construction must be used. All laitance on the slab
surface, and any other contaminating material such as oil, grease, mortar, droppings, paint etc., must be
removed completely and the surface hacked and steel brushed to cleanly expose the coarse aggregate
and swept to remove all dust.
9.11.3. The surface should be thoroughly wetted, preferably commencing several days before the topping is
laid. Immediately before the topping is placed, any surplus water should be removed and a cement
slurry of the consistency of cream well brushed into the surface. The topping must be placed not more
than ten minutes later, before the slurry starts to dry.
9.11.4. Paving shall be protected during the first stage of hardening from the harmful effects of sun-shine, drying
winds, rain or water. In exposed positions they are to be covered with a well wetted layer of saw dust,
hessian or other approved material and this layer is to be kept damp for at least seven days, during
which period no traffic is to be allowed over the paving. When floor tiles or similar finishes are to be
applied similar care shall be taken to protect the screeds to receive them. When no longer required as
protection to the surface, the material is to be removed and the paving left clean and perfect.

9.12. Screeds to receive floor finishes


9.13.1. Shall be finished with a steel trowel to a hard and true surface to the required levels. Particular care
being taken to obtain that finish required to receive the final finishes.
9.12.2. Screeds to receive ceramic tiles or parquet flooring shall be laid according to requirements of the
manufacturer's specification.

9.13. Cement and Sand Paving


9.13.1. To be of cement and sand (1:3) mix laid in one operation and finished hard and rough with wood float or
cement floated and finished hard and smooth with steel trowel.
9.13.2. Where specified as coloured, the cement floating shall be coloured by adding pigments to obtain
approved colour.
9.13.3. Where trowel cut lines are specified the lines shall be uniform and perfectly straight.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-57

9.14. Clay Tile Paving


To be hard well burnt, and perfectly flat tiles laid on minimum 12mm (1/2") thick screed bedded on 3mm (1/8")
cement slurry. Excess cement slurry shall be wiped off immediately and the joints grouted in neat cement
coloured to match the tiles. Guide lines shall be used to ensure accuracy in placing the tiles.
Where whole number of tiles will not cover any given area, the tiles shall be laid according to a pattern approved
by the Architect. Tiles shall be cut neatly and the cut edges shall be made smooth by rubbing on an emery
stone.
Unless otherwise specified, the clay tiles shall be (150mm x 150mm or 150mm x 75mm) [6" x 6" or 6" x 3"] and
the joints shall be 6mm (1/4") wide.

9.15. Ceramic Floor Tiles


Shall be matt finish tiles manufactured in accordance with S 1286. Skirting shall be 100mm high with top edge
smoothened. The patterns, colour and the width of the joints shall be to the approval of the Architect. Tiles shall
be laid on screed bed with neat cement and joints filled with coloured tile grout to match.

9.16. Glazed Ceramic Tiles


To be selected tiles manufactured by the "Ceylon Ceramic Corporation", "Lanka Wall Tile Limited” or equivalent
in colours to be selected by the Architect. For exposed edges and angles, tiles with one edge or two edges
glazed shall be used.
The general cement plaster to walls will be used as a backing to receive tiles.
The tiles are to be bedded in an approved tile fixing compound applied strictly in accordance with the
manufacturer's printed instructions. Walls are to be dry before tiles are fixed and tiles are not to be soaked in
water before use. Tiling is to be set and closely straight jointed with 1.5mm joints. If non-lug tiles are used
cardboard or plastic spacer pieces are to be used to obtain constant joint width. On completion tiling is to be
painted in white cement and cleaned down.

9.17. Wire Cut Brick on Edge Paving


Unless otherwise specified the bricks shall be laid to "herringbone" pattern.
The bricks shall be laid on a 12mm (1/2") thick layer of cement mortar resting on a layer of well-watered sand.
The tiles shall be laid on edge with 10mm (3/8") with joints grouted with 1:6 cement mortar and flush pointed.
Prior to commencement of laying brick paving the bed of sand below is to be scarified with a small quantity of
cement sprinkled into the surface to form a stabilized layer. Unless otherwise specified whole bricks shall be
used and the triangular sections at the border shall be covered with cement mortar 1:3 to match the colour of the
brick.

9.18. Common burnt clay brick on edge paving


Where common burnt clay bricks are specified for paving they shall be laid as described for "wire cut" bricks, but
the joints shall be 6mm (1/4") wide and grouted with 1:6 cement mix. The bricks shall be selected for uniformity

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-58

in size. Under no circumstances shall under burnt bricks be used. Over-burnt bricks may be used with the
approval of the Architect.

9.19. Pressed Cement Tiles


To be 200mm x 200mm x 19mm of approve pattern and manufacture and shall be laid as described for clay tile
flooring.

9.20. Floated Cement Rendering


Shall be minimum 12mm (1/2") thick in cement and sand 1:3 laid to required levels and floated with minimum
1/8” thick ordinary grey cement.
Coloured cement rendering shall be as above but floated with "colourcrete" or ordinary cement mixed with
coloured pigment to approval of the Architect.

9.21. Cement Skirting


Shall be of the same mix and colour of the cement rendering and unless otherwise specified shall be 20mm thick
or the thickness of the wall plaster whichever is more.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-59

10.0. GRANOLITHIC PAVING AND FINISHES

Construction joints between bays of paving are to be straight and vertical and are to coincide, as far as possible,
with those in the concrete under.
The paving is to be spread and compacted by hand tamping or the use of vibrating compacting beams or metal
rollers and hand machine floated after all surplus moisture has disappeared, each stage of the laying operation is
to be properly carried out at the optimum degree of stiffness of the mix so that the aggregate remains correctly
distributed throughout the paving, etc., and so finished that the surface is true to level, dense, smooth and free of
laitance and other defects and blemishes. The use of dry cement or sand to absorb surplus moisture will not be
allowed.
The thickness of the paving, etc., in these Bills of Quantities include for the combined screed or backing and the
Granolithic finish but in any case, these are to be laid integrally.

10.1. Screed and Backing


To be in cement and sand (1:3).

10.2. Granolithic
To be composed of sound, hard, clean, granite chippings free from dust and graded 20mm to 5mm and selected
clean granular sand or fine crushed granite free of dust.
The aggregate to cement ratio is to be 3:1 of which the sand should not exceed 30% of the total aggregate. A
satisfactory mix proportion, depending on the aggregates used must be ascertained by trial and generally a 1:1:2
cement, sand, aggregate mix is suitable.
10.2.1. The water content should be the minimum to enable full compaction to be achieved. Preparation should
be as previously described.

10.2.2 Paving’s to be 30mm minimum thickness granolithic laid on a screed to make up full thickness specified.

10.2.3. Polished granolithic is to have all surplus cement lightly brushed off when the surface is sufficiently hard
to resist dislodgement of the aggregate. When the surface is hard enough it shall be wet ground using a
machine until the aggregate is uniformly revealed and then well washed with clean water. Any small
voids or holes left in the surface are to be filled with cement grout and rubbed down by hand.
Mouldings, etc., not accessible to machines are to be hand rubbed and polished with carborundum.
After an interval of 1 to 3 days the surface is to be finally machine ground using a fine abrasive.
10.2.4. Washed granolithic to have all surplus cement lightly brushed and washed off when the surface is
sufficiently hard to resist the dislodgement of the aggregate.

10.3. Division Strips


To be set in position before paving is commenced and embedded straight and true.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-60

10.4. Preparation for and Protection of Plaster Finishes


10.4.1. All surfaces to be plastered or rendered must be brushed clean with a wire brush and well wetted before
plaster is applied. Concrete surfaces are to be well hacked and stone or block walls are to have joints
well raked out clean at least 10mm deep to form a key before plastering or rendering.
10.4.2. Where plasterwork is specified in more than one coat the undercoat shall be well scored with undercut
scratches and shall be allowed to thoroughly dry and set before application of the subsequent coat.
10.4.3. The plasterwork shall be protected during the first stage of hardening form the harmful effects of
sunshine, drying winds, rain or water and shall be kept damp for at least seven days.

10.5. Reveals Mouldings etc.


Reveals and returns shall be set accurately at ninety degrees or to splays as the case may be and plastered at
the same time as the wall face in which they occur. Internal angles shall be slightly coved and external angles
slightly rounded with neatly formed mitres.

10.6. One Coat Cement Plaster


Shall be applied in one coat in cement and sand (1:5) not less than 13mm thick finished with a steel trowel or
wood float as hereinafter specified to receive skim coat internally or to receive painted finish externally.

10.7. Two Coat Cement Plaster floated with neat cement


Shall consist of 1:5 cement plaster floated with 3mm (1/8") thick cement slurry with a steel trowel to a uniform
and even finish, cut with 120 grit abrasive paper apply wax polish.

10.8. Cut and Polished Titanium Cement Rendering


10.8.1. Shall be minimum 16 mm thick in cement sand (1:3) lay to required levels and floated with Titanium
dioxide cement slurry to required thickness to avoid crack lines. Ratio of titanium dioxide to cement shall
be 1:15 unless otherwise specified.
10.8.2. Titanium and cement shall be mixed thoroughly to get uniform colour.
10.8.3. One coat of Barra emulsion or equivalent shall be applied on brick/block surface prior to lay cement
and sand.
10.8.4. Division strips shall be 4 mm thick clear glass at minimum 4’-0” centres both ways or to the pattern
approved by Architect
10.8.5. Surface to be curried properly prior to first cut.
10.8.6. Cutting shall be done manually or with appropriate hand tools.
10.8.7. Apply floor wax after final cut.
10.8.8. Samples to be approved by the Architect

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-61

10.9. Samples
10.9.1. The Contractor shall prepare sample areas of the paving, plastering and rendering as directed until the
quality, texture and finish required is obtained and approved by the Architect, after which all work
executed shall conform with the respective approved samples.
10.9.2. Samples shall be prepared at least four weeks before the work is commenced.

10.10. Making Good


The Contractor shall cut out and make good all cracks, blisters and other defects and leave the whole of the
plaster work perfect at completion. When making good defects the plaster shall be cut out to a rectangular
shape with edges undercut to form a dove tailed key, all finished flush with the face or surrounding plaster, and
at the Contractor's expense.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-62

11.0 GLAZING
11.1 General
Glass for glazing and mirrors shall be of approved manufacture and is to comply with B.S. 952 in all respects
free from flaws, bubbles, specks and other imperfections.
11.2. Clear Sheet Glass
The clear sheet glass shall be ordinary glazing (O.Q.) quality.
11.3. Plate Glass
Polished plate and Georgian Wired polished plate glass to be selected glazing (S.G.) quality.
11.4. Float Glass
To be of "Pilkington" or equivalent float glass or other equal and approved.
11.5. Obscured Glass
To be of types described and as approved by the Architect.
11.6. Mirrors
To be selected glazing (S.G.) quality plate glass mirrors of approved manufacture and fixed to walls as
described. The edges shall be coated with 1 coat of two pack epoxy.
11.7. Putty
11.7.1. Putty for glazing is to be an approved type of Linseed oil putty as per BS 544.
11.7.2. All putty shall be delivered on site in the original manufacturer's sealed containers and used direct
therefrom, with the addition only of Linseed oil if necessary.
11.8. Glass manufacturing
11.8.1. Glass panes shall be cut to sizes to fit the openings with not more than 1.6mm (1/16") play all round.
11.8.2. The rebates of all windows shall be painted one coat before mastic is applied.
11.8.3. All glazing to wood frames shall be sprigged.
11.8.4. All glass, where fixed with putty, is to have putty applied back and front and care must be taken to
ensure it does not project beyond the sight lines of panes and is to be neatly mitred at angles.
11.8.5. All glass fixed with timber beads shall be fixed with brass panel pins.
11.9. Bedding Strips
Wash-leather, velvet, etc., bedding strip to edges of glass is to be of sufficient width to be turned over 6mm to
each side of pane and shall be trimmed to the sight lines of the pane.

General
Allow for removing all cracked or broken panes of glass, cleaning rebates and re-glazing with new glass
throughout the progress of the Works and for cleaning all glass on both sides and leaving perfect upon
completion.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-63

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-64

12.0. PAINTING AND DECORATING


12.1. Materials
12.1.1. Unless otherwise described, the primers, paints plastic emulsion coating, water-based timber coatings
etc., are to be approved by the Architect and the manufacturer must guarantee to give at all times any
necessary technical advice or similar service called for by the Architect.
12.1.2. The best materials for all other finishes shall be of the best quality available of approved manufacture.
12.1.3. Before commencing painting, the Contractor shall submit to the Architect for approval a list of all the
brands of paints and finishing including the necessary primers and undercoats he intends to use and
immediately upon being so approved orders shall be placed and total requirements obtained for the
Works.
12.1.4. Once approved no other brand of material shall be used without the express permission of the Architect
in writing.

12.2. Mordant Solution


All galvanized metal work to be painted shall first receive a coat of a proprietary mordant solution.
12.3. Knotting
To be shellac knotting to B.S. 1336.
12.4. Stopping
To be composed of linseed oil putty, white lead, red lead and gold size suitably proportioned and mixed.
12.5 Supply and Preparation
12.5.1. All paints, distempers, etc., shall be delivered on Site intact in the original drums or tins, and shall be
mixed and applied strictly in accordance with the manufacturer's printed directions. The only addition
which will be allowed to be made will be liquid thinners, driers, etc., supplied by the makers for the
purpose. No paint, distemper etc., shall be thinned more than approved by the Architect.
12.5.2. Paint for external work shall be of the special quality recommended by the manufacturer's for external
use.

12.6. Wax Polish


An approved make of wax polish or polish made of 1 kg. bees wax dissolved in 1 litre of turpentine shall be used.
12.7.French Polish
An approved make of polish or polish to an approved formula shall be used.

12.8.General Workmanship
12.8.1. The priming, undercoat and finishing coats shall each be of different tints and the priming and undercoats
shall be the correct brands and tints to suit the respective finishing coats all in accordance with the
manufacturer's directions.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-65

12.8.2. All surfaces must be thoroughly cleaned down previous to painting and decorating work, and no external
painting may be done in rainy weather. All paint must be thoroughly well worked on and excess of paint
in any coat must be avoided.
12.8.3. All brushes, tools and receptacles are to be kept clean and free from dirt or old paint and are to be
thoroughly cleaned each time after use.
12.8.4. Each coat is to be well brushed into the surface so that every part, including joints, angles, etc., is
adequately covered, but care is to be taken to avoid excessive or uneven thickness of paint film,
particularly at edges and in angles, etc.
12.8.5. Each coat of paint etc., shall be properly dry and shall be well rubbed down with fine sand paper and be
brushed clean before the next coat is applied. The paintwork shall be finished smooth and free from
brush marks.
12.8.6. Where so required or directed, painting shall be in parti-colours and picked out and cut in.
12.8.7. All ironmongery, metal or plastic plates and electrical outlets and fittings and the like shall be removed
before painting is commenced, and re-fixed on the completion of the work.
12.8.8. All timber surfaces will be sprayed.
12.8.9. The Contractor shall so arrange his program of work that all other trades are completed and away from
the area to be painted when painting begins.

12.9. Sample Colours


All colours will be selected by the Architect from the B.S. range of colours. Samples and colour cards of all
paints, distempers, and materials shall be submitted for approval of the Architect before the same are applied
and sample panels shall be executed for the Architect's approval where and when directed. Such samples when
approved shall become the standard for the work. All painting should be CIC Dulux or equivalent

12.10. Preparation and Priming of Painted Surfaces


12.10.1. Plastered Surfaces (internally)
Plastered surfaces are to be finished perfectly smooth with skim coat, free from defects and ready for
decoration. All such surfaces shall be allowed to dry for a minimum period as specified by the
manufacturer and rubbed down with sand paper to remove trowel marks, stains, etc. After the priming
coat all cracks and imperfections are to be made good with wall putty (or similar approved hard filler)
well rubbed down and then touched up with the priming coat.
Priming for plastic emulsion paint shall be as per manufacturer's specifications.
Priming for oil paint shall be with alkali-resistant primer.

12.10.2. Cement Plastered, Concrete and Block Walls and Fair Faced Concrete
Surfaces shall be brushed so as to be entirely free of dust, dirt, loose material, etc., immediately prior to
decorating.
Priming for plastic emulsion paint shall be as per manufacturer's specifications.
Priming for oil paint shall be with an alkali-resistant primer.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-66

12.10.3. External Faces


The surface shall be prepared for decorating as before.
Priming for cement paint shall be the paint diluted with water. Lime shall not be used as a primer.
Priming for special exterior finish acrylic paint shall be strictly according to manufacturer's specifications.

12.10.4. Ferrous Metalwork


All surfaces shall be thoroughly brushed down with wire brushes to remove all scale, rust, etc., and rubbed down
with No. 2 grade sand paper and brushed and left perfectly clean immediately prior to decorating.
a) Shop-primed surfaces to receive oil paint shall have all bare places touched up with approved metal zinc
chromate primer.
b) Un-primed surfaces shall be given one coat primer as last.
c) Galvanized surfaces shall be treated before painting with mordant solution. The surfaces shall then be
thoroughly washed down with clean water, allowed to dry and primed as last.
d) Coated surfaces already treated with bituminous solution shall receive an insulating coat of anti-bitumen
primer or shellac knotting.

12.10.5. Fibreboard Surfaces


Surfaces shall be lightly brushed down to remove all dirt, dust and loose particles and have all nail holes or other
defects stopped with an approved stopping compound, rubbed down smooth and left with a texture to match
surrounding material. Nail heads shall be treated with zinc chromate primer prior to stopping.
Priming for plastic emulsion paint shall be the paint thinned with 50% water.
Priming for oil paint shall be with an alkali-resistant primer.

12.10.6. Hardboard Surfaces


Priming for plastic emulsion paint shall be the paint thinned with 25% water. Priming for oil paint shall be with a
thin coat of oil paint.

12.10.7 Wood Surfaces to receive Paint


The woodwork shall be well sand papered and have all knots or resinous parts carefully treated with self-knotting
aluminium primer. All cracks, nails or the holes shall be thoroughly cleaned out and after priming, all such
cracks, etc., are to be filled within matching hard stopping which is to be rubbed down flush with the adjoining
surface.
Priming for oil paint shall be with self-knotting aluminium primer.
The bottom edges of all doors are to be primed before hanging.
The back of all joinery work is to be primed before fixing.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-67

12.10.8. Preparation Priming, etc., for Wood Surfaces to receive Clear Treatment
All wood surfaces to receive sprayed clear treatment such as varnish, polyurethane, French polish or wax polish
etc., shall be rubbed down to a satin finish with fine sandpaper immediately prior to application. One priming coat
of sanding sealer shall be applied before the final sanding.

12.10.9. Staining to Wood Surfaces


Staining of any woodwork shall be done only with the approval of the Architect.
If any staining is done it shall be used according to manufacturer's specifications and shall be applied in uniform
thin light coats until the desired effect is obtained.

12.11. Covering up and Protection


Cover up all floors, etc., as is practicable with dust sheets when executing all painting and decorating work.
12.11.1. Leave Clean
Paint splashes, spots and stains shall be removed from floors, woodwork, etc., and damaged surfaces touched
up and the whole of the paintwork left clean and perfect upon completion to the satisfaction of the Architect
12.11.2. Finishing Coats
All finishing coats shall be strictly in accordance with manufacturer’s technical literature. Final finish shall be
approved by the Architect.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-68

13.0. ALUMINIUM WORK & GLAZING WORK


Aluminium work shall be carried out by a specialised Sub Contractor who can provide the performance
specification for aluminium components approved by the Engineer.
All Aluminium extrusions shall be min 100micron powder coated to approved colour, door & window frame
sectional sizes are as per soft drawing, thickness shall be 1.5mm.
All units shall be complete with all necessary glazing inserts, sealing strips, gaskets, skids, weather strips,
beading system to prevent ingress of water and air.
All aluminium units shall be designed to resist penetration of external moisture to the inside of the building. Fixing
of frames for all units to the building shall be such as to ensure solid, void free, waterproof joints. The joints shall
be caulked with building mastic, which does not sag, or run, non-hardening, non-staining and can be painted.
Sample of all items required in aluminium work shall be submitted for prior approval without any additional cost.
All glasses in doors, windows shall be 6 mm thick clear float glass unless otherwise specified and should be
included with the rates.
Contractor shall submit shop drawings where required and obtained consultant’s approval prior to proceeding
with the fabrication and work. The contractor shall check site dimensions and make fabricated work correspond
to the "Approved" Shop Drawings
All aluminium works shall be well formed to shape and size, with sharp lines or angles. Shearing and punching
shall be left clean to true lines and surfaces, Shop connections shall be welded or riveted and site connections
bolted unless otherwise noted. Use flat headed counter sunk rivets where riveted connections are exposed to
view in finished work. Bolts shall be turned up tight, and threads nicked to prevent loosening. All bolts shall be
provided with washers.
Form exposed connections with hairline joints, which are flush and smooth using concealed fasteners wherever
possible. If exposed fasteners are unavoidable use counter sunk flat head screws or bolts.
All aluminium sections are Alumax, Lanka Aluminium, Hemalco or equivalent

13.1 Roofing Work


a) Supply and fixing of 0.47mm thick, colour-bond aluminium zinc aluminium roofing sheets using self-
tapping nails, "Amano Ever roof Profile" or equivalent, colour to be approved by the engineer.
b) Supply and fixing 3 mm thick Mc Foil roof insulation including 75 x 75mm mesh

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-69

14.0 EXTERNAL WORKS

14.1. General
The specification of Works and materials in this section which repeat similar works in preceding sections shall be
deemed to be the full specification of work and materials
All work shall be carried out by skilled workers who are specialists in their respective trades.

14.2. Asphalt Road Construction on Approach Road, Parking and Other Accesses

14.2.1 It is proposed to improve the road with sub base Dense Graded Aggregate Base and Asphalt
Concrete surface with foot walk, side drains and lighting.

14.2.2 The proposed paved road width varies from 6.0 m to 20.0m and approximate area of the road
construction is approximately 4500.0 sq. m and total asphalt concreate is 5500.0 sq. m including rail
roads and crossings.
14.2.3 The raised foot walk and concrete street gutter with sufficient water outlets to be provided at the edge of
the asphalt concrete in concrete street gutter, matching the lower level of the curbs
14.2.4 Concrete side drain with heavy duty concrete cover slabs needs to provide both side of the roads.
Sidewalk requires to lay the cement bricks of grade 30 strength. The clear drain width should not be less
than 600mm
14.2.5 Railroad runs at the middle of the southern side asphalt road as shown in the sketch. The rails run on
sleepers and cross-sectional details are given in the sketch. The area between the rails needs to be plat
without any slope and special care is to be paid for this hybrid construction. Apart from this road, there
are o5 railroad crossings running through the asphalt road and basic construction is detailed in section
Scope of work of “J”
The side drain water needs to flow without any obstructions due to railroad constriction over the drains
and suitable drain culvert are to be provided.

14.2.6 The new road is to be constructed mainly on existing ground and small section on macadam road.
As the heavy vehicles and containers are moving on these roads, pavement has to be designed under
Overseas Road Note 31 to withstand such traffic load. The minimum asphalt thickness is 50mm and
tentative layer thickness of Dense Graded Aggregate Base and subbase are 250mm and 300mm
respectively.
Assessment of the characteristic of the under-laying soil strata were done based on the results of the
following tests.
1. Dynamic cone penetrometer test (DCP) CBR carriage way section.
2. Laboratory CBR at Maximum dry density (MDD) & Optimum Moisture Content (OMC) condition for the
carriageway section
14.2.7 All material quality, construction methods, testing and quality as per Standard Specifications for
Construction and Maintenance of Roads and Bridges, Second Edition June 2009 published by the
Institute of Construction Training and Development (ICTAD), ICTAD Publication No. SCA/5.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-70

15.0 STAINLESS STEEL


All stainless steel for external applications shall be type 316S16 (18% chromium/ 10% nickel alloy/ 2.5%
molybdenum) austenitic stainless-steel cold formed, flat rolled plate, sheet and strip to BS 1449: Part 2:
1983, and shall agree with requirements of BS 970: Part 1: 1983.
For internal applications type 304S16 *18% chromium/ 10% nickel alloy) may be considered as an
alternative, at the discretion of the Consultant.
Where stainless steels are welded, this shall be carried out using chromium nickel austenitic or other
compatible electrodes for manual metal are welding to BS 2926: 1984 Care shall be taken to avoid
distortion during welding or damage to or discoloration of surrounding finished surfaces. All welds shall be
carefully ground and polished as required to blend the weld in the surrounding metal

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-71

16.0 TOILETS AND SANITARY FACILITY


All sanitary accessories shall be of American Standard or equivalent product. Where specified in washroom
facilities designed to accommodate physically handicapped, accessories should be provided as directed by
the Project Manager.
Stainless steel grab bars of required size suitable for concealed or exposed mounting and non-slip gripping
surface shall be provided in all washrooms to be used by physically handicapped as directed by the
Engineer.

16.1 Toilet partition cubical system with nylon fittings


fix high pressure laminated board toilet partition including 0’-6” leg space and complete with nylon
accessories. Same materials with all nylon iron mongery for each unite as per drawings.

16.2. Materials
Supply and installation of 2000mm high Toilet Cubicle Front with door using 12mm thick architect selected
Colour High Pressure Laminated Boards with Nylon Plastic accessories including indicator lock, legs, cloth
hanger, door knob and aluminium framework, including 700mm x 1800mm swing door.
Hinges: self-lubricating swing as per drawings, gravity return movement, adjustable to hold door open at any
angle up to 90 deg.

16.3. Shop drawings


Submit required shop drawings. Indicate fabrication details, plans, elevations, hardware, and installation
details.

16.4. Protection
Protect finished surfaces during shipment and installation. Do not remove until immediately prior to final
inspection.

16.5. Examination

Where partitions and stalls are to be installed, ensure that underlying work is acceptable. Commencement of
work shall imply acceptance of conditions.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-72

17.0. GRANITE WORKS

Providing and fixing 20 mm thick mirror polished, machine cut approved colour granite of required size of
approved shade, colour and texture laid over 20 mm thick base cement mortor 1:4 (1 cement :4 coarse sand)

17.1. Materials
Source of Supply - All granite shall be obtained from quarries having adequate capacity and facilities to meet
the specified requirements. Fabrication shall be by a firm equipped to process the material promptly in
accordance with specifications. Evidence to this effect shall be provided by the supplier if required by the
Design Professional.
Samples - Sufficient samples of granite shall be submitted to the Design Professional through the General
Contractor. 1. Each sample set shall include three samples. 2. Sample set shall show anticipated range of
colour, natural variations of grain structure, inclusions and any other visual characteristics to be expected in
the final installation. 3. Approved sample set shall establish the standard by which stonework will be judged.

17.2. Shop drawings


The granite supplier shall submit: copies of required shop drawings to the Design Professional for approval.
These drawings shall show all bedding, bonding, jointing and anchoring details, and the dimensions of each
piece of granite. No final sizing or finishing shall be done until the shop drawings for that part of the work
have been approved.

17.3. Defective work


Any piece of granite showing manufacturing flaws upon receipt at the storage yard or building site shall be
referred to the Design Professional for determination as to whether it shall be rejected, patched or redressed
for use.

17.4. General
All granite shall be of standard architectural grade, free of cracks, seams, or starts, which may impair its
structural integrity or function. Colour or other visual characteristics indigenous to the particular material and
adequately demonstrated in the sampling or mock-up phases will be accepted provided they do not
compromise the structural or durability capabilities of the material. Texture and finish shall be within the
range of samples approved by the Design Professional.

17.5. Site Storage


Upon receipt at the building site or storage yard, the granite shall be stacked on timber or platforms at least
3" above the ground, and extreme care shall be taken to prevent staining 3.4(h) during storage. If storage is
to be for a prolonged period, polyethylene or other suitable plastic film shall be placed between any wood
and finished surfaces, and shall be used also as an overall protective covering. All holes shall be plugged

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-73

during freezing weather to prevent the accumulation of water. Salt shall not be used for melting of ice formed
in Lewis holes or on pieces, or for any purpose involving its contact with the granite.
17.6. Stone installation
Proceed with the installation of the stonework in accordance with Drawings and using skilled mechanics
capable of proper handling of the setting of the stone and able to field cut where necessary with sharp and
true edges.
Set stone with joints uniform in appearance and stone edges and faces aligned to tolerances indicated.
Clean surfaces that are dirty or stained. Scrub with fibre brushes, and then rinse with clear water.
Provide expansion, control, and pressure-relieving joints of widths and at locations shown on Drawings.

17.7. Cleaning and protection


Granite shall be shop cleaned at the time of final fabrication. After installation and pointing or caulking are
completed, the contractor shall carefully clean the granite, removing all dirt, excess mortar, weld splatter,
stains, and/or other site incident defacements
Stainless steel wire brushes or wool may be used, but the use of other wire brushes or of acid or other
solutions which may cause discoloration is expressly prohibited. Fabricator should be contacted before
cleaners other than detergents are used.
Protection of Finished Work After the granite work is installed, the granite shall be properly and adequately
protected from damage. Boxing or other suitable protection shall be provided wherever required, but no
lumber which may stain or deface the granite shall be used. All nails used shall be non-corrosive.
All granite work in progress shall be protected at all times during construction by use of a suitable strong,
impervious film or fabric securely held in place.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-74

18.0. COMPOSITE ALUMINIUM CLADDING TENDER SPECIFICATIONS

18.1. Scope
Designing the cladding system with Laminated sandwiched composite panel (Aluminium composite panel) as
per design intent, preparation of shop drawings for approval, supply, fabricate, erect as per approved shop
drawings at all floor levels and at all floor heights and the cladding shall be provided matching the plane of
glazing system as shown in the approved drawings, wherever required. Design the framing system with the
gap as per drawing between wall/column/steel structures/any supporting system & cladding. Frame to
support Laminated sandwiched composite panel and Decorative capping to any shape & profile and shall be
supported between the aluminium angle brackets anodized finish. Brackets shall be fixed on to the Masonry
wall with Solid block / RCC /steel structures/any other supporting structures like brackets, Angles and the
brackets shall be fixed with Polyamide expansion SS anchors of suitable dia and length with the strength as
per design criteria. In order to decide the actual strength of expansion bolts to be achieved as per design, a
pull-out test on bolts shall be conduct at site on the block wall/RCC member at minimum 3 locations on each.
Pull out test results will decide the type of anchors (PMC/Architect). Groove width in the system both in
horizontal and vertical shall not be more than 12mm and the groove width shall be maintained uniform for
both structural glazing and cladding system. Groove shall be sealed with non-structural and non-staining
sealant.

18.2. Design
Design the cladding system with Laminated sandwiched composite panel for the external surface like
column, wall, jambs, sills, projected area, decorative cladding on any surface to any profile and shape at
horizontally /vertically / sloped / curved / circular etc with approved make of Laminated sandwiched
composite panel (ACP) - 4 mm thick (0.5 mm thick aluminium sheet on top & bottom sandwiched with 3 mm
thick core material combination with approved Solid and Metallic colour panels Laminated sandwiched
composite panel. The complete system shall be designed to with stand the design wind pressure as per
relevant international code (Test pressure shall be 1.5 times of the design wind pressure). Necessary pull out
test of anchor fastener shall be carried out on the masonry wall /RCC structure to check the load carrying
capacity of the bolt designed under suction pressure for designing the supporting and anchoring system.

18.3. Movement
System shall be designed to accommodate movement due to any force including the movement resulting
from the exterior skin temperature ranging from 15 to 85 deg. Celsius and also to accommodate the
horizontal building movement of 10 mm per panel & vertical movement of 20 mm between floors on the
aluminium framing system with support brackets, glass, gaskets and fastening devices. System shall be
designed to accommodate the size and shape of the Laminated sandwiched composite panel as per the
approved drawings including approved modifications as may be required during execution as well as all other
incidental forces and stresses likely to be experienced under service conditions, i.e. Lateral force, Dead
weight and Thermal expansion due to building movement both vertical and horizontal etc. Grooves shall be
designed in such a way to accommodate weather sealant - Non-staining sealant of approved make.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-75

18.4. Frames
Providing and fixing Aluminium extruded members (Box Tube) designed to with stand design wind pressure
and movement as specified as continuous member for cladding the aluminium Composite panel. Aluminium
member shall be fixed into masonry wall / RCC member /steel structures with Brackets / Clamps and it shall
be of chromotized finish aluminium. All fastening straps, nuts & bolts, rivets, washers/other fastening
materials shall be of non-magnetic Stainless steel and aluminium brackets shall be considered for ACP
cladding with standard dimension and after the site survey if any undulation is observed in tern that doesn't
allow to fix the aluminium bracket only in these areas the additional support with locally fabricated Hot dip
galvanized bracket can be considered. The bidder shall include the provision for these brackets also with in
the quoted rate for ACP cladding works. Aluminium shim shall be used for level adjustment of bracket but
more than 20 mm is not acceptable. If more than 20 mm bracket shall be designed according to site
condition. Aluminium brackets / clamps shall be fixed with chemical injection technique threaded anchor rods
to the base structure in the case of masonry wall / RCC members and SS anchor bolts in the case of steel
structure.

18.5. Composite panel


Laminated sandwiched composite panel of approved make as specified in BOQ in combination with solid
and Metallic colours and it shall consist of 3 mm thermoplastic 100% virgin core of polyethylene sandwiched
between 2 skins of 0.5mm thick Aluminium sheet making a consolidated panel thickness of 4 mm ranging
5.30 to 5.50 kg/sqm and to be fixed on the framing system described above. Laminated sandwiched
composite panel finished with PVDF (Polyvinylidenfluorid) coating containing minimum 70% kynar 500 and
30% resin or Lumiflon based coating on the topside / top surface and the dry film thickness shall not be less
than 23 microns for solid colour and 33 microns for Metallic colour with natural pearl pigment. The reverse
side coated with polyester based wash coat and top surface shall be protected with a self-adhesive peel-off
foil. Lamination process of Aluminium panel shall only be Glue Technology and the source of complete
composite panel shall only be accepted. Providing and fixing Laminated sandwiched composite panel
suitably stiffened internally on the back side for preventing deformation due to design wind pressure beyond
permissible limits by using aluminium flat 25 mm wide – 4 mm thick gluved with 3 M make Double adhesive
tape in order to maintain panel flatness and to avoid permanent deformation over a period. Stiffener shall be
provided at 600 mm c/c behind ACP panel irrespective of structural check of the panel against stability and
deflection. Aluminium flat of size 25 mm wide and 3 mm thick shall be provided to a length 100 mm bent to
shape, wherever the Inner skin is cut to bend the ACP at the corners and as per approved shop drawing.
Methodology of fixing the stiffener/Flat in the corner panel shall be established in the drawing or to be glued
to ACP on the backside of the panel in such a way the fixing mechanism of stiffener / Flat shall not be visible
on the elevation of the panel / outside

18.6. Flashing
providing and fixing flashing at terrace level as part of the system made to profile as shown in the approved
shop drawings and the profile shall be made out of hot dip galvanized sheet 1.2 mm thick. In general, the
flashing shall be provided to the entire length of cladding horizontally at terrace level with necessary
anchoring system with SS fastening devices. Also, the flashing shall be provided at parapet top below the
coping to drain the water during any seepage through the sealant joints with overlap of 100 to 125 mm in
plan with sealant at joints to make sure that no water leakage through coping / flashing joints.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-76

18.7. Field Test


Conduct Field test at site on the installed system as per the criteria set out in the particular specification in
the presence of Engineer in charge. Methodology for carrying out the test shall be submitted to
Employer/PMC/Architect for approval prior to testing. Record the results and submit the report to the
Employer/ PMC/ Architect for approval. If Field test fails, correct the defects revealed to the satisfaction of
the performance data as set out in the Technical Specification with the prior approval of
Employer/PMC/Architect on defects rectification Methodology.

18.8. General Guideline


System design in total, including Aluminium extruded member, type & thickness of Aluminium composite
panel, Aluminium sleeves at connections, inserts, Sealant, supporting system/bracket including fastening
and anchoring system & Materials specified in the schedule and the system details as shown in the tender
drawing are only tentative and is meant to set out a general outline of the Proprietary system. Since the
cladding system in terms of Design, materials, all fixing details, methodology of execution are proprietary in
nature, the onus of the design and Performance requirements, shop drawing, execution etc satisfying the
design intent, particular specification and site conditions lies solely with the Contractor.

18.9. Mode of Measurement


Length and width of the superficial area of the finished work shall be measured center to center of the
grooves on the external surface viewed externally correct to a centimetre under the respective items. Areas
shall be calculated in a square meter correct to two places of decimal.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-77

19.0 MATERIALS FOR CEILINGS

19.1. Metal grid Ceiling

Supply and installation of metal grid ceiling using 600 mm X 600 architect selected colour powder coated
metal grid ceilings, and hanging frame work and other accessories.

19.2. Strip Ceiling

Supply and installation of metal strip ceiling using 150 mm wide and 3000 long architect selected colour
powder coated metal strip ceilings, and hanging frame work and other accessories.

19.3. Calcium Silicate Concealed ceiling

Supply and installation of Calcium Silicate Concealed type, suspended ceiling using 8 mm thick Casium
Silicate Boards, 0.5 mm thick GI frame work with finishes including 2 coats of putty and 2 coats of emulsion
paint

19.4. Gypsum Concealed Ceiling

Supply and installation of Gypsum Concealed type, suspended ceiling using12 mm thick Casium Silicate
Boards, 0.5 mm thick GI frame work with finishes including 2 coats of putty and 2 coats of emulsion paint.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-78

20.0 ELECTRICALLY OPERATED OVERHEAD TRAVELING CRANES

20.1 Specifications for Supply, Installation and Commissioning of Electrically Operated Overhead
Travelling Crane (10-ton EOT Crane) for Bogie Section

The crane offered shall be of well proven design, highly reliable, durable, and easy to operate. The modern
technology applied and, the robust construction of the crane shall guarantee excellent performance, long
service life and personal safety. The crane shall adopt the latest technology such as Frequency Conversion,
Safety Monitoring, etc. to improve the efficiency and safety in operation.

The crane shall be able to operate in a working area having ambient temperature average 33°C (highest
42°C), humidity of 50 to 100% (average 90%) and, climate zone of very high humidity and salty environment.

All components and materials to be incorporated in the goods shall be new, unused and of the most recent
models which are incorporated with all recent improvements in design and materials unless otherwise
provided in the contract.

The crane shall be designed and manufactured to comply this technical specification, by one of the following
manufacturers;

i. DEMAG – Germany
ii. KONECRANES – Finland
iii. STAHL – Germany
iv. FLENDER - France
v. ABUS - Germany

20.1.1 General Arrangement

Electrically operated overhead travelling crane of 10 ton shall be used for carrying locomotive bogie frames,
Railway wheel sets, axels, wheels etc. in the Bogie section of a Locomotive repair workshop.

The control modes shall be wired Pendant Control and wireless remote control.

The crane shall be designed and manufactured according to international standards such as FEM, DIN, or
ISO with Frequency Conversion Control system and ensured with optimized design, smooth operation and
easy installation and maintenance. Low head room design is required.

The selection of Electrical and Mechanical equipment used in the crane and their associated lifting
attachments shall be done with the objectives of protecting personnel from hazards affecting their health and
safety and ensuring reliability of function.

All steel structure plate shall be shot blasting to Sa 2.5 standard, and painting as suitable for corrosive,
marine environment. (Marine class paint)

An audible warning device produce a sound that alerts employees when load is being moved shall be
installed.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-79

Supplier’s scope shall include the supply (DDP), installation, commissioning, and handover the crane
including training. e-chain, crane track (Rail) and buffers shall have to be supplied with the crane.

There shall be provision to give maintenance personnel access to the system and components of the crane.

20.1.2 Technical Data

The offered overhead travelling crane shall be with

a. Pay Load 10 ton


b. Distance between the centres of the track
16875 mm
(Track Gauge/span)
c. Lifting Height, minimum 7.1 m
d. Crane Travelling Distance
77.4m
(Distance between 02 ends of the track)
e. Working Class FEM 1Am
(ISO M4)
f. Coble Height 8.7 m
g. Space available over the girder for rail 1570 mm
h. Crane travelling speed (Invertor control) 2 - 20 m/min
i. Hoist Travelling speed (Invertor control) 2 - 20 m/min
j. Lifting speed (Invertor control) 2 – 6 m/min

20.1.3 Electrical Data

• Power supply – 400V, 50 Hz, 3 phases


• Control Voltage – 230V AC or 24V DC
• All motors, invertors, Counters, Controllers, sensors, relays, circuit breakers, limit switches etc. shall
be of reputed brands of European or Japanese origin
• It shall be equipped with suitable weight overload protector, over voltage and under voltage
protection, short circuit protection, ground fault protection, over-heating protection, overcurrent
protection, power-off protection, phases protection, and emergency stop
• Easy fault finding shall be possible. Details shall be provided along with the offer
• Ingress Protection shall not be less than IP 54
• Insulation Grade F
• A protective earth conductor shall be fitted as standard
• Longitudinal and cross travel limited by means of preliminary and final limit switches
• The coloured, flashing or strobe warning lights that visually alert surrounding personal of a moving
load shall be provided

20.1.4 Hoist

Hoist shall be with

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-80

• Heavy duty Lifting motor (Totally enclosed type)


• Hoist travelling motors (Totally enclosed type)
• Step less travelling
• Electromagnetic brake
• Adjustable limit switches etc.

20.1.5 End Carriage

End Carriage shall be

• Direct driving
• Travelling motors (Totally enclosed type)
• Step less travelling

Designed and made as to compensate deflection & concentricity

20.1.6 Crane Data

The following details shall be furnished with the offer.

• Full product detail


• Design and Manufacturing standards
• Pay load
• Crane dimensions and dead weight
• Maximum wheel pressure on track (with No. of carriage wheels in each side)
• Wheel material
• Track gauge (span)
• Crane Travelling Speed
• Hoist Travelling speed
• Lifting height
• Lifting speed
• Rail model (Dimensions)
• Details of Motors
• Control voltage
• Special features of the crane
• Safety features
• List of standard accessories supply with the crane without additional cost
• Name of the manufacturer of all electrical components (All electrical components shall be of reputed
brand of European or Japanese origin)
• Detailed Manufacturer’s drawings

20.1.7 Manuals and Drawings

The following should be supplied with the crane.

• Operation manuals and maintenance manuals.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-81

• Complete electrical circuit diagrams and schematic diagrams.


• Spare parts catalogues.
• Easy fault-finding guide.
• Detailed and dimensioned working drawings.
• Quality assurance certificate.
• Test certificates of Motor Manufacturer.
• Declaration given by the Manufacturer, confirming that the supplied crane is brand-new.

All in 03 hard copies except last 03. The language shall be in English.

20.1.8 Spare parts and Tools

• Standard tool kit required for maintenance shall be supplied along with the crane.
• All consumable spare parts required for the first two years of operation of the crane shall be supplied
along with the crane. Details shall be submitted along with the offer.

The manufacturer shall provide detailed illustrative drawings of the parts required for normal maintenance.
The part numbers and names and addresses of the component manufacturers of the spare parts necessary
for the maintenance of the crane shall be furnished. If so, the Sri Lanka Railways could source those spare
parts through worldwide tenders.

20.1.9 Sales and Services

The manufacturer/ supplier shall be able to supply all necessary spares/ components for at least twenty
years and details pertaining to same shall be furnished with the offer.

20.1.10 The Local Agent

The local agent

a) Shall have sufficient technical and financial capacity.


b) Should be an established firm having at least eight (08) years of experience in sales of overhead
cranes after their incorporation.
c) On these 08 years, they should have at least 03 years of experience in handling, installation and
maintenance of overhead travelling cranes of same make.
d) Shall submit the details of their technical staff facilities and previous supplies to the local market.
e) Shall be able to maintain sufficient stocks of adequate spares required for service and maintenance
of offered crane.

20.1.11 Eligible Bidder

a) The manufacturing organization shall be one of the designated reputed firms with minimum of 20
years of experience in designing and manufacturing of overhead travelling cranes. Sufficient relevant
detail or any other acceptable documentary evidence shall be submitted along with the offer.
b) Manufacturer shall submit the documentary evidence to prove that at least three recent orders
completed for supply of overhead travelling crane of same capacity. Out of which one shall be from
customer outside the country of manufacturer.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-82

c) The manufacturer should have the valid ISO 9001 series quality management system certification or
equivalent internationally accepted quality management system certification. The certificate will not
be accepted if the period of validity mentioned therein has ceased at the time of submission of bid.
d) The crane shall be designed and manufactured according to internationally accepted standards and
such standards shall be clearly mentioned.
e) If the bidder is not the manufacturer, the bidder shall submit along with the offer a document by
which the manufacturer should fully agree without conditions to supply of the spares and provide
manufacturer’s authorization to supply equipment with their warranty for this bid.
f) Bidder shall submit written consent to the purchaser confirming to the tender conditions as per the
tendering specifications along with;
i) Warranty provided
ii) Make, model and country of origin of the product
iii) Installation, testing, and commissioning
iv) Provision of training
v) Spare parts availability and after sale services
vi) Quality assurance procedure
g) Any bidder who shall not submit the documentary evidence to fulfil the above requirements
mentioned in Eligible Bidders 20.1.11 and detail mentioned in 20.1.2, 20.1.3, 20.1.4, 20.1.5, 20.1.6,
20.1.7, 20.1.8, 20.1.9, and 20.1.10 will be disqualified and rejected.

20.1.12 Warranty

The offered cranes shall carry a warranty, issued by the manufacturer, for two years, from the day they
commissioned in Sri Lanka, against any manufacturing defects, material failure and design faults of
mechanical and electrical items.

20.1.13 Inspection and Testing

a) A stage inspection shall be conducted at the manufacturer’s site at an intermediate stage by 02


inspectors appointed by the Employer.
b) Manufacturer shall carry out pre-shipment inspection and necessary tests such as IEC standard
testing, checking of electric hoist etc. prior to the goods shipment, from the country of origin.
c) The supplier shall submit the certificate of inspection issued by an authorized inspector and test
certificates in triplicate along with a copy of the stage inspection report. to the negotiation bank after
shipment of goods

20.1.14 Installation and Commissioning

a) Installation and commissioning shall be conducted with the supervision of SLR Engineers.
b) Installation and commission shall include demonstration in operation too.

20.1.15 Training

Bidder shall provide sufficient training to 05 Nos of Sri Lanka Railway staff for trouble free operation and
maintenance of the supplied crane. The staff to be trained will include the operators, electrical and
mechanical maintenance staff, and officers.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-83

Training for the maintenance staff shall include,

• Fault identification and rectification


• Schedule maintenance

Bidder shall depute qualified personnel/ Engineer(s) for this purpose and all costs related to travel, boarding
and lodging, local conveyance etc. for the trainer shall be borne by the bidder.

20.2 Specifications for Supply, Installation and Commissioning of European type Electrically
Operated Double Girder Overhead Travelling Crane (Two Nos. of 50-ton Cranes)

The brand-new crane offered shall be of well proven design, highly reliable, durable, and easy to operate.
The modern technology applied and, the robust construction of the crane shall guarantee excellent
performance, long service life and personal safety. The crane shall adopt the latest technology such as
Frequency conversion, Safety monitoring, etc. to improve the efficiency and safety in operation.

The crane shall be designed and manufactured according to international standards such as FEM, DIN, or
ISO. The selection of Electrical and Mechanical equipment used in the crane and their associated lifting
attachments shall be done with the objectives of protecting personnel from hazards affecting their health and
safety and ensuring reliability of function.

The crane shall be able to operate in a working area having ambient temperature average 33°C (highest
42°C), humidity of 50 to 100% (average 90%) and, climate zone of very high humidity and salty environment.
All components and materials to be incorporated in the goods shall be new, unused and of the most recent
models which are incorporated with all recent improvements in design and materials unless otherwise
provided in the contract.

The crane shall be designed and manufactured to comply this technical specification, by one of the following
manufacturers;

i. DEMAG – Germany
ii. KONECRANES – Finland
iii. STAHL – Germany
iv. FLENDER - France
v. ABUS - Germany

20.2.1 General Arrangement

02 Nos. 50-ton double girder overhead travelling cranes shall travel on one track and shall be able to operate
simultaneously (when required) and lifting a locomotive from its bogies which are apart from 7.5 m at its
shortest length. Both cranes shall be moved together with the load. Auxiliary lifting hook of 10 ton and
collision avoidance system shall be incorporated.

The control modes shall be Wireless Remote Control and wired Pendant control. However, the crane shall
be incorporated with an Operators Cabin, having full field of view suspend under the main girder.

The crane shall be designed and manufactured with Frequency Conversion Control system, Safety
monitoring system and ensured with optimized design, smooth operation and easy installation and
maintenance. Low head room design is required. All steel structure plate shall be shot blasting to Sa 2.5

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-84

level, and painting as suitable for corrosive, marine environment (Marine class paint). The cranes will be
operated continuously for 2hrs with the interval of 15 minutes.

The walkways shall be added to cranes to give maintenance personnel access to the system and its
components. An audible warning device produce a sound that alerts employees when load is being moved
shall be installed. Supplier’s scope shall include the supply (DDP), installation, commissioning and handing
over the crane including training. E-chains, crane track (rails), buffers (Collision protection) and protective
earth conductor shall have to be supplied with the cranes.

20.2.2 Technical Data

The offered overhead travelling crane with an operator’s cabin and auxiliary lifting hook shall be with;

a. Pay Load 50 ton


b. Distance between the centers of the track
28275 mm
(Track Gauge/span)
c. Lifting Height 8.2 m
d. Total track length
95.4m
(Distance between 02 ends of the track)
e Coble Height 8.1 m
f Space available over the girder for rail 2900 mm
g. Capacity of Auxiliary Hook 10 ton
h. Working class (Duty Group) FEM 2m (ISO M5)
i. Crane Travelling speed (Inverter control) 2.0 – 20 m/min
j. Trolley speed (Inverter control) 1.0 - 20 m/min
k. Lifting speed (Inverter control) 0.5 – 4.0 m/min

20.2.3 Electrical Data

• Power supply – 400V, 50 Hz, 3 phases


• Control Voltage – 230V AC or 24V DC
• All motors, invertors, Counters, Controllers, sensors, relays, circuit breakers, limit switches
etc. shall be of reputed brands of European or Japanese origin
• It shall be equipped with suitable weight overload protector, over voltage and under voltage
protection, short circuit protection, ground fault protection, over-heating protection,
overcurrent protection, power-off protection, phases protection, and emergency stop
• Easy fault finding shall be possible. Details shall be provided along with the offer
• Ingress Protection shall not be less than IP 54
• Insulation Grade F
• A protective earth conductor shall be fitted as standard
• Longitudinal and cross travel limited by means of preliminary and final limit switches

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-85

• The colored, flashing or strobe warning lights that visually alert surrounding personal of a
moving load shall be provided
• The crane lights shall be affixed to the underside of the cranes to provide illumination and
greater visibility of the floor and other potential obstructions

20.2.4 Hoist

Hoist shall be with

• Heavy duty Lifting motor (Totally enclosed type)


• Trolley travelling motors (Totally enclosed type)
• Step less control trolley
• Electromagnetic brake
• Adjustable limit switches etc.

20.2.5 Intelligent Control

Intelligent control shall be with

• Intelligent Safety System


• Overheating Protection
• overload Protection
• Remote Control etc.
• Collision Avoidance System (The system which monitors the location of each crane on the
runway and keep them separated to ensure that they do not collide with one another)

20.2.6 End Carriage

End Carriage shall be

• Direct driving
• Travelling motors (Totally enclosed type)
• Step less travelling
• Designed and made as to compensate deflection & concentricity

20.2.7 Crane Data

The following details shall be furnished with the offer.

• Full product detail


• Design and Manufacturing standards
• Pay load
• Crane dimensions and dead weight
• Maximum wheel pressure on track (with No. of carriage wheels in each side)

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-86

• Wheel material
• Track gauge (span)
• Travelling Speed
• Trolley speed
• Lifting height
• Lifting speed
• Rail model (Dimensions)
• Details of Motors
• Control voltage
• Special features of the crane
• Safety features
• List of standard accessories supply with the crane without additional cost
• Name of the manufacturer of all electrical components (All electrical components shall be of
reputed brand of European or Japanese origin)
• cab details
• Detailed Manufacturer’s drawings

20.2.8 Manuals and Drawings

The following should be supplied with the crane.

• Operation manuals and maintenance manuals.


• Complete electrical circuit diagrams and schematic diagrams.
• Spare parts catalogues.
• Easy fault-finding guide.
• Detailed and dimensioned working drawings.
• Quality assurance certificate.
• Test certificates of Motor Manufacturer.
• Declaration given by the Manufacturer, confirming that the supplied crane is brand-new.

All in 03 hard copies except last 03. The language shall be in English.

20.2.9 Spare parts and Tools

• Standard tool kit required for maintenance shall be supplied along with the crane.
• All consumable spare parts required for the first two years of operation of the crane shall be supplied
along with the crane. Details shall be submitted along with the offer.
• The manufacturer shall provide detailed illustrative drawings of the parts required for normal
maintenance. The part numbers and names and addresses of the component manufacturers of the
spare parts necessary for the maintenance of the crane shall be furnished.
• The manufacturer/ supplier shall be able to supply all necessary spares/ components for at least
twenty years and details pertaining to same shall be furnished with the offer.

20.2.10 The Local Agent

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-87

The local agent

a) Shall have sufficient technical and financial capacity.


b) Should be an established firm having at least eight (08) years of experience in sales of
overhead cranes after their incorporation.
c) On these 08 years, they should have at least 03 years of experience in handling, installation
and maintenance of overhead travelling cranes of same make.
d) Shall submit the details of their technical staff, facilities, and previous supplies to the local
market.
e) Shall be able to maintain sufficient stocks of adequate spares required for service and
maintenance of offered crane.

20.2.11 Eligible Bidder

a) The manufacturing organization shall be one of the designated reputed firms with minimum of 20 years
of experience in designing and manufacturing of overhead travelling cranes. Sufficient relevant detail or
any other acceptable documentary evidence with at least 02 past performance reports received from
end users of such cranes of other countries shall be submitted along with the offer.
b) Manufacturer shall submit the documentary evidence to prove that at least three recent orders
completed for supply of overhead travelling crane of same capacity. Out of which one shall be from
customer outside the country of manufacturer.
c) The manufacturer should have the valid ISO 9001 series quality management system certification or
equivalent internationally accepted quality management system certification valid for design,
development, production, sale, and installation of overhead cranes. The certificate will not be accepted if
the period of validity mentioned therein has ceased at the time of submission of bid.
d) The crane shall be designed and manufactured according to internationally accepted standards and
such standards shall be clearly mentioned.
e) If the bidder is not the manufacturer, the bidder shall submit along with the offer a document by which
the manufacturer should fully agree without conditions to supply of the spares and provide
manufacturer’s authorization to supply equipment with their warranty for this bid.
f) Bidder shall submit written consent to the purchaser confirming to the tender conditions as per the
tendering specifications along with;

I. Warranty provided
II. Make, model and country of origin of the product
III. Installation, testing, and commissioning
IV. Provision of training
V. Spare parts availability and after sale services
VI. Quality assurance procedure

g) Any bidder who shall not submit the documentary evidence to fulfil the above requirements mentioned in
Eligible Bidders 20.2.11 and details mentioned in 20.2.2, 20.2.3, 20.2.4, 20.2.5, 20.2.6, 20.2.7, 20.2.8,
20.2.9 and 20.2.10 will be disqualified and rejected.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-88

20.2.12 Warranty

The offered cranes shall carry a warranty, issued by the manufacturer, for two years, from the day they
commissioned in Sri Lanka, against any manufacturing defects, material failure and design faults of the
supplied Goods.

20.2.13 Inspection and Testing

a) A stage inspection shall be conducted in the manufacturer’s site at an intermediate stage by 02 inspectors
appointed by the Employer. During 04 days period, inspection with reasonable facilities and assistance
including access to drawings, production data and all sub-components shall be furnished to the
inspectors. All the costs related to air, travel, boarding and lodging, local conveyance, per-diem allowance
etc. for the inspectors shall be borne by the bidder.
b) Manufacturer shall carry out pre-shipment inspection and necessary tests such as IEC standard testing,
checking of electric hoist etc. prior to the goods shipment, from the country of origin.
c) The supplier shall submit the certificate of inspection issued by an authorized inspector and test
certificates in triplicate along with a copy of the stage inspection report to the negotiation bank after
shipment of goods

20.2.14 Installation and Commissioning

c) Installation and commissioning shall be conducted with the supervision of SLR Engineers.
d) Installation and commissioning shall include demonstration on operation too.

20.2.15 Training

Bidder shall provide sufficient training to 10 Nos of Sri Lanka Railway staff for trouble free operation
and maintenance of the supplied cranes. The staff to be trained will include the operators, electrical and
mechanical maintenance staff, and officers.

Training for the maintenance staff shall include,

a) Fault identification and rectification


b) Schedule maintenance

Bidder shall depute qualified personnel/ Engineer(s) for this purpose and all costs related to travel, boarding
and lodging, local conveyance etc. for the trainer shall be borne by the bidder.

20.3 Specifications for Supply, Installation and Commissioning of Electrically Operated Double
Girder Overhead Travelling Crane (15-ton EOT Crane) for Engine Section

The crane offered shall be of well proven design, highly reliable, durable, and easy to operate. The modern
technology applied and, the robust construction of the crane shall guarantee excellent performance, long
service life and personal safety. The crane shall adopt the latest technology such as Frequency Conversion,
Safety Monitoring, etc. to improve the efficiency and safety in operation.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-89

The crane shall be able to operate in a working area having ambient temperature average 33°C (highest
42°C), humidity of 50 to 100% (average 90%) and, climate zone of very high humidity and salty environment.

All components and materials to be used in the goods shall be new, unused and of the most recent models
which are incorporated with all recent improvements in design and materials unless otherwise provided in the
contract.

The cranes shall be designed and manufactured to comply this technical specification, by one of the
following manufacturers;
i. DEMAG – Germany
ii. KONECRANES – Finland
iii. STAHL – Germany
iv. FLENDER - France
v. ABUS - Germany

20.3.1 General Arrangement

Electrically operated double girder overhead travelling crane of 15 ton shall be used in Diesel Engine section
for handling heavy diesel engines, alternators, and other auxiliaries of locomotives.

The control modes shall be wired Pendant Control and wireless remote control.

The crane shall be designed and manufactured according to international standards such as FEM, DIN, or
ISO with Frequency Conversion Control system and ensured with optimized design, smooth operation and
easy installation and maintenance. Low head room design is required.

The selection of Electrical and Mechanical equipment used in the crane and their associated lifting
attachments shall be done with the objectives of protecting personnel from hazards affecting their health and
safety and ensuring reliability of function.

All steel structure plate shall be shot blasting to Sa 2.5 standard, and painting as suitable for corrosive,
marine environment. (Marine class paint). The walkways shall be added to crane to give maintenance
personnel access to the system and its components. An audible warning device produce a sound that alerts
employees when load is being moved shall be installed. Supplier’s scope shall include the supply (DDP),
installation, commissioning, and handover the crane including training. e-chain, crane track (Rail) and buffers
shall have to be supplied with the crane.

20.3.2 Technical Data

The offered overhead travelling crane shall be with

a. Pay Load 15 ton


b. Distance between the centres of the track
22950 mm
(Track Gauge/span)
c. Lifting Height 8.0 m
d. Crane Travelling Distance (Distance
47m
between 02 ends of the track)

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-90

e. Working Class FEM 2m (ISO M5)


f. Coble Height 7.9 m
g. Space available over the girder for rail 2000 mm
h. Crane travelling speed (Invertor control) 2 - 20 m/min
i. Trolley speed (Invertor control) 0.5 - 20 m/min
j. Lifting speed (Invertor control) 0.5 – 4 m/min

20.3.3 Electrical Data

• Power supply – 400V, 50 Hz, 3 phases


• Control Voltage – 230V AC or 24V DC
• All motors, invertors, Counters, Controllers, sensors, relays, circuit breakers, limit switches etc. shall
be of reputed brands of European or Japanese origin
• It shall be equipped with suitable weight overload protector, over voltage and under voltage
protection, short circuit protection, ground fault protection, over-heating protection, overcurrent
protection, power-off protection, phases protection, and emergency stop
• Easy fault finding shall be possible. Details shall be provided along with the offer
• Ingress Protection shall not be less than IP 54
• Insulation Grade F
• A protective earth conductor shall be fitted as standard
• Longitudinal and cross travel limited by means of preliminary and final limit switches
• The coloured, flashing or strobe warning lights that visually alert surrounding personal of a moving
load shall be provided
• The crane lights shall be affixed to the underside of the cranes to provide illumination and greater
visibility of the floor and other potential obstructions

20.3.4 Hoist

Hoist shall be with

• Heavy duty Lifting motor (Totally enclosed type)


• Trolley travelling motors (Totally enclosed type)
• Step less control trolley
• Electromagnetic brake
• Adjustable limit switches etc.

20.3.5 End Carriage

End Carriage shall be

• Direct driving
• Travelling motors (Totally enclosed)
• Step less travelling
• Designed and made as to compensate deflection & concentricity

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-91

20.3.6 Crane Data

The following details shall be furnished with the offer.

• Full product detail


• Design and Manufacturing standards
• Pay load
• Crane dimensions and dead weight
• Maximum wheel pressure on track (with No. of carriage wheels in each side)
• Wheel material
• Track gauge (span)
• Travelling Speed
• Trolley speed
• Lifting height
• Lifting speed
• Rail model (Dimensions)
• Details of Motors
• Control voltage
• Special features of the crane
• Safety features
• List of standard accessories supply with the crane without additional cost
• Name of the manufacturer of all electrical components (All electrical components shall be of
reputed brand of European or Japanese origin)
• Detailed Manufacturer’s drawings

20.3.7 Manuals and Drawings

The following should be supplied with the crane.

• Operation manuals and maintenance manuals.


• Complete electrical circuit diagrams and schematic diagrams.
• Spare parts catalogues.
• Easy fault-finding guide.
• Detailed and dimensioned working drawings.
• Quality assurance certificate.
• Test certificates of Motor Manufacturer.
• Declaration given by the Manufacturer, confirming that the supplied crane is brand-new.

All in 03 hard copies except last 03. The language shall be in English.

20.3.8 Spare parts and Tools

• Standard tool kit required for maintenance shall be supplied along with the crane.
• All consumable spare parts required for the first two years of operation of the crane shall be supplied
along with the crane. Details shall be submitted along with the offer.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-92

• The manufacturer shall provide detailed illustrative drawings of the parts required for normal
maintenance. The part numbers and names and addresses of the component manufacturers of the
spare parts necessary for the maintenance of the crane shall be furnished. So that the Sri Lanka
Railways could source those spare parts through worldwide tenders.

20.3.9 Sales and Services

The manufacturer/ supplier shall be able to supply all necessary spares/ components for at least twenty
years and details pertaining to same shall be furnished with the offer.

20.3.10 The Local Agent

The local agent

a) Shall have sufficient technical and financial capacity.


b) Should be an established firm having at least eight (08) years of experience in sales of overhead
cranes after their incorporation.
c) On these 08 years, they should have at least 03 years of experience in handling, installation and
maintenance of overhead travelling cranes of same make.
d) Shall submit the details of their technical staff facilities and previous supplies to the local market.
e) Shall be able to maintain sufficient stocks of adequate spares required for service and maintenance
of offered crane.

20.3.11 Eligible Bidder

a) The manufacturing organization shall be one of the designated reputed firms with minimum of 20
years of experience in designing and manufacturing of overhead travelling cranes. Sufficient relevant
detail or any other acceptable documentary evidence with at least 02 past performance reports
received from end users of such cranes of other countries shall be submitted along with the offer.
b) Manufacturer shall submit the documentary evidence to prove that at least three recent orders
completed for supply of overhead travelling crane of same capacity. Out of which one shall be from
customer outside the country of manufacturer.
c) The manufacturer should have the valid ISO 9001 series quality management system certification or
equivalent internationally accepted quality management system certification. The certificate will not
be accepted if the period of validity mentioned therein has ceased at the time of submission of bid.
d) The crane shall be designed and manufactured according to internationally accepted standards and
such standards shall be clearly mentioned.
e) If the bidder is not the manufacturer, the bidder shall submit along with the offer a document by
which the manufacturer should fully agree without conditions to supply of the spares and provide
manufacturer’s authorization to supply equipment with their warranty for this bid.
f) Bidder shall submit written consent to the purchaser confirming to the tender conditions as per the
tendering specifications along with;
a. Warranty provided
b. Make, model and country of origin of the product
c. Installation, testing, and commissioning
d. Provision of training
e. Spare parts availability and after sale services

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-93

f. Quality assurance procedure


g) Any bidder who shall not submit the documentary evidence to fulfil the above requirements
mentioned in Eligible Bidders 20.3.11 and detail mentioned in 20.3.2, 20.3.3, 20.3.4, 20.3.5, 20.3.6,
20.3.7, 20.3.8, 20.3.9, and 20.3.10 will be disqualified and rejected.

20.3.12 Warranty

The offered cranes shall carry a warranty, issued by the manufacturer, for two years, from the day they
commissioned in Sri Lanka, against any manufacturing defects, material failure and design faults of
mechanical and electrical items.

20.3.13 Inspection and Testing

a) A stage inspection shall be conducted at the manufacturer’s site at an intermediate stage, by 02


inspectors appointed by the Employer
b) Manufacturer shall carry out pre-shipment inspection and necessary tests such as IEC standard
testing, checking of electric hoist etc. prior to the goods shipment, from the country of origin.
c) The supplier shall submit the certificate of inspection issued by an authorized inspector and test
certificates in triplicate along with a copy of the stage inspection report to the negotiation bank after
shipment of goods

20.3.14 Installation and Commissioning

a) Installation and commissioning shall be conducted with the supervision of SLR Engineers
b) Installation and commission shall include demonstration in operation too.

20.3.14 Training

Training for the maintenance staff shall include,

• Fault identification and rectification


• Schedule maintenance

20.4 Specifications for Supply, Installation and Commissioning of Electrically Operated Double
Girder Overhead Travelling Crane (15-ton EOT Crane) for Conveying Locomotive Bogies

The crane offered shall be of well proven design, highly reliable, durable, and easy to operate. The modern
technology applied and, the robust construction of the crane shall guarantee excellent performance, long
service life and personal safety. The crane shall adopt the latest technology such as Frequency Conversion,
Safety Monitoring, etc. to improve the efficiency and safety in operation.

The crane shall be able to operate in a working area having ambient temperature average 33°C (highest
42°C), humidity of 50 to 100% (average 90%) and, climate zone of very high humidity and salty environment.
All components and materials to be used in the goods shall be new, unused and of the most recent models
which are incorporated with all recent improvements in design and materials unless otherwise provided in the
contract.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-94

The cranes shall be designed and manufactured to comply this technical specification, by one of the
following manufacturers;

i. DEMAG – Germany
ii. KONECRANES – Finland
iii. STAHL – Germany
iv. FLENDER - France
v. ABUS - Germany

20.4.1 General Arrangement

Electrically operated double girder overhead travelling crane of 15 ton shall be used for conveying
Locomotive Bogies with traction motors from the main repair bay to Bogie section of a locomotive repair
workshop.

The control modes shall be wired Pendant Control and wireless remote control. The crane shall be designed
and manufactured according to international standards such as FEM, DIN, or ISO with Frequency
Conversion Control system and ensured with optimized design, smooth operation and easy installation and
maintenance. Low head room design is required.

The selection of Electrical and Mechanical equipment used in the crane and their associated lifting
attachments shall be done with the objectives of protecting personnel from hazards affecting their health and
safety and ensuring reliability of function. All steel structure plate shall be shot blasting to Sa 2.5 standard,
and painting as suitable for corrosive, marine environment. (Marine class paint)

The walkways shall be added to crane to give maintenance personnel access to the system and its
components. An audible warning device produce a sound that alerts employees when load is being moved
shall be installed. Supplier’s scope shall include the supply (DDP), installation, commissioning, and handover
the crane including training. e-chain, crane track (Rail) and buffers shall have to be supplied with the crane.

20.4.2 Technical Data

The offered overhead travelling crane shall be with

a. Pay Load 15 ton


b. Distance between the centres of the track
28950 mm
(Track Gauge/span)
c. Lifting Height 8.0 m
d. Crane Travelling Distance
47m
(Distance between 02 ends of the track)
e. Working Class FEM 2m (ISO M5)
f. Coble Height 7.9 m
g. Space available over the girder for rail 2000 mm
h. Crane travelling speed (Invertor control) 2 - 20 m/min
i. Trolley speed (Invertor control) 0.5 - 20 m/min

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-95

j. Lifting speed (Invertor control) 0.5 – 4 m/min

20.4.3 Electrical Data

• Power supply – 400V, 50 Hz, 3 phases


• Control Voltage – 230V AC or 24V DC
• All motors, invertors, Counters, Controllers, sensors, relays, circuit breakers, limit switches etc. shall
be of reputed brands of European or Japanese origin
• It shall be equipped with suitable weight overload protector, over voltage and under voltage
protection, short circuit protection, ground fault protection, over-heating protection, overcurrent
protection, power-off protection, phases protection, and emergency stop
• Easy fault finding shall be possible. Details shall be provided along with the offer
• Ingress Protection shall not be less than IP 54
• Insulation Grade F
• A protective earth conductor shall be fitted as standard
• Longitudinal and cross travel limited by means of preliminary and final limit switches
• The coloured, flashing or strobe warning lights that visually alert surrounding personal of a moving
load shall be provided
• The crane lights shall be affixed to the underside of the cranes to provide illumination and greater
visibility of the floor and other potential obstructions

20.4.4 Hoist

Hoist shall be with

• Heavy duty Lifting motor (Totally enclosed type)


• Trolley travelling motors (Totally enclosed type)
• Step less control trolley
• Electromagnetic brake
• Adjustable limit switches etc.

20.4.5 End Carriage

End Carriage shall be

• Direct driving
• Travelling motors (Totally enclosed type)
• Step less travelling
• Designed and made as to compensate deflection & concentricity

20.4.6 Crane Data

The following details shall be furnished with the offer.

• Full product detail

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-96

• Design and Manufacturing standards


• Pay load
• Crane dimensions and dead weight
• Maximum wheel pressure on track (with No. of carriage wheels in each side)
• Wheel material
• Track gauge (span)
• Travelling Speed
• Trolley speed
• Lifting height
• Lifting speed
• Rail model (Dimensions)
• Details of Motors
• Control voltage
• Special features of the crane
• Safety features
• List of standard accessories supply with the crane without additional cost
• Name of the manufacturer of all electrical components (All electrical components shall be of reputed
brand of European or Japanese origin)
• Detailed Manufacturer’s drawings

20.4.7 Manuals and Drawings

The following should be supplied with the crane.

• Operation manuals and maintenance manuals.


• Complete electrical circuit diagrams and schematic diagrams.
• Spare parts catalogues.
• Easy fault-finding guide.
• Detailed and dimensioned working drawings.
• Quality assurance certificate.
• Test certificates of Motor Manufacturer.
• Declaration given by the Manufacturer, confirming that the supplied crane is brand-new.

All in 03 hard copies except last 03. The language shall be in English.

20.4.8 Spare parts and Tools

• Standard tool kit required for maintenance shall be supplied along with the crane.
• All consumable spare parts required for the first two years of operation of the crane shall be supplied
along with the crane. Details shall be submitted along with the offer.
• The manufacturer shall provide detailed illustrative drawings of the parts required for normal
maintenance. The part numbers and names and addresses of the component manufacturers of the
spare parts necessary for the maintenance of the crane shall be furnished. So that the Sri Lanka
Railways could source those spare parts through worldwide tenders.

20.4.9 Sales and Services

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-97

The manufacturer/ supplier shall be able to supply all necessary spares/ components for at least twenty
years and details pertaining to same shall be furnished with the offer.

20.4.10 The Local Agent

The local agent

a) Shall have sufficient technical and financial capacity.


b) Should be an established firm having at least eight (08) years of experience in sales of overhead
cranes after their incorporation.
c) On these 08 years, they should have at least 03 years of experience in handling, installation and
maintenance of overhead travelling cranes of same make.
d) Shall submit the details of their technical staff facilities and previous supplies to the local market.
e) Shall be able to maintain sufficient stocks of adequate spares required for service and maintenance
of offered crane.

20.4.11 Eligible Bidder

a) The manufacturing organization shall be a reputed firm with minimum of 20 years of experience in
designing and manufacturing of overhead travelling cranes. Sufficient relevant detail or any other
acceptable documentary evidence with at least 02 past performance reports received from end users
of such cranes of other countries shall be submitted along with the offer.
b) Manufacturer shall submit the documentary evidence to prove that at least three recent orders
completed for supply of overhead travelling crane of same capacity. Out of which one shall be from
customer outside the country of manufacturer.
c) The manufacturer should have the valid ISO 9001 series quality management system certification or
equivalent internationally accepted quality management system certification. The certificate will not
be accepted if the period of validity mentioned therein has ceased at the time of submission of bid.
d) The crane shall be designed and manufactured according to internationally accepted standards and
such standards shall be clearly mentioned.
e) If the bidder is not the manufacturer, the bidder shall submit along with the offer a document by
which the manufacturer should fully agree without conditions to supply of the spares and provide
manufacturer’s authorization to supply equipment with their warranty for this bid.
f) Bidder shall submit written consent to the purchaser confirming to the tender conditions as per the
tendering specifications along with;

I. Warranty provided
II. Make, model and country of origin of the product
III. Installation, testing, and commissioning
IV. Provision of training
V. Spare parts availability and after sale services
VI. Quality assurance procedure

g) Any bidder who shall not submit the documentary evidence to fulfil the above requirements
mentioned in Eligible Bidders 20.4.11 and detail mentioned in 20.4.2, 20.4.3, 20.4.4, 20.4.5, 20.4.6,
20.4.7, 20.4.8, 20.4.9, and 20.4.10 will be disqualified and rejected.

20.4.12 Warranty

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-98

The offered cranes shall carry a warranty, issued by the manufacturer, for two years, from the day they
commissioned in Sri Lanka, against any manufacturing defects, material failure and design faults of
mechanical and electrical items.

20.4.13 Inspection and Testing

a) A stage inspection shall be conducted at the manufacturer’s site at an intermediate stage, by 02


inspectors appointed by the Employer.
b) Manufacturer shall carry out pre-shipment inspection and necessary tests such as IEC standard
testing, checking of electric hoist etc. prior to the goods shipment, from the country of origin.
c) The supplier shall submit the certificate of inspection issued by an authorized inspector and test
certificates in triplicate along with a copy of the stage inspection report to the negotiation bank after
shipment of goods.

20.4.14 Installation and Commissioning

a) Installation and commissioning shall be conducted with the supervision of SLR Engineers.
b) Installation and commission shall include demonstration in operation too.

20.4.15 Training

Bidder shall provide sufficient training to 10 Nos of Sri Lanka Railway staff for trouble free operation and
maintenance of the supplied crane. The staff to be trained will include the operators, electrical and
mechanical maintenance staff, and officers.

Training for the maintenance staff shall include,

• Fault identification and rectification


• Schedule maintenance

Bidder shall depute qualified personnel/ Engineer(s) for this purpose and all costs related to travel, boarding
and lodging, local conveyance etc. for the trainer shall be borne by the bidder.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-99

21.0 DISTRIBUTION BOARDS

21.1 Fabrication

Distribution Boards of the proposed project consist of a Main Switch Board (MSB), a Main Distribution Board
(MDB), few Distribution Boards (DB s) and other Sub Distribution Boards (SDB s) as given in the following
table. MSB is located in the generator room and all other DBs are located in the workshop building. Since
this project site is close to the coastline, the distribution boards shall be constructed from not less than 2 mm
thick pre-galvanized or hot dip galvanized steel and marine grade paint finished. Hot dip galvanizing shall be
to BS EN ISO 1467, the minimum coating thickness to be in accordance with Table-2 thereof. For powder
coated painting, all surfaces shall be prepared before coating in accordance with BS EN ISO 1456, BS ISO
1458 or similar standards.
MSB, MDB and DBs are floor mounted standing type panels and shall have a rigid frame, enclosure, back
board and hinged inner cover with a separate compartment for the Surge Protection Device (SPD).
These panels shall be sealed to minimum IP55 on the doors. They shall include full-size back board or
approved non-hygroscopic material unless a purpose-designed equipment mounting system is utilized. All
cable entries shall be bottom entry/exit type. Gland plates with knock-outs shall be utilized to secure and
terminate cables.
All SDB s are wall mounted type enclosures with DIN rails and removable inner cover plates. All cable
entries shall be top entry/exit type. Gland plates with knock-outs shall be utilized to secure and terminate
cables
All Distribution Boards shall have sufficient space to install the all components shown in Single Line Diagram
and to manage the cables of circuit breakers without any undue stress to the cable.
The Distribution Boards shall be suitable for operating on 400V, 3 Phase, 50 Hz power supply. It shall also
be rated for a prospective short circuit breaking capacity of not less than 25 kA at 400V.
The phase indicator lamps shall be of industry standards and shall have robust lens covers that are easily
removable for re-lamping.

21.2 Circuit Breakers


All Moulded Case Circuit Breaker (MCCB) shall conform to BS EN 60947-2:1992. MCCBs shall have four
poles with nominal rated currents and interrupting capacity as shown in the drawings. MCCBs shall have
thermal over-load, electro-magnetic short circuit and rated insulation Voltage of minimum 690V.
MCCB used in Main Switch Board as incoming device shall have under voltage and earth fault relays
incorporated with adjustable instantaneous trip settings.
4 pole Miniature Circuit Breakers (MCB’s) used for outgoing circuits shall be Type C conforming to BS EN
60898/IEC 60898.They shall be rated for an interrupting capacity of 10 KA and nominal rated current as
indicated in drawings.

21.3 Busbars
Three phase and neutral bus bars rated as indicated in drawings shall be air insulated and of hard drawn
high conductivity copper. They shall be rigidly supported so as to withstand any mechanical forces to which
they may be subjected under maximum fault conditions of 25 KA. Busbar supports shall be made of slotted

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-100

black Bakelite or other approved insulating materials with a minimum thickness of 5/8’’ (1.58 cm) and shall
be securely bolted to the structural frame or cubicle.
Busbars shall be painted to indicate phases, with one coat of surface primer and two coats of nitro cellulose
lacquer.
All screws, bolts, washers and similar materials used for the construction of the distribution panel shall be
Cadmium plated. The neutral bar shall be provided with an adequate number of terminals, including cable
lugs to suit the installation. All bolted connections shall be adequately secured with lock nuts.
The colour coding for main, secondary and connecting bus bars shall be as follows.
Phase : Brown, Black, Grey
Neutral : Blue
Earth : Green/Yellow

21.4 Terminal Blocks


Terminal blocks shall be used in small sub-distribution panels to connect more than two cables to MCB
terminal and specially when connecting neutral cables.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-101

Details of MCCBs to be installed in MSB, MDB and DBs


Type and No. of the Circuit Breaker to be installed
MCB
Distribution Panel
MCCB

Busbar Capacity

Breaker Type

630A / 4P
250A / 4P
160A / 4P
100A / 4P
63A / 4P
40A / 4P
32A / 4P
32A / 4P
32A / 2P
20A / 4P
20A / 3P
20A / 2P
20A / 1P

16A / 1P

10A / 1P
/Outgoing)
(Incoming
1000A Incoming 2
MSB
TP+N Outgoing 1 1 2 1
1000A Incoming 1
MDB
TP+N Outgoing 2 7 3
400A Incoming 1
DB - 1 Outgoing 1 3 2 1 2 1
TP+N
400A Incoming 1
DB - 2
TP+N Outgoing 1 1 4
250A Incoming 1
DB - 3
TP+N Outgoing 1 1 7
150A Incoming 1
DB - 4
TP+N Outgoing 1 5 1
150A Incoming 1
DB - 5
TP+N Outgoing 1 2 1
150A Incoming 1
DB - 6
TP+N Outgoing 4 8 12
150A Incoming 1
SDB 1-1
TP+N Outgoing 4 2 2
150A Incoming 1
SDB 1-2
TP+N Outgoing 1 5 2 3 1
150A Incoming 1
SDB 1-3
TP+N Outgoing 7 1 1
No Incoming 1
SDB 1-4
Busbar Outgoing
Termina Incoming 1
SDB 1-5A
l Blocks Outgoing 1 3 5 6
Termina Incoming 1
SDB 1-5B
l Blocks Outgoing 1 2 5 6
Termina Incoming 1
SDB 1-6
l Blocks Outgoing 3 6 12
Termina Incoming 1
SDB 1-7
l Blocks Outgoing 3 3
Termina Incoming 1
SDB 1-8
l Blocks Outgoing 2 1 1 5
No Incoming 1
SDB 2-1
Busbar Outgoing
Termina Incoming 1
SDB 2-2
l Blocks Outgoing 1 2 2

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-102

Type and No. of the Circuit Breaker to be installed

(Incoming /Outgoing)
MCB
Distribution Panel

MCCB

Busbar Capacity

Breaker Type

630A / 4P
250A / 4P
160A / 4P
100A / 4P
63A / 4P
40A / 4P
32A / 4P
32A / 4P
32A / 2P
20A / 4P
20A / 3P
20A / 2P
20A / 1P

16A / 1P

10A / 1P
Terminal Incoming 1
SDB 2-3 Blocks Outgoing 3 6 12
Terminal Incoming 1
SDB 2-4
Blocks Outgoing 1 2 3 3
300A Incoming 1
SDB 2-5
TPN+E Outgoing 2 1 1 1
Terminal Incoming 1
SDB 3-1 Blocks Outgoing 6 2 2
Terminal Incoming 1
SDB 3-2 Blocks Outgoing 1 2 4 3
Terminal Incoming 1
SDB 3-3
Blocks Outgoing 1 2 5 3
Terminal Incoming 1
SDB 3-4
Blocks Outgoing 1 4 5 4
Terminal Incoming 1
SDB 3-5
Blocks Outgoing 3 6 12
Terminal Incoming 1
SDB 3-6
Blocks Outgoing 3 3
Terminal Incoming 1
SDB 3-7
Blocks Outgoing 1 1 2 4
150A Incoming 1
SDB 4-1
TPN+E Outgoing 5 1
Terminal Incoming 1
SDB 4-2A
Blocks Outgoing 1 3 4 6 5
Terminal Incoming 1
SDB 4-2B
Blocks Outgoing 3 4 6
Terminal Incoming 1
SDB 4-3A
Blocks Outgoing 1 3 5 6
Terminal Incoming 1
SDB 4-3B
Blocks Outgoing 3
Terminal Incoming 1
SDB 4-4
Blocks Outgoing 3 4 3
Terminal Incoming 1
SDB 4-5
Blocks Outgoing 3 4 3
150A Incoming 1
SDB 5-1
TPN+E Outgoing 2 4 2
Terminal Incoming 1
SDB 5-2
Blocks Outgoing 2 3 3

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-103

Type and No. of the Circuit Breaker to be installed

(Incoming /Outgoing)
MCB
Distribution Panel
MCCB

Busbar Capacity

Breaker Type

630A / 4P
250A / 4P
160A / 4P
100A / 4P
63A / 4P
40A / 4P
32A / 4P
32A / 4P
32A / 2P
20A / 4P
20A / 3P
20A / 2P
20A / 1P

16A / 1P

10A / 1P
Termina Incoming 1
SDB 6 l Blocks Outgoing 1 4 8 12
Termina Incoming 1
SDB 6-1
l Blocks Outgoing 4 7
Termina Incoming 1
SDB 7
l Blocks Outgoing 4 1 3 3
Termina Incoming 1
SDB 7-1
l Blocks Outgoing 3 3
Termina Incoming 1
SDB 7-2
l Blocks Outgoing 3 3
Termina Incoming 1
SDB 7-3
l Blocks Outgoing 3 3
SDB 8 Termina Incoming 1
l Blocks Outgoing 1 2 3 8 8
Termina Incoming 1
SDB 8 - 1
l Blocks Outgoing 1 4 4 6
Termina Incoming 1
SDB 9
l Blocks Outgoing 2 3 3

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-104

22.0 LED HIGH-BAY LAMP FITTINGS

22.1 General

LED High-bay lamp fittings shall be of sound and robust construction to BS EN 60598-2-3. They shall be
suitable for use on 230 V, 50 Hz single phase power supply and the wattage of the lamp fitting shall not be
less than 150W. To ensure high energy efficiency of the lighting system the overall efficiency of the whole
luminaire shall not be less than 120 lm/W. The CRI shall be more than 80%.
In addition to above LED luminaires shall comply with IEC 62471 hazard class Group-1 or Exempt group
relevant to photo-biological hazard and shall have correlated colour temperature (CCT) at 4000K. The lamp
fitting shall be in modular type so that replacement of parts such as Drivers, LED circuit boards and other
components can easily be carried out as necessary. The supplier shall guarantee supply of compatible spare
parts for a period of 10 years after the product guarantee period. LED lamp fitting shall have a minimum of
50,000 hours of lifetime at 70% lumen maintenance.
The lamp fitting shall be suitable for operation at an ambient temperature of 500 C and minimum relative
humidity of 95%.
The LED module shall be mounted on heavy duty heat sinks to ensure excellent heat dissipation. The design
of the heat sinks shall be such that there is a direct thermal path from the LED Junctions to the atmosphere
this providing a thermal transfer effect throughout the lifetime of the lamp fitting.
The heat sinks shall be proprietary and designed by the lighting manufacturer to enable the lamp to work
efficiently in the above specified ambient temperature and humidity conditions.
The LED lamp housing shall be of either extruded Aluminium or die-cast Aluminium with very low copper
content (less than 0.1%) to ensure high corrosion resistance.
The finish coating for housing shall be with an anticorrosive anodized/painting process or equivalent,
providing excellent UV and environmental exposure resistance to fading, peeling, cracking or corrosion. The
cover shall be of tempered glass and the electrical insulation shall be of Class-1 classification to ensure
safety during maintenance.

22.2 LED drivers


LED drivers shall be capable of withstanding surges of 10kV to ensure a higher level of protection. LED
drivers shall be suitable to operate at an ambient temperature range of 00 C to 50°C and at maximum
relative humidity of 95%.
The LED fixtures driver and LED optical unit components shall be extremely fully rated at a minimum of IP66
and have proven means of negating internal condensation build-up. They shall have minimum mechanical
strength rating of IK-07 (minimum IK08 required for all glass components). All synthetic materials shall be
100% UV stable and scratch resistant.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-105

23.0 SUPPLY, INSTALLATION & COMMISSIONING OF BRAND NEW 200 KVA STANDBY GENERATOR
SET WITH SOUND PROOF CANOPY AND ATS PANEL

23.1 Scope of Work:

200kVA Diesel Generator is to be installed in the generator room at the proposed workshop for stand-by
power. Automatic Transfer Panel shall be supplied to operate the generator and to transfer the load in case
of power failure.
The brand new, latest proven designed, tropicalized, auto start, continuous power rating of 200 kVA Diesel
Generator is to be supplied (DDP), installed, tested & commissioned at Sri Lanka Railways, Chief
Mechanical Engineer’s Workshops, Rathmalana premises as per the specification.
The Engine and Alternator of the generator set shall be of a reputed and the proven brands used in Sri
Lanka.
The preferred brands are given below.

Engine Alternator

Perkins Stamford

Caterpillar Leroy Somer

Cummins Meccalte

Mitsubishi Mitsubishi

Volvo Nichiden Shoko

Installation & commissioning of the generator shall include the followings.


a) Placing 200 kVA Diesel generator on the one of constructed plinths & fixing by foundation bolts.
b) Supply and fixing of exhaust pipes suitably to divert exhaust gases up to a level at 5m above the
Generator Room.
c) Supply and fixing of ventilating ducts for the radiators to draw sufficient quantity of cooling air directly
from the outside through the louvers at the generator room wall.
d) Supply and Installation of the common daily service fuel tank for generators (8hr of full load) with
necessary pipes from tank to the engine and engine to tank (over flow line).
e) Suitable earth shall be provided for the generator, control panel, fuel tank etc.
f) Supply and Installation of Automatic Transfer Switch (ATS) Panel
g) Cabling - From Generator set to Automatic Transfer Switch (ATS)
h) The load testing and commissioning of the generator shall be carried out with Resistive Load Bank
for one (1) hour in the presence of representatives of the Employer to see the performance and to
check whether the generator supplied are in accordance with the specifications. The resistive load
bank shall be supplied by the Contractor.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-106

i) All protections, indicators etc. shall be checked and tested for their satisfactory functioning. The test
report indicating all results shall be prepared and signed by both parties.
j) Suitably insulate the Generator room to make it soundproof.
k) After satisfactory testing & commissioning of Generator, the surrounding area shall be cleaned
properly to the satisfaction of the Employer and the generator shall be handed over to the Employer
with properly prepared handing over and taking over documents.

23.2 Technical Specifications


The specification covers the general requirement of design, manufacture, supply, delivery, installation testing
and commissioning of engine driven salient type 200 KVA Stand by Power Rated Generator Set. It shall
consist of a diesel engine directly coupled to a synchronous brushless generator together with necessary
switchgear, Controls, Protection and accessories to provide stand by back up electrical power.
The alternator shall be brushless excitation type with permanent magnet type pilot exciter through AVR.
It shall be totally enclosed, Silent Gen set conforming to applicable standards and shall be capable of
producing the specified output power for the entire duration of power outage in salt laden atmosphere and
350C ambient temperature conditions. It shall be operated in 90% humidity environment.

23.3 Products
The Generator set shall have following characteristics,
a) Engine, alternator, control relays, protection devices and other accessories used shall be of reputed
makes and brands. Bidder shall clearly indicate the brand names, makes, models, part numbers and
country of origin for all the items used by the manufacturer.
b) Manufacturers Genuineness Certificate for both the engine and the alternator shall be submitted by the
bidder.
c) The bids without the sufficient technical literature for the technical evaluation shall be liable to be
rejected.

23.4 Alternator (synchronous, brushless type)


23.4.1 Prime rated capacity : 200 kVA
23.4.2 Prime rated Active Power : 160 kW
23.4.3 No of Phase :3
23.4.4 Rated Volts : 400 (± 1%) (Line to Line) /230 (± 1%) (Line to Neutral)
23.4.5 Connection : 4 Wire (star point solidly earthed)
23.4.6 Frequency : 50 Hz
23.4.7 Power Factor : 0.8 lagging
23.4.8 Insulation Class and Protection : Class H and IP 23
23.4.9 Protection for alternator : The alternator shall have the following protection schemes

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-107

23.4.9.1 Over current protection (instantaneous and time delayed)


23.4.9.2 Under voltage/over voltage protection
23.4.9.3 Earth fault protection (instantaneous and time delayed)
23.4.10 Display Features & Instruments & Controls:
The following engine and generator instruments and controls shall be furnished and installed in the generator
control panel.
23.4.10.1 AC Voltmeter to measure the generator voltage (Line to Line and Line to neutral)
23.4.10.2 AC Ammeter to measure generator line current (R, Y, B & N) (ranging 0-0A)
23.4.10.3 Generator frequency meter
23.4.10.4 Generator power meter: KWh, KW, KVAR & Power Factor
23.4.10.5 Generator Voltage adjusting rheostat
23.4.10.6 Engine speed adjusting control
23.4.10.7 Voltmeter/Ammeter phase selector switch
23.4.10.8 Indicator lights for engine alarms specified in 4.5 3.
23.4.10.9 Generator power availability indicator lamp
23.4.10.10 Engine rpm meter
23.4.10.11 Water temperature gauge to measure the engine cooling water temperature
23.4.10.12 Oil Pressure gauge to measure the engine lub oil pressure
23.4.10.13 Engine manual start/stop key switch and manual stop push button
23.4.10.14 Fault reset push button for engine alarms specified 4.5.
23.4.10.15 Lamp test push button to test all indicator lamps
All the instruments, lights and meters shall be mounted on the control panel of the generator set. Wiring for
control circuits shall be done properly in the control panel. Any other means to show above shall also be
considered.
23.4.11 Generator Main Circuit Breaker: A MCCB type circuit breaker shall be installed to disconnect the
generator from its load. It shall be a 400A/15 kA, 4 poles, MCCB (Adj. Thermal) to be installed in the
generator control panel.
23.4.12 Generator Excitation: Permanent magnet pilot exciter through AVR
23.4.13 Earthing: Star point earthing shall be available for solid earthing of generator neutral for TT earthing
system used in Sri Lanka.

23.5 Engine
23.5.1 Generator engine shall be of diesel driven, 1500 rated RPM, four strokes, water cooled turbo charged
and intercooled with electronic fuel control system. Prime rated net power output of the engine at
rated speed shall not be less than the value specified for the alternator in 3.2. The generator engine
shall be capable of producing the prime rated output (without overloading) for the entire eight-hour
period under following ambient conditions.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-108

• Air temperature at engine intake: 35°C.


• Ambient temperature: 35°C.
• Humidity: not less than 90%
23.5.2 The engine shall be equipped with a suitable governor/actuator which is controlled by the electronic
governor controller/electronic fuel injection to maintain the specified frequency of the generator within
the limits (50 ± 1% Hz).
23.5.3 The engine shall be electric start & stop by key switch, provided with a solenoid energized motor and
in addition to key switch, a separate push button shall be provided to stop the engine. Alternative
methods shall also be considered.
23.5.4 Batteries and Battery Charging System: The batteries shall be of lead acid type. The battery voltage
shall be 12/24V DC. Batteries shall be charged by battery charger when the system is in commercial
power and either by battery charger or battery charging alternator when the system is in generator
power.
23.5.5 Engine Protective Devices:
The following engine protective devices shall be provided and the indicating lights shall be provided for use
with each device specified.
23.5.5.1 Alarm system for high water temperature and low lubrication oil pressure by separate indicator
lamps and buzzer.
23.5.5.2 Automatic engine shutdown for high water temperature and low lubrication oil pressure with
separate indicator lamps.
23.5.5.3 Engine over speed automatic shutdown device to shut down the engine in case of engine over
Speeding with separate indicator lamp
23.5.5.4 Engine failed to start indicator light with buzzer
23.5.5.5 Alarm for low coolant level by indicator light with buzzer
23.5.6 diesel engine shall be complied to EPA Tier 2 or EU stage II A emission standards.

23.5.7 Electronic Service Tool and Engine Management System:


If the engine is governed by Electronic governor or Electronic Fuel Injection by ECM a display unit to show
engine status and performance data (current and Past), ECM fault codes, diagnostic and fault logging,
resetting, adjusting engine parameters shall be provided. Further connecting cable and associated hardware
to connect a PC to electronic governor or ECM and software to access electronic governor or ECM shall be
provided.
23.5.8 Fuel Tank: The diesel tank capacity shall be sufficient for not less than 8hour continuous full load
operation and shall be complete with all piping and fittings suitably connected. The tank shall be new
and unused and no galvanized material shall be used in the tank or system. A fuel level gauge shall
be fixed to measure the fuel level.
23.5.9 Generator- Set Canopy: The canopy shall be weatherproof, soundproof, shockproof with properly
mounted exhaust system with the industrial type silencer of the engine and shall be of extremely
rugged construction suitable for the rough use in salty atmosphere prevailing in tropical weather. It

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-109

shall have Stainless steel locks and hinges and every steel component /entire enclosure shall be
treated with polyester powder coating to avoid corrosions.
23.5.10 Noise Level of Gen-set: The noise level shall be not more than 75 dB at 7 m away from the canopy
of the gen-set at full load operation.

23.5.11 Access for Maintenance: There shall be access doors on each side of the enclosure for easy
maintenance.
23.5.12 Local Agent and After Sales Support: There shall be a local agent for engine with workshop facilities
to undergo maintenance, major overhauls, etc of the engines with adequate spare parts stock.
Contact details of local agent shall be provided.

23.6 Generator Control Panels


23.6.1 Automatic Load Transfer Switch with Controls (ATS)
The Automatic Transfer Switch (ATS) with electrical ratings 630A, 3 phase, 4 poles, 50 Hz shall be installed.
An automatic transfer switch with controls shall be installed in a separate control panel in addition to the
generator control panel. When the commercial power supply voltage of any phase drops the set value below
nominal voltage (400V) (it shall be adjustable pick up setting from 5% to10%) and when it remains for set
time period (it shall be adjustable time setting from 0 to 60 Seconds), power failure relay shall energize to
enable the automatic engine starting control to start the engine and transfer switch shall transfer the load
from power supply to the stand-by generator side after the generator reaches nominal voltage (400V) and
frequency (50Hz). The load shall be restored to the commercial power source when all phase voltages of
commercial power supply return to 2.5 % of nominal (this setting shall be adjustable from 0 to 5%).
The engine shall stop automatically after the transferring of load to the power supply is completed.
The transfer switch and its control panel shall be supplied along with the Generator-Set. Automatic transfer
switch shall be 4 pole and rated for not less than 630A and 400V AC.
For the voltage dips occurring in the commercial power supply, Automatic Load Transfer Switch and Controls
shall not activate to transfer the load to stand-by generator side.
Automatic Load Transfer Panel shall be complete with manual load transferring facility in case of the failure
of Automatic Load Transfer Switch & controls

23.7 Panel and Wiring


23.7.1 Panels shall be made of electrical sheet steel of 2mm thickness with lockable doors. All the meters,
circuit breakers, other protection devices and indicator lamps shall be suitably mounted in the panels.
23.7.2 All the phase wires of commercial power supply side, generator side and load side are properly
marked and terminated in the panels for easy identification and maintenance.

23. 8 Wiring Diagrams and Technical Literature


23.8.1 Complete wiring diagrams of the generator panel and Automatic Transfer Switch (ATS) Panel shall be
provided with the offer.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-110

23.8.2 Schematic and circuit diagrams of engine control system, protection system, battery charging and
metering system should be supplied with the offer.
23.8.3 Schematic and circuit diagrams of alternator protection system and metering system should be
supplied with the offer.
23.8.4 Schematic and circuit diagrams of ATS control system and metering system shall be supplied with the
offer.
23.8.5 Detailed schematic diagram of gen set shall be provided with the offer.
23.8.6 The technical literature and test reports of the alternator, engine, Automatic Transfer Switch and other
control accessories and protection devices shall be provided together with recommended part list
with the bid for evaluation.
23.8.7 Recommended part list including all spare parts, lubrication and coolants required for periodic
maintenance of generator set for period of one year shall be given.
23.8.8 Component manuals, operational manuals, maintenance manuals, service manuals, spare parts
manual, etc of engine, alternator etc shall be provided.
23.8.9 Internal wiring shall be completed properly in the panels.
23.9 Tools
23.9.1 Standard Tools
Standard tool kits for general maintenance of engine and generator set shall be provided with a list of tools,
separately.
23.9.2 Special Tools
Special tools required for dismantling and adjusting various parts of engine and generator shall be provided.
23.10 Installation and Commissioning
Supplier shall install the generator set and ATS at location provided by the SLR.
Exhaust gas and hot air shall be discharged to oust side the building using proper ducting made out of
material specified below,
Exhaust Piping – Stainless steel
Hot air apron – Canvas or Zn-Alloy sheet
Electrical cable up to ATS from the substation shall be provided. Connection and termination shall be done
by the supplier.
Earthing of generator set shall be carried out by the supplier as per the IEC standards.
The compete installation shall be for satisfaction of officials and alteration recommended by officials during
installation which deemed necessary for proper operation of the system shall be carried out without any
charges.
The complete installation shall be tested for proper operation by competent officials for satisfactory of
officials. Any modification recommended by SLR officials during commissioning which deemed necessary for
proper operation of the system shall be carried out without any charges.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-111

23.11 Acceptance Test


The particular complete generator set with synchronizing panel and ATS panel, shall be tested for no load
and full load for considerable period of time, synchronization and load sharing functions, auto transfer
functions and for overload for the manufacture’s recommended period in the presence of the engineers and
the employers’ representative before the final acceptance.
23.12 After Sales Services
The local agent for the engine shall have adequate stock of fast-moving spare parts, consumables, etc and
be capable of prompt supply of parts in case of emergency. The Local agent shall maintain sufficient stock
levels of regular spare parts of the generator set at least for a period of 20 years.
The local agent for the engine shall have fully equipped workshop and technically competent staff to attend
any kind of repairs.
23.13 Local Training
Local training shall be provided for electrical and mechanical staff (minimum 12) of Railway on operation and
maintenance of the complete installation. The training shall be provided at bidder’s workshop and on situ.
The schedule and content of the training shall be provided with the offer.
23.14. Standards applicable
23.14.1 All electrical installations shall be carried out in accordance with the best International Standards and
Codes of Practice especially with the current issue of IEC regulation and the requirement of the local
authorities.
23.14.2 The entire installation shall be installed and tested in accordance with the relevant British and
International Standards and any tests especially requested by local authorities.
23.14.3 Except where modified by this specification, the following standards and other standards/publication
quoted in these standards shall be applicable to the design, manufacturer and testing of the
generator-set.

• IEC 60034 for Rotating Electrical Machines

• ISO 8528 for reciprocating international combustion engine driven alternating current generator sets
• ISO/IEC/BS latest relevant standards applicable for soundproof, outdoor type generator sets

• EPA Tier 2 or EU stage IIA engine emission standards


23.15 Warranty
One-year comprehensive warranty from the date of commissioning.

23.16 Eligibility of Bidders, their Principals and Manufacturers


23.16.1 The bidders shall be an established diesel engine-generator sets supplier in Sri Lanka with at least
05 years in such business and shall have supplied and commissioned at least 05 nos. of 200KVA or
above rated gen- sets or exceeding the per unit cost of LKR 5 million to Sri Lankan customers within
past five years. A list of Sri Lankan (local) customers who purchased 200 kVA or above rated diesel-
gen sets shall be provided with the offer
23.16.2 The bidder shall be capable of providing after sales services including technical support for offered
generator. Any supporting document for after sale services provided by the local bidder shall be

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-112

submitted by the bidder to prove their technical capability and giving of bidder’s technical support to
the customer.
23.16.3 The manufacturer of the diesel engine-gen set units shall have ISO 9001:2008 certification for diesel
engine-gen set units manufacturing, testing and commissioning and shall have supplied at least 10
such units overseas (outside the country of origin of the panels) within the past five years. (Relevant
documents are required to prove).
23.16.4 The bidders shall have technically qualified employees capable of handling, installation and
commissioning of diesel engine-gen sets.
23.16.5 The bidder shall furnish with the offers, the documentary evidence such as copies of ISO certificate,
customers confirmed orders, letters etc. customers list, Employees qualification / Bio data to support
the above conditions.
The bids which do not comply with the above conditions given in the above clauses shall not be considered
as valid offers and shall be liable to be rejected.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-113

24.0 SPECIFICATION FOR SUPPLY, INSTALLATION AND COMMISSIONING OF AIR COMPRESSOR


SYSTEM

The Air Compressor and accessories offered shall be brand new and of well proven design. It shall
guarantee excellent performance, long service life and the safety.

The system shall be designed and manufactured and tested according to the international standards EN/
ISO and current codes of practice of EU.

This system will be used to supply compressed air required for respective activities of Locomotive repair
workshop inclusive of testing of air brakes of train sets, and comprising with lubricated, motor driven (direct
drive) screw type air compressor, air dryer, line filters, wet and dry air receivers, and other accessories such
as auto drain valves, check valve, pressure relief valves, pressure sensors, pressure gauges, unloader valve
etc.

The Working condition of the system.

• Ambient Temperature - 330 C (average)

• Relative Humidity - 90% (average)

• Salty Environment

The compressor and other items shall be designed and manufactured to comply with this technical
specification by one of the following manufacturers,

• Atlas Copco (Belgium)

• Comp Air (Germany)

• Ingersoll Rand (USA)

• Gardner Denver (USA)

• Quincy (Canada)

• Sullair (USA)

• Kobe Steel (Japan)

24.1 Technical Data


i. Air Compressor
Air cooling, intelligent control, maintenance free, ISO certified, motor driven (direct) screw air

Compressor incorporated with all the safety valves, auto drain valve and check valve.

a) Free Air Delivery (minimum) - 320 cfm


b) Delivery Pressure - 10.5 bar (adjustable)
(Minimum Cut-off pressure – 8.5 bar)
c) Power Supply - 400 V, 50Hz, 3 phases
d) Stater - Inverter type
e) Noise Level - 75 dB(A) @ 5 ft
The bearings shall be of reputed brand of European origin.

ii. Refrigerated Compressed Air Dryer (air cooling).

a) Capacity - more than 10 (N) m 3 /min

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-114

b) Maximum Allowable Working Pressure - 13 bar


c) Refrigerant - R 134 a

iii. Line Filter Two (2) Nos.

a) Removal of - Liquid / Particulate / Oil (0.01 ppm)


b) Capacity - more than 10 (N) m3 / min

iv. Air Receiver (wet) with Safety valve, Pressure Gauge and Drain Valve.

a) Capacity - 1000 litres


b) Maximum Allowable Working Pressure - 13 bar
v. Air Receiver (dry) with safety valve, Pressure Gauge and Drain Valve.

a) Capacity - 2000 litres

b) Maximum Allowable Working Pressure - 13 bar

24.2 Electrical System


i. Electrical equipment to be provided shall conform to international standards and suit the climatic
conditions of Sri Lanka. At least IP 54 protection shall be required.

ii. All components used in control system including gauges, switch gears, safety devices, displays,
sensors, and transducers etc. shall be reputed European, Japanese or USA brands

iii. Control voltage of electrical system shall be 24V DC.

iv. The motor shall be of reputed brand of European, USA or Japanese origin.

24.3 System Data


The following details shall be furnished with the offer.
a) Full product detail
b) List of items shall be supplied
c) Required power
d) Dimensions and dead weight of each item
e) Free air flow at required pressure
f) Details of motors
g) Make & type, Service factor, power, IP protection and the speed of the motor of the compressor
h) Make & type of the compressor of the air dryer
i) Make and type of bearings
j) Cut-in and cut-off pressures
k) All the installation details
l) The standards adopt to design, manufacturing and testing the compressor, receivers etc.
m) Design pressure of air receivers

24.4 Manuals
The following shall be supplied with the system.

a) Operation manuals and Maintenance manuals


b) Complete electrical circuit diagrams and schematic diagrams
c) Spare parts catalogues

All are in 3 hard copies. The language shall be English.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-115

24.5 Spare Parts


All consumable spare parts required for first two years of operation of the compressor and the accessories
shall be supplied along with the compressor.

24.6 Sales and Services


The manufacturer / Supplier shall be able to supply all necessary spares/ components for at least 20 years
and details pertaining to same shall be furnished with the offer.

24.7 The Local Agent


a) Shall have sufficient technical and financial capacity.
b) Should be an established firm having at least five (05) years of experience in sales of Motor driven
Screw Air Compressor after their incorporation.
c) On these 05 years, they should have at least 03 years of experience in handling, installation, and
maintenance of Motor driven screw air compressor of same make.
d) Shall submit the details of their technical staff, facilities, and previous supplies to the local market.
e) Shall be able to maintain sufficient stocks of adequate spares required for service and maintenance of
offered Compressor System.

24.8 Eligible Bidder


a) The manufacturing organization shall be a reputed firm with minimum of 20 years of experience in
designing and manufacturing of Screw type air compressor System. Sufficient relevant detail or any
other acceptable documentary evidence shall be submitted along with the offer.
b) Manufacturer shall submit the documentary evidence to prove that at least three recent orders
completed for supply of Motor driven screw type Air Compressor System of same capacity. Out of which
one shall be from customer outside the country of the manufacturer.
c) The manufacturer should have the valid ISO 9001 series quality management system certification, or
equivalent internationally acceptable quality management system certification. The certificate will not be
accepted if the period of validity mentioned therein has ceased at the time of submission of bid.
d) The compressor and the accessories shall be made according to internationally accepted Standards
and such standards shall be clearly mentioned.
e) If the bidder is not the manufacturer, the bidder shall submit along with the offer a document by which
the manufacturer should fully agree without conditions to supply of the spares and provide
manufacturer’s authorization to supply equipment with their warranty for this bid.
f) Bidder shall submit written consent to the purchaser confirming to the tender conditions as per the
tendering specifications along with;
i. Warranty provided
ii. Make, model and country of origin of the product
iii. Spare parts availability and after sale services
iv. Quality assurance procedure
g) Any bidder who shall not submit the documentary evidence to fulfil the above requirements mentioned in
Eligible Bidders 24.8 and detail mentioned in 24.3, 24.6, 24.7 clauses will be disqualified and rejected.

24.9 Warranty
The offered Air Compressor System shall carry a warranty, issued by the manufacturer, for two years, from
the day the system commissioned in Sri Lanka, against any manufacturing defects, material failure and
design faults of mechanical or electrical parts and systems.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-116

24.10 Inspection and Testing

a) Manufacturer shall carry out pre-shipment inspection and necessary tests (Hydro Test) etc. prior to the
goods shipment, from the country of origin.
b) The supplier shall submit the certificate of inspection and the test certificates of the compressor, dryer and
receivers etc. issued by an authorized inspector in triplicate to the negotiation bank after shipment of
goods.

24.11 Installation and commissioning

a) The successful bidder shall undertake to transport the Air compressor system to the site at
Rathmalana, Sri Lanka and unload at his expenses.

b) The installation and commissioning shall be carried out under the supervision of the representative of
the manufacturer and the SLR Engineers.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-117

25.0 TECHNICAL REQUIREMENTS OF FIRE PROTECTION


25.1 Permitted Openings
No openings are permitted in external walls on or within 1m of the boundary.
25.2 Fire Resistance
Minimum period of fire resistance for the elements of structure shall be not less than 01 hour
25.3 Exits
a) The “Exit” symbols in white on green background with illumination shall be displayed near or above exit
ways with appropriate directional arrows as shown in the plan.
b) Approved photoluminescent signs are acceptable as an alternative to illuminated signs.
25.4 Fire Extinguishers
Workshop: Ground Workshop: Upper Workshop: Workers’ Painting Booths: Ground
Floor Floor Changing Room Floor
02 x 09 L Foam type 01 x 09 L Water type 03 x 09 L Water type 04 x 20 Kg CO2 type
01 x 09 L Water type 03 x 03 Kg CO2 type 02 x 03 kg. CO2 type 08 x 09 Kg DCP type
04 x 09 Kg DCP type 01 x 20 Kg CO2 type
04 x 20 Kg CO2 type
25.5 Hose Reel System
a) 06 Nos of 19 mm x 30 m Hydraulic Hose Reel, permanently connected to a hose reel main with a shut
off nozzle, providing 30 l/min. with a 6 m throw to be installed as shown in the plan (REIP/ADB/W02-
02/WS/PLB/DTL/03). From the 06 hose reels one shall be installed at the workers’ changing room.
b) The capacity of the underground tank supplying water to the Hose Reel/ Fire Hydrant installations shall
not be less than 45000 litres and be fed automatically by town’s main or reliable source.
c) If tank supplying water for domestic purpose is used as suction tank arrangements shall be made for
these domestic supplies to be drawn off in such a manner that the requisite reserve of water for
firefighting is always preserved.
25.6 Means of Giving Warning
a) A manually operated fire alarm with 06 Nos. release button call points shall be installed as shown in the
plan.
b) The warning shall be distinctive and must be sited as to ensure warning throughout the building.
c) All cables and conductors shall be enclosed throughout in protective covering of material of adequate
strength, to resist mechanical damage.
25.7 Fire Hydrant System
a) 02 Nos. 2-way pillar type hydrants having 02 x 65 mm outlets as part of a ring main system shall be
installed as shown in the plan. The nominal bore of the fire main shall be not less than 100 mm.
b) 2-way fire service inlet to be fitted at the foot of the Hydrant Main to enable additional water to be
pumped into the Hydrant Main.
c) The hydrants shall be located not less than 6 m away from openings into the building.
d) The following equipment are to be kept in a cabinet marked “Fire Hydrant & Hose” in white lettering on
red background.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-118

i. 02 x 65 mm x 15 m fire hoses
ii. One jet/spray/shut off branch pipe.
e) The duty pump shall operate automatically on a flow of water on the installation. Provision shall be
made restore power failure to the pump set.
f) Water supply to the installation shall be capable of maintaining a minimum of 300 KPa residual pressure
at the hydrant outlet when flowing at 10 l/s, while two hydrants are operating.
g) Isolation valves should be installed in the system as shown in the plan to enable repairs to be carried
out in sections of the main without rendering the system in operative.
25.8 Fire Detection System
Automatic Optical Smoke Detection System should be provided to cover the store areas and Admin Section.
25.9 Prohibition Notices
“No Smoking” Notices or symbols in red on white background shall be displayed inside the workshop.
25. 10 Clean agent fire suppression system
Entire painting booth shall be protected with Clean Agent Fire Suppression System conforming BS/NFPA
25.11 Access Route
Access road of hard standing 4.5 m wide and 4.5 m clear height for a 15-ton pumping appliance to be
provided along one perimeter wall of the building
25.12 General
a) The purpose for which the building is intended to be used and any alterations to this plan shall not be
done without prior approval from the divisional Chief Fire Officer of this department.
b) Before issuing the Certificate of Conformity, Fire Precautions Adequacy Inspections shall be carried out
by the Chief Fire Officer. Plans approved by the relevant divisional department shall be available at the
time of inspections.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-119

26.0 SUPPLY, INSTALLATION AND COMMISSIONING OF 16 NO. WALL MOUNTED, EXPLOSION


PROOF, 20 INCH, ALUMINUM, HEAVY DUTY EXHAUST FAN WITH AUTOMATIC SHUTTERS FOR
A PAINTING BOOTH
26.1 General Specifications
All goods and materials to be incorporated in the goods shall be new, unused and that they incorporate all
recent improvements in design and materials unless otherwise provided in the order. The heavy-duty
industrial grade fan offered shall be of well proven design and guarantee excellent performance, long service
life and the safety. These Exhaust Fans shall be used in a painting booth having flammable hazardous
environment.
26.2 Technical Data
Item Detail

Blade Size : 20 inches


Blade Material : Aluminum (Die Cast)
Motor Type : Explosion Proof (class I, Group D). Motor is totally enclosed, air over with
overload protection. It shall be a reputed brand of European, Japanese or USA
origin.
Drive Type : Direct
Speed : Single Speed
Supply : 400V, 50Hz, 3 phases
Rate of Flow : 3600 – 4000 cfm
Housing : Made up of heavy-duty Aluminum with built in shutters that automatically open
when the fan starts, and gravity closes when the fan stops.
Decibels : Less than 80 dBA @ 5ft

26.3 Warranty
The offered Exhaust Fan Shall carry a warranty, issued by the manufacturer for Two years from the date of
installation, against any design faults, manufacturing defects and material failure of the electrical and
mechanical parts.
26.4 Sales and Services
The manufacturer/supplier shall be able to supply all necessary spares/components for at least 10 Years and
details pertaining to same to be submitted with the offer.
26.5 Local Agent
a) The local agent shall have sufficient technical and financial capacity.
b) They should be an established firm of having at least five years of experience after their incorporation.
c) Local Agent shall have at least three years of experience in handling and maintenance of Industrial
Grade Exhaust Fans.
d) They shall be able to maintain sufficient stocks of adequate spares required for service and
maintenance of Exhaust Fans.
26.6 Eligible Bidders
a) The manufacturer should have at least 15 years of experience in manufacturing of explosion proof,
heavy duty, industrial grade Exhaust Fans. Out of these ten years, they shall have at least five years
of experience in manufacturing and supply of same type of fans to the customers outside the country
of manufacture.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-120

b) The manufacturer has to submit the documentary evidence to prove that their experience and details
of recent orders.
c) If the supplier is not the manufacturer, the bidder shall submit along with the offer a document
d) by which the manufacturer fully agrees without conditions to supply spares and all necessary technical
and warranty services when required to Sri Lanka Railways and as well as to provide manufacturers
authorization to supply equipment with their warranty for this bid.
e) Bidder shall submit written consent to the purchaser confirming to the tender conditions as per the
tendering specifications along with,
a. Warranty provided
b. Make, model and country of origin of the product
c. Spare parts availability and after sales services
d. Fan dimension and weight
e. Special features of the fan.
f) The manufacturer should have the valid ISO 9001 series quality management system certification or
equivalent internationally accepted quality management system certification.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-121

27.0 SPECIFICATION FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF FIRE PUMP
SYSTEM.
The Fire Pump System offered shall be of well proven design, highly reliable and durable.

It shall be with mainly 02 sets of Motor driven pump, Jockey pump, Pressure tank and Controller compliant to
NFPA 20 design and installation requirement. The system shall guarantee to provide required flow of water
for entire fire protection, Automatic Wet pipe system of a locomotive repair workshop contains Fire Hydrants
and Hose Reels, in case of fire. The system shall be brand new.

A backup generator be provided as a secondary source in the event of a power failure.

27.1 Technical Data


a) Electric Motor Driven Fire Pump:
General Data:

Rated Discharge : 170 M3 /h

Rated Head : 8.0 bar

Suction Head : 10.0 m

The fire pump shall be designed and manufactured with frequency conversion Control system. Auto control
of the Fire pump and Jockey pump with overload, overcurrent Protection, common pipe for suction and
discharge, flexible joints, and flanges, and common Base plate shall be available. All motors, sensors and
switch gears and bearings shall be of reputed brands of European, USA or Japanese origin.
One pump system will operate at a time and second pump system will come in to Operation when the first
one become malfunction.
Pump Data

Type : Horizontal Split Case

Standard : NFPA 20

Impeller : shall be either bronze or stainless steel

Fire pump shall be equipped with casing relief valve, automatic air discharge valve and pressure indicators.
The delivery pressure at pump outlet shall be not less than 7 bar in any case. The pump shall be capable of
giving discharge of not less than 150 percent of the rated discharge, at a head of not less than 65 percent of
the rated head. The shut off head shall be within 120 percent of the rated head.
Motor Data

Power supply : 400V AC/ 50Hz/ 3 phase

The motor shall be rated for continuous duty.

IP 55 Protection

Starter : Inverter type

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-122

b) Controller

Standard : NFPA 20

Power Supply : 400V / 50 Hz / 3 phase or 230V / 50 Hz/Single phase

Operating Mode : Automatic

Min. run timer : Shall be available

Alarm devices : Shall be available

Emergency run : Shall be possible

Control pressure switch : Shall be of highest quality

Manual emergency stop : Shall be available

c) Jockey pump

Jockey pump shall have discharge pressure sufficient to maintain the desired fire Protection system pressure
of automatic wet pipe system

Motor power supply : 400V / 50Hz/ 3 phase

Pressure switch : Shall be of highest quality

Power supply to controller : 400V/ 50Hz/ 3 phase or 230V/50Hz/ single phase

27.2 Fire Pump System Data


The following details shall be furnished with the offer
• General
Head at rated discharge, Head at 150% discharge, Shutoff head and speed
• Fire Pump
Material of the pump shaft and casing, Size of suction line and discharge line, Delivery pressure at rated
discharge
• Motor of the Fire Pump
Make and Type, Service factor, Power, and the speed, Make and type of bearings, IP protection
• Controller
Starting mode of the motor and how to connect to alternate source
• Jockey Pump
Rated flow, Rated head and Speed
Power and speed of the motor
Make and Type of the pump and size of suction and discharge lines, IP protection,
Method of start- up and type of controller

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-123

• Special features of the Fire Pump System offered


• List of standard accessories supply with the system without additional cost
• Full product detail
• All the installation details
• Design and manufacturing standards
27.3 Manuals and Drawings
The following should be supplied with the Fire Pump System.
a) Operation manuals and maintenance manuals.
b) Complete electrical circuit diagrams and schematic diagrams.
c) Spare parts catalogues.
d) Easy fault-finding guide.
e) Quality assurance certificate.
f) Test certificates of Motor Manufacturer.
All in 03 hard copies except last 02. The language shall be English.
27.4 Spare parts and Tools
• The manufacturer shall provide detailed illustrative drawings of the parts required for normal
maintenance. The part numbers and names and addresses of the component manufacturers of the
spare parts necessary for the maintenance of the system shall be furnished.
27.5 Sales and Services
• The manufacturer/ supplier shall be able to supply all necessary spares/ components for at least
twenty years and details pertaining to same shall be furnished with the offer.
27.6 The Local Agent
a) Shall have sufficient technical and financial capacity.
b) Should be an established firm having at least five (05) years of experience in sales of Fire pump
system after their incorporation.
c) On these 05 years, they should have at least 03 years of experience in handling, installation, and
maintenance of Fire Pump System of same make.
d) Shall submit the details of their technical staff facilities and previous supplies to the local market.
e) Shall be able to maintain sufficient stocks of adequate spares required for service and maintenance
of offered Fire Pump System.
27.7 Eligible Bidder
a) The manufacturing organization shall be a reputed firm with minimum of 15 years of experience in
designing and manufacturing of Fire Pump System. Sufficient relevant detail or any other acceptable
documentary evidence shall be submitted along with the offer.
b) Manufacturer shall submit the documentary evidence to prove that at least three recent orders
completed for supply of Fire Pump System of same capacity. Out of which one shall be from
customer outside the country of manufacturer.
c) The manufacturer should have the valid ISO 9001 series quality management system certification or
equivalent quality management system certification. The certificate will not be accepted if the period
of validity mentioned therein has ceased at the time of submission of bid.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-124

d) If the bidder is not the manufacturer, the bidder shall submit along with the offer a document by
which the manufacturer should fully agree without conditions to supply of the spares and provide
manufacturer’s authorization to supply equipment with their warranty for this bid.
e) Bidder shall submit written consent to the purchaser confirming to the tender conditions as per the
tendering specifications along with,
i) Warranty provided
ii) Make, model and country of origin of the product
iii) Spare parts availability and after sale services
iv) Quality assurance procedure
f) Any bidder who shall not submit the documentary evidence to fulfil the above requirements
mentioned in Eligible Bidders 27.7 and detail mentioned in 27.2,27.4, 27.5, 27.6 clauses will be
disqualified and rejected.
27.8 Warranty
The offered Fire Pump System shall carry a warranty, issued by the manufacturer, for two years, from the
day the Fire pump system is commissioned in Sri Lanka, against any manufacturing defects, material failure
and design faults of mechanical or electrical parts and systems.
27.9 Inspection and Testing
a) Manufacturer shall carry out pre-shipment inspection and necessary tests etc. prior to the goods
shipment, from the country of origin.
b) The supplier shall submit the certificate of inspection issued by an authorized inspector and test
certificates in triplicate to the negotiation bank after shipment of goods.
27.10 Installation and commissioning
a) The successful bidder shall undertake to transport the fire pump system to the Chief Mechanical
Engineer’s workshop Rathmalana, Sri Lanka and unload at site at his expenses.

b) Installation and commissioning shall be carried out under the supervision of the representative of the
manufacturer with SLR Engineers.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-125

28.0 DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF EFFLUENT TREATMENT PLANT


FOR LOCOMOTIVE REPAIR WORKSHOP

1. All goods and materials to be incorporated in the goods shall be new, unused, and most recent or current
models and they integrate all recent improvements in design and materials unless otherwise provided for
in the contract.
The treatment plant offered shall be of well proven design and durable one. The construction of the plant
and the modern technology applied shall guarantee excellent performance, long service life and easy
maintenance.

The following processes shall involve in offered Effluent Treatment Plant.

• Removing of separate phase oil from wastewater by using a Parallel Plate Oil-Water separator
• Removing of lighter and heavy solids from wastewater (Primary treatment)
• Aerated sludge process to remove dissolved and suspended organic & inorganic compounds.
(Remove BOD & COD)
• A carbon filtration plant/ alternative process to remove toxic dissolved inorganic compounds and
substances such as the nitrogen, phosphorus, lead, zinc etc.

The plant shall be designed according to accepted international standards and such standards shall be
clearly mentioned.

The capacity and performance characteristic of the offered plant shall be able to effectively treat the
wastewater discharged from the diesel locomotive maintenance workshop even at peak stages.

2. Operational Requirements

a) The Parallel Plate Oil-Water separator shall be installed above the ground level. The separator works
in conjunction with a collection tank which shall also be built above the ground level by the main
contractor.
b) The separated oily waste (skimmed oil) shall be able to collect into a tank or barrel to be kept on the
ground.
c) Solids deposited in the sludge well of the oil-water separator shall be able to clean easily. (By gravity
displacement)
d) The plate pack of the separator shall be made as able to remove and clean when plugged with
solids.
e) The sludge from the clarifiers or digester shall also be able to collect easily.
f) The oil-water separator, clarifiers, aeration tank and the filtration plant should be designed to be
readily accessible for maintenance and inspection.
g) The visual inspection for solid levels shall be possible.
h) The treated water from the plant will be discharged to the inland surface drains.
i) The treatment process shall include oils and grease removal, solids removal, removal of
biodegradable organics, removal of other organics & inorganics, removal of toxic materials etc.
j) The pollutant concentrations in the treated wastewater should comply with the regulations regarding
the disposal of wastewaters into local water drains.
k) The general maintenance activities involved with whole plant shall be minimum.

3. Technical Data
a) Flow rate and Flow conditions
• Peak flow rate -- 50 litre/ min
• There will be solid particles of various size mostly of road dirt.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-126

• An integral collection tank shall be available to permit heavy particles to settle.


• The contaminants can include lubricants, hydrocarbons, grit, detergents, solvents, metal
particles etc.
b) The amount of oil and grease in the wastewater -- 8000 mg/litre
c) The average specific gravity of wastewater -- 0.98
d) BOD level of wastewater -- 40 mg/litre
e) COD level of wastewater -- 260 mg/litre
f) The average temperature of wastewater -- 30 0 C
g) Tolerance limits for pollutant concentrations in the discharge of the effluent treatment plant shall be
Parameter Limit, mg/ litre
01 Oil and grease content 10 max
02 BOD 25 max
03 COD 245 max
04 TSS 50 max
05 Lead (as Pb) 0.1 max
06 Zinc (as Zn) 2.0 max
07 Faecal Coliform 40 max MPN/ 100 ml

h) Existing Equipment
One or more pressure washers will be used for Locomotive washing, component cleaning and floor
cleaning.
i) Emulsification of oil
There will be instances of emulsification of oil.
j) Recovered oil disposal method
The removing oil shall be collected into oil storage barrels.

4. Plant Data
The following details and certificates shall be furnished with the offer.
a) A comprehensive description of the whole process
b) The full product detail with drawings in A3 size
c) Dimensions of each unit
d) The special features of the oil-water separator, clarifiers, aerator, and other processing units etc.
e) Height of the inlet of the oil-water separator from the ground level (the height of outlet of the
collecting tank will be 4 ft.)
f) The accessibility of the plate pack of the separator and how to clean
g) The performance characteristics of the plant
h) Standards adopted to design and manufacture the system
i) The type, make and origin of motors
j) List of standard accessories supply with the plant without additional cost
k) Capacity of the plant

5. Spare Parts
a) All consumable spare parts to be required for the first 2 years of operation of the plant shall be
supplied with the plant
b) The manufacturer shall provide detailed illustrative drawings of the parts necessary for normal
maintenance, part numbers and name and addresses of the component manufacturers of the spare
parts necessary for the maintenance of the plant
c) All motors, controllers, sensors etc. shall be of reputed brands of European or Japanese
Origin

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-127

6) Manuals and Test Certificate

The followings should be supplied with the plant

a) Operation Manuals and Maintenance Manuals in English language


b) Spare parts catalogues in English language
c) The performance test certificate

7) Sales and services

The manufacturer / supplier shall be able to supply all necessary spares / components for at least 20
years and details pertaining to same to be submitted with the offer.

8) Local Agent

a) The local agent shall have sufficient technical and financial capacity.

b) It should be an established firm of having at least 5 years of experience in supply of Effluent


Treatment Plants.

c) The details of technical staff / facilities and previous supplies shall be furnished with the offer.

9) Eligible Bidders

The bidder shall submit documentary proof of ability and capability to supply Effluent Treatment Plant
along with the records of that,

a) The manufacturer should have at least 15 years of experience in Design and manufacture of Effluent
Treatment plants. Out of which 05 years shall be for effluent treatment plants for industrial
wastewater. Sufficient relevant detail or any other acceptable documentary evidence with at least 02
past performance reports received from end users of other countries shall be submitted along with
the bid in this respect.
b) The manufacturer must submit the documentary evidence to prove that at least three recent orders
completed for Design and supply of Effluent Treatment Plants for industrial wastewater from
customers outside the country of the manufacturer.
c) The manufacturer should have a valid ISO 9001 series quality management system certification or
equivalent internationally accepted quality management system certification. The certificate will not
be accepted if the period of validity mentioned therein has ceased at the time of submission of the
bid.
d) If the bidder is not the manufacturer, the bidder shall submit along with the bid, a document by which
the manufacturer shall fully agree without conditions, to supply of spares and all necessary technical
and warranty services when required to Sri Lanka Railways and as well as to provide manufacturer’s
authorization to supply the Effluent Treatment Plant with their warranty for this bid.
e) Bidder shall submit written consent to the purchaser, confirming to the tender conditions as per the
tendering specifications along with,
• Warranty provided
• Make, model and country of origin of the product
• Installation and commissioning
• Spare parts availability and after sales services
Any bidder who shall not submit the documentary evidence to fulfil the above requirements

Mentioned in clause 9, Eligible bidders and details mentioned in 9.a, 9.b, 9.c, 9.d, 9.e and 8a, 8b,
8c will be disqualified and rejected.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-128

10. Warranty

The offered Effluent Treatment Plant shall carry a warranty issued by the manufacturer for 2 years from the
day, which is commissioned in Sri Lanka against any manufacturing defects, Material failure and design
faults of mechanical and electrical components and any failure Lead to poor performance.

11. Inspection and tests

The inspection of operation of each unit shall be conducted in the manufacturing site after completion of
production, and the Supplier shall submit the certificate of inspection issued by an authorized inspector in
triplicate to the negotiation bank after shipment of goods.

12. Installation and commissioning

a) The successful bidder shall undertake to transport the treatment plant to the Chief Mechanical
Engineers’ Workshop, Rathmalana, Sri Lanka and unload at site at his expenses.

b) The installation and commissioning shall be carried out by the Supplier with the supervision of SLR
Engineers and the demonstrations related to each operation shall be performed.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-129

29.0 TECHNICAL SPECIFICATIONS OF COMPRESSED AIR PIPE INSTALLATION


Please refer Drawing No. REIP/ADB/W/02-02/WS/PLB/DTL/01
1. If the installation is unsatisfactory to the ER, the contractor shall correct the installation at no
additional cost or time to the Employer.
2. All pipes shall be installed at right angles or parallel to building walls.
3. Piping installed adjacent to equipment shall be located to allow for the required service clearances.
4. Air and drain piping shall be installed with 1 percent slope downward in direction of flow.
5. Nipple, flanges, unions, valves, and special fittings shall be installed with pressure ratings same as
or higher than system pressure rating.
6. Flanged joints may be used instead of specified joints for any piping.
7. Branch connections shall be installed from the top of the main compressed air line.
8. Drain legs and drain tap shall be installed at the end of each main and branch and at all low points in
the system.
9. Pipes shall be installed free of all sags and bends.
10. Suitably brace piping against sway and vibration.

General Requirements for Packaged Air Compressor and Receivers


• Factory assembled Automatic control system with load control and protection functions, mounted,
wired, piped, and tested.
• Electric motor driven, air cooled, continuous-duty Air Compressor and receivers that deliver air of
quality equal to intake air.
• Control panels shall comply with standards.

System Pressure Ratings


• Maximum allowable working pressure - 13.0 bar
• Design pressure - 12.5 bar
System relief valve is set to 12.0 bar

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-130

30.0 TECHNICAL SPECIFICATION FOR WATER PROOFING

30.1 Specification “A” 2 Coat, Single Layer Application


Water Proofing for Balcony/Dry Bathroom/ Concrete Gutter/ Vertical surfaces & pipe penetrations in
other waterproofing applications as required, sump internally –

30.1.1 Scope of Work


Waterproofing shall be carried out in specified area of the concrete floor slab and up to 300 mm above the
finished floor level on thinly plastered masonry/concrete walls. In shower areas, application should be
continued up to 2.1 m height.

30.1.2 Material
a) The material used shall be a 2-part polymer or acrylic-modified cementitious waterproofing slurry
(Masterseal555 S, Deepseal201, Kll Flex, or equivalent approved) to a minimum of 1.5mm
thickness with adequate flexibility and sound bond properties. (2coat, single layer application)

b) Tensile Strength shall be greater than 1.5 N/mm2

c) Adhesive Strength shall be greater than 1.0 N/mm2

d) If so instructed, Contractor should furnish test reports from an independent body for technical Data
given in Manufacturer's printed documents.

e) mm thick sample of the proposed material should be submitted along with the material approval.

30.1.3 Execution
30.1.3.1 Surface Preparation for Balcony/ Bathroom/ Concrete Gutter/ Vertical Surfaces and pipe
penetrations in other water proofing applications as required.
a) Apply the water proofing slurry under shaded shelter to prevent rapid drying of the coating

b) Treat all cracks and joints by "V" grooving, filling with non-shrink/repair grouts, and top finish with
glass wool reinforcing fabric.

c) Wash and clean the floor slab thoroughly to be free of dirt, loose mortar particles, paints, films etc.

d) Provide 20 mm X 20 mm, 45° angle fillet with cement/sand (1 :3) mortar at wall / slab floor joints in
shower areas.

e) Waterproof interface at any pipe penetration through waterproofing surface after reinforcing
according to manufacturer's specification.

f) Waterproof Gully area after reinforcing according to manufacturer's specification.

g) Sprinkle water in between coatings, and before application of first coat to make surface wet and
damp, but without standing water or shiny wet surface.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-131

30.1.3.2 Application

a) Apply all materials under the direction of the Supplier/ Manufacturer's representative and conforming
to the Manufacture's printed literature.

b) Apply 1st coat by brush in one direction at wet film thickness as recommended, on floor & walls up to
300mm height / 2100mm height. Allow to dry minimum 3 hours.

c) Lay glass wool reinforcing fabric strip at comers (according to the


manufacture's specifications), wall-slab in shower areas. Allow to dry as recommended.

d) Apply 2nd coat by brush in the other direction at wet film thickness as recommended, on floor & wall
as described above. Allow to cure for 2 days.

e) Carry out water test by ponding the relevant area with water for at least 2 days. If any leaks are
observed the application of the membrane shall be repeated.

f) If no leak or dampness is observed in the floor slab, floor tiling or other finish should follow as soon
as possible thereafter, taking care not to disturb or damage the membrane in any way.

30.1.4 Surface Preparation and Application – sump internally,

a) Internal of floors and walls of all sumps and pits shall be coated with polymer modified cementation
water proofing coating. The method of application and quality of material shall be to the approval of
the Design Consultant.

b) The surfaces to receive the water proofing shall be smooth, free from dust and dirt splayed or
rounded fillets shall be provided between horizontal and vertical surfaces and at all junctions of
vertical or horizontal surfaces.

c) The joints in each application shall overlap one another and shall not coincide with the joints in
previous coats.

d) The contractor shall ensure that the coatings are not damaged in anyway and will provide protection
at all times during the executing of the work.

30.1.5 Certificate & Guarantee

The contractor shall submit prior to acceptance of the work, written certificate starting that all materials and
workmanship in connection with specified work have been furnished and installed in complete conformance
with these specifications, and with the approved manufacturer's requirements for this work.

The contractor shall jointly with the Manufacturer/Supplier of the specialist


waterproofing materials furnish a guarantee to the Employer valid for a period of 1 0 years after handing over
of the works, against dampness and/or moisture penetration through treated surfaces due to defective
material and/or defective workmanship.

The guarantee shall provide not only the materials necessary to remedy a problem but also the labor and
equipment to apply the material, and reinstate adjacent damaged items or finishes.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-132

30.2 SPECIFICATION “AA” (Water Proofing for Bathroom) 4 Coat, Two Layer Application (2 part
Cementitious)
30.2.1 Scope of work

Waterproofing shall be carried out in specified area of the concrete floor slab and up to 300 mm above the
finished floor level on thinly plastered masonry/concrete walls. In shower areas, application should be
continued up to 2.1 m height.

30.2.2 Material

a) The material used shall be a 2-part polymer or acrylic-modified cementitious water proofing slurry
(Masterseal 555 S, Deepseal 201, Kll Flex, or equivalent approved) to a minimum of 1.5rom
thickness with adequate flexibility and sound bond properties. (4 coat, two-layer application)

b) Tensile Strength shall be greater than 1.5 N/ mm 2

c) Adhesive Strength shall be greater than 1.0 N/ mm 2

d) If so instructed, Contractor should furnish Test Reports from an Independent Body or Technical Data
given in Manufacturer's printed documents.

e) The 1 mm thick sample of the proposed material should be submitted along with the Material approval

30.2.3 Execution

30.2.3.1 Where Applied

a) 1st layer: on structural slab (drawing to be submitted).

b) 2nd layer: on concrete fill.

30.2.3.2 Surface Preparation

a) Apply the water proofing slurry under shaded shelter to prevent rapid drying of the coating.

b) Treat all cracks and joints by "V" grooving, filling with non-shrink/repair grouts, and top finish with
glass wool reinforcing fabric.

c) Wash and clean the floor slab thoroughly to be free of dirt, loose mortar
particles, paints, films etc.

d) Provide 20 mm X 20 mm, angle fillet with cement/sand (1:3). mortar at wall/slab floor joints in shower
areas.

e) Waterproof interface at any pipe penetration through waterproofing surface after reinforcing
according to manufacturer's specification.

f) Waterproof Gully area after reinforcing according to manufacturer's specification.

g) Sprinkle water in between coatings, and before application of first coat to make surface wet and
damp, but without standing water or shiny wet surface.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-133

30.2.4 Application

a) Apply all materials under the direction of the Supplier/ Manufacturer's representative and conforming
to the Manufacture's printed literature.

b) Apply 1st coat by brush in one direction on structural slab at wet film thickness as recommended, on
floor & walls up to 300mm height / 2100mm height. Allow to dry minimum 3 hours.

c) Lay glass wool reinforcing fabric strip at comers (according to the manufacture's specifications), wall-
slab in shower areas. Allow to dry as recommended.

d) Apply 2nd coat by brush in the other direction at wet film thickness as recommended, on floor & wall
as described above. Allow to cure for 2 days.

e) Carry out water test by ponding the relevant area with water for at least 2 days. If any leaks are
observed the application of the membrane shall be repeated.

f) If no leak or dampness is observed in the floor slab, as soon as possible, carryout concrete fill taking
care not to disturb or damage the membrane in any way.

30.2.5 Certificate & Guarantee

The contractor shall submit prior to acceptance of the work, written certificate stating that all materials and
workmanship in connection with specified work have been furnished and installed in complete conformance
with these specifications, and the approved manufacturer's requirements for this work.

The contractor shall jointly with the Manufacturer/Supplier of the specialist


waterproofing materials furnish a guarantee to the Employer valid for a period of 10 years after handing over
of the works, against dampness and/or moisture penetration through treated surfaces due to defective
material and/or defective workmanship.

The guarantee shall provide not only the materials necessary to remedy a problem but also the labor and
equipment to apply the material.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-134

30.3 Specification “B” - Water Proofing for Concrete Roof Slab/ Terraces (Membrane Type)
30.3.1 Scope of Work

Waterproofing shall be carried out in specified area of the concrete roof slabs/ terraces and up to 350 mm
(minimum) above the finished floor level on concrete / thinly plastered masonry walls. Work includes cutting
of grooves, supply & fixing aluminum strips to vertical faces with stainless steel screws etc.

30.3.2 Surface Preparation and Description of Work

a) The concrete surfaces on which the waterproofing application is made shall be laid to the given grade,
even and free of localized depressions or humps. It shall also be thoroughly cleaned to be free of dust,
dirt, debris, oil or grease.

b) Any walls which rise above the roof slab shall be thinly plastered smooth to receive the waterproofing
membrane as detailed.

c) Provide 40mm X 40mm angle fillet with cement/sand (1 :3) mortar as per drawing/ manufacture's
literature.

30.3.3 Materials

The waterproofing system should consist of the following and should be subjected to the approval of the
Engineer/Consultant.

A prefabricated multi-layer sandwich type membrane conforming to the following specifications

a) Have a minimum nominal thickness of 4mm for torch applied membranes.

b) Shall consist of a minimum of 2 layers of polymeric bitumen having a softening temperature not less
than 100 C as per ASTM D 36 and penetration at 250 C not less than 15mm as per ASTM D-5.

c) Shall consist of a polyester-reinforcing mat of minimum weight 140 g/m 2

d) Shall consist of flammable polyethylene films on either side for torch applied membranes and in the
case of self-adhesive membranes, release paper on one side and polyethylene/ polypropylene film on
the other.

e) Tensile strength as per ASTM D-147. Longitudinal & transverse directions 500N/cm 2 minimum.

f) Elongation as per ASTM-D5147. Longitudinal & transverse directions 35% minimum.

g) Impermeable to water vapors as per ASTM E96.

h) Resistance to Aging due to U- V Radiation to ASTM G 53 should show no signs of deterioration after
test.

i) Water absorption to ASTM D-5748 not greater than 1%

j) Flexibility at low temperature to ASTM D 146-0 C.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-135

k) Suitable for application at ambient temperatures between 15 C to 40 C.

The contractor shall with his submittal furnish the details of the waterproofing membrane he proposes to use
together with the relevant literature.

30.3.4 Procedure for Laying

Typical details as given in the sketch details attached are suggested to be adopted. The Contractor’s
submission furnishes the details he proposes to adopt with his submission of method of statement.

The laying procedure and over laps etc. prescribed by the waterproofing membrane manufacture shall be
followed subject to the approval of the Engineer.

30.4 Certificate & Guarantee

The contractor shall submit prior to acceptance of the work, written certificate stating that all materials and
workmanship in connection with specified work have been furnished and installed in complete conformance
with these specifications, and with the approved manufacturer's requirements for this work.

The Contractor shall jointly with the Manufacturer/Supplier of the specialist waterproofing materials furnish a
guarantee to the Employer valid for a period of 10 years after handing over of the works, against dampness
and/or moisture penetration through treated surfaces due to defective material and/or defective
workmanship.

The guarantee shall provide not only the materials necessary to remedy a problem but also necessary the
labor and equipment and reinstate adjacent damaged items or finishes.

30.5 Specification “E” (Water proofing for Retaining Walls/Sump (externally) / Examination Pits
(externally) (bituminous application type)

30.5.1 Scope of Work

Waterproofing shall be carried out in specified areas of the concrete surfaces or plastered masonry walls.

a) The surfaces on which the waterproofing application is made shall be laid to the given grade/ slope,
even and free of localized depressions or humps. It shall also be thoroughly cleaned to be free of dust,
dirt, debris, oil or grease.

b) Provide 40mm X 40mm angle fillet with cement/sand (1 :3) mortar as per drawing/ manufacture's
literature.

30.5.2 Material

Material used shall be joint-less bituminous waterproofing compound (Aqua shield BX or equivalent
approved)

30.5.3 Application

a) General – Apply all material under the direction of the Manufacturer's


representative and conforming to the Manufacture's printed literature.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-136

b) Apply 1st coat by brush in one direction.

c) Apply 2nd coat by brush in the other direction.

30.5.4 Protection

a) Allow material to set minimum 12 days before filling the structure with water (in the case of water
sumps)

b) Protect treated surfaces from damage-due to wind, sun, rain and temperatures below 32 degrees F for a
period of 48 hours after application.

30.5.5 Certificate & Warranty

The contractor shall submit prior to acceptance of the work, written certificate stating that all materials and
workmanship in connection with specified work have been furnished and installed in complete conformance
with these specifications, and with the approved manufacturer's requirements for this work.

The contractor shall jointly with the Manufacturer/Supplier of the specialist


waterproofing materials furnish a warranty to the Employer valid for a period of 10 years after handing over
of the works, against dampness and/or moisture penetration through treated surfaces due to defective
material and/or defective workmanship.

The guarantee shall provide not only the materials necessary to remedy a problem but also necessary the

1. the carriageway sections

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-137

31.0 SPECIFICATIONS FOR LIGHTING COLUMNS

32.1 The manufacturer of the Lighting Poles shall have at least five (05) years proven experience and shall
have obtained ISO 9001/9002 quality system certificate for the design and fabrication of Lighting Poles,
from an internationally reputed Testing Authority.

32.2 Service Condition

The Lighting Poles shall be designed and manufactured to suit for installation in a highly humid environment
of 95% RH, 40o C maximum ambient temperature and containing corrosive salt vapour in abundance.
Operating altitude is not more than 15m above mean sea level.

32.3 Applicable Standards

BS EN ISO 1461:1999 Hot dip Galvanized coatings on fabricated iron and steel articles specification and
test methods.

BS EN ISO 14713:1999 Protection against corrosion of iron & steel in structures, zinc & aluminium coatings,
Guidelines.

32.4 Basic Features

Steel Lighting Poles shall conform to the relevant standards specified in clause 3 and be suitable for
operation in a tropical condition stipulated in Clause 2 above.

Steel lighting poles shall be 10m height galvanized steel single arm pole and shall be designed to withstand
wind loads caused by wind speeds up to 35 m/s.

Specification for a standard octagonal shape is given below.

Circular shape 10m height steel pole with decorative bracket arm will also be considered for the evaluation.
Suppliers are requested to quote separately as an optional item with complete set of documents as
requested to quote separately as an optional item with complete set of documents as requested for the main
bid. Basic features of the decorative pole shall also be complied with the main bid.

32.4.1 Fabrication

The structural material of the mast shall be cold rolled mild steel of a sufficient gauge, but not less than 4mm
and having yield strength of not less than 36000 PSI.

The mounting height of the street light shall be 10m and the mast shall have a bracket arm extended
minimum 2.5m bracket arm. Diameter of the spigot end shall be 48mm and shall suit to fix standard street
lamp fitting with 48-50mm diameter hole.

The mast cross section of a pole shall be octagonal and with continuous tapering from its root to the extreme
tip.

The mast shall be of flanged type. Columns shall be supplied with a galvanized steel Base Plate not less
than 16mm thick and of adequate strength to take full wind loading. The BASE Plate shall be provided with a

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-138

minimum of four holes at equally spaced centers for attachments of holding down bolts. A hole with minimum
diameter 100mm shall be provided through the center of the base of plate for cable entry.

All metal components shall be of first quality and free of gouges, pits or other surface defects. Welds shall be
ground smooth or otherwise dressed and not readily available on casual inspection.

The columns shall present a smooth appearance over all , with particular attention to the junction of the
outreach and vertical sections. All burrs and blemishes shall be removed from the edges of the materials
used.

All sharp corners which could damage electrical cables either during installation or while in service shall be
removed from exposed edges, holes and openings provided for cables and for access to electrical
equipment. Door openings shall be free from irregularities and burrs.

Any Cross section measured normal to the axis of the vertical component shall have a tolerance of 2% of
outside diameter. On the outreach the tolerance shall be 5% of the nominal outside diameter of the cross
section at that point. Out of round in excess of this tolerance shall be grounds of rejection of the columns.

Allowance should be made for use with luminaries of approximately 12 kg weight.

32.4.2 Galvanizing

The finished mast and its components including down bolts, shall be hot dipped galvanized to BS EN ISO
1461:1999, BS EN ISO 14713:1999 suitable for coastal environment for both the exterior and interior and
shall be quenched in a Sodium Dichromate or Preton W 20 solution immediately after galvanizing white rust.

All iron and steel used in the works shall be galvanized after all sawing, shearing, drilling, punching, filling,
bending, machining and welding operation is completed. The preparation for galvanizing itself shall not
distort or adversely affect the mechanical properties of the material.

The zinc coating shall be uniform, clean, smooth and free ISO from spangle as far as possible and shall not
be less than 80um in thickness (650g/m2). All galvanized items shall satisfy the tests specified in BS EN ISO
1461:1999, BS EN ISO 14713:1999.

All galvanized parts shall be protected from injury to the zinc coating due to abrasion during period of
transport.

32.4.3 Service Aperture

An aperture shall be provided in the base portion of each column for access to circuit breaker. The minimum
dimensions of the aperture shall be 450 mmx150 mm. Mounting lugs shall be provided to fix Base Board for
mounting terminal bars and miniature circuit breaker.

The lower end of the aperture shall be 500mm above ground level. Adequate stiffening shall be provided
around the aperture. galvanized 0r made of stainless steel.

Suitable lockable hinged type access doors shall be provided. Hinges shall be galvanized or made of
stainless steel.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-139

32.4.4 Threaded Holes

Where threaded holes are required, those holes shall have threaded filler plugs in them prior to coating to
avoid filling threads with coating materials. Filler plugs shall have hex heads or other similar type heads for
ease of removal. Filler plugs shall not be removed by the coater prior to transport the city.

The manufacturer shall provide a means of ventilating the structure poles at the top to allow a flow of air
through the poles to keep the interior of the poles dry. Ventilation shall be placed in a location wherein it will
not be visible from normal viewing angles.

32.5 Warranty

The manufacturer shall provide a written copy of the warranty showing that the pole manufacturer warrants
the finish for a period of five years from the date of acceptance against rusting of steel or creepage (Unless
coating has been damaged by physical means or vandalism) blistering or delaminating.

32.6 Certificates

All columns and brackets supplied must be manufactured by a company accredited under the Quality
Assurance Scheme ISO 9002 and the developer must supply a copy of the appropriate accreditation
documentation as part of the record information to be provided.

Past evidence should be provided to prove that the type of lamp posts to be supplied by the tendered had
been used near the sea shore for a period of at least 10 years without corroding.

32.7 Reports

The contractor shall submit calculations and shall also satisfy that the mast conforms structurally, to a lamp
fitting weight loading with an extra 25% of same and wind loadings calculated for 35m/s wind speed. The
depth of foundation shall vary accordingly.

Technical Schedule of Columns and Bracket Arm

ITEM DESCRIPTION DATA

1 COLUMN

a) Make

b) Country of Origin

c) Type of Column

d) Compliance with relevant standard

e) Name of Hot Dip Galvanizing Company

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-140

f) Name, Address & Country of Steel Material

g) Galvanizing Standards & minimum weight per m 2

h) Overall Height of Column

i) Weight of columns (Kg) Whole Section


Arm Section
Intermediate Section
Lower Section

j) Tapering Ratio

k) Thickness of steel column

l) Dimension of Base Flange Plate

m) Thickness of Base Flange Plate

n) Size of Foundation Bolts

0) Hole to Hole (C/C) Distance

j) Tapering Ratio

k) Reference standard of welding Test

l) Power Coating/ Standards (If Applicable)

m) Column Outer Profile

n) Grade of Steel Used

0) Type test Certificates

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-141

33.0 SPECIFICATIONS FOR SOLAR PV SYSTEM


A Grid connected, 400kW Solar PV System shall be installed on the roof of proposed Locomotive Repair
Workshop building and this system shall comply with the guidelines published in April 2019 by the Public
Utilities Commission of Sri Lanka. The relevant document can be downloaded from the URL given below.
http://www.energy.gov.lk/images/energy-management/guideline-for-solar-pv-system-installation-for-solar-
providers.pdf
The above guideline shall be strictly followed during the designing and installation of the solar PV system.
Schematic Diagram of the proposed 400kW Solar PV System is given below as an example for designing of
the system.
The capacity of each Solar Panel shall be in the range of 460W to 550W and it shall be of a well reputed,
proven brand with 10year product warranty and 25 years linear performance warranty. Surface of Solar
panels should be non-reflective type matt black finishing. Anti-reflective coating shall be on the top surface of
the solar panels to avoid any reflection to the pilots approaching for landing at Colombo International Airport,
Rathmalana.
The capacity of a Grid connected Inverter shall be 50kW or 100kW and it shall be of a reputed, proven and
well-known brand. Remote monitoring facility shall be available and the inverter shall have 10 years product
warranty from the manufacturer.
The contractor shall obtain written prior approval for the brands of Inverter & Solar panels, System
configuration and Mounting method from the Consultant Engineers before installing the system.
Solar panels have to be installed on the roof avoiding shaded area (if any). Turbo ventilators and transparent
sheets are also to be installed on this roof and solar panels shall be installed on free space avoiding
transparent sheets and turbo ventilators. Strings of panels shall be arranged to get the maximum output.
Typical Single Line Diagram of 400kW Solar PV system and the proposed solar panel layout drawing are
also attached to the tender document.
AC and DC surge protection devices shall be installed and the total system shall be earthed according to the
relevant standards.
Inverter room in the workshop has been allocated to install the Inverters and power cables are to be laid from
Inverter room to the CEB meter room.
Special care shall be taken when selecting the solar panels and mounting structure considering the high
humidity and salty sea breeze atmosphere at the proposed location.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-142

34.0 SPECIFICATIONS FOR FLOOD LIGHTS FOR PAINTING BOOTHS

34.1 General
50W LED Flood Light fittings are to be installed under the deck of the proposed Painting Booths to light up
bogies. LED light fitting shall be fixed at the base of each column and there are 5 columns a side for both
painting booths. There will be total of 20 Nos. LED flood light fittings.
They shall be suitable for use on 230 V, 50 Hz single phase power supply and the wattage of the lamp fitting
shall not be less than 50W. To ensure high energy efficiency of the lighting system the overall efficiency of
the whole luminaire shall not be less than 120 lm/W. The CRI shall be more than 80%.
In addition to above LED luminaires shall comply with IEC 62471 hazard class Group-1 or Exempt group
relevant to photo-biological hazard and shall have correlated colour temperature (CCT) at 4000K. The lamp
fitting shall be in modular type so that replacement of parts such as Drivers, LED circuit boards and other
components can easily be carried out as necessary. The supplier shall guarantee supply of compatible spare
parts for a period of 10 years after the product guarantee period. LED lamp fitting shall have a minimum of
50,000 hours of lifetime at 70% lumen maintenance.
The Light fitting shall be designed and manufactured to suit for installation in a highly humid environment of
95% RH, 500C maximum ambient temperature, and containing corrosive salt vapour in abundance.
The LED module shall be mounted on heavy duty heat sinks to ensure excellent heat dissipation. The design
of the heat sinks shall be such that there is a direct thermal path from the LED Junctions to the atmosphere
this providing a thermal transfer effect throughout the lifetime of the lamp fitting.
The heat sinks shall be proprietary and designed by the lighting manufacturer to enable the lamp to work
efficiently in the above specified ambient temperature and humidity conditions.
The LED lamp housing shall be of either extruded Aluminium or die-cast Aluminium with very low copper
content (less than 0.1%) to ensure high corrosion resistance.
The finish coating for housing shall be with an anticorrosive anodized/painting process or equivalent,
providing excellent UV and environmental exposure resistance to fading, peeling, cracking or corrosion. The
cover shall be of tempered glass and the electrical insulation shall be of Class-1 classification to ensure
safety during maintenance.

34.2 LED drivers


LED drivers shall be capable of withstanding surges of 10kV to ensure a higher level of protection. LED
drivers shall be suitable to operate at an ambient temperature range of 00 C to 500 C and at maximum
relative humidity of 95%.
The LED fixtures driver and LED optical unit components shall be extremely fully rated at a minimum of IP66
and have proven means of negating internal condensation buildup. They shall have minimum mechanical
strength rating of IK-07 (minimum IK08 required for all glass components). All synthetic materials shall be
100% UV stable and scratch resistant.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-143

35.0 SPECIFICATIONS OF PRECAST PILE DRIVING USING HYDRAULIC STATIC PILE DRIVING
MACHINE

35.1 Introduction
This methodology elaborates the jack in pile penetration instead of hydraulic hammers in vibrated and
noise affected area, in the proposed building at Rathmalana.

35.1.1 Scope of Work


The work consists of casting, supplying and driving 300*300mm, 355x355mm and 400*400mm
precast reinforced concrete piles, pile hacking and conducting PDA test for the Proposed building at
Rathmalana.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-144

35.1.2 Work Sequence

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-145

35.2 Static pile driving Machine


Following Major Equipment are used in the Jacking Pile Penetration Works on the site
• JUY 468 Static Pile Driving Machine or equivalent
The injection machine utilizes a system for installing piles using the clamping-type pile driving mechanism,
which is the main working mechanism to clamp and drive the pile in to the ground.
It consists of hydraulic cylinders for driving the piles, a pile clamping box, and hydraulic cylinders for the
clamping the piles.
General view of the machine showing on figure 03.
The injection machine comprises showing in figure 04. Machine technical specification showing in Annexure
1
The components are delivered by trailer to site where they are assembled using mobile crane.
The proposed injection machine for this project consists of 460 tons for installation of 400mm * 400 mm
precast concrete pile.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-146

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-147

35.3 Materials
Main Reinforcement - 4 Ø 25 mm as per Sheet No. ST 623 D/13
Stirrups - Stirrups from 10 mm as specified in the Sheet No. ST 623 D/13
Shoe - Cast iron shoe as per detailed drawing.
Concrete would be of Grade 40 concrete mix design and the results of the trial mix attached herewith.
Viscocrete 315 would be used as water reducing admixes.
35.4 Work Method
35.4.1 Setting out
Based on the design layout of the piles, the positions of the piles are set out on site and pegs are installed by
the surveyor who is engaged by the main contractor. Those set out pegs are checked correctly before pile
operation commences. Due to the high accuracy of the set up and positioning of the machine prior to driving,
the nominal tolerance of 75mm deviation of the pile from required position can easily be attained
35.4.2 Pile Handling
All the pile lifting and handling will be conducted according to the approved Method statement No 1290-GN-
00-TDS-GS-025-00 and lifting and installing to the machine will be done by using the machine mounted
crane. Lifting arrangement is showing below

Step 01 Pile will be connected to the 16t capacity machine mounted crane with stable lifting gear.

Step 02- vertically lift the pile for positioning

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-148

Step 03 and 04 – Insert the pile in to the machine Box.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-149

35.4.3 Moving the Machine

Moving Mechanism is enabled the pie driver to walk in the construction site and walk sequence is shown in
the figure below.

35.4.4 Pile Driving


The driving method ensures that the works are conducted with the minimum of noise, vibration and
disturbance.
Each pile will be driven continually until it reaches the specified set/ or depth.
Driving steps are showing in below.
Driving steps are showing in below.
1. At first, the pistons of two (2) pile- driving cylinders are withdrawn to raise the pile-driving box to the
high position.
2. The spun pile lifts and place into the center of the pile driving Box.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-150

3. The pile – driving cylinder from four directions are then engaged to clamp the pile tight.
4. Then by manipulating the hand lever of the pile driving valve, the pile driving cylinders are extended
to produce pressure to drive the pile in to the ground.
5. Ones the pile has been driven in to the ground, the pile driving cylinder release the pile and return to
steps (1), (2), (3) and (4) again until the pile has been fully driven in to the ground.

During the driving, the verticality of the pile will be continuously Monitored by the operator and plumbed to
ensure the pile is centrally in line with the pile axis to receive the ram to prevent pile whip, twist or rotation.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-151

The Vertical Support structure of the injected – in machine, is plumbed to ensure verticality by means of a
spirit level or plumb line done by the injection pile operator. This is achieved by adjusting the four stabilizers.

During the pile Installation, the hydraulic pressure, the main injecting force will be measured by the pressure
gauge. The pile will be extended by means of welding. Except of pile jointing, each pile is injected
continuously until the resistance or penetration is reached.

35.4.5 Verticality of piles


The piles are therefore driven into the ground vertically, without any forcible corrections, thereby adhering to
the requirement for the finished pile to be within the maximum deviation from the vertical of 1 in 75.

35.4.6 Pile Splicing


Prior to splicing areas, the joints must be free from rust, oil, water and other foreign materials that would
affect the quality of the welded joints. Joints will be welded by butt type joint using arc welding referring to the
approved WPS, WPQR and certified welders. All the joints will be visually inspected prior to driving.
Connection Joint details are showing on figure 08,

35.4.7 Pile Termination


As the pile is being injected into the ground, both the injected pressure (Mpa) and the
corresponding load (KN) can be read instantly from the Pressure Meter and Load Meter in
the control room. A table of injection pressure (Mpa) and the corresponding load (KN)
tabulated by the machine manufacturer is Showing in Annexures 1.

Dolly shall be used as an extension pile to continue driving for shallow or as when the pile
penetration is Constance.

The portion of the installed piles which are above the ground, will be cut to move the
injection pile rig.

The required resistance is 2.0 times of the pile working load. The corresponding
penetration pressure in the main injection is recorded.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-152

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-153

Section 6.4

Supplementary Information
Regarding Works to be procured

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-154

6.4.1 Background of the project


The proposed Railway Efficiency Improvement Project is the first project loan of the Asian Development
Bank (ADB) in the railway sector of Sri Lanka. The project will finance high-impact subprojects to
modernize the country’s railway network by improving the operational efficiency, maintenance capacity,
safety management, skills development, and implementation capacity of Sri Lanka Railways (SLR) and
the Colombo Suburban Railway Project (CSRP)–Project Management Unit (PMU), which has been set up
under the Ministry of Transport (MOT) to implement ADB-financed projects. Under the component
maintenance capacity improved construction of new workshop for locomotive repair at Rathmalana is
included.

The construction of DMU repair workshop building will be on design-build basis. The workshop is
proposed to be a 2 – story building including consisting of facilities required mainly for overhaul
maintenance works of the Sri Lankan Railways.

6.4.2 COVID-19 Related Health & Safety requirements


Local regulations and guidance specific to COVID-19 prevention and controls
Quarantine and prevention of diseases ordinance (chapter 222) Extraordinary Gazette no.:2197/25, Date
:2020-10-15 published by Ministry of Health - Corona Virus Disease 2019 (COVID-19) (Preventive
Measures) Regulations Available here http://www.documents.gov.lk/en/exgazette.php
The Environmental Management Plan is referenced in Section 6.6. The Initial Environmental Examination
for the Project is available at: https://www.adb.org/sites/default/files/project-documents/49111/49111-005-
iee-en.pdf

6.4.3 General Scope of Works


The proposed workshop is expected to have possess the capacity to cater following tasks.
• To undertake Heavy Repairs of the Locomotive of Diesel Multiple units.
• To perform the periodical scheduled maintenance of locomotives
• To carryout breakdown repairs of Locomotives of Diesel Multiple units
• To repair the Car Body
• To carryout electrical and brake equipment repairs
• Attending light repairs such as changing traction motors and bogies, and replacing main generator etc.
Therefore, it was decided to construct double height workshop with 4 repair bays (4 Tracks). The workshop
divided in to 7 separate sections which are vital in the locomotive repair work. The repair sections are as
follows;
1. Bogie Section
2. Sheet Metal Work Section
3. Auxiliaries repair Section
4. Diesel Engine Repair Section
5. Brake Repair Section

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-155

6. Electrical and Electronic Section


7. Machine Section
In addition to that a store room, a tool room and administration block also available. The proposed workshop
has 150m length and 56.5 width, and 15 locomotives can be easily accommodated in it.
Moreover, few other facilities shall also be constructed adjacent to the workshop.

• Workers’ Changing Room


o Including Washrooms (M/ F), Locker Room (M/ F), Medical Room, Dining Room, Kitchen,
Kitchen Store, Garbage Collection Area, Kitchen Staff Accommodation, Rest Room and
Service Parking.
o With all the amenities shall be provided adjacent to the workshop.
• Locomotive Painting Booth
o Locomotive painting will be carried out in the two-painting booth which shall be built in a
different location
• A water sump with the capacity of 100m3 including the requirement of the Fire department
• The Wastewater Treatment Unit (Effluent Treatment Plant)
o The Workshop Wastewater shall be sent through an Oil Separator, Clarifier, Aeration and
Settling Tank and Carbon Filtration Plant before releasing into inland waterways.
• Alternative amenities compensating for buildings to be demolished
o A washroom for the employees of shop 42.

Furthermore, following machineries are expected to be installed in the workshop


• Overhead Traveling Cranes
• Compressor
• Fire Pumps
• Water Pump
• Brake Equipment Tester
• Surface wheel lathe
• Shearing Machine
• Bending Machine
• Lathe machine,
• Wheel boring machine
• Axel press

Following objectives shall be established for the design and build contract:

a. To carry out detailed designs based on the schematic designs provided for the proposed
project.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-156

b. The design shall be based on with the Technical Specifications, identify relevant Standards,
and Codes of Practice incompliance with the Employer’s Requirement and any alternatives
proposed with the Bid;

c. To carry out detailed designing of the Works (comprising of Architectural, MEP, ELV, HV and
LV, Solar PV system, Structural, Fire detection and protection, Compressed air, Storm water
drainage, water supply, waste water and sewerage, waste water treatment plant, ventilation
systems, Air Conditioning and other services, landscaping etc.) in accordance with the relevant
technical specifications, standards, and codes of practice agreed with the Employer, and
applicable laws and regulations; and to obtain approval of the Engineer for the designs prior to
construction.

d. Prepare detail drawings and specifications for construction/installation, testing and


commissioning of the Works.

e. Soil investigation need to be done to re confirm the soil and existing rock properties and
foundation recommendation.

f. To construct the workshop and its ancillary facilities, in accordance with designs, detail
drawings, specifications and Employer’s Requirements, with appropriate construction
supervision and project management and to complete the project on time, to high standards
and within the budget.

g. To commission the Works after testing.

h. To carry out inspections needed during the Defects Liability Period and remedy any defects
identified by the Contractor and/or the Engineer.

i. obtaining the Green building certificate and confirmation of certificate is a definite responsibility
of contractor.

Bidders are advised to analyse these objectives and submit their proposals in order to fulfil the Employer’s
Requirement.

The scope of the project involves design, execution (construction), completion and: remedying defects of a
building complex with approximately 11823.34 sq. m. of floor area on a plot of land of 28.5270 hectares. The
building is expected to have G+2 floor.

6.4.4. Essential design factors

a. Scope of work include infrastructure facilities such as electricity, water supply, sewerage, waste
water Treatment plant, storm water disposal, rain water harvesting, damp proofing, fire detection and
fighting, air conditioning and ventilation, extra low voltage (ELV) system, solar PV system, turbine
ventilator system, exhaust fan installation and compressed air system.

b. The work also includes internal roads and drainage, landscaping, termite treatment of the workshop
and ancillary items. The building structure should be of reinforced concrete and a suitable foundation
system should be designed based on the soil investigation reports. The workshop and ancillary items
should be completed with high quality floor, wall and ceiling finishes, sanitary fittings, doors,
windows, kitchen equipment and furniture (in the cafeteria), necessary equipment and lighting. Solar
power related installations, Street light and name boards, a generator and a step-down transformer

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-157

(outside the building). Waste water collection tank, water sump, water storage facility, fire detection
and fighting system, green building recognition, rain water harvester shall also be included.

c. The workshop and ancillary items should be designed, executed, and completed in accordance with
the British or Sri Lankan specifications, standards and codes of practice (for loading, material, wind,
foundation design, structural design calculation etc.) as applicable. The Contractor. shall use the
specifications, standards and codes of practice specified in this document (Employer’s
Requirement), statutory regulations, and safety codes. The Bidders are required to submit the details
of the technical specifications, standards and codes of practice, to be used for design and
construction of the Works with their Design/Technical Proposals.

d. The design, execution, and completion of the Works and remedying any defects shall be totally in
accordance with the Contract and Fit for the Purpose’ for which the workshop and ancillary items is
intended. The Works shall include any work, which is necessary to fulfil its efficient completion on
time, within the funds allocated, to the highest quality and in Compliance with the Employer’s
Requirements described herein.

e. The design work shall be carried out by suitably professionally qualified and experienced designers,
and the Contractor shall submit full details of the proposed designers with his Design/Technical
Proposal.

f. Costs of furniture as per schedule shall be included in the bids.

g. The Employer requires the Contractor to carry out the interior designing and constructions where
necessary.

h. The entire premises should be landscaped suitably. The landscaping features should be designed in
such a way to ensure smooth flow of vehicular and rail traffic while protecting the vegetation and
enhancing the beauty of the surrounding area.

i. Solid waste collection and disposal facilities should be provided based on the expected usage of the
buildings and the regulations of the Dehiwala-Mount Lavinia Municipal Council.

j. The Contractor should consider Green Building Guidelines recommended to be used in construction
of buildings for the Government and Semi-government organizations. Obtaining the Green building
certificate is a definite responsibility of contractor.

k. Energy efficiency should be considered in designing the building and its services such as the air
conditioning, ventilation and lighting systems. Energy saving LED bulbs should be used for lighting
devices wherever possible.

l. All the toilets and showers shall be as per the schematic drawings and urinals shall be provided with
flush tanks. The floor and walls of the shower rooms and toilets shall be waterproofed with a
warranty of minimum 10 years. The height of waterproofing for shower rooms are up to 6 feet and for
toilets up to 5 feet. Water proofing of roof slab, sump shades, roof terrace, water sumps, water tanks,
flower troughs, manholes, pits, gullies should also be carried out

m. The expected number of employers occupying the premises is estimated to be 180.

n. The rooms including sections should have lockable doors with door closers. Utmost care and safety
precautions (such as fencing, bordering, netting etc. around the building under construction) to be

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-158

taken by the Contractor during the construction activities. All doors/windows shall be provided with
powered coated Aluminium extrusions and float glass of 6mm, unless otherwise specified.

o. The type of pavement should be done considering driving performance, stability and according to
characteristics of the workshop and ancillary items. Internal roads must be surfaced in paver to
match the parking areas. Roads bearing heavy traffic may be surfaced in premix. Turning areas for
heavy vehicles and loading yards may be constructed with concrete surface beds.

p. Standby Generators — should be adequate to fulfil all the power requirements of essential services
of the workshop and safety aspects. The capacity of the generator shall be same as given in the
drawings and should have ATS panel as suitable for the generator.

q. Water supply – overhead water storage, pump, pump room and sump with adequate capacity to be
provided.

r. The Contractor shall in consultation and approval of the Employer to demolish any old buildings or
structure if required for the construction of the proposed building site. Other than any material or
items of these old buildings or structures shall be retained by the Employer. All other materials,
items, debris shall be removed from the Site and disposed by the Contractor with permission of the
Chief Mechanical Engineer, SLR.

s. The Contractor shall be deemed to have allowed in the Initial Contract Price and the Programme for
everything necessary for accommodation, storage, utilities, water for construction, drainage,
electricity, hoarding and gates, security, access roads, temporary spoil storage areas, control of dust,
noise and lighting, site preparation, excavation, backfilling, disposal of debris, surplus soil etc. and
anything else necessary or required for the execution of Works irrespective of whether specifically
mentioned or not.

t. Soil investigation – report of the soil investigation done for this location is annexed to volume 2 of this
document. Bidders can consider this report and prize the bid accordingly. But the successful bidder
should carry out detailed soil investigation, before commencing the designs. However, the bid price
shall not be changed.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-159

6.4.5 Phases of Contract

The phases involved in the Contract are given below with the responsibilities of the parties. The Employer
has the authority to engage the Engineer and/or an independent party to review the designs at any stage, if
required to ensure that the design satisfies the requirements of the Employer in terms of safety, stability and
serviceability and to comment on the validity and the satisfactory compliance with the relevant building
regulations, codes, and standards.

Schematic Design Phase - At the outset, the Contractor shall study the architectural, engineering and
space requirements, site conditions and any other investigations such as geotechnical analysis and develop
a plan and outline proposals.
Thereafter shall include the main features of the project, such as the buildings, access road, rail roads,
landscaping areas and any other services.
The specific tasks undertaken shall include the following -
• Plan the design and construction of the Works in accordance with the Contract.

• Carry out detailed surveys, detailed site and soil investigations and other necessary investigations
for the preparation of design drawing and specifications.

• Analyse the Employer’s Requirements, discuss with the Employer, prepare fully developed brief
outline proposals etc. and submit to the Employer for approval.

• Develop the design concept and criteria, and develop the schematic design based on the approved
outline proposal and submit the same for the Employer’s approval.

• Submit proposed schematic drawings including ancillary buildings, railway tracks, other facilities,
landscaping described in the bidding document and obtain the approval of the Employer.

• Submit the Work Programme for designing activities.

• Analyse the requirement of services such as water, electricity etc. Design Development Phase:

• This phase of the work includes the preparation of design documents including architectural,
structural and MEP services. The specific tasks under the design development phase shall include
the following, but not limited to:

o Establish the Design Criteria for all the elements of the Works.

o Prepare detailed Architectural drawings to an approved scale including plans, elevations,


sections etc.

o Prepare and submit Design documents consisting of a Master Plan, detail architectural
drawings, structural drawings, plumbing drawings, electricity and mechanical drawings,
interior design drawings, comprehensive details including the particulars of individual bidders
of workshop machinery all the other related construction drawings and specifications for
approval of the Engineer. All drawings to be certified by a Chartered Engineer in the relevant
field. Structural drawings should be certified by a Chartered Structural Engineer registered
with the Institution of Engineers, Sri Lanka. (IESL) in the relevant category.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-160

o Obtain approval of the local authorities for the design documents wherever necessary with
the assistance of the Employer.

o Decide on the type of construction quality of materials and standards of workmanship.

o Obtain approval of the Employer for type of construction finishing, Material, Plant etc.

o Obtain approval of the Employer for the machinery, solar PV system intended to be installed
in the workshop.

o Arrange approved specialist contractors for A/C, fire detection and protection, ELV and
electrical system etc. if required by the Engineer.

o The Contractor shall provide documentary evidence as to how the designs, machinery and
ancillary items conform to applicable Codes of Practice, Standards, Specifications and
Regulations and to the Employer’s Requirement.

Construction and Contract Administration Phase - The scope of this phase includes the total
responsibility for construction and installation, supervision, contract administration, and, management, etc.
The specific tasks under this phase shall include the following,
a. Prepare and submit Work Programme (including Activity Diagrams or Bar Charts) for approval of the
Engineer.
b. Prepare activity-based Price Schedules (using the Price Schedules submitted with the Financial
Proposal and the Work Programme stated above) to enable making payments for the work
completed in the order of execution and submit the same prior to commencement construction work.

c. Obtain Employer’s approval for Materials, Plant and methods according to the approved
specifications.

d. Examine the Work Programme to complete the project within the contract period.

e. Attend progress review meetings with Employer and submit progress reports to the Employer every
two weeks’ time together other supporting documents.

f. Ensure health, safety and environmental protection measures at the Site in accordance with the
applicable Laws and Regulations.

g. Ensure testing and quality control activities of the Works are carried in accordance with the
Specifications.

h. Undertake project management and contract administration time to the completion of the Works to
ensure completion on time with the required quality standards.

i. Develop and implement a project monitoring system.


j. Ensure that all necessary pre-commissioning checks and tests are carried out as necessary for the
Material, Plant, Equipment, etc.

k. Ensure that all shop drawings, plans, method statements and other documents are prepared and
approval of the Engineer is obtained on time.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-161

l. Employ adequate qualified resident site staff members during the construction period.
m. Construction/installation of the Works in accordance with the detail drawings and specifications
n. Please note that following construction works shall be completed during the starting phase; sewer
line diversion work, entrance gate installation, demolition of existing wash rooms of workshop 42 and
constructing new restrooms for workshop 42, 2 painting booths and shifting of high voltage overhead
power line.

Tentative proposal for Site Clearance and Demolition Phase - These tasks under this phase shall include
the following,

a. No. 08, No. 04, No 12 and No. 16 buildings to be removed / cleared by SLR
b. New entrance with temporary gate and access road shall be constructed temporarily by the
Contractor
c. Existing Railway tracks affected by the temporary construction shall be removed by SLR
d. No. 16 washroom shall be built by the Contractor
e. No. 14 building shall be demolished by the Contractor
f. Transformer and electrical supply to be provided by the contractor to location 14 before removing the
overhead power lines.
g. In the meantime, Construction No. 01, 02, 05, 06, 07, 12 will be demolished and removed by SLR

Completion Phase - The specific tasks under this phase shall include the following,

a. Arrange to test all the systems installed and arrange to hand over all test reports and any other
documents needed as per the specifications.

b. Complete the Works to the satisfaction of the Employer and hand over.

c. Prepare and hand over Operation and Maintenance Manuals and As-Built drawings to the Employer.

d. Advice and handover relevant document regarding service agreement on Plant, and Equipment.

e. Arrange the specialist contractors to train the Employer’s Personnel to operate the systems and
Plant and Equipment.

f. Ensure that all necessary pre-commissioning checks are carried out as necessary for the Plant,
Equipment, and MEP systems.

g. Ensure that all necessary manufacturer supplied data, information, catalogues and other instructions
are supplied to the Employer.

h. Submit all warranties and guarantee certificates.

i. Provide comprehensive maintenance agreement from suppliers of Generators, ELV, BMS, for
minimum of 5 (five) years.

Defect Liability Phase (Period) - The specific tasks under this phase shall include the following,

a. Carry out any inspection needed during the defect liability period and prepare list of defects to be
rectified.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-162

b. Rectify all defect identified by the Engineer and the Contractor

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-163

6.4.6 Architectural Requirements


The drawings and sketches which will be submitted with the bid should be very clear and preferably be
drawn on A4 or A3 size papers. (Maximum A2 size). The design proposal shall include the following, but not
exhaustive;
1. Architectural drawings of the proposed building with plan, elevation and section
2. Details of Door/ Window/ Partition finishes with proposed material.
3. Schedules for wall, floor and ceiling finishes.
4. Electrical layout with type of fittings.
5. Details of sewer & waste water disposal system
6. Drain with storm water disposal system/ Wastewater collecting tank
7. Proposal for lightning protection system
8. Proposal for fire protection and detection system
9. MEP and Structural drawings and calculations
10. Solar System
11. Landscape Layout (Road)
12. Electricity and Sewer Line relocation plan and drawings
13. Rainwater harvesting system
14. Green building proposal
List of finishes will be included in the Architectural Drawings

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-164

6.4.7 Structural Design Criteria

1.0 Design Loads:


Buildings and other structures, and parts thereof, shall be designed and constructed to support safely the
factored/nominal loads in load combinations defined in the EN 1991-1-1 or 1996 BS 6399 Part I Loadings for
Building or Equivalent without exceeding the appropriate strength limit states for the materials of
construction.
Maximum weight of Locomotive – 120 Tons
No. of axels per Locomotive – 06 Nos
Maximum wheel load of locomotive – 10 Tons
Maximum wheel load of forklift truck with 04 wheels – 4.5 Tons
Types of DMU axel loads S10, S12, (S14), M10, M11

1.1. Dead Loads:


Dead loads are the weight of the building materials of construction incorporated into the building, including
but not limited to walls, floors, roofs, ceilings, stairways, (BS 6399 (1984): Design loading for buildings.
Built-in partitions, finishes, cladding and other similarly incorporated architectural and structural items, and
the weight of fixed service equipment, such as cranes, plumbing stacks and risers, electrical feeders,
heating, ventilating and air-Conditioning systems and fire sprinkler systems.

1.2. Live Loads:


Live loads are loads produced by the use and occupancy of the building or other Structure and do not
include construction or environmental loads such as wind load, rain load, earthquake load, flood load or
dead load. Minimum live loads shall be based on the occupancy or use of a building, or area within the
building, in Accordance with EN 1991-1-1 or BS 6399 Part I Loadings for Buildings or Equivalent.

1.3. Wind Loads:


Wind design shall be performed in accordance with
- EN 1991-1-4 or
- CP 3: Chapter V: Part 2: September 1972
Basic Data for the design of buildings: Chapter V – Loading
Part 2: Wind Loads
- BS 6399 Part 2 (1997): Code of practice for wind loads Or Equivalent.
Wind shall be assumed to come from any horizontal direction and wind pressures shall be assumed
To act normal to the surface considered.
Basic Wind Speed (3-second gust): 38 m/s

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-165

2.0. Foundation Design Parameters:

- BS 8004 (1986): C Code of practice for foundations


- Foundation Analysis and Design (Fifth Edition), by Joseph E. Bowles

Foundation deign need to be according to the BS 8004 (1986)– code of practice for foundations and AS
2159 (1995): piling Design and installation Or Equivalent.
Selection of an appropriate foundation depends upon the structure’s function, existing soil and
groundwater conditions, construction schedules, construction economy, and other factors. The
parameters to be used for the foundation design such as, but not limited to, the soil bearing pressure,
rock end bearing capacity, skin friction on soil layers and the foundation loads, subsurface soil
conditions, lateral earth pressures (active and passive), coefficient of friction, soil stiffness, etc.shall be
determined by the Contractor’s Geotechnical Engineer.

3.0. Reinforced Concrete:


Reinforced concrete design and construction of building components such as, but not limited to,
foundations, slabs, beams, columns, joists, stairs, walls, louvers, ramps, etc. shall be performed in
accordance with

- EN 1992 : Structural use of concrete or

- BS 8110 (1997) : Structural use of concrete.

- BS 8007 (1987) : Designing concrete structures for retaining aqueous liquids.

The standards that are most stringent shall govern.

4.0. Masonry:

4.1. Concrete Masonry design and construction of building components such as, but not limited to,
walls, lintel beams, columns, etc. shall be performed in accordance with the BS 5368 OR EN 1996,
Euro code 6: Design of Masonry Structures.
‘Specifications for Masonry building standards or equivalent the standards that are most stringent
shall govern.’

4.2. Ordinary plain/brick (unreinforced) masonry can be used as interior and exterior infill walls or
veneers, but use of plain/brick masonry for bearing/shear walls is prohibited.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-166

5.0. Structural Steel:


5.1. Structural steel design and construction for items such as, but not limited to, frames, joists,
beams, rafters, purlins, plates, columns, trusses etc. shall be performed in accordance with
EN 1993 Euro code 3: Design of Steel Structures or BS 5950 Part I or equivalent local
building standards. The more standards that are most stringent shall govern.

6.0. Steel Decking:


6.1. Minimum Roof Deck Properties: 40mm (1-1/2”) Type B (wide rib), 18 Gage thickness
6.2. Sheet steel for galvanized roof deck and accessories shall conform to ASTM A653 Structural
Quality, minimum yield strength of 230 MPa (33 ksi) or higher.
6.3. Galvanizing shall conform to ASTM A924 with minimum coating class of G60 (Z180).
6.4. Sheet steel for primer painted roof deck and/or accessories shall conform to ASTM A611
with minimum yield strength of 230 MPa (33 ksi). Steel deck shall have a coat of
manufactures standard shop primer paint.

7.0. General Contractor Notes:


7.1. The Contractor’s Structural Engineer of Record shall be responsible for the design of the
complete structural system for the buildings. Complete structural system for the buildings
shall include foundations, walls, roof framing, floor and roof diaphragms, lateral load stability,
framing and connection of any architectural features, coordination of floor slabs to slope to
floor drains shown on other drawings and support and bracing of mechanical and electrical
related structures. The structural engineer is also responsible for the design of all lesser
structures. The final structural design drawings and calculations shall be sealed and signed
by the structural engineer.
7.2. Where site specific Maximum Considered Earthquake Ground Motion Ss and S1 data are
available from the country’s local design codes and standards, they may be used in the lieu
of the above values, subject to the approval of the authorizing government agency.
7.3. The Contractor shall verify location of all existing utilities and structures affecting the work.
7.4. The Contractor shall provide temporary bracing and shoring required for installation of all
components of the contract.
7.5. The Contractor shall be responsible for all safety precautions and the methods, techniques,
and sequences of procedures required to perform the work. The contractor shall coordinate
all trades and verify dimensions in the field.
7.6. If the Contractor wants to use an alternative criterion to the ones specified in this document
for the structural design, the proposed criteria or code and method of design shall be
submitted for review and consideration to the authorizing government agency.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-167

8.0. Structural Design Submittal Requirements:


The Structural Design Submittal shall include a complete design analysis, design drawings material and soil
test reports and specifications:
8.1 DESIGN ANALYSIS
8.1.1 Structural Scope of Work. A synopsis of the proposed structural system to meet the project’s
requirements as authorized by the Engineer.
8.1.2 Technical Standards Used:
A list of references will be made to all applicable Technical Standards used for the design of the project.
8.1.3 General Parameters:
a. Foundation characteristics based on geotechnical survey and subsurface investigation.
b. Conditions related to possible seismic events, wind and storms.
8.1.4. Functional and Technical Requirements:
Structural related functional and technical requirements that need to be addressed are:
a. Allowable settlement soil bearing capacity and pile loads, as applicable.
b. Dead, live, wind, and seismic design loads.
c. Allowances for future loads or expansion.
Dynamic loads, where applicable.
d. Design methods; allowable working stress or strength (load factor).
e. Design stresses; allowable unit stress or yield stress of materials.
h. Deflection, to include maximum limits.

8.1.5 Design Objective and Provisions.


Examples of structural related design objectives and provisions that need to be addressed are:

a. Foundation design as required by foundation or soil characteristics.


b. Seismic protection, to include symmetrical configuration of framing system, where applicable.
c. Type and fabrication or construction of structural system.

8.1.6 Calculations.
The calculations for structural design elements, such as those listed below, will utilize metric units. The
calculations shall be performed in normally accepted.
a. Wind, seismic and dynamic loads, as applicable.

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-168

b. Shears, moments and axial loads, to include stress analysis diagrams and torsional effects, where
applicable.
c. Deflection of members and walls.
d. Type and sizing of foundations, structural members and connections.
e. Uplift, overturning and lateral stability of the structure.
f. Expansion and crack control.
g. Construction or erection limitations.
h. Foundation, Column, Slabs, beams, walls, water retaining structures & other all structural element
Design Calculations.
i. Human comfort design checks for along wind acceleration and cross wind acceleration.

9.0 Structural drawings


Drawings ‐ shall be complete such that all materials, material layouts, connections, elevations and
dimensions are clearly noted.
a. General notes, code analysis, soils data, design live loads and material specifics.
b. Foundation Plan and Foundation reinforcement detail.
i. Layouts of expansion, construction or control joints showing dimensions including details on crack
control joints, construction joints, additional reinforcement on large opening, header beams, or
any special items.
ii. Floor/ceiling Framing Plan of support areas with all reinforcement details.
iii. Each Floor Framing plan
iv. Each Floor Slab & Beam Reinforcement details.
v. Sections of Staircases with R/f details.
vi. Layout and Details of Foundation
vii. Layout and Details of Column
viii. Roof Slab & Beam layout & R/F details
ix. All Water Retaining structures with R/F details BS 8007 -1987
x. Roof framing plan details.
xi. Framing Elevations.
xii. Sections and details on footings and member sizes of anchor bolts, bearing plates and
reinforcing, etc.
xiii. Wall section through foundations, floors and roof framing with dimensions.
xiv. Sections and details on connections, bracing, diaphragm, etc.
xv. Column connection details.
xvi. Framing member, column, beam and truss schedules as applicable.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-169

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-170

6.4.8 MEP Design requirement Brief

6.4.7.1 Power Incoming from Ceylon Electricity Board (CEB) (utility)


400kVA, 400V 03 Phase 50Hz supply has to be obtained from CEB.

6.4.7.2 Power Distribution


LV normal power distribution shall be such that to ensure a power supply with zero or minimum
downtime. LV Power distribution equipment shall comply with IEC 61439 and BS EN 61439. LV
electrical installation shall comply with IET Wiring Regulations - 18th Edition. (BS 7671: 2018)

6.4.7.3 Lighting system


Lighting design in the building shall be based on the recommendations in CIBSE Lighting Handbook-
Latest Edition. IL luminance levels in each area shall be not less than the recommended values
given for respective areas in the code. All light fixtures shall be LED and shall comply with IEC
60598. Lighting fixtures shall be from reputed.

6.4.7.4 Lightning Protection System


Lightning Protection System shall be designed and installed per BS EN 62305 Code of Practice.
Grounding/ Earthing electrode shall be connected to Main Building Grounding System.

6.4.7.5 Fire Alarm and Detection System


Shall be designed and installed per BS EN 54 and NFPA 72.

6.4.7.6 Grid Connected Solar PV system


Shall be based on a system that uses micro-inverters and high efficiency Solar Panels. Installation
shall comply with IET wiring Regulations – 17th Edition and all products such as Solar panels, micro
inverters, combiner panels and disconnect switches shall comply with BS EN 61215, 62109, 61439
respectively.

6.4.7.7 Recommended Brands for MEP Installation


Following brand names are given merely to bench mark the standards expected. DB contractors can
include either following brands or any other brand having equivalent in all aspects including but not
limited to performance quality, durability, appearance, maintainability, after sales service and cost.

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-171

ELECTRICAL
Contractor has to obtain permanent Power supply of 400 KVA from CEB after completing the construction
works.
1. Power Cables (with SLS)
a. ACL Cables
b. Kelani Cables
c. Sierra

2. Medium Voltage Switchgear


a. Schneider
b. ABB
c. Siemens

3. ACBs
a. Schneider
b. ABB
c. Siemens

4. MCCB
a. Schneider
b. ABB
c. Siemens
d. Moller
e. Terasaki

5. MCBs
a. Schneider
b. ABB
c. Siemens
d. Moeller
e. F&G
f. Terasaki

6. RCCBs

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-172

a. Siemens
b. F&G
c. Moller

7. Enclosures/Panels
a. Elsteel
b. Pubudu
c. EMP

8. Lightning & Surge Protection

a. OBO Beterman
b. Dehn
c. Phoenix

9. Switches and Socket outlets (must be available as modules)


a. Schneider
b. Clipsal
c. Legrand

10. Ceiling Fans


a. KDK

11. Lamps
a. Osram
b. Phillips

12. Diesel Generators


a. Cummins
b. Caterpillar
c. FG Wilson

Or any combination of following;

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-173

Diesel Engines
a. Perkins
b. Cummings
c. Caterpillar

Alternators
a. Stamford
b. Caterpillar/ Leroy Somer
c. FG Wilson/Leroy Somer

AIR CONDITIONING
15. Split Type Air Conditioners
a. Daikin
b. York
c. LG
d. Panasonic
e. Haier
f. Midea
16. Valves
- Control (2‐way motorized) Valves
: Honeywell
: Belimore

- Commissioning Valves
: Oventrop

: Econosto

- Fans (commercial types)


: GreenHeck
: S&P
: Woods

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-174

- Fans (domestic types)


: Explair
: KDK
: S&P

- Dampers
: Raskin
- Actuators for dampers, VAV
: Belimo
: Honeywell

- Thermostats
: Belimo
: Honeywell

- Air filters
: Trox

- Ductwork
: P3

- Thermal insulation for pipes


Areofelx
Amcell

PLUMBING

- Pumps
Grundfors – Denmark for Water Supply
DP Pumps – Holland for Water Supply
DAB Pumps – Italy for Water Supply
DP Pumps – Holland for Sewer

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-175

KSB Pumps – Germany for Water Supply


Kalpida – Italy for Sewer & Waste

- Valves & Stop Cocks


Pegler – UK
Hattersley – UK
Kitz – Japan

- PPR Pipes for Hot & Cold-Water Supply


Aquartherm – Germany
Wavin – Netherland
Kelen – Austria

- Upvc Pipes
S‐Lon – Sri Lanka
National – Sri Lanka

- Irrigation Valves & Sprinklers


Rain Bird – USA

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-176

6.4.9 Location Map

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-177

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-178

Section 6.5 Personnel Requirements


Using Form PER - 1 and PER - 2 in Section 4 (Bidding Forms), the Bidder must demonstrate that it has personnel
who meet the following requirements:
Experience in
Experience Design of
Total
Total Work Experience in Similar
No. Position
[years]
Experience
Work
Similar Work
(Years) within 10 years
[years]
(Projects)

DESIGN STAFF

1 Senior Architect B.Sc. (BE) with MSc.


Architecture or B.Arch. (Hons)
with Professional Qualification 03
10 05
(Chartered Architect) and with
capabilities to design Green
Buildings.
B.Sc., (Eng.) with Post
Structural Design Graduate Qualification in 03
18 05
2 Engineer structural designs

B.Sc., (Eng.) with Professional


3 MEP Engineer Qualification (Charter) and with 05
10 05
capabilities to design Green
Buildings.

SITE STAFF

B.Sc., (Eng.) with Professional


10 05
4 Project Manager Qualification (Charter)
-
5 B.Sc., (Eng.) with Professional
Construction Manager 10 05
Qualification (Charter) -
6 Senior Building B.Sc., (Eng.) with Professional
10 05
Engineer Qualification (Charter) -
7 Senior Material and -
B.Sc., (Eng.) 10 05
Quality Control Engineer
8 Senior Engineer (Health,
B.Sc., (Eng.) 05 - -
Safety & Environment)
9 Civil Engineer B.Sc., (Eng.) 05 01 -
Mechanical Engineer B.Sc.,
Site Engineer
(Eng.) with Railway workshop 05 01
experience
10 Quantity Surveyor B.Sc., (QS) or equal 05 - -
11 Experience in Railway Track
Technical Officer 20 - -
Laying

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-179

Section 6.6 Equipment Requirements

Using Form EQU in Section 4 (Bidding Forms), the Bidder must demonstrate that it has the key equipment
listed below:

Minimum Number
Equipment Type and Characteristics
Required

1 Concrete Batching Plant (100 Cum/day) 1

2 100T Mobile Crane 2

3 Concrete Paver for Flooring 1

4 Hydraulic Pile Driver (Non-impact type) 1

5 Concrete pump cars (yard and site) 1

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-180

Section 6.7 Geotechnical Investigation Work

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-181

Section 6.8 Environmental Management Plan and Environmental Monitoring Plan

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Environmental Management
Plan
Design and Construction of Railway DMU
Workshop at Rathmalana
Environmental Management Plan for Design and Construction of Railway DMU Workshop at Rathmalana of Railway Efficiency Improvement Project

Chapter five “Screening of environmental impacts and mitigation measures” of the Initial Environmental Examination (IEER) developed for six subcomponents involving civil works of Railway
Efficiency Improvement Project (REIP) presents all impacts and mitigation measures that would arise due to implementation of these six subcomponents.

This Environmental Management Plan (EMP) is the summarized matrix of impacts and mitigation measures with respect to development of proposed Design and Construction of Railway
DMU Workshop at Rathmalana. The impacts and mitigation measures specific to design, pre-construction, construction and operation of OH&TCC are summarized from above chapter of
the IEER with specific monitoring measures.

The EMP presents the impacts and mitigation measures on activity basis occurring at project design and pre-construction; construction and operation stages. Therefore the EMP is presented
as three sections, and the environmental management and monitoring parameters are discussed within each section.

The overall responsibility of executing the EMP is held with Project Management Unit (PMU). Design, pre-construction and operational level mitigation measures will be directly implemented
by PMU and/ or relevant divisions of SLR. Mitigation measures during construction stage will be implemented by appointed contractor/s under direct supervision of a Project Implementing
Consultant (PIC) and PMU.

This EMP shall be included in the Bid Documents and bidders are advised to carefully consider the EMP requirements stated under item 2.0 “Construction phase” when preparing the bid
and pricing the items of work. As a thumb of rule it is suggested that the contractor allows 5~10% of construction cost as cost to execute environmental compliance requirements. The
prescriptions detailed in the EMP are mandatory in nature and also contractually binding. Therefore the appointed contractor shall submit a Site Specific Environmental Management Action
Plan (SSEMAP) based on the impacts/ issues and mitigation measures listed in this EMP for a given site and relevant activities.

Contractor/s shall submit a draft SSEMAP at the time of mobilization and the PIC shall make sure that the reviewed and approved SSEMAP is available with the contractor at the time of land
preparation activities commence at a given site. The approved SSEMAP shall equally be applicable to sub-contractors including nominated sub-contractors if any.

Appointed contractor/s shall submit monthly progress reports on status of compliance with SSEMAP to PIC. The PIC with environment/ social staff of PMU shall conduct site visits to verify
the level of compliance by contractor/s. PIC shall advise/ instruct the contractor on additional mitigation measures in cases of the used mitigation measures is not effective or in cases of any
non-compliance.

In case the Contractor/s or sub-contractor/s fails to implement the SSEMAP recommendations after informing in writing, the PIC shall take whatever actions it is deemed necessary to ensure
that the SSEMAP is properly implemented. If the contractor or his sub-contractor/s still fails to comply with SSEMAP requirements, the PIC may levy a penalty based on the level of non-
compliance, cost incurred to rectify the damages caused by such negligence and/ or recover the cost from contractor’s payments.

The Contractor/s through an appointed Environment/ social Officer (EO) shall implement the mitigation measures at site. The EO shall also keep records of daily activities related to SSEMAP.
The contractor/s shall submit a monthly progress report on environment compliance to PIC and assist the PIC and PMU in any other tasks related to environment compliance.
1.0 Preconstruction stage

Activity Issues/ Impacts and Mitigation Measures Monitoring


Issues/ Impacts Mitigation measures Location/s Implementation/ Cost of Acceptable limits/ Performance Target
Supervision mitigation (Baseline) monitoring
indicator
Detail design Stability of building structure Designs shall be done confirming Design and Design Design Design and Design standards Design of a
against winds with high to building design and Construction of consultants/ cost construction included in to sustainable
velocity and ground construction standards of UDA Railway DMU PMU for CSREIP standards of UDA. designs. building structure.
vibration. and recommendations from Workshop at
NBRO. Rathmalana
Detail design High energy usage in Designs to incorporate use of Design and Design Design Standards set Availability of Reduce the energy
buildings and failures of energy efficient lighting, use of Construction of consultants/ cost under building energy saving foot print.
electrical supplies. natural lighting, use of renewal Railway DMU PMU for CSREIP codes of measures in
energy (i.e. photovoltaic Workshop at International design.
generation) and other green Rathmalana Energy Agency.
building concepts.
Designing of backup power
systems.
Detail design Vibration damages to the Selection of material suitable to Design and Design Design Standard for Type 2 Availability of A building that
building, withstand vibrations and act as Construction of consultants/ cost structures under material selection, would resist noise
Nuisance caused to noise insulators for the vibration Railway DMU PMU for CSREIP CEA interim noise insulators in and vibration.
occupants of building. and noise caused by movement of Workshop at vibration levels. design
trains and vehicular traffic. Rathmalana

Detail design Contamination and pollution Design in house sewage treatment Design and Design Design National Availability of in No untreated
of soil, surface and ground plants or connect to common Construction of consultants/ cost Environmental house sewage waste water, or
water resources by spillage sewer lines. Railway DMU PMU for CSREIP (Protection and treatment plants in sewage discharge
or discharge of sewage, Workshop at Quality) design with in to soil or water
wash/ grey water. Rathmalana Regulations No. 1 adequate capsity. sources.
of 1990
Detail design Availability of sanitary Incorporate wash areas, sanitary Design and Design Design NA Availability of wash NA
facilities and wash areas, facilities, dining areas, rest areas Construction of consultants/ cost areas, sanitary
dining areas, rest areas and and parking lots with adequate Railway DMU PMU for CSREIP facilities, dining
parking lots capsity in to designs. Workshop at areas, rest areas
Rathmalana and parking lots
with adequate
capsity in designs.
Detail design Hazardous conditions due to Inclusion of smoke detectors, fire Workshop and Design Design Design and Availability of Immediate
fires and other emergencies. alarms, fire extinguishers, fire Stores Building consultants/ cost construction smoke detectors, evacuation and
hydrants, emergency exists and at Ratmalana PMU for CSREIP standards of UDA. fire alarms, fire safety of
gathering points in each building CME Premises extinguishers, fire occupants.
design. . hydrants,
emergency exists
Activity Issues/ Impacts and Mitigation Measures Monitoring
Issues/ Impacts Mitigation measures Location/s Implementation/ Cost of Acceptable limits/ Performance Target
Supervision mitigation (Baseline) monitoring
indicator
and gathering
points in design.
Note:
CEA: Central Environmental Authority; NA: Not Applicable; NBRO: National Building Research Organization; UDA: Urban Development Authority

2.0 Construction stage

Construction Issues/ Impacts and Mitigation Measures Monitoring


activity Issues/ Impacts Mitigation measures Locations Implementation Cost of Acceptable Performance Target
/ Supervision mitigation limits/ monitoring
(Baseline) indicator (with
frequency)
Site preparation – Generation of dust and Fencing off the construction site with Design and Contractor/ PIC Construction No public No. of water bowser Avoid nuisance to
demolition of high noise levels during corrugated sheets and/ or tarpaulin Construction of and PMU cost complaints due trips done per day public due to site
structures, removal demolition of structures which shall also act as dust and noise Railway DMU to dust and noise (weekly). preparation
of trees and and cutting of trees using barriers. Workshop at nuisance. No. of temporary works.
vegetation chain saws which shall Maintenance of these barriers until end Rathmalana noise barriers
be a nuisance to public of construction. constructed at site
and surrounding Clearing and demolition woks shall (Monthly).
communities. only be conducted during day time
(6.00 a.m. to 9.00 p.m. – as defined
with respect to Regulation 4 of National
Environment (Noise Control)
Regulations No. 1 of 1996).
Use of tyre baths and washing at exits
of each construction site to avoid mud
and debris carried out in tyres of dump
trucks.
Damping the exposed ground
surfaces.
Blockage of existing Avoid stockpiling disposed material or Incidences of
drainage. construction of temporary structure in blockage of
any way that would block existing drainage due to
drainage. washed off debris
Scheduling any excavation activity (weekly).
during the dry weather periods.
Disposal of all demolition debris to
approved sites by LA and CEA.
Construction Issues/ Impacts and Mitigation Measures Monitoring
activity Issues/ Impacts Mitigation measures Locations Implementation Cost of Acceptable Performance Target
/ Supervision mitigation limits/ monitoring
(Baseline) indicator (with
frequency)
Removal of Asbestos All waste shall be transported using Asbestos debris at
waste. well covered dump trucks, and they site (weekly)
shall not be allowed to be over loaded.
All Asbestos material shall be collected
without breakage and they shall be
transported to incinerators authorized
to incinerate such material.
Site preparation - Loss of trees and ground All trees marked for removal shall be Design and Contractor/ PIC Construction (Number of trees Number of trees Minimize removal
removal of trees, vegetation shall lead to cut and removed through the State Construction of and PMU cost at site and removed from site of existing
vegetation loss of habitat for these Timber Corporation. Railway DMU number of trees (weekly) until tree vegetation.
faunal species. Planting ornamental plants and trees Workshop at marked for removal is
(native species) within the construction Rathmalana removal.) completed.
sites as part of landscaping (replanting
3 trees for each tree removed).
Movement of Spillage of transport All haulage material shall not be over All routes used Contractor/ PIC, Construction NA Incidences of any Avoid any spillage
heavy trucks material on to road loaded and shall be properly covered. by these PMU and local cost overloading and of hauling
transporting surface. A transport management plan shall be vehicles to reach traffic police transporting material.
disposal and Traffic congestions developed, approved and material material without
construction caused by these implemented. extraction sites, covering (daily).
material vehicles. Instructing drivers of these vehicles to disposal sites
Safety of other road obey road rules and to drive in a from
users. responsible manner. construction
sites and back.
Use of high beam Affect the feeding and Focusing all flood lights only in to the Workshop and Contractor/ PIC Construction NA Incidences of flood Avoid disturbance
lighting (flood roosting habits of faunal construction sites. Stores Building and PMU cost lights focused to fauna.
lights) at species around these at Ratmalana outside the
construction sites sites during night hours. CME Premises construction site
(weekly).
Nuisance to public and Focusing all flood lights only in to the Contractor/ PIC NA Incidences of flood Avoid disturbance
communities living construction sites. and PMU lights focused to public and
around construction outside the community.
sites. construction site
(weekly).
Extraction of Depletion of natural Use of existing quarry and borrow sites Material Contractor/ PIC, Construction Noise and No. of public Operate all quarry
construction resources. operating with GS&MB, CEA and local extraction sites PMU, GS&MB, cost vibration levels complaints on dust, and borrow sites
material Depletion of air quality authority approvals and licences. CEA and LA to remain below noise and vibration as per
due to dust, Depletion of Selecting new quarry and borrow sites the stipulated (monthly), requirements
water quality due to with adequate capacity, quality and at limits as Availability of stipulated in
washed off sediments least 100 m away from water bodies, indicated in permits and permits and
and chemicals. settlements and habitats. GS&MB mining licences (annually), licences
(approvals)
Construction Issues/ Impacts and Mitigation Measures Monitoring
activity Issues/ Impacts Mitigation measures Locations Implementation Cost of Acceptable Performance Target
/ Supervision mitigation limits/ monitoring
(Baseline) indicator (with
frequency)
Nuisance to public due Obtaining approval from CEA (EPL), licence and EPL Incidences of
to high noise and GS&MB (Mining licence), local from CEA excavating material
vibration levels. authority (trade licence) and operating beyond limits
Failure of cut slopes according to conditions. (boundary) marked
causing hazard to public Blasting activities to be limited within on ground (monthly)
and workers. the time given in the mining licence.
Excavated pits causing Maintain a vegetation belt or any
hazards to public and artificial barrier around the sites.
animals. Executing site restoration plans soon
after the use of quarry or borrow sites.
Filling and levelling of excavated pits
with disposed material from
construction sites.
Storage of Wash off of soil and sand Soil and sand shall be stockpiled Design and Contractor/ PIC Construction (As presented in Incidences of Avoid water and
construction shall cause blockage of avoiding any wash offs from rain in to Construction of and PMU cost table 4.10 (a), washed off soil and air pollution from
material including drainage paths and nearby lands and water ways (Placing Railway DMU (b) of the IEER). in to nearby lands, discharges, spills,
chemicals and fuel silted on nearby lands. of soil bags around all stockpiles, Workshop at drains (weekly). dust and fumes.
for machinery Spilled oil/ fuel cause covering them). Rathmalana Incidences of
pollution of soil and Construction of spill retention structure spillage of oil/ fuel
water sources. around stores of fuel and oil. outside the spill
retention structure
(weekly).

Generation of dust All material stocks shall duly be (As presented in Incidences of
causing air pollution. covered against wind. table 4.4 of the complaints due to
Fumes and vapour Construct proper storage facilities for IEER). dust (weekly).
cause respiratory chemicals, cement and paints
problems to workers. including adequate ventilation.
Producing and use Contamination of soil Wash water of concrete mixer trucks Design and Contractor/ PIC Construction (As presented in Incidences of Avoid water and
of concrete and water sources from and any disposed concrete slurry shall Construction of and PMU cost table 4.10 (a), concrete waste, air pollution.
disposed concrete, be collected on to a drying bed lined Railway DMU (b) of the IEER). sludge and wash
concrete sludge and with thick gauge polythene or tarpaulin Workshop at water discharged
concrete mixer truck constructed within the construction Rathmalana outside collecting
wash water. site. Once dried it shall be transported area (weekly).
and disposed at an authorized disposal Incidences of
site or could be crushed and reused for burning used
paving, landscaping works or as filling cement bags
material in utility trenches at the site. (weekly).
Used cement bags shall be stored and
disposed only for recycling or
Construction Issues/ Impacts and Mitigation Measures Monitoring
activity Issues/ Impacts Mitigation measures Locations Implementation Cost of Acceptable Performance Target
/ Supervision mitigation limits/ monitoring
(Baseline) indicator (with
frequency)
incineration and shall not be burned at
site.
Use of cement silos and bulk cement
transporters instead of cement bags.
Operation of noise Nuisance to the public Construction and maintaining the Design and Contractor/ PIC Construction Maximum No. of temporary Minimum
generating and fauna. barrier around the construction sites. Construction of and PMU cost permissible noise barriers at site disturbance public
equipment at site Developing difficulties in Use exhaust mufflers in all Railway DMU noise levels (monthly). and fauna.
hearing under prolonged construction vehicles and equipment. Workshop at stipulated under No. of public
exposure to high noise All heavy machinery shall be Rathmalana NEA/ (As complaints due to
levels. maintained in good operable presented in noise (weekly).
conditions at all time during table 4.7 (a) of
construction period. IEER)
Additional fittings fitted to construction
equipment that generates high and
irritating noises shall not be permitted
at site.
Workers working with pneumatic tools
shall be instructed to wear ear plugs
during working hours.
Activities that generate noise levels
beyond 50 dB(A) shall not be carried
out during days with religious
importance or at night (from 21.00 to
6.00 hours as defined in Regulation 4
of National Environment (Noise
Control) Regulations No. 1 of 1996).
Written concurrence shall be taken
from PIC, PMU and CEA for any night
time construction activity/ies.
No impact type pile driving shall be
used at site. If more than one pile
driver is to be used they shall operate
tandemly.
Contractor shall inform the public on
any noisy operations that would be
carried out close to settlements with
details of timing and duration of such
operations.
Operation of Nuisance to the public Conduct a property condition survey of Design and Contractor/ PIC Construction Maximum No. of temporary Minimum
vibration and fauna. all structures within an area having a Construction of and PMU cost permissible noise barriers at site disturbance public
Railway DMU interim vibration (monthly). and fauna.
Construction Issues/ Impacts and Mitigation Measures Monitoring
activity Issues/ Impacts Mitigation measures Locations Implementation Cost of Acceptable Performance Target
/ Supervision mitigation limits/ monitoring
(Baseline) indicator (with
frequency)
generating Damages to nearby radius of 80 m from each construction Workshop at levels stipulated No. of public
equipment at site structures due to site. Rathmalana by CEA/ (As complaints due to
vibration. Occupants of such any structure presented in noise (weekly).
identified as weak shall be vacated table 4.8 (a) of
from the structure and provided with IEER)
alternate accommodation and any
subsistence assistance (if required)
during construction period.
The structure shall be properly
investigated for any structural failures
before handing over back to the
occupants.
Obtain a third party insurance to cover
any unforeseen damage to property.
Compensate for any damages caused
to structure due to vibration or repair
the damages.
Phasing off the demolition, earth
moving and ground impacting
operations so as not to occur in same
period of time.
Activities that create vibration shall be
avoided during at night time (21.00 –
6.00 hours as defined in Regulation 4
of National Environment (Noise
Control) Regulations No. 1 of 1996).
Operation of Emissions from these Open ground (soil surface) of all sites Design and Contractor/ PIC Construction Ambient air No. of public Minimum
machinery and machinery and vehicles shall be sprayed with water and kept Construction of and PMU. cost. quality complaints due to disturbance to
vehicles at site causing air pollution that dampen to arrest any dust emission. Railway DMU standards noise (weekly). public and fauna.
would cause respiratory Vehicle movements within Workshop at stipulated under
affects to public and construction sites shall be minimized Rathmalana NEA / (As
fauna. and the speed allowed within the sites presented in
shall not exceed 10-15 kmph. table 4.4 of
All heavy equipment and machinery IEER).
shall be in full compliance with the
national environmental air emissions
fuel and vehicle standards.
All vehicles delivering material to
construction sites shall duly cover the
material when transporting.
Construction Issues/ Impacts and Mitigation Measures Monitoring
activity Issues/ Impacts Mitigation measures Locations Implementation Cost of Acceptable Performance Target
/ Supervision mitigation limits/ monitoring
(Baseline) indicator (with
frequency)
Maintain the tyre bath and tyre
washing areas at each exit of the
construction sites.
Accidents and injuries to Barricading and restricting any public Contractor/ PIC Construction NA No. of accidents No serious or fatal
workers and public. from moving in to construction sites. and PMU. cost. and near misses at accidents at site.
Placing of warning signboards around site (weekly).
all construction sites.
Regular briefing and training of
machine, vehicle operators and
workers on safety precautions, and
their responsibilities for the safety of
themselves and others.
Providing workers with PPE, and
enforcing strict supervision so that the
PPEs are used during all working
hours.
Arranging for the provision of first aid
facilities, readily available trained
paramedical personnel, and
emergency transport to the nearest
hospital.
Arranging for regular safety checks of
vehicles (checks include operation of
reverse horns, head and tail lights,
braking including parking brakes) and
material.
Provision of hazard warning signals
around construction sites, and
directing vehicle and pedestrian traffic
away from work sites.
Establishment and Inferior living facilities Separate labour accommodation shall At all labour Contractor/ PIC Construction Not applicable Availability of food No domestic
maintenance of (labour be provided for male and female accommodation and PMU. cost. and waste bins with animals within
labour accommodations) shall labourers including separate toilet and sites. adequate numbers, labour
accommodations affect physical and washing facilities in adequate Availability of accommodations.
mental health of worker numbers. adequate supply of Adequate water
force. Separate cooking and dining areas drinking water and and sanitary
Possibilities of fire shall be constructed in these labour wash water, facilities available
hazards accommodations. Availability of to all worker force,
Attraction of domestic A first aid room shall also be provided adequate toilet and No diseases
and stray animals in to in each site. other sanitary spread by
labour accommodations facilities,
Construction Issues/ Impacts and Mitigation Measures Monitoring
activity Issues/ Impacts Mitigation measures Locations Implementation Cost of Acceptable Performance Target
/ Supervision mitigation limits/ monitoring
(Baseline) indicator (with
frequency)
and it’s neighbourhood, Billets shall be provided with adequate Appearance of mosquitoes and
and become pests in ventilation facilities and mosquito nets. breeding sites of flies.
adjacent residential Billets shall be constructed avoiding mosquito and flies
areas. any rain or storm water entering in to (monthly).
the billets.
All electrical wiring inside these billets
shall be well insulated and occupants
shall only use plug sockets to get
electricity for their utensils.
Fire extinguishers shall be kept in all
worker billets, cooking and dining
areas.
Adequate food and other waste
collecting bins with cover lids shall be
provided.
Collection and disposal of waste only
at locations approved by local
authority.
Burying food waste in pits cut within
labour accommodation area or giving
away the food and other degradable
waste to collectors of such degradable
waste.
Stagnation of storm Include proper storm water drainage NA Incidences of storm No accumulation
water leading to facilities and all water stagnant water stagnation of storm water at
breeding of mosquitoes locations will be levelled to allow free (weekly). labour
and flies. flow of storm water. accommodation.
Grey water discharged Waste water including wash water NA Incidences of No overflows and
from labour from labour accommodations shall overflow of septic blockages in
accommodations shall only be discharged outside the tanks (weekly). septic tanks.
pollute soil and water construction only after filtering.
sources. Regular cleaning of septic tanks to
avoid any situation of blockages and
overflow of septic tanks and sewerage
systems.
Activities of labour Issues on daily wages of Payments for male and female Design and Contractor/ PIC Construction NA No. of public No public
force labourers. labourers shall comply with the Construction of and PMU. cost. complaints due to complaints due to
Inferior working principle of equal wages for equal work Railway DMU unaccepted labour labour activities,
conditions shall affect done. Workshop at behaviour, No spread of
physical and mental Continuous labour supervision with Rathmalanaand Appearance of vector borne
health of worker force. frequent awareness programs on at labour breeding sites of diseases.
Construction Issues/ Impacts and Mitigation Measures Monitoring
activity Issues/ Impacts Mitigation measures Locations Implementation Cost of Acceptable Performance Target
/ Supervision mitigation limits/ monitoring
(Baseline) indicator (with
frequency)
Possibility of increase in health and safety, to avoid activities accommodation mosquito and flies
spread of STD including that would create conflicts with s (monthly)
spread of HIV/ AIDS in surrounding communities and public.
the area. Counselling of worker force.
Development of Regular tool box meeting focusing on
unwanted business such safe operations, personal safety,
as illicit liquor, safety of others and keeping an
Conflicts between environmentally friendly work
communities and environment.
migrant labour. Provide health and first aid facilities to
Creating health worker force.
problems including Provide adequate drinking and wash
breeding of mosquitoes water facilities.
and flies.
Accidents to workers. Arranging for the provision of first aid Contractor/ PIC Construction NA No. of accidents No serious or fatal
facilities, readily available trained and PMU. cost. and near misses at accidents at site.
paramedical personnel, and site (weekly).
emergency transport to the nearest
hospital.

Site clearing/ Heaped up construction All scrap material and construction Design and Contractor/ PIC Construction NA No scrap material or No waste left over
cleaning (at end of waste at site will create a waste shall be disposed to an Construction of and PMU. cost. construction waste at site.
construction) and negative impression on authorized collector/s of such waste. Railway DMU at site (once at end
landscaping the scenic beauty of Workshop at of construction).
these new constructions Rathmalana
and also attract “scrap
collectors”.
Remaining ground in Conduct shade tree and ornamental Contractor/ PIC Construction NA Planting of shade Improve the
these lands if kept plant planting as part of landscaping and PMU. cost. trees and scenic beauty of
exposed to wind and works. ornamental plants the completed
storm events it will (once at end of sites.
create dust and get Planting of trees shall be done at the construction).
eroded during rains. rate of at least 3 trees planted for each
Direct exposure of open tree removed.
land to solar energy shall
heat the ground surface
causing localized
convective currents.
Note:
CEA: Central Environmental Authority; EPL: Environmental Protection Licence; GS&MB: Geological Survey and Mines Bureau; LA: Local Authority; PPE: Personal Protection Equipment; STD: Sexually Transmitted
Diseases
3.0 Operational stage

Activity Issues/ Impacts and Mitigation Measures Monitoring


Issues/ Impacts Mitigation measures Locations Implementation/ Cost of Baseline/ Performance Target
Supervision mitigation Acceptable monitoring
limits indicator
Management of solid Accumulation of waste Users and occupants of all the Design and PMU or Operation NA No waste shall be To have a clean
waste including food (solid and liquid) and facilities shall be advised to do waste Construction of designated and observed outside environment.
and kitchen waste; sewage. separation at the source itself. Railway DMU division of SLR, maintenance waste collecting
domestic waste Food and kitchen waste All facilities shall have a dedicated Workshop at LA. cost. areas (weekly).
(paper, plastic and disposed around the central solid waste collecting site Rathmalana
glass) and electrical/ project sites shall which shall have separate facilities
electronic. attract stray animals (collectors) to dispose the segregated
Management of and birds. An waste.
liquid waste including unpleasant smell shall This waste shall be handed over to
grey water and be emitted from partially authorised collectors on a regular
sewage decomposed food and basis.
kitchen waste. Such
heaps of garbage shall
also be breeding and
feeding grounds for
vectors of diseases
such as mosquitoes,
flies, rats and common
mongoose. Garbage
around the site shall
also have a negative
visual appearance.
The electrical/ Electrical/ electronic waste of PMU or Operation NA No waste shall be To have a clean
electronic waste OH&TCC shall only be disposed by designated and observed outside environment.
generated include SLR to authorised collectors for division of SLR, maintenance waste collecting
Mercury which is recycling. LA. cost. areas (weekly).
considered as a
hazardous heavy
metal.
Break down of wash All wash water/grey water filter
water/ grey water filter systems installed at each facility shall
systems shall cause be cleaned and maintained on a
spills or direct regular basis. Any malfunction of the
discharge of waste system shall be attended within the
water in to ground or shortest possible time to avoid any
existing drainage over spills and direct discharges.
network.
NA
Activity Issues/ Impacts and Mitigation Measures Monitoring
Issues/ Impacts Mitigation measures Locations Implementation/ Cost of Baseline/ Performance Target
Supervision mitigation Acceptable monitoring
limits indicator
Break down of the The central sewage systems installed PMU or Operation Incidences of Continuous
central sewage at site shall also be maintained on a designated and system failures operation of
treatment system shall regular basis (especially servicing of division of SLR, maintenance (weekly). central sewage
cause a nuisance to pumps and motors). LA. cost. systems.
users and occupants of
these facilities.
Maintenance and Hazards to occupants All firefighting systems in these Design and PMU or Operation NA Maintenance of No fires or
inspections on safety due to accidental fires facilities shall be regularly inspected Construction of designated and firefighting operational
arrangements and smoke. by trained staff and shall be Railway DMU division of SLR, maintenance equipment (once in failures of
maintained. Workshop at LA. cost. six months). escalators/ lifts
All occupants in these buildings shall Rathmalana at sites.
be given training on safe evacuation
in case of a fire or gas leak hazard.
All emergency exits shall be
maintained so that there would be no
obstacles for movement in any
emergency.
Accidents to users of All escalators/ lifts at OH&TCC shall NA Maintenance of
escalators/ lifts due to be regularly inspected for their escalators/ lifts
malfunctions of operation, serviced and maintained by equipment (once in
machines. trained staff. six months).
Environmental Monitoring
Plan
Design and Construction of Railway
DMU Workshop at Rathmalana
Environmental Monitoring Plan for Design and Construction of Railway DMU Workshop at Rathmalanaof Railway Efficiency Improvement Project

This matrix includes the Environmental Monitoring Plan (EMoP) for Design and Construction of Railway DMU Workshop at Rathmalanasubcomponent of Railway Efficiency
Improvement Project (REIP).

The matrix include environment quality parameters that should be monitored during pre-construction, construction and operational stages of the project. Measurements of
environmental parameters at pre-construction and construction stages shall be a responsibility of the appointed contractor. Therefore the contractors is expected to cost for
environmental monitoring during pre-construction and construction stages when bidding for the project.

Appointed contractor shall produce environment parameter monitoring reports including the results of the measurements and submit to Project Implementing Consultant (PIC) to
be included in their respective environment reports.

Measurement of environment parameters during operational stage of each subcomponent shall be the responsibility of the Project Management Unit (PMU) or designated division
of Sri Lanka Railways (SLR).

Environmental Project Parameters to be Locations and No. of samples Frequency Standards and Approximate Implementation and
component stage monitored measurement rate per sample Supervision
methods (Rs.)
Air quality Pre- SPM, PM10, Design and Construction of Railway DMU Once during dry weather NAAQS under 50,000 Implemented by the
Construction PM2.5, NO2, SO2, Workshop at Rathmalana(1 Nos.) and once during wet NEA Contractor under
CO, CO2 weather conditions supervision of PIC and
PMU
Construction SPM, PM10, Design and Construction of Railway DMU On complain basis or 50,000 Implemented by the
PM2.5, NO2, SO2, Workshop at Rathmalana(1 Nos.) semi-annually if no Contractor under
CO, CO2 complain is received supervision of PIC and
during a period of 6 PMU
months
Operational SPM, PM10, Design and Construction of Railway DMU On complain basis NAAQS under 50,000 Implemented by PMU or
PM2.5, NO2, SO2, Workshop at Rathmalana(1 Nos.) NEA designated division of
CO, CO2 SLR
Noise Pre- Residual noise Design and Construction of Railway DMU Once during dry weather NENCR under 35,000 Implemented by the
Construction level (dB) Workshop at Rathmalana(1 Nos.) and once during wet NEA Contractor under
Background noise weather conditions supervision of PIC and
level L90 dB (A) PMU
Environmental Project Parameters to be Locations and No. of samples Frequency Standards and Approximate Implementation and
component stage monitored measurement rate per sample Supervision
methods (Rs.)
Construction Residual noise Design and Construction of Railway DMU On complain basis or 35,000 Implemented by the
level (dB) Workshop at Rathmalana(1 Nos.) semi-annually if no Contractor under
Background noise complain is received supervision of PIC and
level L90 dB (A) during a period of 6 PMU
months
Operational Residual noise Design and Construction of Railway DMU On complain basis 35,000 Implemented by PMU or
level (dB) Workshop at Rathmalana(1 Nos.) designated division of
Background noise SLR
level L90 dB (A)
Vibration Pre- Vibration in Peak Design and Construction of Railway DMU Once during dry weather Maximum 30,000 Implemented by the
Construction Particle Velocity Workshop at Rathmalana(1 Nos.) and once during wet permissible Contractor under
(mm/sec) weather conditions interim vibration supervision of PIC and
levels stipulated PMU
Construction Vibration in Peak Design and Construction of Railway DMU On complain basis or by CEA, using 30,000 Implemented by the
Particle Velocity Workshop at Rathmalana(1 Nos.) semi-annually if no methods under Contractor under
(mm/sec) complain is received International supervision of PIC and
during a period of 6 Organisation for PMU
months Standardisation
Operational Vibration in Peak Design and Construction of Railway DMU On complain basis –ISO 30,000 Implemented by PMU or
Particle Velocity Workshop at Rathmalana(1 Nos.) 4966:1990E designated division of
(mm/sec) SLR
Water quality Pre- Temperature, pH, Design and Construction of Railway DMU Once during dry weather National 10,000 Implemented by the
Construction EC, DO, BOD5, Workshop at Rathmalana(1 Nos.) and once during wet Environmental Contractor under
TSS, TDS, weather conditions (Protection and supervision of PIC and
Turbidity, Salinity, Quality) PMU
oil and grease, Regulations No.
Total Coliform 1 of 1990
Count
Construction Temperature, pH, Design and Construction of Railway DMU On complain basis or 10,000 Implemented by the
EC, DO, BOD5, Workshop at Rathmalana(1 Nos.) semi-annually if no Contractor under
TSS, TDS, complain is received supervision of PIC and
Turbidity, Salinity, PMU
Environmental Project Parameters to be Locations and No. of samples Frequency Standards and Approximate Implementation and
component stage monitored measurement rate per sample Supervision
methods (Rs.)
oil and grease, during a period of 6
Total Coliform months
Count
Operational Temperature, pH, Design and Construction of Railway DMU On complain basis 10,000 Implemented by PMU or
EC, DO, BOD5, Workshop at Rathmalana(1 Nos.) designated division of
TSS, TDS, SLR
Turbidity, Salinity,
oil and grease,
Total Coliform
Count

Note: BOD5: Biological Oxygen Demand (5day); CO: Carbon Monoxide; CO2: Carbon Dioxide; DO: Dissolved Oxygen; EC: Electrical Conductivity; NO2: Nitrogen Dioxide; PM10: Particulate Matter
<10µm; PM2.5: Particulate Matter <2.5µm; SO2: Sulphur Dioxide; SPM: Suspended Particulate Matter; TDS: Total Dissolved Solids; TSS: Total Suspended Solids;
Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-182

Section 6.9 Preliminary Architectural Drawings (Provided as a separate Volume)

-for guidance purpose only-

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-183

APPENDIX 1
OFFICE FOR THE ENGINEER

The offices shall be provided in accordance with the following schedules and at the end of the project
furniture and equipment will be the prosperity of the Employer.

Main Office for Engineer

Item No DESCRIPTION Qty.

1. A. Office Type 1 – Fully Air Conditioned

Main Office minimum gross floor area of 250sq.m. located as directed by the Engineer

Office rooms 4

Conference rooms 1

Bathrooms – male 2

Bathrooms – female 1

Kitchen 1

Store room 1

Lunch room 1

2. B. Furniture (for each office)

Office desks, L shape, 150x75cm with 130x45 cm computer credenza and each having
1
at least 3 drawers, one of which is lockable

Office desks, L shape, 120x70cm with 120x45 cm computer credenza and each having
1
at least 3 drawers, one of which is lockable

Computer desks 2

Executive chairs, gas lift height adjustment, arm rests 4

Typist chairs, gas lift height adjustment, arm rests 2

Visitor’s chairs 5

Steel filing cabinets with four drawers 2

Book shelves, 1mx2m with 3 shelves and lockable cupboard at base 2

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements
6-184

Storage cabinets 1mx2m, two doors, lockable 1

Conference table 1

Conference chairs 10

Dining table with glass top 1

Dining chairs 4

Kitchen table 1

White marker board 1.2mx0.8m 1

Waste paper baskets 10

Window blinds/curtains to all windows 1 set

Drawing rack (accommodate up A1 size) 2

3. C. Equipment (for each office)

Laptop with internet facility, Intel Core i7 2630QM 2GHZ Up To 2.93GHZ, 15" (minimum), 8 GB
DDR3RAM, Ports (1VGA, 1HDMI, 2headphone-out,1microphone – in,2USB2.0 ,2USB3.0, 1J45
Wireless LAN 802.11 b/g/n; Bluetooth wireless networking, Network interface- Integrated
10/100/1000 Gigabit Ethernet LAN, minimum 600 GB
HDD, DVD-CD/RW drive, with licensed Windows 10/11 Professional, Microsoft Office 2
Professional.

Branded PC with internet connection- Intel Core i7- Processor (8M Cache, 3.06 Ghz, 3

4.80 GT/s Intel QPI), EVGA X58 SLI 3 Mother Board, (USB 3.0 SATA 6G), 6GB DDR3 RAM,
500GB SATA Hard Disk, 1GB VGA Card, DVD Writer SATA, Mouse, Keyboard,
Speakers, Modem, 17" flat screen LCD monitor, Microsoft Mouse, with licensed Windows 10/11
Professional, Microsoft Office Professional.

Uninterrupted Power Supply, On line Unit 1 kVA with sealed maintenance free battery and 60
3
minutes backup time.

LAN (24 hub) wiring loops for desktop computers and printers 3

Broadband wireless internet connection linked to the office LAN with capacity to
1
provide internet services to all computers on network.

A3 & A4 Ink jet colour printer 1

A4 laser jet printer 1

Computer software, licensed copies of MS Project – latest available version 1

Single-Stage: Two-Envelope (Design-Build) Procurement of Works Bidding Document


Colombo Suburban Railway Efficiency Improvement Project
Design and Construction of Railway DMU Workshop at Rathmalana
Section 6 - Employer’s Requirements 6-185

Computer software, licensed copies of AUTOCAD 2017 or latest available version 1

Telephone lines at least one capable of internet connection 3

4 phone exchange with handset in each office 1

Multi-function printer and scanner (A3/A4) with Plain paper fax capability 1

Heavy duty photocopier with laser/digital technology, minimum 50 copies per minute,
magnification of +25 to 400%, original print area A3 and paper size A3 to A6, resolution 600dpi
minimum, continuous copying of 999 pages maximum, scan
1
Memory of 100MB minimum, capable of network printing and supplied with stand.

Multimedia projector 1

Mechanical comb binding machine 1

Heavy duty stapler 1

Kitchen equipment including refrigerator (300 litre) with separate deep freeze, electric kettle, 24
place tea set, 12 place dinner set, cutlery, kitchen disposal bin,
1
kitchen table and work surfaces, four ring gas cookers with grill and two gas Cylinders, double
sink unit with draining board, wall and base kitchen units set

Note:

All personal protective equipment for Engineer’s staff shall be provided.


Maintenance and Cleaning shall be provided daily

Bidding Document Procurement of Works Single-Stage: Two-Envelope (Design-Build)


Design and Construction of Railway DMU Workshop at Rathmalana
Section 7 - General Conditions of Contract 7-1

Section 7 - General Conditions of Contract

The Conditions of Contract comprise two parts, this Section 7 - General Conditions of Contract (GCC)
and the following Section 8 - Particular Conditions of Contract (PCC).

The General Conditions shall be the ‘Conditions of Contract for Plant and Design-Build for
ELECTRICAL AND MECHANICAL PLANT and Design-Build FOR BUILDING AND
ENGINEERING WORKS, DESIGNED BY THE CONTRACTOR’ 1st Edition 1999, prepared and
published by the Fédération Internationale des Ingénieurs-Conseils (FIDIC).

Copies of the said FIDIC Conditions of Contract can be obtained from:

FIDIC Secretariat
PO Box 86
1000 Lausanne 12
Switzerland.
Facsimile: +41 21 653 5432
Telephone: +41 21 654 4411
E-mail: fidic@pobox.com

or electronically from the FIDIC website:

http://fidic.org/books/plant-and-design-build-contract-1st-ed-1999-yellow-book

The standard text of the General Conditions chosen must be retained intact to facilitate its reading and
interpretation by Bidders and its review by ADB. Any amendments and additions to the GCC, specific
to the contract in hand, should be introduced in Section 8 (Particular Conditions of Contract), Part A
(Appendix to Tender) and Part B (Special Provisions). Clause numbers in the PCC correspond to those
in the GCC. As per PCC 1.5 (Priority of Documents), the PCC takes precedence over the GCC.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
7-2 Section 7 - General Conditions of Contract

APPENDIX
General Conditions of Dispute Board Agreement

1. Definitions Each “Dispute Board Agreement” is a tripartite agreement by and between:


(a) the “Employer”;
(b) the “Contractor”; and
(c) the “Member” who is defined in the Dispute Board Agreement as being:
(i) the sole member of the "DB" and, where this is the case, all
references to the “Other Members” do not apply, or
(ii) one of the three persons who are jointly called the “DB” (or “dispute
board”) and, where this is the case, the other two persons are called
the “Other Members.”

The Employer and the Contractor have entered (or intend to enter) into a
contract, which is called the "Contract" and is defined in the Dispute Board
Agreement, which incorporates this Appendix. In the Dispute Board
Agreement, words and expressions which are not otherwise defined shall have
the meanings assigned to them in the Contract.

2. General Provisions Unless otherwise stated in the Dispute Board Agreement, it shall take effect on
the latest of the following dates:
(a) the Commencement Date defined in the Contract,
(b) when the Employer, the Contractor, and the Member have each signed
the Dispute Board Agreement, or
(c) when the Employer, the Contractor and each of the Other Members (if
any) have respectively each signed a dispute board agreement.
This employment of the Member is a personal appointment. At any time, the
Member may give not less than 70 days’ notice of resignation to the Employer
and to the Contractor, and the Dispute Agreement shall terminate upon the
expiry of this period.

3. Warranties The Member warrants and agrees that he/she is and shall be impartial and
independent of the Employer, the Contractor, and the Engineer. The Member
shall promptly disclose, to each of them and to the Other Members (if any),
any fact or circumstance, which might appear inconsistent with his/her
warranty and agreement of impartiality and independence.

When appointing the Member, the Employer and the Contractor relied upon
the Member’s representations that he/she is
(a) experienced in the work, which the Contractor is to carry out under the
Contract;
(b) experienced in the interpretation of contract documentation; and
(c) fluent in the language for communications defined in the Contract.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 7 - General Conditions of Contract 7-3

4. General The Member shall


Obligations of the
Member (a) have no interest, financial or otherwise, in the Employer, the Contractor
or Engineer, nor any financial interest in the Contract except for payment
under the Dispute Board Agreement;
(b) not previously have been employed as a consultant or otherwise by the
Employer, the Contractor, or the Engineer, except in such circumstances
as were disclosed in writing to the Employer and the Contractor before
they signed the Dispute Board Agreement;
(c) have disclosed in writing to the Employer, the Contractor, and the Other
Members (if any), before entering into the Dispute Board Agreement and
to his/her best knowledge and recollection, any professional or personal
relationships with any director, officer, or employee of the Employer, the
Contractor or the Engineer, and any previous involvement in the overall
project of which the Contract forms part;
(d) not, for the duration of the Dispute Board Agreement, be employed as a
consultant or otherwise by the Employer, the Contractor, or the Engineer,
except as may be agreed in writing by the Employer, the Contractor, and
the Other Members (if any);
(e) comply with the annexed procedural rules and with Subclause 20.4 of the
Conditions of Contract;
(f) not give advice to the Employer, the Contractor, the Employer’s
Personnel or the Contractor’s Personnel concerning the conduct of the
Contract, other than in accordance with the annexed procedural rules;
(g) not, while a Member, enter into discussions or make any agreement with
the Employer, the Contractor, or the Engineer regarding employment by
any of them, whether as a consultant or otherwise, after ceasing to act
under the Dispute Board Agreement;
(h) ensure his/her availability for all site visits and hearings as are necessary;
(i) become conversant with the Contract and with the progress of the Works
(and of any other parts of the project of which the Contract forms part) by
studying all documents received, which shall be maintained in a current
working file;
(j) treat the details of the Contract and all the Dispute Board’s activities and
hearings as private and confidential, and not publish or disclose them
without the prior written consent of the Employer, the Contractor, and the
Other Members (if any); and
(k) be available to give advice and opinions, on any matter relevant to the
Contract when requested by both the Employer and the Contractor,
subject to the agreement of the Other Members (if any).

5. General The Employer, the Contractor, the Employer’s Personnel and the Contractor’s
Obligations of the Personnel shall not request advice from or consultation with the Member
Employer and the regarding the Contract, otherwise than in the normal course of the Dispute
Contractor Board’s activities under the Contract and the Dispute Board Agreement. The
Employer and the Contractor shall be responsible for compliance with this
provision, by the Employer’s Personnel and the Contractor’s Personnel

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
7-4 Section 7 - General Conditions of Contract

respectively.

The Employer and the Contractor undertake to each other and to the Member
that the Member shall not, except as otherwise agreed in writing by the
Employer, the Contractor, the Member, and the Other Members (if any),
(a) be appointed as an arbitrator in any arbitration under the Contract;
(b) be called as a witness to give evidence concerning any dispute before
arbitrator(s) appointed for any arbitration under the Contract; or
(c) be liable for any claims for anything done or omitted in the discharge or
purported discharge of the Member’s functions, unless the act or omission
is shown to have been in bad faith.

The Employer and the Contractor hereby jointly and severally indemnify and
hold the Member harmless against and from claims from which he is relieved
from liability under the preceding paragraph.

Whenever the Employer or the Contractor refers a dispute to the Dispute


Board under Subclause 20.4 of the Conditions of Contract, which will require
the Member to make a site visit and attend a hearing, the Employer or the
Contractor shall provide appropriate security for a sum equivalent to the
reasonable expenses to be incurred by the Member. No account shall be taken
of any other payments due or paid to the Member.

6. Payment The Member shall be paid as follows, in the currency named in the Dispute
Board Agreement:
(a) a retainer fee per calendar month, which shall be considered as payment
in full for
(i) being available on 28 days’ notice for all site visits and hearings;
(ii) becoming and remaining conversant with all project developments
and maintaining relevant files;
(iii) all office and overhead expenses including secretarial services,
photocopying and office supplies incurred in connection with his
duties; and
(iv) all services performed hereunder except those referred to in sub-
paragraphs (b) and (c) of this Clause.

The retainer fee shall be paid with effect from the last day of the calendar
month in which the Dispute Board Agreement becomes effective; until the last
day of the calendar month in which the Taking-Over Certificate is issued for
the whole of the Works.

With effect from the first day of the calendar month following the month in
which the Taking-Over Certificate is issued for the whole of the Works, the
retainer fee shall be reduced by one third. This reduced fee shall be paid until
the first day of the calendar month in which the Member resigns or the Dispute
Board Agreement is otherwise terminated.
(b) a daily fee, which shall be considered as payment in full, for
(i) each day or part of a day up to a maximum of 2 days’ travel time in
each direction for the journey between the Member’s home and the
site, or another location of a meeting with the Other Members (if

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 7 - General Conditions of Contract 7-5

any);
(ii) each working day on Site visits, hearings, or preparing decisions; and
(iii) each day spent reading submissions in preparation for a hearing.
(c) all reasonable expenses, including necessary travel expenses (air fare in
less than first class, hotel and subsistence, and other direct travel
expenses) incurred in connection with the Member’s duties, as well as
the cost of telephone calls, courier charges, faxes and telexes: a receipt
shall be required for each item in excess of five percent (5%) of the daily
fee referred to in sub-paragraph (b) of this Clause;
(d) any taxes properly levied in the Country on payments made to the
Member (unless a national or permanent resident of the Country) under
this Clause 6.

The retainer and daily fees shall be as specified in the Dispute Board
Agreement. Unless it specifies otherwise, these fees shall remain fixed for the
first 24 calendar months, and shall thereafter be adjusted by agreement
between the Employer, the Contractor, and the Member, at each anniversary
of the date on which the Dispute Board Agreement became effective.

If the parties fail to agree on the retainer fee or the daily fee, the appointing
entity or official named in the Contract Data shall determine the amount of the
fees to be used.

The Member shall submit invoices for payment of the monthly retainer and air
fares quarterly in advance. Invoices for other expenses and for daily fees shall
be submitted following the conclusion of a site visit or hearing. All invoices
shall be accompanied by a brief description of activities performed during the
relevant period and shall be addressed to the Contractor.

The Contractor shall pay each of the Member’s invoices in full within 56
calendar days after receiving each invoice and shall apply to the Employer (in
the Statements under the Contract) for reimbursement of one-half of the
amounts of these invoices. The Employer shall then pay the Contractor in
accordance with the Contract.

If the Contractor fails to pay to the Member the amount to which he/she is
entitled under the Dispute Board Agreement, the Employer shall pay the
amount due to the Member and any other amount which may be required to
maintain the operation of the Dispute Board; and without prejudice to the
Employer’s rights or remedies. In addition to all other rights arising from this
default, the Employer shall be entitled to reimbursement of all sums paid in
excess of one-half of these payments, plus all costs of recovering these sums
and financing charges calculated at the rate specified in Subclause 14.8 of the
Conditions of Contract.

If the Member does not receive payment of the amount due within 70 days
after submitting a valid invoice, the Member may (i) suspend his/her services
(without notice) until the payment is received, and/or (ii) resign his/her
appointment by giving notice under Clause 7.

7. Termination At any time, (i) the Employer and the Contractor may jointly terminate the
Dispute Board Agreement by giving 42 days’ notice to the Member; or (ii) the
Member may resign as provided for in Clause 2.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
7-6 Section 7 - General Conditions of Contract

If the Member fails to comply with the Dispute Board Agreement, the Employer
and the Contractor may, without prejudice to their other rights, terminate it by
notice to the Member. The notice shall take effect when received by the
Member.

If the Employer or the Contractor fails to comply with the Dispute Board
Agreement, the Member may, without prejudice to his other rights, terminate it
by notice to the Employer and the Contractor. The notice shall take effect
when received by them both.

Any such notice, resignation and termination shall be final and binding on the
Employer, the Contractor, and the Member. However, a notice by the
Employer or the Contractor, but not by both, shall be of no effect.

8. Default of the If the Member fails to comply with any of his obligations under Clause 4 (a)-(d)
Member above, he shall not be entitled to any fees or expenses hereunder and shall,
without prejudice to their other rights, reimburse each of the Employer and the
Contractor for any fees and expenses received by the Member and the Other
Members (if any), for proceedings or decisions (if any) of the Dispute Board
which are rendered void or ineffective by the said failure to comply.

If the Member fails to comply with any of his obligations under Clause 4 (e) -
(k) above, he shall not be entitled to any fees or expenses hereunder from the
date and to the extent of the noncompliance and shall, without prejudice to
their other rights, reimburse each of the Employer and the Contractor for any
fees and expenses already received by the Member, for proceedings or
decisions (if any) of the Dispute Board, which are rendered void or ineffective
by the said failure to comply.

9. Disputes Any dispute or claim arising out of or in connection with this Dispute Board
Agreement, or the breach, termination, or invalidity thereof, shall be finally
settled by institutional arbitration. If no other arbitration institute is agreed, the
arbitration shall be conducted under the Rules of Arbitration of the International
Chamber of Commerce by one arbitrator appointed in accordance with these
Rules of Arbitration.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 7 - General Conditions of Contract 7-7

Procedural Rules
Unless otherwise agreed by the Employer and the Contractor, the Dispute Board shall visit the site at
intervals of not more than 140 days, including times of critical construction events, at the request of
either the Employer or the Contractor. Unless otherwise agreed by the Employer, the Contractor, and
the Dispute Board, the period between consecutive visits shall not be less than 70 days, except as
required to convene a hearing as described below.

The timing of and agenda for each site visit shall be as agreed jointly by the Dispute Board, the
Employer, and the Contractor, or in the absence of agreement, shall be decided by the Dispute
Board. The purpose of site visits is to enable the Dispute Board to become and remain acquainted
with the progress of the Works and of any actual or potential problems or claims, and, as far as
reasonable, to endeavor to prevent potential problems or claims from becoming disputes.

Site visits shall be attended by the Employer, the Contractor, and the Engineer and shall be
coordinated by the Employer in cooperation with the Contractor. The Employer shall ensure the
provision of appropriate conference facilities and secretarial and copying services. At the conclusion
of each site visit and before leaving the site, the Dispute Board shall prepare a report on its activities
during the visit and shall send copies to the Employer and the Contractor.

The Employer and the Contractor shall furnish to the Dispute Board one copy of all documents which
the Dispute Board may request, including Contract documents, progress reports, variation
instructions, certificates, and other documents pertinent to the performance of the Contract. All
communications between the DB and the Employer or the Contractor shall be copied to the other
Party. If the Dispute Board comprises three persons, the Employer and the Contractor shall send
copies of these requested documents and these communications to each of these persons.

If any dispute is referred to the Dispute Board in accordance with Subclause 20.4 of the Conditions of
Contract, the Dispute Board shall proceed in accordance with Subclause 20.4 and these Rules.
Subject to the time allowed to give notice of a decision and other relevant factors, the Dispute Board
shall

(a) act fairly and impartially as between the Employer and the Contractor, giving each of them a
reasonable opportunity of putting his case and responding to the other’s case; and

(b) adopt procedures suitable to the dispute, avoiding unnecessary delay or expense.

The Dispute Board may conduct a hearing on the dispute, in which event it will decide on the date
and place for the hearing and may request that written documentation and arguments from the
Employer and the Contractor be presented to it prior to or at the hearing.

Except as otherwise agreed in writing by the Employer and the Contractor, the Dispute Board shall
have power to adopt an inquisitorial procedure, to refuse admission to hearings or audience at
hearings to any persons other than representatives of the Employer, the Contractor, and the
Engineer, and to proceed in the absence of any party who the Dispute Board is satisfied received
notice of the hearing; but shall have discretion to decide whether and to what extent this power may
be exercised.

The Employer and the Contractor empower the Dispute Board, among other things, to

(a) establish the procedure to be applied in deciding a dispute;

(b) decide upon the Dispute Board’s own jurisdiction, and as to the scope of any dispute referred to
it;

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
7-8 Section 7 - General Conditions of Contract

(c) conduct any hearing as it thinks fit, not being bound by any rules or procedures other than
those contained in the Contract and these Guidelines;

(d) take the initiative in ascertaining the facts and matters required for a decision;

(e) make use of its own specialist knowledge, if any;

(f) decide upon the payment of financing charges in accordance with the Contract;

(g) decide upon any provisional relief such as interim or conservatory measures; and

(h) open up, review and revise any certificate, decision, determination, instruction, opinion or
valuation of the Engineer, relevant to the dispute.

The Dispute Board shall not express any opinions during any hearing concerning the merits of any
arguments advanced by the Parties. Thereafter, the Dispute Board shall make and give its decision in
accordance with Subclause 20.4, or as otherwise agreed by the Employer and the Contractor in
writing. If the Dispute Board comprises three persons:

(a) it shall convene in private after a hearing, in order to have discussions and prepare its decision;

(b) it shall endeavour to reach a unanimous decision: if this proves impossible, the applicable
decision shall be made by a majority of the Members, who may require the minority Member to
prepare a written report for submission to the Employer and the Contractor; and

(c) if a Member fails to attend a meeting or hearing, or to fulfil any required function, the other two
Members may nevertheless proceed to make a decision, unless

(i) either the Employer or the Contractor does not agree that they do so, or

(ii) the absent Member is the chairman and he/she instructs the other Members to not make
a decision.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-1

Section 8 - Particular Conditions of Contract


The following Particular Conditions of Contract (PCC) shall supplement the General Conditions of
Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Part A – Contract Data


Ref. GCC Subject Data

1.1.2.2 and 1.3 Employer’s name and address Ministry of Transport and Highways,
7th Floor, “Sethsiripaya”, Stage II,
Battaramulla,
Sri Lanka.

1.1.2.4 and 1.3 Engineer’s name and address To be advised by the Employer

1.1.2.11 Bank’s name Asian Development Bank (ADB)

1.1.2.12 Borrower’s name Democratic Socialist Republic of Sri Lanka

1.1.3.3 Time for Completion 365 days

1.1.3.7 Defects Notification Period 365 days.

1.1.5.6 Sections Not applicable

1.3 Electronic transmission systems Fax /email are acceptable subject to subsequent
confirmation by the original.

1.4 Governing Law The law of Democratic Socialist Republic of Sri


Lanka

1.4 Ruling language English

1.4 Language for communications English

2.1 Time for access to the Site Within 28 days from the Date of Commencement

3.1(B)(ii) Engineer’s Duties and Authority Employer’s approval is required for the issue of:
1. Any single variation resulting in an increase in
excess of 0.1% of the Accepted Contract
Amount
2. any Variation issued after the aggregate of
such Variations has reached 2% of the
Accepted Contract Amount.

4.2 Performance Security The performance security shall be in the form of


a bank guarantee, issued by a reputable bank,
as per form included in Section 9: Contract
Forms in the amount of 10% of the Contract
Price in the currency/ies stated in the bid of the

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-2 Section 8 - Particular Conditions of Contract

successful bidder. In case the institution issuing


the security is located outside the Employer’s
country, it shall be counter guaranteed by a
commercial bank established in the Employer’s
country

6.5 Normal working hours 8.00 to 17.00 hrs. – Monday to Friday


8.00 to 13.00 hrs. – Saturday
Barring Mercantile holidays

6.25 Respectful Work Environment The following sentence shall apply:

The Contractor shall ensure that its employees


and sub-contractors observe the highest ethical
standards and refrain from any form of bullying,
discrimination, misconduct and harassment,
including sexual harassment and shall, at all
times, behave in a manner that creates an
environment free of unethical behavior, bullying,
misconduct and harassment, including sexual
harassment. The Contractor shall take
appropriate action against any employees or
sub-contractors, including suspension or
termination of employment or sub-contract, if
any form of unethical or inappropriate behavior
is identified.
The Contractor shall conduct training programs
for its employees and sub-contractors to raise
awareness on and prevent any form of bullying,
discrimination, misconduct and harassment
including sexual harassment, and to promote a
respectful work environment. The Contractor
shall keep an up to date record of its employees
and subcontractors who have attended and
completed such training programs and provide
such records to the Employer or the Engineer at
their first written request.

8.1 Date of Commencement Within 28 days of the Letter of Acceptance

8.7 & 14.15(b) Delay damages for the Works 0.05 % of the Accepted Contract Price per day,
in the currencies and proportions in which the
Contract Price is payable.

8.7 Maximum amount of delay 10% of the Contract Price.


damages

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-3

13.5.(b)(ii) Provisional Sums Adjustment of Provisional Sums shall be as


follows;
Works executed by Utility Authorities-10%
Works executed by Sub-Contractors - 10%
Works executed by Nominated Sub-Contractors-
10%
Works directly executed by the Contractor - 15%
For Employer’s portion of the payments made to
Dispute Adjudication Board - 5%
Supply Items (stationery and vehicles) – 15%

13.8 Adjustments for Changes in Cost Cost adjustments for payments in local currency
shall be In accordance with the Sub-Clause 13.8
of the Section 8 - Particular Conditions of
Contract Part B – Special Provisions.
No adjustment for foreign currency component.

14.1 The Contract Price The following sentence under Clause 14.1 shall
not apply:
“Notwithstanding the provisions of sub-paragraph
(b), Contractor’s Equipment, including essential
spare parts therefor, imported by the Contractor
for the sole purpose of executing the Contract
shall be exempt from the payment of import
duties and taxes upon importation.”
20% of the Accepted Contract Amount less
14.2 Total advance payment
Provisional Sums and Contingencies payable in
the currencies and proportions in which the
Accepted Contract Amount is payable. Advance
payment will be paid in two installments as
follows;
1st installment of 10% upon fulfillment of
conditions stated in Sub-Clause 14.2 (I) of
Section 8 - Particular Conditions of Contract
Part B – Special Provisions
2nd installment of 10% upon fulfillment of
conditions stated in Sub-Clause 14.2 (II) of
Section 8 - Particular Conditions of Contract
Part B – Special Provisions.
Each of the above payments shall be made only
after submission of an acceptable on-demand
unconditional Bank Guarantee to the Employer
through the Engineer as per the advance
payment security format included in the bidding
document.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-4 Section 8 - Particular Conditions of Contract

Advance shall be payable in the currencies and


proportions in types and proportions of the
currencies mentioned in ‘Schedule of
Currencies.
14.2(b) Repayment amortization of In accordance with the formula
advance payment
Y = (X/A – 0.3) x Z
(0.8 – 0.3)
Y = Cumulative repayment
Z = Total amount of Advance
X = Cumulative payments certified
A = Contract Amount considered for Advance
Payment

14.3(c) Percentage of Retention 10% of certified value of Works

14.3(c) Limit of Retention Money 5% of the Accepted Contract Amount.

14.5(b)(i) Plant and Materials Not Applicable


Materials (complying with relevant
14.5(c)(i)
specifications) for payment of 80% of their value
when delivered to the Site
1. Cement
2. Sand
3. Metal
4. Reinforcement steel
5. Structural Steel
6. Aluminium Doors & Windows

14.6 Minimum Amount of Interim 2 % of the Accepted Contract Amount.


Payment Certificates

15.6 Corrupt and Fraudulent Practices The following sentence shall apply:
For the purposes of this Subclause:
ADB’s Anticorruption Policy requires Borrowers
(including beneficiaries of ADB-financed
activity), as well as Contractors, Subcontractors,
manufacturers, and Consultants under ADB-
financed contracts, observe the highest
standard of ethics during the procurement and
execution of such contracts. In pursuance of this
policy, ADB
(a) defines, for the purposes of this provision,
the terms set forth below as follows:
(i) “corrupt practice” means the offering,
giving, receiving, or soliciting, directly
or indirectly, anything of value to
influence improperly the actions of

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-5

another party;
(ii) “fraudulent practice” means any act or
omission, including a
misrepresentation, that knowingly or
recklessly misleads, or attempts to
mislead, a party to obtain a financial or
other benefit or to avoid an obligation;
(iii) “coercive practice” means 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;
(iv) “collusive practice” means an
arrangement between two or more
parties designed to achieve an
improper purpose, including influencing
improperly the actions of another party;
(v) “obstructive practice” means (a)
deliberately destroying, falsifying,
altering, or concealing of evidence
material to an ADB investigation; (b)
making false statements to
investigators in order to materially
impede an ADB investigation; (c) failing
to comply with requests to provide
information, documents, or records in
connection with an Office of
Anticorruption and Integrity (OAI)
investigation; (d) threatening,
harassing, or intimidating any party to
prevent it from disclosing its knowledge
of matters relevant to the investigation
or from pursuing the investigation, or
(e) materially impeding ADBʼs
contractual rights of audit or access to
information; and
(vi) “integrity violation" is any act which
violates ADB’s Anticorruption Policy,
including (i) to (v) above and the
following: abuse, conflict of interest,
violations of ADB sanctions, retaliation
against whistleblowers or witnesses,
and other violations of ADB's
Anticorruption Policy, including failure
to adhere to the highest ethical
standard.
(b) will reject a proposal for award if it
determines that the Bidder recommended
for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other
integrity violations in competing for the
Contract;
(c) will cancel the portion of the financing

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-6 Section 8 - Particular Conditions of Contract

allocated to a contract if it determines at any


time that representatives of the borrower or
of a beneficiary of ADB-financing engaged
in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity
violations during the procurement or the
execution of that contract, without the
borrower having taken timely and
appropriate action satisfactory to ADB to
remedy the situation; and
(d) will impose remedial actions on a firm or an
individual, at any time, in accordance with
ADB’s Anticorruption Policy and Integrity
Principles and Guidelines (both as amended
from time to time), including declaring
ineligible, either indefinitely or for a stated
period of time, to participate 1 in ADB-
financed, -administered, or -supported
activities or to benefit from an ADB-
financed, -administered, or -supported
contract, financially or otherwise, if it at any
time determines that the firm or individual
has, directly or through an agent, engaged
in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity
violations.

17.6 Maximum total liability of the The product of 1.15 times the Accepted Contract
Contractor to the Employer Amount

18.1 Periods for submission of


insurance:

a. evidence of insurance. Within 21 days


b. relevant policies Within 21 days

18.2(d) Maximum amount of deductibles Sri Lankan Rupees 250,000.00


for insurance of the Employer's
risks

18.3 Minimum amount of third party Sri Lankan Rupees 10 Million per occurrence
insurance without limitation to the number of occurrences
per year.

1
Whether as a Contractor, Nominated Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other
capacity (different names are used depending on the particular Bidding Document). A Nominated Subcontractor is one which
either has been (i) included by the Bidder in its prequalification application or bid because it brings specific and critical
experience and know-how that are accounted for in the evaluation of the bidder’s prequalification application or the bid, or (ii)
appointed by the Employer.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-7

18.5 Professional Indemnity The Professional indemnity insurance shall be


for a limit of not less than the cost or amount of
Insurance
such works so designed by the Contractor.
The professional indemnity insurance shall be
maintained for a period of five (5) years beyond
the date of Performance Certificate.
20.2 Date by which the Dispute Board 28 days after the Commencement
shall be appointed

20.2 The Dispute Board shall be Three Members


comprised of

20.2 List of potential Dispute Board None


sole members

20.3 Appointment (if not agreed) to be The President, Institution of Engineers, Sri
made by Lanka

20.6 (a) International arbitration shall be International arbitration shall be


administered by
(a) With Foreign Contractor;
(i) administered by: Sri Lanka National
Arbitration Center (SLNAC)
(ii) conducted in accordance with the
provisions of the United Nations
Commission on International Trade Law
(UNCITRAL) Arbitration Rules. The
applicable law of this arbitration shall be
Arbitration Act No. 11 of 1995 (as
amended) of Sri Lanka.
(b) With Local Contractor;
(i) administered by: Sri Lanka National
Arbitration Center (SLNAC).
(ii) conducted in accordance with the Laws
of Sri Lanka as per the Arbitration Act
No.11 of 1995 (as amended).
The arbitration panel shall consist of three
Arbitrators. The Client and the Foreign
Contractor shall each nominate an Arbitrator,
and the presiding Arbitrator shall be appointed
by the two arbitrators nominated by the Client
and the Foreign Contractor."
20.6 Place of Arbitration (a) With Foreign Contractor;
Colombo, Sri Lanka
(b) With Local Contractor;
Colombo, Sri Lanka

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-8 Section 8 - Particular Conditions of Contract

Part B – Specific Provisions

Sub-Clause 1.1 Insert the following at the end of subparagraph 1.1.1.8 of Sub-Clause 1.1:
Definitions
“The words ‘Letter of Tender’ are synonymous with ‘Letter of Technical Bid’
and ‘Letter of Price Bid’ and the word ‘Tender’ is synonymous with ‘Bid’.”

Insert the following Sub-Clause 1.1.1.11 after existing Sub-Clause 1.1.1.10 as


under:-

1.1.1.11: “Safety, Health and Environmental Management Plan” means


the Employer’s manuals containing the requirements and conditions to be met
during the execution of the Works by the Contractor.”

Insert the following Sub-Clause 1.1.2.11 after existing Sub-Clause 1.1.2.10 as


under:-

1.1.2.11: “Bank” means the Asian Development Bank”

1.1.6.8; “Unforeseeable” means a not reasonably foreseeable and against


which adequate preventive precautions could not reasonably be taken by an
experienced contractor by the Base Date.

Sub-Clause 1.5 Delete existing sub-sections (a) to (h) in entirety and replace with the
Priority of Documents following:

(a) the Contract Agreement,


(b) the Letter of Acceptance,
(c) the Letter of Technical Bid
(d) the Letter of Price Bid
(e) the Addenda & Clarifications, if any
(f) the Particular Conditions – Part A
(g) the Particular Conditions – Part B
(h) the List of Eligible Countries that was specified in
Section 5 of the Bidding Document
(i) the General Conditions
(j) the Employer’s Requirements
(k) the Completed Schedules including Bill of Quantities
(l) the Contractor’s Proposal and any other documents
forming part of the Contract.
Sub-Clause 1.6 Replace the first sentence with the following;
Contract Agreement
“The parties shall enter into a contract agreement within 21 days of the
Contractor submitting a performance security acceptable to the Engineer.”

Sub-Clause 2.2 Delete the Sub-Clause in its entirety and replace with the following;
Permits, Licences or
”It shall be Contractor’s exclusive responsibility to get approvals, permits or
Approvals
license required for the performance of the Contract. However, the Employer
may (where he is in a position to do so) provide reasonable assistance to the
Contractor at the request and cost of the Contractor in getting Permits, License
or Approvals required during currency of the Contract.
Rendering of such assistance by the Employer shall not be interpreted as a

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-9

pretext by the Contractor as condoning of any delay or non-performance of any


of the Contractor’s obligations. The following-up of all such applications shall
be the responsibility of the Contractor.”
Sub-Clause 4.4 Add the following at the end of the Sub-Clause;
Subcontractors
The sub-contracting, excluding design work shall be limited to 50% of the
Contract Price. The value of a sub-contract, other than for Design work and
Provisional Sums items as and when awarded, should be intimated by the
Contractor to the Engineer and it should also be certified that the cumulative
value of the sub-contracts awarded so far is within the aforesaid limit of 50%.

Sub-Clause 4.7 Add the following as the 2nd paragraph;


Setting Out
"The Contractor shall give to the Engineer not less than Forty-Eight (48) hours
prior written notice of his intention to set out or establish levels for any part of
the Works so that timely arrangement may be made for checking or issuing
instructions. Contractor shall indicate in his written notice the date by which
the information, if any, is required by them”.

Sub-Clause 4.8 The existing Sub-Clauses shall be read in conjunction with following:
Safety Procedures
Within 4 weeks of the Commencement Date, the Contractor shall submit a
detailed and comprehensive contract-specific Site Safety Plan, which shall be
included in the technical documents to be provided under Sub-Clause 5.2
[Contractor’s Documents] for review by the Engineer.
The Site Safety Plan shall be in accordance with international best practice. It
shall include detailed policies, procedures and regulations which, when
implemented, will, inter alia, ensure compliance with Sub-Clauses 4.8 and 6.7
of monitoring of the implementation of the Site Safety Plan prepared by a
fulltime
qualified Safety Officer shall be provided by the Contractor. The Contractor
shall, from time to time and as necessary or required by the Engineer, produce
supplements to the Site Safety Plan such that it is at all times a detailed,
comprehensive and contemporaneous statement by the Contractor of his
site safety arrangements. In particular, these shall include:
1. Traffic management.
2. Temporary Works - design and methodology.
3. Construction works
If at any time the Site Safety Plan is, in the opinion of the Engineer, insufficient
or requires revision or modification to ensure the security of the Works and the
safety of all Employer’s Personnel and Contractor’s Personnel and visitors to
the Site, the Engineer may instruct the Contractor to revise the Site Safety
Plan. The Contractor shall, within 14 days, submit the revised plan to the
Engineer for review. Any omission, inconsistency or error in the Site Safety
Plan or the Engineer’s concurrence or rejection of the Site Safety Plan and/or
supplements thereto shall be without prejudice to the Contractor's obligations
with respect to
site safety and industrial health and shall not excuse any failure by the
Contractor to adopt proper and internationally recognized safety practices
throughout the execution of the Works.
The Contractor shall adhere to the Site Safety Plan and shall ensure that all
sub-contractors of all tiers have a copy of the Site Safety Plan and comply with

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-10 Section 8 - Particular Conditions of Contract

its provisions.
The Contractor shall provide all necessary access, assistance and facilities to
enable the Engineer to monitor and supervise the implementation of the Site
Safety Plan.
Sub-Clause 4.9 Quality Delete paragraphs 1 and 2 and substitute;
Assurance “The Contractor shall establish and implement a documented Quality
Management /Assurance System (QMAS) in accordance with ISO 9000: 2000
standard requirements, within 28 days after the Commencement Date and
submit evidence for the same for Engineer’s review and approval. The
Contractor shall also prepare and submit for Engineer’s approval a Project
Quality Plan (PQP) for the project based on requirements of the Contract,
Contractor’s site organization, Contractor’s method of construction and
statutory requirements, within 28 days after the Commencement Date. PQP
shall include Inspection and Test Plans/Schedules for works and materials or
Material Quality Plans and Work Quality Plans, which have to be prepared to
reflect the contractual requirements stipulated in the Specifications, such as
test and inspections required, hold points, testing / inspection frequencies,
acceptance / approval criteria, quality records to be maintained and applicable
standards.
All monthly payment applications for work or material submitted to the
Engineer shall be adequately supported by summary of tests and inspection
carried out and other relevant QMAS paperwork to show that relevant work or
material have been checked by the QMAS and in accordance with PQP.
The Engineer shall be entitled to audit any aspect of the system and order any
additional tests to be carried out in his presence.
The Contractor shall submit for Engineer’s review, Audit Reports for Internal
and third-party audits, Quality records for Inspection and testing, Corrective
Action Requests and Non-Conformance Reports as evidence for effective
implementation of his Quality Management/Assurance System. The
Contractor shall be responsible for ensuring that all Sub-Contractors and
Suppliers comply with the requirements of the Contractor’s Quality
Management System and the PQP.
The entire cost of maintaining quality assurance and quality control systems
including testing carried out by the Contractor shall be deemed to be included
in the rates and prices tendered for the related items of work, except where
otherwise specifically provided for in the Contract.
The Contractor's attention is drawn to the provisions of the various sections of
the Specification regarding the minimum frequency of testing that will be
required for quality control. If frequencies are not available, the Contractor
shall suggest appropriate frequencies for the approval of the Engineer. The
Contractor shall, at his own initiative, increase this frequency where necessary
to ensure adequate control.
The Employer may carry out audits on the Contractor’s Quality
Management/Assurance System either jointly with a third party or jointly with
the Engineer, to determine the effectiveness of implementation of the
Contractor’s QMAS and Quality Assurance Plan and the Contractor shall
provide every assistance required to carry out an effective audit.”

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-11

Sub-Clause 4.10 Site Add the following at the end of the Sub-Clause;
Data
“The Contractor shall conduct further investigations considered necessary by
him and any error, discrepancies if found in Employer’s data at any stage will
not constitute ground for any claim for extra time and costs.
The Geotechnical and other related data provided by the Employer are based
on the investigation conducted by the Employer/Engineer and are for
reference purposes only. Tenderer should satisfy himself with the data
furnished and make his own investigations if required for submitting his offer.
Any change in design or construction methodology later during execution on
account of change shall be borne by the Contractor. The Contractor shall not
be relieved from any risk or obligation imposed on or undertaken by him under
the Contract on any such ground or on the ground that he did not or could not
foresee any matter which may affect or have affected the execution of the
Works, or compliance with his other obligations under the Contract.”

Sub-Clause 4.12 Add the following at the end of the Sub-Clause;


Unforeseeable Physical
Conditions In addition to notice of any unforeseeable physical conditions, the Contractor
shall provide the Engineer with a written notice of any unanticipated
environmental or resettlement risks or impacts that arise during construction,
implementation or operation of the Plant or Permanent Works, which were not
considered in the environmental management plan attached hereto as Section
6.7;

Sub-Clause 4.16 Add the following at the end of the Sub-Clause;


Transport of Goods The Contractor shall adequately record the condition of roads, agricultural land
and other infrastructure prior to the start of transporting materials, goods and
equipment, and construction.

Sub-Clause 4.17 Add the following as paragraph 2;


Contractor’s Equipment
Immediately upon bringing an item of Contractor’s Equipment to the Site, the
Contractor shall notify the Engineer’s Representative in writing to this effect
and shall provide a description of the equipment giving its type, manufacturer,
model and capacity, together with a unique identification number. If an item of
Contractor’s Equipment is hired/lease, then the Contractor shall provide the
name and address of the owner thereof or the name and address of the
vendor named in the agreement for hire-purchase thereof. A certified copy of
the agreement shall be supplied to the Engineer.

Sub-Clause 4.18 Add the following at the end of the Sub-Clause


Protection of
Environment All Works shall be carried out without unreasonable noise and disturbance.
The Contractor shall indemnify and keep indemnified the Employer from and
against any liability for damages on account of noise or other disturbance
created when carrying out the Works and from and against all claims,
demands, proceedings, damages, costs, charges and expenses whatsoever
in regard or in relation to such liability.
The Environmental Management Plan (EMP), provided as Appendix A 1 in
Section 6.8 of Part II Volume II (Employer’s Requirements), is an integral part
of the contract documents. The Contractor shall, within 28 days from
the signing of the Contract, submit to the Engineer for his approval an
Environmental Management Action Plan (EMAP), which shall be in
compliance with the requirements of the EMP. All Works shall be carried out in
accordance with the Initial Environmental Examination, the EMP, and the

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-12 Section 8 - Particular Conditions of Contract

Contractor’s EMAP.
The Contractor shall (a) establish an operational system for managing
environmental impacts, (b) carry out all of the monitoring and mitigation
measures set forth in the EMP, and (c) allocate the budget required ensuring
that such measures are carried out. The Contractor shall submit monthly
reports on the carrying out of such measures to the Employer.
More particularly, the Contractor shall comply with (i) the measures and
requirements set forth in the environmental management plan attached hereto
as Annex 6.1; and (ii) any corrective or preventative actions set out in
safeguards monitoring reports that the Employer will prepare from time to time
to monitor implementation of the environmental management plan.
The Contractor shall allocate a budget for compliance with these measures,
requirements and actions in Item No. 12 of Bill Bo.1. The costs of tests
required to implement the EMP are given in the Environmental Monitoring
Plan attached to Annex 6.2 of this document, for guidance purposes.

Sub-Clause 4.21 Delete the 1st sentence of 1st paragraph and add
Progress Reports
“Monthly progress report shall be prepared by the Contractor and submitted to
Engineer in 3 hard copies and 3 CD soft copies in MS windows editable
format.
Add the following to the item (b);k

Photographs shall be taken to cover all areas and all stages of construction
and submitted monthly or as instructed by the Engineer. The Contractor shall
supply digital photographs with soft copy and three (3) sets of 125x175mm
size colour prints.
Add the following item at the end of the Sub-Clause;
(i) Monitoring of the obligations in Sub-Clause 4.18, 6.4 and 6.7.

Sub-Clause 4.25 Utilities Add the following Sub-Clause 4.25


“The Contractor shall be fully responsible for the management, co-ordination
and execution of all activities associated with the survey, recording, relocation,
removal and protection of public utilities including:
(a) Liaising with utility authorities, the Employer, Sri Lanka Railways, the
Engineer, landowners and any other party concerned,
(b) The performance of the relocation, removal or protection work. At the
discretion of the public utility concerned part or parts of this work may be
performed by themselves.
(c) Making payments to public utility authorities of such amounts payable
for work performed or to be performed by them after obtaining approval
of the Employer for such amounts payable to public utility authorities. It
is expressly understood and agreed that the Contractor has made full
allowance in his Tender for all risk and consequences of delay,
inconvenience, cost or damage associated with above.”

Sub-Clause 5.6 Add the following after the word “prepare’ in the 1st line of the 1st
As-built Documents paragraph;
“at his own cost”.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-13

Sub-Clause 6.1 Add the following item at the end of the Sub-Clause;
Engagement of Staff and
The Contractor is encouraged, to the extent practicable and reasonable, to
Labour
employ staff and labour with appropriate qualifications and experience from
the project area and the region within the Democratic Socialist Republic of Sri
Lanka.
The Contractor shall be responsible for the return to the place where they
were recruited or to their domicile of all such persons as he recruited and
employed for the purposes of or in connection with the Contract and shall
maintain such persons as are to be so returned in a suitable manner until they
shall have left the Site or, in the case of persons who are not nationals of and
have been recruited outside Socialist Republic of Sri Lanka shall have left the
Country.

Sub-Clause 6.4 Labour Add the following item at the end of the Sub-Clause;
Laws
The Contractor shall comply with all Sri Lanka government regulations with
regard to obtaining permits to employ any foreign personnel required for the
execution of the Contract, and shall bear all expenses connected with such
compliance. The Contractor shall ensure that all expatriate workers adhere to
all applicable laws in Sri Lanka.
The Contractor shall not make employment decisions based upon personal
characteristics unrelated to job requirements. The Contractor shall base the
employment relationship upon equal opportunity and fair treatment, and shall
not discriminate with respect to aspects of the employment relationship,
including recruitment and hiring, compensation (including wages and
benefits), working conditions and terms of employment or retirement, and
discipline.
The Contractor shall provide equal wages and benefits to men and women for
work of equal value or type.
Sub-Clause 6.5 Working Add the following item at the end of the Sub-Clause;
Hours Working hours and construction work shall be arranged in consultation with
the Sri Lanka Railways. within the allowed duration works shall be carried out
with minimum disturbance to Railway operations. Situations may arise where
the hours of working within any permitted period may not be continuous.
Specific hours available for working shall be scheduled by the contractor in
advance to obtain approval of the Engineer. Any deviation to the agreed
duration will be informed in advance. The Contractor shall attend regular
coordination meetings with the Engineer to facilitate such arrangements.
Should the Contractor’s requirements in this respect involve the Employer in an
increase in supervision costs, such increased costs shall, after due consultation
with the Employer and Contractor, be determined by the Engineer and shall be
recoverable by the Employer from the Contractor and may be deducted
from any payments which may be due or which may become due to the
Contractor.”
The provisions of this clause shall not be applicable in the case of any work
which it is customary to carryout multiple shifts as per contract.
Sub-Clause 6.6 Facilities Add the following item at the end of the Sub-Clause;
for Staff and Labour
The Contractor shall obtain Land Rights or any other permissions required
from local authorities for these purposes. On completion of the Contract,
unless otherwise agreed with the Employer the temporary camps/housing
provided by the Contractor shall be removed and the sites reinstated to its
original condition, to the approval of the Engineer.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-14 Section 8 - Particular Conditions of Contract

Sub-Clause 6.7 Health Add the following item at the end of the Sub-Clause;
and Safety
The Contractor shall prepare and submit to the Engineer for review and
approval a Safety Plan based on International safety standards and practices.
The Safety Plan should provide methods for:

(i) Management of health and safety on Site including promoting an


awareness of site safety and industrial health amongst all
persons directly or indirectly associated with the Works and
publicity programmes by way of training classes, posters
prominently displayed in relevant areas of the Site, and
(ii) Accommodating and controlling public and construction traffic
during construction.

The Safety Plan is to include those matters referred to in the Specifications


and is to be managed and updated by the Contractor.
In the event of any outbreak of illness of an epidemic nature, the Contractor
shall comply with and carry out such regulations, orders and requirements as
may be made by the Government of Sri Lanka or the local medical or sanitary
authorities, for the purpose of dealing with and overcoming the same.
The Contractor shall maintain such records and make such reports concerning
safety, health and welfare of persons and damage to property as the Engineer
may from time to time prescribe.
HIV-AIDS Prevention.
The Contractor shall conduct an HIV-AIDS awareness programme via an
approved service provider, and shall undertake such other measures as are
specified in this Contract to reduce the risk of the transfer of the HIV virus
between and among the Contractor’s Personnel and the local community, to
promote early diagnosis and to assist affected individuals.
The Contractor shall throughout the contract (including the Defects Notification
Period): (i) conduct Information, Education and Communication (IEC)
campaigns, at least every other month, addressed to all the Site staff and
labour (including all the Contractor's employees, all Subcontractors and any
other Contractor’s or Employer’s personnel employees, and all truck drivers
and crew making deliveries to Site for construction activities) and to the
immediate local communities, concerning the risks, dangers and impact, and
appropriate avoidance behaviour with respect to, of Sexually Transmitted
Diseases (STD) - or Sexually Transmitted Infections (STI) in general and
HIV/AIDS in particular; (ii) provide male or female condoms for all Site staff
and labour as appropriate; and (iii) provide for STI and HIV/AIDS
screening, diagnosis, counselling and referral to a dedicated national STI and
HIV/AIDS programme, (unless otherwise agreed) of all Site staff and labour.
The Contractor shall include in the programme to be submitted for the
execution of the Works under Sub- Clause 8.3 an alleviation programme for
Site staff and labour and their families in respect of Sexually Transmitted
Infections (STI) and Sexually Transmitted Diseases (STD) including HIV/AIDS.
The STI, STD and HIV/AIDS alleviation programme shall indicate when, how
and at what cost the Contractor plans to satisfy the requirements of this Sub-
Clause and the related specification. For each component, the programme
shall detail the resources to be provided or utilised and any related sub-
contracting proposed. The programme shall also include provision of a
detailed cost estimate with supporting documentation. Payment to the
Contractor for preparation and implementation this programme shall not
exceed the Provisional Sum dedicated for this purpose.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-15

Sub-Clause 6.8 Add the following item at the end of the Sub-Clause;
Contractor’s
Superintendence The Contractor shall submit to the Engineer for the Engineer’s approval the
Contractor’s proposed organization structure. This structure will only be
approved if:
(a) It ensures that each individual team of workers is properly
supervised by a suitably experienced charge hand, and

(b) Each appropriately sized group of teams and all subcontractors


are supervised by a suitably experienced foreman in the direct
employment of the Contractor, and

(c) All charge hands and foremen are identified by name and any
changes to be notified to the Engineer, and

(d) All charge hands have an efficient means of communicating


with foremen and all foremen have an efficient means of
communicating with the Contractor’s Representative, and

This approval will be remained effective if the agreed organization structure is


implemented on Site.

Sub-Clause 6.9 Add the following item at the end of the Sub-Clause;
Contractor’s Personnel
The Contractor shall submit curricula vitae of all proposed key staff of
Contractor’s Personnel to the Engineer for approval prior to engagement.
Approval would not be granted for substitution of personnel engaged for key
staff positions, except under very exceptional circumstances. In such an event
the Contractor would be required to propose a replacement with equal or
better qualification and experience for approval by the Employer.
Sub-Clause 6.12 Foreign Add new Sub-Clause 6.12
Personnel
The Contractor may bring in to the Country any foreign personnel who are
necessary for the execution of the Works to the extent allowed by the
applicable Laws. The Contractor shall ensure that these personnel are
provided with the required residence visas and work permits. The Employer
will, if requested by the Contractor, use his best endeavors in a timely and
expeditious manner to assist the Contractor in obtaining any local, state,
national or government permission required for bringing in the Contractor’s
personnel.
The Contractor shall be responsible for the return of these personnel to the
place where they were recruited or to their domicile. In the event of the death
in the Country of any of these personnel or members of their families, the
Contractor shall similarly be responsible for making the appropriate
arrangements for their return or burial.

Sub-Clause 6.13 Supply The Contractor shall arrange for the provision of a sufficient supply of suitable
of Foods food as may be stated in the Specification at reasonable prices for the
Contractor’s Personnel for the purposes of or in connection with the Contract.

Sub-Clause 6.14 Supply Add new Sub-Clause 6.14


of Water
The Contractor shall arrange for the provision of a sufficient supply of suitable
food as may be stated in the Specification at reasonable prices for the
Contractor’s Personnel for the purposes of or in connection with the Contract

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-16 Section 8 - Particular Conditions of Contract

Sub-Clause 6.15 Add new Sub-Clause 6.15


Measures against Insect
and Pest Nuisance The Contractor shall at all times take the necessary precautions to protect all
staff and labour employed on the Site from insect nuisance, rats, and other
pests and reduce dangers to health and the general nuisance caused by the
same. The Contractor shall take steps to prevent the formation of stagnant
pools of water. Special care shall be taken to prevent spreading of the
mosquito-borne disease, dengue fever by keeping working areas clean and
preventing collection of stagnant water in any form within and outside the Site,
houses, offices etc.
The Contractor shall comply with all the regulations and laws of the local
health authorities in these respects and shall in particular arrange to spray
thoroughly with approved insecticide all buildings, working areas erected on
the site. Such treatment shall be carried out regularly as required by the
Health Authorities or the Engineer
Sub-Clause 6.16 Add new Sub-Clause 6.16
Alcoholic Liquor and
Drugs The Contractor shall not, otherwise than in accordance with the Laws of the
Country, import, sell, give, barter or otherwise dispose of any alcoholic liquor
or drugs, or permit or allow importation, sale, gift, barter or disposal thereof by
Contractor's Personnel.

Sub-Clause 6.17 Add new Sub-Clause 6.17


Arms and Ammunition
The Contractor shall not give, barter, or otherwise dispose of, to any person,
any arms or ammunition of any kind, or allow Contractor's Personnel to do so.

Sub-Clause 6.18 Add new Sub-Clause 6.18


Festivals and Religious
Customs The Contractor shall respect the Country's recognized festivals, days of rest
and religious or other customs.

Sub-Clause 6.19 Funeral Add new Sub-Clause 6.19


Arrangements
The Contractor shall be responsible, to the extent required by local
regulations, for making any funeral arrangements for any of his local
employees who may die while engaged upon the Works.
Sub-Clause 6.20 Forced Add new Sub-Clause 6.20
Labour
The Contractor shall not employ forced labour, which consists of any work or
service, not voluntarily performed, that is exacted from an individual under
threat of force or penalty, and includes any kind of involuntary or compulsory
labour, such as indentured labour, bonded labour or similar labour-contracting
arrangements

Sub-Clause 6.21 Child Add new Sub-Clause 6.21


Labour
The Contractor shall not employ children in a manner that is economically
exploitative, or is likely to be hazardous, or to interfere with, the child’s
education, or to be harmful to the child’s health or physical, mental, spiritual,
moral, or social development. Where the relevant labour laws of the Country
have provisions for employment of minors, the Contractor shall follow those
laws applicable to the Contractor. Children below the age of 18 years shall not
be employed in dangerous work.
”Child” means a child below the statutory minimum age of 16 years (specific

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-17

under national, provincial or local law)


The Contractor shall not violate any prohibitions against child labour under
international treaty obligations

Sub-Clause 6.22 Add new Sub-Clause 6.22


Employment Records of
Labour The Contractor shall keep complete and accurate records of the employment
of labour at the Site. The records shall include the names, ages, genders,
hours worked and wages paid to all workers. These records shall be
summarized on a monthly basis and submitted to the Engineer. These records
shall be included in the details to be submitted by the Contractor under Sub-
Clause 6.10 [Records of Contractor’s Personnel and Equipment].
Sub-Clause 6.23 Add new Sub-Clause 6.23
Worker’s Organizations
In countries where the relevant labour laws recognize workers’ rights to form
and to join workers’ organizations of their choosing without interference and to
bargain collectively, the Contractor shall comply with such laws. Where the
relevant labour laws substantially restrict workers’ organizations, the
Contractor shall enable alternative means for the Contractor’s Personnel to
express their grievances and protect their rights regarding working conditions
and terms of employment. In either case described above, and where the
relevant labour laws are silent, the Contractor shall not discourage the
Contractor’s Personnel from forming or joining workers’ organizations of their
choosing or from bargaining collectively, and shall not discriminate or retaliate
against the Contractor’s Personnel who participate, or seek to participate, in
such organizations and bargain collectively. The Contractor shall engage with
such workers’ representatives. Workers’ organizations are expected to fairly
represent the workers in the workforce

Sub-Clause 6.24 Add new Sub-Clause 6.24


Non-Discrimination and
Equal Opportunity “The Contractor shall not make employment decisions on the basis of
personal characteristics unrelated to inherent job requirements. The
Contractor shall base the employment relationship on the principle of equal
opportunity and fair treatment, and shall not discriminate with respect to
aspects of the employment relationship, including recruitment and hiring,
compensation (including wages and benefits), working conditions and terms of
employment, access to training, promotion, termination of employment or
retirement, and discipline. In countries where the relevant labour laws provide
for non-discrimination in employment, the Contractor shall comply with such
laws. When the relevant labour laws are silent on nondiscrimination in
employment, the Contractor shall meet this Sub- Clause’s requirements.
Special measures of protection or assistance to remedy past discrimination or
selection for a particular job based on the inherent requirements of the job
shall not be deemed discrimination.”

New Sub-Clause 6.25 The Contractor shall ensure that its employees and sub-contractors observe
the highest ethical standards and refrain from any form of bullying,
discrimination, misconduct and harassment, including sexual harassment and
shall, at all times, behave in a manner that creates an environment free of
unethical behavior, bullying, misconduct and harassment, including sexual
harassment. The Contractor shall take appropriate action against any
employees or sub-contractors, including suspension or termination of
employment or sub-contract, if any form of unethical or inappropriate behavior
is identified.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-18 Section 8 - Particular Conditions of Contract

The Contractor shall conduct training programs for its employees and sub-
contractors to raise awareness on and prevent any form of bullying,
discrimination, misconduct and harassment including sexual harassment, and
to promote a respectful work environment. The Contractor shall keep an up to
date record of its employees and subcontractors who have attended and
completed such training programs and provide such records to the Employer
or the Engineer at their first written request.
Sub-Clause 7.1 Manner of Add the following item at the end of the Sub-Clause;
Execution
“At least 14 days in advance of his programmed commencement of each
principal item of work, the Contractor shall furnish for the Engineer’s
concurrence, the method of working he intends to adopt for execution of such
item giving full details of the method of working, equipment to be deployed and
measures to be adopted for ensuring the quality of construction and the safety
of his workers as well as third parties. He shall also inform the Engineer as a
good practice, at least 24 hours in advance of its intended commencement of
any work / operation requiring Engineer’s inspection and/or approval by
forwarding the relevant details, including the resources intended to be
deployed - preferably on an agreed format.”

Sub-Clause 7.7 Add the following paragraph 2


Ownership of Plant and
Materials “The Contractor shall not sell or otherwise dispose of or remove off the Site,
except for the purpose of the Works, any sand, stone, clay, ballast, rock or
other substances or materials which he obtains from any excavation made for
the purpose of the Works or any buildings or produce upon the Site at the time
of the delivery of the possession of the Site, and all such substance, material,
buildings and produce shall be the property of the Employer. Provided that the
Contractor may with the permission in writing of the Employer dispose of them
off the Site at approved locations.”

Sub-Clause 8.1 Delete the first paragraph and replace with following;
Commencement of Work
“The Commencement Date shall be within 28 days of receipt of the Letter of
Acceptance by the Contractor as given in Part-A Contract Data”

Sub-Clause 8.3 Delete the first sentence of the paragraph 1 and replace with following;
Programme
“The Contractor shall submit a detailed and comprehensive program to the
Engineer within 28 days after receiving the notice under Sub-Clause 8.1.”
Delete sub-paragraph (a) and replace with the following;
• The order in which the Contractor intends to carry out the Works including;
(i) a detailed works programme indicating the anticipated timing of each
stage of design and construction. The work programme shall be prepared
using Primavera, MS Project or similar Project Management Software
indicating critical path and clear logic in sequencing of activities and shall
be capable of considering as the base plan and regular updating.
(ii) a detailed mobilization programme with all principal mobilization events
including the anticipated timing of procurement, delivery to site,
construction, erection and commissioning, provision of Contractor’s and
Engineers facilities, mobilization of key personnel, key equipment, etc.
This programme will provide the basis for the stage release of advance
payments as prescribed under Clause 14.2.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-19

Add following sub-item (iii) to item (d) of sub-paragraph 1


(iii) a detailed cash flow estimate, in monthly periods, including S-curve
showing the cumulative cost of all works completed

Add following item (e) after item (d) of sub-paragraph 1


(e).The submission to, and consent by, the Engineer of such programme, or
the provision of such general descriptions of cash flow estimates, shall not
relieve the Contractor from any of his duties or responsibilities under the
Contract.

Add the following at the end of the Sub Clause


The Contractor shall also submit, for Engineer’s approval, weekly and monthly
work schedules before commencement of work, considering all site conditions
with minimum disturbance to the railway operations.
Sub-Clause 8.4 Extension Add following paragraphs;
of Time for Completion
“For the purposes of Sub-Clause 8.4 (c), it is agreed that “exceptionally
adverse climatic conditions” shall be exclusively where:

(i) On any single day, the rainfall measured at the relevant


meteorological station as given in Contract Data exceeds the 98
percentile value of the daily rainfall for that calendar month for that
station, as calculated using the last 120 calendar months of that
station’s rainfall records or, in the case where the station’s rainfall
records do not extend back as far as 120 months, then that station’s
available records, and

(ii) The rainfall measured at that meteorological station exceeds 10 mm


(ten millimetres) for the day in question, and

(iii) Work activities are affected on that day in that station’s zone of
influence as judged by the Engineer.

Any delay caused by exceptionally adverse climatic conditions will be “no fault
delay” and costs will be deemed to lie where they fall. That is, in the case of
such delay, pursuant to the Contract the Contractor is entitled to an extension
of time, the Engineer will approve an extension of time for the period of delay
and the Contractor agrees to forgo any right to claim additional costs or profits
arising from such delay.”

Sub-Clause 10.1 Taking Add the following at the end of paragraph 2;


Over of the Works and
Sections Such notice shall be submitted to the Engineer together with the snag list
comprising of all outstanding work and the defects and a program for the
intended completion / rectification of outstanding work /defects. Defects shall
be identified jointly by the Engineer and the Contractor. The Contractor shall
complete all outstanding works in the snag list within 28 days of such notice to
the satisfaction of the Engineer for the purpose of issuing of the Taking-Over
Certificate for construction.

New Sub-Clause 11.12 Upon the completion of construction, the Contractor shall fully reinstate
pathways, other local infrastructure, and land to at least their pre-project
condition as recorded by the Contractor in consonance with its obligation in
Clause 4.16

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-20 Section 8 - Particular Conditions of Contract

Sub-Clause 13.5 Add the words “or not at all” after the word “part” in the first line of para 1 of
Provisional Sums the Sub-Clause.

Sub-Clause 13.8 Delete the entire Sub- Clause and substitute the following
Adjustment for Changes
in Cost No price adjustment shall apply to foreign currency portion of the value of
work done payable to the Contractor.
For the local currency component the following shall apply.
The amounts computed from the formula given under this Sub-Clause in
respect of the rise or fall in the cost of Labour, Material, Plants and other
inputs to the works, shall be added to or deducted from the payment to the
Contractor if the Contract Price is subjected to adjustment due to fluctuation of
prices and stated in Appendix to Tender.
(a) The adjustment to the Contract Price in respect of changes in
Cost and Legislation for local Currency shall be determined
from following formula,

F = 0.966 ( V - Vna ) Σ Px ( Ixc - Ixb )


100 all Ixb
inputs

Where;
F = Price adjustment for the period
concerned
V = Current valuation of work done for the period
Vna = Valuation of non-adjustable element
Px = Input percentage of input named x
Ixc = Current CIDA indices of input x
Ixb = Base CIDA indices of input x

No other adjustment of the Contract Price on account of


fluctuations of inputs shall be made, notwithstanding the fact
that the contractor has to pay additional amount under
specific circumstances.

(b) The “Input Percentage” means the percentage proportionate


contribution of any input in terms of cost of the construction
based on the prices prevailing on one month prior to
submission of the tender and listed under Tables of
Adjustment Data or any other adjustment data acceptable as
per the Bid submission.
The indices applicable for the operation of this formula are those
compiled and published by the Institute for Construction Training and
Development, Sri Lanka, in the ICTAD Bulletin of Construction
Statistics.
(c) “Non Adjustable Elements” means
The work done under the following items, which shall not be
considered for computation of price adjustment:
(i) All items of work listed in Bill No. 01 – Preliminary and

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-21

General items
(ii) Extra works and additional work done by order of the
Engineer and valued in terms of Clause 12.3 based on
prices prevailing at the time such works were executed;
and
(iii) All works on Provisional Sums where new rate is adopted.

(d) The “Current Valuation” means the gross value of permanent


work duly executed during the current valuation period being
reviewed, plus the cost of 80% of necessary materials
delivered to Site but not incorporated in the permanent work
done.
Calculation as follows:
V= (Vc+Mc) - (Vp+Mp)
Where;
Vc = Value of work done in current month
Mc = Value of 80% material delivered to site in current month but
not incorporated in the permanent work.
Vp = Value of work done in previous month
Mp = Value of 80% material delivered to site in previous month but
not incorporated in the permanent work of the previous
month.

(a) “Base Indices” means the indices for the input, prevailing one
month prior to the latest date for submission of Bids.
(b) In the case of first interim bill the Current Indices for the
purpose of calculation of price adjustment shall be taken as
the indices prevailing on the first month after the
commencement of the Contract. For any other interim claim
or for the final claim the current indices shall be taken as the
indices prevailing for the calendar month, one month after the
previous valuation was done.

Adjustment after the Date of Completion


If the Contractor fails to complete the whole of the Works within the Time for
Completion, prescribed under clause 8.2 (Time for Completion) or 8.4
(Extension of Time for Completion) the price adjustment for the work
performed after the due date of completion as described above shall be made
using the current indices prevailed at the due date for completion.

Sub-Clause 14.1 Contract Replace bullet point (a) with following,


Price
(a) The Contract Price shall be the Accepted Contract Amount and be
subject to adjustments in accordance with the Contract.

Add following paragraph to bullet point (b):

In the event of exemption of custom duties, excise duties, VAT or any other
cess/levy being granted by the Government in respect of the Works, the
benefit of the same shall be passed on to the Employer. The Contractor shall
therefore maintain meticulous records of all the taxes and duties paid and
provide the same as and when required by the Engineer/Employer.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-22 Section 8 - Particular Conditions of Contract

(i) Foreign Taxes - The bid price by the bidder shall include all taxes,
duties and other charges imposed outside the Employer’s country on
the production, manufacture, sale, assemble and transport of the
contractor’s Equipment, Plant, Materials and supplies to be used on
or furnished under the contract, and on the services performed under
the contract.
(ii) Local Taxation - All duties, taxes, custom duty subject to sub clause
14.1 b(iv) and other levies excluding Value Added Tax (VAT) payable
by the Contractor under the Contract, or for any other cause, as of the
days 28 days prior to the latest date for submission of bid, shall be
included in the rates and prices and the total bid price submitted by the
bidder. Nothing in the Contract shall relieve the Contractor from his
responsibility to pay any tax that may be levied in Sri Lanka on profits
made by him in respect of the Contract.
VAT payable by the Contractor shall be shown separately in the
summary of the bid.
(iii) Personal Income Tax – The Contractor’s staff, and labour will be
liable to pay personal income taxes in Sri Lanka is respect of their
salaries and wages as are chargeable under the laws and regulations
from the time being in force, and the Contractor shall perform such
duties in regard to such deductions thereof as may be imposed on
him by such laws and regulations.
(iv) Custom Duties – Equipment, machinery and vehicles to be used in
the civil works, imported to Sri Lanka by the Contractor, will be
exempt from custom duties subject to the condition that all such
equipment, machinery and vehicles at the end of the contract will be
exported by the Contractor

Add following paragraphs after the last paragraph of the Sub-Clause:

“Payment to the Works for measurable Bills of Bill of Quantities (other than the
lump-sum portion of the Works) shall be on measurement basis. The Works
which are to be measured in detail shall be measured physically for net actual
quantities for that item, notwithstanding any local practice, excepting where it
may otherwise be directed in the tender documents. The measurements shall
be taken jointly by any person or persons duly authorized on the part of the
Engineer and by the Contractor or its qualified representative or
representatives.

The Engineer shall give reasonable notice in writing to the Contractor of


appointment for measurement. The Contractor shall, without extra charge,
provide assistance with every appliance and other things necessary for
measurement.

Sub-Clause 14.2 Advance Add the following to paragraph 3 of this Sub-Clause


Payment
(I) The Employer shall make the first instalment of advance payment to the
Contractor exclusively for the costs of mobilization in respect of the
Works in an amount equivalent to 10% (Ten percent) of the Accepted
Contract Amount named in the Letter of Acceptance less Provisional
Sums, Day Works and Physical and Financial Contingencies, payable in
proportions of local and foreign currencies. Payment of such advance
amount will be due under separate certification by the Engineer after;

(i) Provision by the Contractor of the Performance Security in

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-23

accordance with Sub -Clause 4.2;

(ii) Provision by the Contractor of an unconditional on-demand


bank guarantee in a form and by a bank acceptable to the
Employer in amounts and currencies equal to the advance
payment. The bank guarantee shall be obtained either from a

(a) Bank located in Sri Lanka and approved by Central


Bank of Sri Lanka; or
(b) Foreign Bank accepted by the Employer.

The guarantee shall be denominated in types and proportions of


currencies in which the Contract Price is payable.

The Contractor shall ensure that the guarantee is valid and


enforceable until the advance payment has been fully repaid, but its
amount may be progressively reduced by the amount repaid by the
Contractor as indicated in the Payment Certificates. If the terms of the
guarantee specify its expiry date, and the advance payment has not
been repaid by the date 28 days prior to the expiry date, the
Contractor shall extend the validity of the guarantee until the advance
payment has been repaid.

(II) Employer shall make the Second instalment of advance payment in an


amount equivalent to 10% (Ten percent) of the Accepted Contract
Amount less Provisional Sums, Day Works and Physical and Financial
Contingencies, after

(i) Submission of Programme, methodology and cash flow


estimates as per clauses 8.3 and 14.4, acceptable to the
Engineer

(ii) Substantially mobilizes on site and on satisfactory evidence of


documentation with regard to the procurement of plant and
equipment not yet on site, to the satisfaction of the Engineer,
Plant and equipment shall include those required for the
execution of works, In the case of such plant and equipment
already owned by the Contractor, satisfactory evidence
of condition and availability for the project e.g.
photographic evidence and certification from the relevant
Employer of the current or previous project on which the plant
or equipment was deployed.

(iii) Completion of Engineer’s facilities and site


laboratory.
The issue of this 2nd advance payment shall subject to the
same terms and conditions specified for the first instalment of
the advance payment above, namely 14.2 (ii).

The Contractor shall use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses reasonably
required specifically for execution of the Contract. The Contractor shall
demonstrate that advance payment has been used for such specific
purposes by supplying copies of invoices or other documents to the
Employer or Employer’s representative. Contractor needs to
substantiate the funds utilization for the exclusive purpose of project

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-24 Section 8 - Particular Conditions of Contract

mobilization, purchase of plants & equipment, materials,


establishment of accommodations, crusher plants, batching plants,
pre-cast yard and other required facilities for the exclusive use of the
project construction and other expenses requirement and their
statements with document evidence within the time frame mentioned
in the Contract.

Replace paragraphs 5 of this Sub-Clause with the following;


The advance payment shall be repaid through percentage deduction stated in
the Appendix to Tender as follows;
a. Deductions shall commence in the next Interim Payment Certificate
following that in which the total of all certified interim payments
(excluding advance payments and deductions and repayments of
retention) exceeds 30 percent (30%) of the amount considered for
advance payment, and
b. Deductions shall be made at the amortization rate stated in the
Appendix to Tender (Contract Data) of the amount of each Interim
Payment Certificate (excluding the advance payment an deductions
for its repayments as well as deductions for retention money) in the
currencies and proportions of the advance payment until such time as
the advance payment has been repaid; provided that the advance
payment shall be completely repaid prior to the time when 80 percent
(80%) of the amount considered for advance payment has been
certified for payment.
Sub-Clause 14.3 Advance Add the following at the end of the Sub-Clause
Payment
The Advance Payment Security shall be in the form of a bank guarantee,
issued by a reputable bank, as per form included in Section 9: Contract Forms
in the amounts as specified above (I) and (II) in the currency/ies stated in the
bid of the successful bidder. In case the institution issuing the security is

located outside the Employer’s country, it shall be counter guaranteed by a


commercial bank established in the Employer’s country

Sub-Clause 14.4 Add after first paragraph


Schedule of Payment Schedule comprises the followings:
• Bill No.1 Preliminaries
• Bill No.2 Design Proposal
• Bill No.3 Demolition and Site Clearance
• Bill No.4 Workshop Building
• Bill No.5 Changing Room
• Bill No.6 Painting Booths
• Bill No.7 Generator Room
• Bill No.8 External Works
• Bill No.9 Machinery
• Bill No.10 Provisional Sums
• Bill No.11 Dayworks

Bill Nos.1 and 10 shall be paid on measure and pay basis and Bill Nos. 2, 3,
4, 5, 6, 7, 8 and 9 shall be paid on milestone basis.
The schedule of milestones for payment for achieving progress on design and

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-25

permanent construction work are as follows;

Activity Details Percentage/ Milestone

Contractor’s • 75% of Bill No.2 on submission of Design


Bill No. 2 Design and and Drawings
Design Drawings inclusive
Proposal of all surveys, • 25% of Bill No.2 on approval of design
investigations etc. and drawings
Bill No.3 Completion of
100% of Bill No. 3 at the completion and
Demolition and Demolition and
with approval from the Engineer
Site Clearance Site Clearance
Bill No.4 Construction of
Substructure Work 12%
Workshop Workshop
Building Building and
installation of Superstructure, all concrete and
21%
Machinery masonry Work
Erecting of pre-cast concrete &
19 %
steel structures
Structural steel works including
13%
necessary coatings
Joinery, Partition and Glazing
5%
Works
Floor, wall and ceiling finishes,
10%
Painting cladding
Completion of MEP related work
including ELV works CCTV and 10%
Public Address system
Machinery & Solar PV
10%
installation and commissioning
Bill No.5 Construction of Substructure Work 12%
Changing the Changing
Room Room Building Superstructure, all concrete and
27%
with all facilities masonry Work
Structural steel works including
necessary coatings and 27%
Cladding
Floor, wall finishes and painting 24%
MEP & fire detection and fire
10%
protection system work
Bill No.6 Construction of
Substructure Work 25%
Painting Booth the Painting Booth
with all facilities
Superstructure, concrete and
40%
masonry work
Completion of steel works and
21%
Electrical Works
Floor, wall and ceiling finishes,
14%
Painting & Joinery works
Bill No.7 Construction of
Substructure Work 27%
Generator the Generator
Room Room with all
facilities Superstructure, all concrete and
41%
masonry Work

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-26 Section 8 - Particular Conditions of Contract

Floor, wall and ceiling finishes,


Glazing Works, water proofing 17%
and Painting
Completion of electrical works,
Installation and commissioning 15%
of Generators
Bill No.8 & 9 Completion of 100% of Bill No. 8 & 9 at the completion
Works and with approval from the Engineer

All interim payments, except advance payments shall subject to the


deductions as per Sub-Clause 14.3.

Interim payment of work completed to the satisfaction of the Engineer will be


permitted on a pro-rata basis according to the approved design.

Sub-Clause 14.5 All material paid for under Sub-Clause 14.5 shall be deemed to be owned by
Plant and Material the Employer who shall have the full rights of ownership. Any material kept at
intended for the bonded warehouse shall not be considered for payment for material at site. No
Works credit shall be given for materials delivered to site unless following conditions
are met to the satisfaction of the engineer.

(i) the materials are in accordance with the specifications for the
Works;
(ii) the materials have been delivered to the Site and are properly
stored and protected against loss, damage or deterioration;
(iii) the Contractor’s records of the requirements, orders, receipts and
use of materials are kept in a form approved by the Engineer, and
such records are available for inspection by the Engineer;
(iv) the Contractor has submitted a statement of his cost of acquiring
and delivering the materials to the Site, together with such
documents as may be required for the purpose of evidencing
such cost; and
(v) the origin of the materials and the currencies of payment are
those indicated in the Contract documents
(vi) in case the rate in the invoice is higher than the rate indicated in
the Contractor’s rate breakdown structure for that item, the rate
as stated in the rate breakdown shall be used.
Sub-Clause 14.9 Delete the first sentence of the paragraph 1 and replace with following;
Payment of
Retention Money When the Taking-Over Certificate has been issued for the Works, and the
Works have passed all specified tests (including the tests after completion, if
any), all outstanding works as stated in the snag list has been completed and
the Statement at Completion has been submitted, the first half of the Retention
Money shall be certified by the Engineer for payment to the Contractor.

Sub-Clause 15.6 [For contracts financed by the Asian Development Bank]


Corrupt and
For the purposes of this Subclause:
Fraudulent
Practices ADB’s Anticorruption Policy requires Borrowers (including beneficiaries of
ADB- financed activity), as well as Contractors, Subcontractors,
manufacturers, and Consultants under ADB-financed contracts, observe the
highest standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, ADB

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-27

(e) defines, for the purposes of this provision, the terms set forth below as
follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party:
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit or
to avoid an obligation;
(iii) “coercive practice” means 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;
(iv) “collusive practice” means an arrangement between two or more
parties designed to achieve an improper purpose, including
influencing improperly the actions of another party;
(v) “abuse” means theft, waste or improper use of assets related to
ADB- related activity, either committed intentionally or through
reckless disregard;
(vi) “conflict of interest” means any situation in which a party has
interests that could improperly influence that party’s performance
of official duties or responsibilities, contractual obligations, or
compliance with applicable laws and regulations;
(vii) “obstructive practice” means (a) deliberately destroying, falsifying,
altering or concealing of evidence material to an ADB
investigation, or deliberately making false statements to
investigators, with the intent to impede an ADB investigation; (b)
threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to a Bank
investigation or from pursuing the investigation; or (c) deliberate
acts intended to impede the exercise of ADB’s contractual rights of
audit or inspection or access to information; and
(viii)“integrity violation" is any act, as defined under ADB’s Integrity
Principles and Guidelines, which violates ADB’s Anticorruption
Policy, including (i) to (vii) above and the following: abuse, conflict
of interest, violations of ADB sanctions, retaliation against
whistleblowers or witnesses, and other violations of ADB's
Anticorruption Policy, including failure to adhere to the highest
ethical standard.
(f) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, coercive, or obstructive practices or other
integrity violations in competing for the Contract;
(g) 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 ADB-financing engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations during the
procurement or the execution of that contract, without the borrower having
taken timely and appropriate action satisfactory to ADB to remedy the
situation; and
(h) will impose remedial actions on a firm or an individual, at any time, in
accordance with ADB’s Anticorruption Policy and Integrity Principles and
Guidelines (both as amended from time to time), including declaring

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-28 Section 8 - Particular Conditions of Contract

ineligible, either indefinitely or for a stated period of time, to participate2 in


ADB-financed, -administered, or -supported activities or to benefit from an
ADB-financed, -administered, or -supported contract, financially or
otherwise, if it at any time determines that the firm or individual has,
directly or through an agent, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations.
All Bidders, consultants, contractors, suppliers and other third parties
engaged or involved in ADB-related activities have a duty to cooperate fully in
any screening or investigation when requested by ADB to do so. Such
cooperation includes, but is not limited to, the following:

(g) being available to be interviewed and replying fully and truthfully to all
questions asked;
(h) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;
(i) upon written request by ADB, authorizing other related entities to release
directly to ADB such information that is specifically and materially
related, directly or indirectly, to the said entities or issues which are the
subject of the investigation;
(j) cooperating with all reasonable requests to search or physically inspect
their person and/or work areas, including files, electronic databases, and
personal property used on ADB activities, or that utilizes ADB’s ICT
resources or systems (including mobile phones, personal electronic
devices, and electronic storage devices such as external disk drives);
(k) cooperating in any testing requested by ADB, including but not limited to,
fingerprint identification, handwriting analysis, and physical examination
and analysis; and
(l) preserving and protecting confidentiality of all information discussed with,
and as required by, ADB.
All Bidders, consultants, contractors and suppliers shall ensure that, in its
contract with its sub-consultants, sub-contractors and other third parties
engaged or involved in ADB-related activities, such sub-consultants, sub-
contractors and other third parties similarly undertake the foregoing duty to
cooperate fully in any screening or investigation when requested by ADB to
do so.

Sub-Clause 18.3 Delete Item (c) and substitute the following;


Insurance against
Injury to Persons and “shall be extended to cover liability for all loss and damage to the Employer’s
Damage to Property property, Employer’s Personnel, their Agents and Employees, Engineer and
his employees, (except things insured under Sub-Clause 18.2) arising out of
the Contractor’s performance of the Contract.

Sub-Clause 18.5 Add new Sub-clause 18.5


Professional
Sub-Clause 18.5: Professional Indemnity Insurance
Indemnity Insurance
The Contractor shall effect and maintain professional indemnity insurance,
preferably in the name of the Employer, for the amount stipulated in Contract
Data in respect of any design of the Works to be carried out by, or on behalf of
the Contractor. This insurance, which shall ensure the Contractor’s liability by
reason of professional negligence and errors in the design of the works, shall
be valid from the date of commencement of Works, until 5 years after the date

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-29

of issue of Performance Certificate. Alternatively the Contractor shall redeem


the insurance before the expiry of the Yearly Insurance in such a way that the
entire validity period is covered.

Sub-Clause 20.1 Delete the entire Clause and add the following:
Contractor’s Claims
If the Contractor considers himself to be entitled to any extension of the Time
for Completion and/or any additional payment, under any Clause of these
Conditions or otherwise in connection with the Contract, the Contractor shall
give notice to the Engineer, describing the event or circumstance giving rise to
the claim. The notice shall be given as soon as practicable, and not later than
28 days after the Contractor became aware, or should have become aware, of
the event or circumstance.
If the Contractor fails to give notice of a claim within such period of 28 days,
the Time for Completion shall not be extended, the Contractor shall not be
entitled to additional payment, and the Employer shall be discharged from all
liability in connection with the claim. Otherwise, the following provisions of this
Sub Clause shall apply.
The Contractor shall also submit any other notices which are required by the
Contract, and supporting particulars for the claim, all as relevant to such event
or circumstance.
The Contractor shall keep such contemporary records as may be necessary
to substantiate any claim, either on the Site or at another location acceptable
to the Engineer. Without admitting the Employer’s liability, the Engineer may,
after receiving any notice under this Sub-Clause, monitor the record-keeping
and/or instruct the Contractor to keep further contemporary records. The
Contractor shall permit the Engineer to inspect all these records, and shall (if
instructed) submit copies to the Engineer.
Contemporary records shall be kept in both written form and electronic form.
The electronic form shall be PDF searchable format unless instructed
otherwise by the Engineer.
Such records shall be in following categories:
a) Programme records, which shall include baseline programme,
updated programme, revised programme, sub-network
programme and programme narratives
b) Progress records
c) Resource records, which shall include management, labour, plant,
equipment, materials and sub-contractors and their output and
productivity rates.
d) Cost records
e) Correspondence and administration records, which shall include
emails, letters, notices, instructions, submittals, request for
information and responses, meeting minutes, claims and any other
written between the Employer, the Contractor and the Engineer.
f) Any other relevant records
Within 42 days after the Contractor became aware (or should have become
aware) of the event or circumstance giving rise to the claim, or within such
other period as may be proposed by the Contractor and approved by the
Engineer, the Contractor shall send to the Engineer a fully detailed claim
which includes full supporting particulars of the basis of the claim and of the

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-30 Section 8 - Particular Conditions of Contract

extension of time and/or additional payment claimed. If the event or


circumstance giving rise to the claim has a continuing effect:
(a) this fully detailed claim shall be considered as interim;
(b) the Contractor shall send further interim claims at monthly intervals, giving
the accumulated delay and/or amount claimed, and such further particulars as
the Engineer may reasonably require; and
(c) the Contractor shall send a final claim within 28 days after the end of the
effects resulting from the event or circumstance, or within such other period as
may be proposed by the Contractor and approved by the Engineer.
Within 42 days after receiving a claim or any further particulars supporting a
previous claim, or within such other period as may be proposed by the
Engineer and approved by the Contractor, the Engineer shall respond with
approval, or with disapproval and detailed comments. He may also request
any necessary further particulars, but shall nevertheless give his response on
the principles of the claim within the above defined time period.
Within the above defined period of 42 days, the Engineer shall proceed in
accordance with Sub-Clause 3.5 [Determinations] to agree or determine (i) the
extension (if any) of the Time for Completion (before or after its expiry) in
accordance with Sub-Clause 8.4 [Extension of Time for Completion], and/or
(ii) the additional payment (if any) to which the Contractor is entitled under the
Contract.
Each Payment Certificate shall include such additional payment for any claim
as has been reasonably substantiated as due under the relevant provision of
the Contract. Unless and until the particulars supplied are sufficient to
substantiate the whole of the claim, the Contractor shall only be entitled to
payment for such part of the claim as he has been able to substantiate.
If the Engineer does not respond within the timeframe defined in this Clause,
either Party may consider that the claim is rejected by the Engineer and any of
the Parties may refer to the Dispute Adjudication Board in accordance with
Sub-Clause 20.4 [Obtaining Dispute Adjudication Board’s Decision].
The requirements of this Sub-Clause are in addition to those of any other Sub-
Clause which may apply to a claim. If the Contractor fails to comply with this or
another Sub-Clause in relation to any claim, any extension of time and/or
additional payment shall take account of the extent (if any) to which the failure
has prevented or prejudiced proper investigation of the claim, unless the claim
is excluded under the second paragraph of this Sub-Clause.

Sub-Clause 20.2 Disputes shall be referred to a Dispute Adjudication Board (DAB) for decision
Appointment of the in accordance with Sub-Clause 20.4 [Obtaining Dispute Adjudication Board’s
Dispute Adjudication Decision]. The Parties shall appoint a DAB by the date stated in the Appendix
Board to Tender.
The DAB shall comprise, as stated in the Appendix to Tender, either one or
three suitably qualified persons (“the members”), each of whom shall be fluent
in the language for communication defined in the Contract and shall be a
professional experienced in the type of construction involved in the Works and
with the interpretation of contractual documents. If the number is not so stated
and the Parties do not agree otherwise, the DAB shall comprise three
persons.
If the Parties have not jointly appointed the DAB 21 days before the date
stated in the Appendix to Tender and the DAB is to comprise three persons,
each Party shall nominate one member for the approval of the other Party.
The first two members shall recommend and the Parties shall agree upon the
third member, who shall act as chairman.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-31

However, if a list of potential members has been agreed by the Parties and is
included in the Contract, the members shall be selected from those on the list,
other than anyone who is unable or unwilling to accept appointment to the
DAB.
The agreement between the Parties and either the sole member or each of
the three members shall incorporate by reference the General Conditions of
Dispute Adjudication Board Agreement contained in the Appendix to these
General Conditions, with such amendments as are agreed between them.
The terms of the remuneration of either the sole member or each of the three
members, including the remuneration of any expert whom the DAB consults,
shall be mutually agreed upon by the Parties when agreeing the terms of
appointment. Each Party shall be responsible for paying one-half of this
remuneration.
If at any time the Parties so agree, they may jointly refer a matter to the DAB
for it to give its opinion. Neither Party shall consult the DAB on any matter
without the agreement of the other Party.
If a member declines to act or is unable to act as a result of death, disability,
resignation or termination of appointment, a replacement shall be appointed in
the same manner as the replaced person was required to have been
nominated or agreed upon, as described in this Sub-Clause.
The appointment of any member may be terminated by mutual agreement of
both Parties, but not by the Employer or the Contractor acting alone. Unless
otherwise agreed by both Parties, the appointment of the DAB (including each
member) shall expire when the discharge referred to in Sub-Clause 14.12
[Discharge] shall have become effective.
Sub-Clause 20.3 If any of the following conditions apply, namely:
Failure to Agree on the
(a) the Parties fail to agree upon the appointment of the sole member of
Composition of the
the DAB by the date stated in the first paragraph of Sub-Clause
Dispute Adjudication
20.2, [Appointment of the Dispute Adjudication Board]
Board
(b) either Party fails to nominate a member (for approval by the other
Party), or fails to approve a member nominated by the other Party,
of a DAB of three persons by such date,
(c) the Parties fail to agree upon the appointment of the third member
(to act as chairman) of the DAB by such date, or
(d) the Parties fail to agree upon the appointment of a replacement
person within 42 days after the date on which the sole member or
one of the three members declines to act or is unable to act as a
result of death, disability, resignation or termination of appointment,
then the appointing entity or official named in the Appendix to Tender shall,
upon the request of either or both of the Parties and after due consultation
with both Parties, appoint this member of the DAB. This appointment shall be
final and conclusive. Each Party shall be responsible for paying one-half of
the remuneration of the appointing entity or official.
Sub-Clause 20.4 If a dispute (of any kind whatsoever) arises between the Parties in connection
Obtaining Dispute with, or arising out of, the Contract or the execution of the Works, including
Adjudication Board’s any dispute as to any certificate, determination, instruction, opinion or
Decision valuation of the Engineer, either Party may refer the dispute in writing to the
DAB for its decision, with copies to the other Party and the Engineer. Such
reference shall state that it is given under this Sub-Clause.
For a DAB of three persons, the DAB shall be deemed to have received such

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-32 Section 8 - Particular Conditions of Contract

reference on the date when it is received by the chairman of the DAB.


Both Parties shall promptly make available to the DAB all such additional
information, further access to the Site, and appropriate facilities, as the DAB
may require for the purposes of making a decision on such dispute. The DAB
shall be deemed to be not acting as arbitrator(s).
Within 84 days after receiving such reference, or within such other period as
may be proposed by the DAB and approved by both Parties, the DAB shall
give its decision, which shall be reasoned and shall state that it is given under
this Sub-Clause. The decision shall be binding on both Parties, who shall
promptly give effect to it unless and until it shall be revised in an amicable
settlement or an arbitral award as described below. Unless the Contract has
already been abandoned, repudiated or terminated, the Contractor shall
continue to proceed with the Works in accordance with the Contract.
If either Party is dissatisfied with the DAB’s decision, then either Party may,
within 28 days after receiving the decision, give a Notice of Dissatisfaction to
the other Party indicating its dissatisfaction and intention to commence
arbitration. If the DAB fails to give its decision within the period of 84 days (or
as otherwise approved) after receiving such reference, then either Party may,
within 28 days after this period has expired, give a Notice of Dissatisfaction to
the other Party.
In either event, this Notice of Dissatisfaction shall state that it is given under
this Sub-Clause, and shall set out the matter in dispute and the reason(s) for
dissatisfaction. Except as stated in Sub-Clause 20.7 [Failure to Comply with
Dispute Adjudication Board’s Decision] and Sub-Clause 20.8 [Expiry of
Dispute Adjudication Board’s Appointment], neither Party shall be entitled to
commence arbitration of a dispute unless a Notice of Dissatisfaction has been
given in accordance with this Sub-Clause.
If the DAB has given its decision as to a matter in dispute to both Parties, and
no Notice of Dissatisfaction has been given by either Party within 28 days
after it received the DAB’s decision, then the decision shall become final and
binding upon both Parties.
Sub-Clause 20.5 Where a Notice of Dissatisfaction has been given under Sub-Clause 20.4
Amicable Settlement above, both Parties shall attempt to settle the dispute amicably before the
commencement of arbitration. However, unless both Parties agree otherwise,
the Party giving a Notice of Dissatisfaction in accordance with Sub-Clause
20.4 above should move to commence arbitration after the fifty-sixth day from
the day on which a Notice of Dissatisfaction was given, even if no attempt at
an amicable settlement has been made.
Sub-Clause 20.6
Any dispute between the Parties arising out of or in connection with the
Arbitration
Contract not settled amicably in accordance with Sub-Clause 20.5 above and
in respect of which the DAB’s decision (if any) has not become final and
binding shall be finally settled by arbitration. Arbitration shall be conducted as
follows:
(a) if the contract is with foreign contractors,
(i) for contracts financed by all participating Banks except under sub-
paragraph (a) (2) below:
international arbitration (1) with proceedings administered by the arbitration
institution designated in the Appendix to Tender, and conducted under the
rules of arbitration of such institution; or, if so specified in the Appendix to
Tender, (2) international arbitration in accordance with the arbitration rules of
the United Nations Commission on International Trade Law (UNCITRAL); or
(3) if neither an arbitration institution nor UNCITRAL arbitration rules are
Single-Stage: Two-Envelope Procurement of Works Bidding Document
Design and Construction of Railway DMU Workshop at Rathmalana
Section 8 - Particular Conditions of Contract 8-33

specified in the Appendix to Tender, with proceedings administered by the


International Chamber of Commerce (ICC) and conducted under the ICC
Rules of Arbitration; by one or more arbitrators appointed in accordance with
said arbitration rules.
for contracts financed by the Asian Development Bank:
international arbitration (1) with proceedings administered by the arbitration
institution specified in the Appendix to Tender and conducted under the rules
of arbitration of such institution unless it is specified in the Appendix to Tender
that the arbitration shall be conducted under the rules of the United Nations
Commission on International Trade Law (UNCITRAL) and if UNCITRAL Rules
are so specified then the named arbitration institution shall be the appointing
authority and shall administer the arbitration); or (2) if an arbitration institution
is not specified in the Appendix to Tender, with proceedings administered by
the Singapore International Arbitration Centre (SIAC) and conducted under
the SIAC Rules, by one or more arbitrators appointed in accordance with the
said arbitration rules.
(b) if the Contract is with domestic contractors, arbitration with proceedings
conducted in accordance with the laws of the Employer’s country.
The place of arbitration shall be the neutral location specified in the Appendix
to Tender; and the arbitration shall be conducted in the language for
communications defined in Sub-Clause 1.4 [Law and Language].
The arbitrators shall have full power to open up, review and revise any
certificate, determination, instruction, opinion or valuation of the Engineer, and
any decision of the DAB, relevant to the dispute. Nothing shall disqualify
representatives of the Parties and the Engineer from being called as a witness
and giving evidence before the arbitrators on any matter whatsoever relevant
to the dispute.
Neither Party shall be limited in the proceedings before the arbitrators to the
evidence or arguments previously put before the DAB to obtain its decision, or
to the reasons for dissatisfaction given in its Notice of Dissatisfaction. Any
decision of the DAB shall be admissible in evidence in the arbitration.
Arbitration may be commenced prior to or after completion of the Works. The
obligations of the Parties, the Engineer and the DAB shall not be altered by
reason of any arbitration being conducted during the progress of the Works.
Sub-Clause 20.7 Failure In the event that a Party fails to comply with a final and binding DAB decision,
to Comply with Dispute then the other Party may, without prejudice to any other rights it may have,
Adjudication Board’s refer the failure itself to arbitration under Sub-Clause 20.6 [Arbitration]. Sub-
Decision Clause 20.4 [Obtaining Dispute Adjudication Board’s Decision] and Sub-
Clause 20.5 [Amicable Settlement] shall not apply to this reference.
Sub-Clause 20.8
If a dispute arises between the Parties in connection with, or arising out of, the
Expiry of Dispute
Contract or the execution of the Works and there is no DAB in place, whether
Adjudication Board’s
by reason of the expiry of the DAB’s appointment or otherwise:
Appointment
a) Sub-Clause 20.4 [Obtaining Dispute Adjudication Board’s Decision]
and Sub-Clause 20.5 [Amicable Settlement] shall not apply, and
b) the dispute may be referred directly to arbitration under Sub-Clause
20.6 [Arbitration].
Sub-Clause 21.1 Add the following new Sub-Clause 21.1
Restrictions on
a) Any Plant, materials or services which will be incorporated in or required
Eligibility
for the Works, as well as the Contractor’s Equipment and other supplies,
shall have its origin in eligible source countries as given in the list of
eligible countries as specified in Article 2 (g) of the Contract Agreement.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
8-34 Section 8 - Particular Conditions of Contract

b) For the purpose of this Clause, “origin” means the place where the
materials and equipment were mined, grown, produced, or manufactured,
or from which the services are provided. The origin of Goods and Services
is distinct from the nationality of the Supplier.

Sub-Clause 22.1 Use of Add the following new Sub-Clause 22.1


Explosives
The Contractor shall only use explosives when provided for in the Contract or
when ordered or instructed by the Engineer. Where the use of explosives is so
provided or ordered or instructed the Contractor shall comply with the
requirements of the following provisions of this clause in addition to the laws
of Sri Lanka as applicable:
(1) The Contractor shall at all times take every possible precaution and
shall comply with the appropriate laws and regulations relating to the
importation, handling, transportation, storage and use of explosives
and shall at all times when engaged in blasting operations post
sufficient warning flagmen to the satisfaction of the Engineer.
(2) The Contractor shall at all times maintain full liaison with and inform
well in advance and obtain such permission as is required from all
Government authorities, public bodies and private parties whatsoever
concerned or affected by blasting operations.
(3) Notwithstanding that the Contractor shall be fully responsible for the
consequences of any blasting including injury to personnel and
damage to property caused as a result of the use of explosives, the
Contractor shall ensure that no injury to personnel occurs and that no
damage is inflicted.
The Contractor shall pay all license fees and charges which may be required
for storage or in respect of any other matter whatsoever.
Sub-Clause 23.1 Add the following new Sub-Clause 23.1
Security & Safety
The Contractor shall comply with all regulations imposed by the Customs and
Requirements
Port Security Authorities in respect of the passage of equipment, vehicles,
materials, explosives and personnel through Customs and National Security
barriers.

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 9 – Contract Forms 9-1

Section 9 - Contract Forms


This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by the
successful Bidder after contract award.

Table of Forms

Notification of Award ..................................................................................................................... 9-2

Contract Agreement ...................................................................................................................... 9-3

Performance Security .................................................................................................................... 9-5

Advance Payment Security ........................................................................................................... 9-6

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
9-2 Section 9 – Contract Forms

Notification of Award
[on letterhead paper of the employer]

Letter of Acceptance

. . . . . . . date. . . . . . .

To: . . . . . . . . . . Name and address of the contractor . . . . . . . . . .

Subject: . . . . . . . . . . Notification of Award Contract No. . . . . . . . . . .

This is to notify you that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of the
contract and identification number, as given in the Bid Data Sheet . . . . . . . . . . for the Accepted Contract
Amount of the equivalent of . . . . . . . . .amount in words and figures and name of currency . . . . . . . . ., as
corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our
Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract, using for that purpose the Performance Security Form included in Section 9
(Contract Forms) of the Bidding Document.

Authorized Signature: .......................................................................................................................

Name and Title of Signatory: ............................................................................................................

Name of Agency: ..............................................................................................................................

Attachment: Contract Agreement

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 9 – Contract Forms 9-3

Contract Agreement
THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . . name of the
employer. . . . .. . . . . (hereinafter “the Employer”), of the one part, and . . . . . name of the contractor. . . .
(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . name of the contract. . . . .should be
executed by the Contractor, and has accepted a Bid by the Contractor for the execution and
completion of these Works and the 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 documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other Contract documents.

(a) the Contract Agreement,


(b) the Letter of Acceptance,
(c) the Letter of Technical Bid,
(d) the Letter of Price Bid,
(e) the Addenda & Clarifications. . ... if any. . .. .
(f) the Particular Conditions of Contract – Part A,
(g) the Particular Conditions of Contract – Part B,
(h) the List of Eligible Countries that was specified in Section 5 of the Bidding Document
(i) the General Conditions of Contract,
(j) the Specifications,
(k) the Drawings,
(l) the completed Schedules including Bill of Quantities, and
(m) any other documents shall be added here. 1

3. 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 the Works and
to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with the laws of . . . . . name of the borrowing country. . . . .on the day, month and year indicated above.

1
Tables of Adjustment Data may be added if the contract provides for price adjustment (see GCC 13.8).

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
9-4 Section 9 – Contract Forms

Signed by ......................................................... Signed by .............................................................

for and on behalf of the Employer for and on behalf the Contractor
in the presence of in the presence of

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Single-Stage: Two-Envelope Procurement of Works Bidding Document


Design and Construction of Railway DMU Workshop at Rathmalana
Section 9 – Contract Forms 9-5

Performance Security
................................... Bank’s name, and address of issuing branch or office 1.............................................................

Beneficiary: .............................. Name and address of the employer ..........................................


Date: .........................................................................................................................
Performance Guarantee No.: .........................................................................................

We have been informed that . . . . . name of the contractor. . . . . (hereinafter called "the Contractor") has
entered into Contract No. . . . . . reference number of the contract. . . . . dated . . . . . . . .with you, for the
execution of . . . . . . name of 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 bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in words 2
. . . . . (. . . . . amount in figures. . . . . ) such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, 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 . . . . . . . . . . , . . . . . . 3
, and any demand
for payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458 (or
ICC Publication No. 758 as applicable),
except that subparagraph (ii) of Sub-article 20(a) is hereby
excluded. 4

.....................................
Signature(s) and seal of bank (where appropriate)

Note to Bidder
If the institution issuing the performance security is located outside the country of the employer, it shall have a
correspondent financial institution located in the country of the employer to make it enforceable.

1
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.
2
The guarantor shall insert an amount representing the percentage of the contract price specified in the contract and denominated
either in the currency(ies) of the contract or a freely convertible currency acceptable to the employer.
3
Insert the date 28 days after the expected completion date. The employer should note that in the event of an extension of the time
for completion of the contract, the employer would need to request an extension of this guarantee from the guarantor. Such request
must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the
employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a
one-time extension of this guarantee for a period not to exceed [6 months][1 year], in response to the Employer’s written request
for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”
4
Or the same or similar to this clause specified in the Uniform Rules for Demand Guarantees, ICC Publication No. 758 where
applicable.

Bidding Document Procurement of Works Single-Stage: Two-Envelope


Design and Construction of Railway DMU Workshop at Rathmalana
9-6 Section 9 – Contract Forms

Advance Payment Security

................................... Bank’s name, and address of issuing branch or office 1 .............................................................

Beneficiary: ............................... Name and address of the employer .........................................


Date: .........................................................................................................................
Advance Payment Guarantee No.: .................................................................................
We have been informed that . . . . . name of the contractor. . . . . (hereinafter called "the Contractor") has
entered into Contract No. . . . . . reference number of the contract. . . . . dated . . . . . . . .with you, for the
execution of . . . . . . name of contract and brief description of works. . . . . (hereinafter called "the
Contract").
Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in
the sum . . . . . name of the currency and amount in words 2. . . . . . (. . . . . amount in figures. . . . . ) is to be
made against an advance payment guarantee.
At the request of the Contractor, we . . . . . name of the bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in words 3.
. . . . . (. . . . . amount in figures. . . . . ) 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 used the advance payment for purposes other than the costs of mobilization
in respect of the Works.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Contractor on its account number . . . . .
Contractor’s account number. . . . . at . . . . . name and address of the bank. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor as indicated in copies of interim statements or payment certificates
which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy
of the interim payment certificate indicating that ninety percent (90%) of the Contract Price has been
certified for payment, or on the . . . day of . . . . . . . , . . . . . 4, whichever is earlier. Consequently, any
demand for payment under this guarantee must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458 (or
ICC Publication No. 758 as applicable).

............................
Signature(s) and seal of bank (where appropriate)

Note to Bidder
If the institution issuing the advance payment security is located outside the country of the employer, it shall have a
correspondent financial institution located in the country of the employer to make it enforceable.

1
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.
2
The guarantor shall insert an amount representing the amount of the advance payment denominated either in the currency(ies) of
the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the employer.
3
Footnote 2.
4
Insert the expected expiration date of the time for completion. The employer should note that in the event of an extension of the
time for completion of the contract, the employer would need to request an extension of this guarantee from the guarantor. Such
request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee,
the employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees
to a one-time extension of this guarantee for a period not to exceed [6 months][1 year], in response to the Employer’s written
request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee."

Single-Stage: Two-Envelope Procurement of Works Bidding Document

You might also like